Loading...
HomeMy WebLinkAboutPW11-342 - Original - Road Construction Northwest, Inc. - Foster Park Pump Station Project - 10/05/2011 Records M aowa"g��eme""-ft KENT Document WASHINGTON 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 City Clerk's Office. Vendor Name: Road Construction Northwest, Inc. Vendor Number: ]D Edwards Number Contract Number: WO "3` A This is assigned by City Clerk's Office Project Name: Foster Park Pump Station Description: ❑ Interlocal Agreement ❑ Change Order ❑ Amendment ® Contract ❑ Other: Contract Effective Date: Date of the Mayor's Signature Termination Date: 120 working days Contract Renewal Notice (Days): ; Number of days required notice for termination or renewal or amendment Contract Manager: Garrett Inouye Department: Engineering Detail: (i.e. address, location, parcel number, tax id, etc.): Install a 120 inch diameter storm water pump station, standby generator system, electrical/communication system, shelter structures for the pump station generator and electrical facility and associated storm structures and appurtenances. a F 5 S Public\RecordsManagement\Forms\ContractCover\adcc7832 11/08 F I SIGNED CONTRACT a CITY OF KENT iKING COUNTY, WASHINGTON KENT SPECIAL PROVISIONS FOR a Foster Park Pump Station Project Number: 09-300S BIDS ACCEPTED UNTIL BID OPENING 3 September 13, 2011 September 13, 2011 10:45 A.M. 11:00 A.M. DELIVER TO CITY OF KENT, CITY HALL 220 4th Avenue S., Kent, WA 98032-5895 TIMOTHY J. LAPORTE, P.E. PUBLIC WORKS DIRECTOR • 1 KENT W A 5 H I N G T O N j 1 PUBLIC WORKS DEPARTMENT Timothy I LaPorte, P.E. Public Works Director 400 West Gowe Kent, WA 98032 • Fax- 253-856-6500 KENT WAs�INGTG" PHONE: 253-856-5500 CITY OF KENT KING COUNTY, WASHINGTON Foster Park Pump Station Project Number: 09-3005 ADDENDUM No. 1 September 7, 2011 FROM: The Office of the City Engineer, Kent Washington TO: All Plan Holders of the Project Specifications and Plans This addendum forms a part of the Contract documents and modifies the Project Proposal and Specifications and Contract Drawings in accordance with the following: ALL CHANGES ARE SHOWN IN BOLD, ITALICS AND/OR STRIKETHROUGH I - BIDDER'S DOCUMENTS - REVISIONS OR MODIFICATIONS SCHEDULE IV - STORM SEWER ITEM SECTION APPROX. ITEM UNIT PRICE TOTAL NO NO UANTITY AMOUNT 4017 7-04.5 68 Storm Sewer Pipe, 12 Inch $ $ KSP LN FT Diameter, Epoxy Lined, Ductile Per LF Iron, Restrained Joint, CI 52 SCHEDULE VI - ELECTRICAL ITEM SECTION APPROX. ITEM UNIT PRICE TOTAL NO NO QUANTITY AMOUNT 6016 8-35.5 175 Utility Trench Excavation - $ $ KSP LN FT 2 Feet Wide - 3 Feet of Cover Per LF 3 c v 3 3 3 C MAYOR SUZETTE COOKE , -- -- - ... -,11 - j II - KENT SPECIAL PROVISIONS Page 7-5 - Section 7-05.5 - Payment REVISE the first paragraph to read as follows: t "84 Inch Diameter, Bypass Catch Basin Type 2" "84 Inch Diameter, Discharge Catch Basin Type 2" The unit contract price per each for the above item(s) constitutes complete compensation for furnishing all labor, materials, tools, supplies, and equipment necessary to install the specified structure to final finished grade as shown on the plans and described in the specifications. This work includes but shall not be limited to: shoring; excavating; dewatering; installing; connecting new or existing pipes; flap gates; 48 inch D.I. spool pipe; gate valve; frame and cover; 12" D.I. pipe and bends; all connections, flanges, etc. to make a complete system; backfilling; CDF; compacting; surface restoration; referencing for future locates prior to final overlay; and storm drain stenciling. The cost for the top course and geotextile fabric shall be paid for under the respective bid items. Page 8-2 - Section 8-01.3(1) - General INSERT the following at the beginning of this section: Concrete work can generate process water and slurry that contain fine particles and high pH, both of which can violate water quality standards in the receiving water. Any time concrete is used, these BMPs shall be utilized. • Concrete truck chutes, pumps, and internals shall be washed out only into formed areas awaiting installation of concrete or asphalt. Unused concrete remaining in the truck and pump shall be returned to the originating batch plant for recycling. • Hand tools including, but not limited to, screeds, shovels, rakes, floats, and trowels shall be washed off only into formed areas awaiting installation of concrete or asphalt. • Washdown from areas such as concrete aggregate driveways shall not drain ' directly to natural or constructed stormwater conveyances. • When no formed areas are available, washwater and left over product shall be contained in a lined container. Contained concrete and its wastewater is a process wastewater and will not be allowed to comingle with stormwater or enter into waters of the states. All freshly poured concrete shall be covered as necessary to prevent contact I� with precipitation. Page 8-28 - Section 8-34.5 - Payment REVISE the first sentence of the second paragraph as follows: The lump sum bid price for "Generator System Complete, Including e Concrete Pad" shall constitute complete compensation for all labor, tools, materials and equipment . I� 2 Page 8-29 — Section 8-34.5 — Payment REVISE the first sentence of the first paragraph as follows: ' The lump sum bid price for "Electrical/Communication System *nstaTComplete. Including Concrete Pad" shall constitute complete compensation for all labor, tools, materials and equipment . III — APPENDICES Page A-4 - Traffic Control Plans REPLACE the Traffic Control Plan with the attached. END OF ADDENDUM No. 1 Chad Bieren, P.E. Date City Engineer Attachments: Traffic Control Plan (1) 3 I � n Q. p J Q I Q VM U I Jp w 3 aN o p $BAV w� a w¢~H o M J zx o O o °ayP 3~ H H f O O R O mm Z __————————__—_ Z QN Z W LU u a E — a o i-OZM s H F�OO �3 ¢ n 3 W )qau � � § Ya my a y Y n °bOtl I VI M V "«" I LU JOb-02M ,OZ'W31rvW Q q u my nn°ixo Ya CLL W J F`L I— O a z a � U �' I W �y e z Bail uegjnjalul 4 w >� Q eL-OZM I s z o 0 O I zo t- zo 0 oV o U ■ Z a l H o w ¢H a Z W Y U Z V K Q E O I % Ecm L ■ rG I E E U ■ _ ■ O W �Oi9 Z O • I ° U 3 • I § a o a O F /1 T 1n L ro Vl . I w 1" U M 0 3 WLU v a, v3i� ,, w c� rt N 3 Lv O Q LL m w N oa a Y ti r I ♦ Et cli to U' wC� q �eS 8 Z C O O P O c i V I ♦ F$ rT Vf N Y O V.0 L V V1 Y 44 ¢ 9 Yu co C L Y Y 3 L O L L uJ' N of d '^ O t0 r-V1 N O Gl C O y VZ ■� O C V N W V O,` \ a J aal 4) Q a F p a z eGw� V e } C W In LL Z V ✓, } mF ♦ O y I �ZI VVV -4 3 ZN W N Q W t/1 aC O O W Q V J V �°� �uN O [O hQOVIm JW ♦ J O Z S J O 3 LL N X♦' W J 3 W V Z W W W O W �� ♦ ,n»V V\v,r�C w Ow • O]G VIJWJ= O�V1E>OZ IL C N ¢02✓ziw�v FQ--zO KO W N E O N N N E. V Z }Vj H✓1 Z H V G Z Q Vl O O O H H H J V H W d Vl J O H W - O > V1 V C V W H In Z V1 O Z W cc a o H H> z W =z H d E E ■ y,�..�� JpH SOWJQJ�- �gOV1 VI N Ttam N J Z K W K p J 2 J Z J O Z p YO O CrO p L^g- O � toQ¢6>d QV¢H O¢VC']H A PUBLIC WORKS DEPARTMENT Timothy 3. LaPorte, P E Public Works Director 400 West Gowe 44 Kent, WA 98032 KENT Fax- 253-856-6500 W ASN INGTON PHONE: 253-856-5500 CITY OF KENT KING COUNTY, WASHINGTON Foster Park Pump Station ADDENDUM No. 2 September 9, 2011 From: The Office of the City Engineer, Kent, Washington To: All Plan Holders of the Project Specifications and Plans This addendum forms a part of the Contract documents and modifies the Project Proposal and Specifications and Contract Drawings in accordance with the following: ALL CHANGES ARE SHOWN IN BOLD, ITALICS AND/OR STRIKETHROUGH II - KENT SPECIAL PROVISIONS ' ADD the following new sections: DIVISION 8 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION; 8-32 VERTICAL TURBINE PUMPS AND MOTOR ' 8-32.3 Construction Requirements 8-32.3(1) Performance Pump shall be capable of developing 2244 gpm at 25' TDH with a minimum efficiency of 81%. The pump shall be as manufactured by American Marsh or approved equal. Local representative for American Marsh is Howard Taub at Correct Equipment, 425-869-1233. 8-32.3(2) Bowl Assembly iThe pump bowls shall be of close grained, cast iron ASTM A48 Class 30. The water passages on bowl sizes 6" through 16" shall be lined with porcelain enamel or fusion epoxy lined to i 3 reduce friction loss, shall be free of blow holes, sand holes and Y other detrimental defects, and shall be accurately machined and 1 fitted. The impellers shall be of bronze (enclosed or semi-open) and dynamically balanced. Impellers through 16" shall be MAYOR SUZETTE COOKE—, i securly fastened to the shaft with taper split bushings of steel. Larger sizes shall be double-keyed. Impellers shall be adjusted vertically by an external means. The pump shaft shall be of A582 grade 416 stainless steel, turned, ground and polished. It shall be supported by bronze bearings above and below each impeller. The suction case bearing shall be grease lubricated and protected by a bronze sand collar. The size of the shaft shall be no less than that determined by ANSI/AWWA Specifications E101, Section A4.3 paragraph 4.3.3. 8-32.3(3) Strainer A type clip-on strainer shall be provided having a net inlet area equal to at least four times the suction pipe area. The maximum opening size shall not be more than 75 percent on the minimum opening of the water passage through the bowl and impeller. 8-32.3(4) Column Assembly j The lineshafts shall be of 416SS. They shall be furnished in inter-changeable sections not over 10 feet in length. The butting faces shall be machined square to the axis of the shaft, with maximum permissable axial misalignment on the thread axis with the shaft axis 0.002" in 6". The size of the shaft shall be no less than that determined by ANSI/AWWA- E101 Specifications Section 5.5 for C1045 lineshaft and shall be such that elongation due to hydraulic thrust will not exceed the axial clearance of the impellers in the pump bowls. Maximum ' runout in 10' shall not exceed 0.005". The lineshafts shall be provided with ASTM A269 grade 304 stainless steel threaded sleeves at the location of each lineshaft bearing. The use of glues or any other means of securing the sleeve to the shaft, that is not field replaceable without the use of heat or special tools is not acceptable. The lineshaft bearing shall be of 70 minimum shore hardness, neoprene, snap-in type, internally sprial grooved to flush out sand and other abrasives, mounted inside bronze bearing retainers held in position in the column pipe. Bearing spacing shall not exceed 10' for 1800 RPM of 5' for 2200 RPM and above. The outer column pipe shall be 5" and larger of ASTM A53 grade B steel pipe of ASTM A120 in interchangable sections not over 10' in length for 1800 RPM and 5' in length for 2200 RPM and above. The column assembly shall be flanged and machined to accept I 2 bearing retainer in such a way as not to allow any movement of retainer after flanges are bolted securely together and to implement proper sealing of the column. The weight of the column pipe shall be no less than that stated in ANSI/AWWA Specification E101, Section 5.1 "Standard Specifications for Discharge Column Pipe." The column size shall be such that friction loss will not exceed 5' or 100', based on the rated capacity of the pump. The column size shall be such also be such as to provide a velocity of not less than 5 feet per second at the rated capacity. Top and bottom sections of column pipe on product lubricated pumps shall not exceed 5' in length. 8-32.3(5) Discharge Head The discharge head shall be of Schedule 40 fabricated steel, free from defects, accurately machined and with a surface discharge. Discharge flange shall be machined and drilled to ANSI standards for 125 lb. rating and shall be 12 inches nominal inside diameter. The top of the discharge head shall have a rabbet fit to accurately locate the vertical hollow shaft driver, and have a diameter equal to the drive base diameter (BD) and less than 16.5 inches. The discharge head shall be fabricated to allow for a center line discharge of approximately 2'-6" as shown on the contract drawings. The standard cast iron stuffing box shall be rated for 125 PSI discharge pressure and shall be fitted with graphite acrylic packing. It shall have a lantern ring or grease chamber placed as required below the top packing ring. Throttle bearing shall be bronze with stainless steel bolting and with brass or stainless steel adjusting nuts. Sealing between the stuffing box and the discharge head shall be accomplished by means of an o-ring. The top lineshaft will be of 416SS and shall not exceed 10' in length and can be equipped with a 304 stainless steel threaded replacement sleeve locked in place by a lineshaft coupling for packing wear area. Impeller adjustment shall be provided at the I top of the headshaft by means of adjusting nut which shall be positively locked in position. The headshaft shall also be 416SS and shall be connected to the top lineshaft beneath the motor to facilitate ease of assembly and maintenance. 8-32.3(6) Motor jThe electric motor shall be vertical hollow shaft 1760 RPM., three phase 60 Hz 480 volts with a non-reverse ratchet, P-base, 1 squirrel cage induction design. Enclosure shall meet NEMA weather protected type type 1 design with stainless steel 3 i screens to prevent entrance of rodents. Motor shall have Class B or Class F insulation with temperature rise as specified by NEMA standards for class insulation used and shall have a 1.15 service factor. Thrust bearing shall be chosen to handle the continuous down thrust as specified by the pump manufacturer with an AFBMA B- 10 one-year minimum or five year average life under design conditions. Provisions shall be made for momentary upthrust equal to 30 percent of rated down thrust. The motor rating shall , be such that at design it will not be loaded beyond nameplate rating and at no place on the pump curve shall the loading exceed the service factor. 8-32.3(7) Base Plate The steel base plate shall be provided by the pump manufacturer. The base plate shall be sized to handle the expected torgue produced by the moter. The base plate shall be pre-fabricated to fasten to the discharge head and in addition have predrilled holes for connection of fasteners to the manhole concrete lid. Diameter, length and penetration depth of fasteners shall be determined by the supplier. Contractor shall use non-shrink grout to fill void between base plate bottom and concrete lid. DIVISION 8 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: 8-33 COATING SYSTEMS 8-33.1 Description This section specifies paint coatings and their surface preparation. Coating systems include surface description, surface preparation, required dry film thickness, and the number and application procedure of the prime and finish coatings as specified later in this section. Field coating is the application or the completion of application of the coating system after installation of the surface at the site of the work. 8-33.2 Materials Coating materials shall not be used until the Engineer has inspected the materials. Unless otherwise specified, prime coatings may be shop or field 4 applied. Shop applied primer shall be compatible with the specified system. All fabricated assemblies which consist of two j or more parts shall be coated individually so that all assembled joint surfaces are fully protected. Coating on each individual component shall be completed prior to system assembly. Surfaces damaged during final erection and assembly shall be repaired as directed by the Engineer. If the shop coating meets the requirements of this section, the field coating may consist of touching up the shop prime coat to achieve the film thickness, continuity and coating specified in this Section. Damaged and poorly applied shop coatings that do not meet the requirements of this section shall be removed and the surfaces recoated in Iaccordance with this section. 8-33.3 Construction Requirements tAll primer and finish coatings shall be as manufactured by Tnemec Company Inc., Sherwin Williams, or equal. Exterior Piping, Fittings, Valves, Pumps and Motors: All piping, fittings and valves shall be primed at the factory before shipment. The prime coat shall be minimum 3-5 mils dry Tnemec Series 161-1211 Red, or Sherwin Williams Recoatable I Epoxy Primer 1367115 Red. The pumps and motors will be primed and painted with an initial top coat by the manufacturer. Any scratches, chips etc. to the prime coat of any piping, valves, 1 fittings, etc. occurring during construction shall be touched up in the field prior to final coating. All piping, fittings, valves, pumps and motors, etc. shall be thoroughly cleaned of all grease, rust, dirt and tar prior to the final coat being applied. All areas except for the areas being coated shall be masked off or covered with plastic. The Contractor shall apply one final coat of Tnemec Series 69 or Sherwin Williams Macropoxy 646 FC , 3-5 mils dry on all pipe, fittings, valves, pumps, motor, etc. Color shall be selected by the Owner from a color chart supplied by the Contractor. Page 8-28 - Section 8-34.5 - Payment jREVISE the first paragraph as follows: The lump sum bid price for "120 Inch Diameter Storm Water Pump Station Complete, Including Concrete Landing" shall constitute complete compensation for all labor, tools, materials and equipment required to furnish and install the pump station including but not limited to: 120 inch diameter manhole/wet well, pump motor, vertical piping, dewatering, vertical turbine pump,discharge nozzle, suction bell, gate 1 valves, check valves, butterfly valve, all necessary piping, fittings/bends and appurtenances, including all necessary coatings, access ladder, 1 5 fall protection, cement concrete landing including all work as described 1 in the supplemental specifications included in Appendix A-1 and-as shown on the plans to make a complete operational system. This bid item also includes operational manual(s) in hard bound binders. END OF ADDENDUM No. 2 Chad Bieren, P.E. Date City Engineer 1 1 1 1 1 J 1 �i 1 6 TAB INDEX Tab 1 Bidder's Package i Tab 2 Payment and Performance Bond and Contract 1 Tab 3 Table of Contents Tab 4 Kent Special Provisions Tab 5 Pump Station Procurement and j Installation t Tab 6 Kent Standard Plans Tab 7 WSDOT Standard Plans Tab 8 Traffic Control Plans Tab 9 Manufacturers Details Tab 10 Prevailing Wage Rates I 1 CITY OF KENT KING COUNTY, WASHINGTON KENT SPECIAL PROVISIONS FOR i Foster Park Pump Station Project Number: 09-3005 BIDS ACCEPTED UNTIL BID OPENING September 13, 2011 September 13, 2011 10:45 A.M. 11:00 A.M. DELIVER TO CITY OF KENT, CITY HALL 220 4th Avenue S., Kent, WA 98032-5895 TIMOTHY J. LAPORTE, P.E. PUBLIC WORKS DIRECTOR o $4 0� a g* If ! \sS7 KENT WASHINGTON n,m wl�isJ ` BIDDER'S NAME Road C0"&U0*n Nwe"M st,1°. CITY OF KENT KING COUNTY, WASHINGTON KENT SPECIAL PROVISIONS FOR Foster Park Pump Station L j Project Number: 09-3005 BIDS ACCEPTED UNTIL BID OPENING September 13, 2011 September 13, 2011 10:45 A.M. 11:00 A.M. DELIVER TO CITY OF KENT, CITY HALL 220 4th Avenue S., Kent, WA 98032-5895 TIMOTHY 3. LAPORTE, P.E. PUBLIC WORKS DIRECTOR KENT W A 5 H I N 0 T 0 N ORDER OF CONTENTS Invitation to Bid Contractor Compliance Statement Declaration - City of Kent Equal Employment Opportunity Policy Administrative Policy 1.2 - Minority and Women Contractors City of Kent Equal Employment Opportunity Compliance Statement Proposal City of Kent Subcontractor List (over $100K) Subcontractor List (over $1 million) Contractor's Qualification Statement Proposal Signature Page Bid Bond Form Combined Affidavit & Certification Form Non-Collusion, Minimum Wage (Non-Federal Aid) Bidders Checklist Payment and Performance Bond Contract Table of Contents Kent Special Provisions Pump Station Procurement and Installation Kent Standard Plans WSDOT Standard Plans Permits Traffic Control Plans Manufacturers Details Prevailing Wage Rates INVITATION TO BID Notice is hereby given that the City of Kent, Washington, will receive sealed bids at the City Clerk's office through September 13, 2011 up to 10:45 a.m. as shown on the clock on the east wall of the City Clerk's Office on the first floor of City Hall, 220 4th Avenue South, Kent, Washington. All bids must be properly marked and sealed in accordance with this "Invitation to Bid." Bids must be delivered and received at the City Clerk's office by the above-stated time, regardless of delivery method, including U.S. Mail. All bids will be opened and read publicly aloud at 11:00 a.m. for the City of Kent project named as follows: ' Foster Park Pump Station Project Number: 09-3005 The project consists of installing a 120 inch diameter storm water pump station with a Total Dynamic Head of 25 feet, diesel standby generator system, electrical/communication system, shelter structures for the pump station generator system and the electrical facility, 75 lineal feet of 24 inch diameter ductile iron pipe, 67 lineal feet of 12 inch diameter ductile iron restrained joint pipe, 84 inch diameter discharge manhole, 84 inch diameter bypass manhole, with associated storm structures and appurtenances. The Engineer's estimated range for this project is approximately $550,000 to $650,000. Bid documents may be obtained by contacting City of Kent Engineering Department, Nancy Yoshitake at (253) 856-5508. For technical questions, please call Garrett Inouye at (253) 856- 5548. Bids must be clearly marked "Bid" with the name of the project on the outside of the envelope, addressed to the City Clerk, 220 4th Avenue South, Kent, WA 98032-5895. Only sealed bids will be accepted. No facsimiles will be considered. Each bid shall be in accordance with the plans and specifications and other contract documents now on file in the office of the City Engineer, City of Kent, Washington. Copies of the plans and Special Provisions may be purchased at a non-refundable cost of $50.00 for each set. Plans and specifications can also be downloaded at no charge at www.ci.kent.wa.us/procurement. Copies of the WSDOT Standard Specifications 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 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 his/her 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. tNo bidder may withdraw his/her bid for a period of sixty (60) days after the day of bid opening. Dated this 17th day of August , 2011. 1 By. i`t�/ Brenda=acobe�r, Cit Jerk 1 Published in Kent Reporter on August 26, 2011 Daily Journal of Commerce on August 23, 30 and September 6, 2011 { t 1 1 i 1 1 1 1 1 1 CONTRACTOR COMPLIANCE STATEMENT (President's Executive Order #11246) r /,� 2 D�1 Date This statement relates to a proposed contract with the City of Kent named Foster Park Pump Station Project Number: 09-3005 I am the un er igned bidder or prospective contractor. I represent that - 1. I have, 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. PAW Contwctlon Noro wit, Inc. 1 NAME OF BIDDER BY: lE re/ RoT e od ConsWedon Northwest '"n. ?6 �?e K lea E.vTaaJ, UJA 9PSOS7 ADDRESS (Note to Bidders: The information required in this Compliance Statement is informational only) 1 Foster Park Pump station/Inouye 1 August 17, 2011 Project Number 09-3005 DECLARATION CITY OF KENT EQUAL EMPLOYMENT OPPORTUNITY POLICY 1 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 I with relation to this contract shall comply with the regulations of the City's equal employment opportunity policies. 1 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, it will be considered a breach of contract and 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 all sensory, mental or physical disability. 3. During the time of this contract 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 hiring ' and promotion of women and minorities. 5. Before acceptance of this contract, an adherence statement will be signed by me, the Prime Contractor, that the Prime Contractor complied with the requirements as set forth above. By signing below, I agree to fulfill the five requirements referenced above. Dated this 13 day of S> , 2011. By. For: Rod Conrtruatlon NordwxwL Inc. Title: V/GE �1 Es01newr ' Date: q— /3-2011 ' Foster Park Pump Station/Inouye 2 August 17, 2011 Project Number. 09-3005 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 contracts 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 contract. 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. r ' Foster Park Pump Station/Inouye 3 August 17, 2011 Project Number 09-3005 ' CITY OF KENT EQUAL EMPLOYMENT OPPORTUNITY COMPLIANCE STATEMENT I This form shall be filled out AFTER COMPLETION of this project by the Contractor awarded the contract. ' I, the undersigned, a duly represented agent of Company, hereby acknowledge and declare that the before- mentioned company was the prime contract for the contract known as Foster Park Pump Station/Project Number: 09-3005 that was entered into on the Date between the firm I represent and the City of Kent. I 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 contract. ' Dated this day of , 2011. i 1 By: Fo r: tTitle: Date: Foster Park Pump station/Inouye 4 August 17, 2011 Project Number* 09-3005 f 4 ' PROPOSAL To the City Clerk City Hall Kent, Washington 98032 The undersigned hereby certifies that Road Qonswadon Nortlwmima; Ine. has examined the job site and construction details of the work as outlined on the plans and described in the specifications for the project named Foster Park Pump Station/Project Number: 09-3005 for the City of Kent, Washington, and has read and thoroughly understands the plans and specifications and contract documents 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) All bid items are described in the Kent Special Provisions (KSP) or the Standard Specifications (WSDOT). Reference the Section No. listed in this proposal, where the bid item is described. 2) Proposal items are numbered in sequence but are non-continuous. 3) Unit prices for all items, all extensions, and total amount of bid must be shown. 1 4) Should bid items with identically worded bid item descriptions appear in more than one schedule of the proposal, the bidder must bid the same unit price. The City shall use the lowest unit price submitted by the bidder for the items in question in each schedule where identical bid item description appears. Bid items with identically worded descriptions which appear in more than one schedule are ' denoted with an asterisk (*). EXAMPLE SCHEDULE I - STREET ' ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 1006 2-03.5 100 Roadway Excavation, $14.00 $1,400.00 WSDOT CU YDS Including Haul Per CY Any bids not filled out properly may be considered non-responsive. Foster Park Pump Station/Inouye 5 August 17, 2011 Project Number 09-3005 ' SCHEDULE I - STREET ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 1000 1-09.7 1 Mobilization $ `/S/0b0'oe $ 8s nOC. � WSDOT LUMP SUM Per LS / � L 1005 2-01.5 1 Clearing and Grubbing $ 9106o OD $ WSDOT LUMP SUM Per LS ' 1010 2-02.5 125 Remove Existing Asphalt $ �� $ 1,/2S `0 KSP SQ YDS Concrete Pavement Per SY 1015 2-02.5 25 Remove Existing Cement $ °!•°0 $ 22-c 00 ' KSP SQ YDS Concrete Driveway Per SY 1020 2-02.5 5 Remove Cement Concrete $ 9.°� $ KSP SQ YDS Sidewalk Per SY PV_ 1025 2-02.5 50 Remove Cement Concrete $ �►. °—� $ 42-0,°v KSP LN FT Curb and Gutter Per LF 1040 8-09.5 1 Removal of Raised Pavement $ 900. KSP LUMP SUM Markers and Painted and/or Per LS Thermoplastic Traffic Markings CYD ' 1045 8-21.5 2 Traffic Sign Relocation $ 4co,L $ BQQ, KSP EACH Per EA 1050 2-02.5 150 Saw Cut Existing Asphalt $ $ KSP LN FT Concrete Pavement Per LF ' Foster Park Pump Station/Inouye 6 August 17, 2011 Project Number 09-3005 SCHEDULE I - STREET ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 1055 2-02.5 25 Saw Cut Existing Cement $ 'I .°= $ ' KSP LN FT Concrete Pavement Per LF ' o 1060 2-03.5 125 Roadway Excavation Incl. $ 4S.°� $ WSDOT CU YDS Haul Per CY 1065 2-03.5 10 Unsuitable Foundation $ ` 00 $ WSDOT CU YDS Excavation Incl. Haul Per CY 00 1070 2-12.5 225 Geotextile Fabric, Non-Woven $ 3' $ iKSP SQ YDS Per SY 1080 4-04.5 300 Crushed Surfacing Top $ 25•00-- $ 419J0 •°-`� KSP TONS Course, 5/8 Inch Minus Per TON ($6.00 Min) 1085 4-04.5 5 Crushed Surfacing Base $ 2S'- $ 12S°'_ KSP TONS Course, 1-1/4 Inch Minus Per TON ($6.00 Min) 1095 5-04.5 125 HMA Class 1/2", PG 64-22 $ «'S" $ 19 12S.°D KSP TONS Per TON t D 1125 5-04.5 10 Cold Plant Mix for Temporary $ 05 2 $ ' KSP TONS Pavement Patch Per TON 1140 8-06.5 25 Cement Concrete Driveway, $ LJfl ,% $ 2.1 2� KSP SQ YDS 8 Inch Depth, Reinforced Per SY Foster Park Pump Station/Inouye 7 August 17, 2011 Project Number 09-3005 SCHEDULE I - STREET ITEM SECTION APPROX. ITEM UNIT TOTAL ' NO. NO. QUANTITY PRICE AMOUNT 1145 8-14.5 5 Cement Concrete Sidewalk $ % 00 $ 4� KSP SQ YDS Per SY ' 1205 8-04.5 50 Cement Concrete Curb and $ 4 - $ 21 2Z• °0 KSP LN FT Gutter Per LF i 1212 8-14.5 225 Concrete Mow Strip $ ?G•bo— $ KSP LN FT Per LF 60 ea 1221 7-05.5 1 Adjust Existing Sanitary $ - — $ � KSP EACH Sewer Cleanout to Finished Per EA Grade ' 09 1225 7-05.5 3 Adjust Existing Manhole Cover $ mod-t- $ 11500 °9 KSP EACH to Finished Grade Per EA 1270 8-12.5 400 Temporary Fencing $ 5. $ i, 2CD, �-o KSP LN FT Per LF 1280 8-12.5 225 Install New Chain Link Fence $ Z3. $ KSP LN FT Per LF 1282 8-12.5 2 Install New Double Chain Link $ 1,300,�o $ KSP EACH Gate Per EA 1284 8-12.5 1 Install New Single Chain Link $ D oo $ on KSP EACH Gate Per EA Foster Park Pump Station/Inouye 8 August 17, 2011 Project Number: 09-3005 SCHEDULE I - STREET ITEM SECTION APPROX. ITEM UNIT TOTAL ' NO. NO. QUANTITY PRICE AMOUNT 1315 8-28.5 5 Pothole Utilities $ -cam•' $ 2(IZ0.9-0- ' KSP EACH Per EA 00 1320 8-30.5 1 Project Sign $ �� — $ 49C6 .00 KSP EACH Per EA 1355 1-04.4(1) 1 Minor Changes $15,000.00* $15,000.00 WSDOT CALC Per CALC *Common price to all bidders Sub Total $ 2CY E370. 0C: 9.5% WA State Sales Tax $` / 7" S(O , 1 S �>1 L Schedule I Total $_ 2 Z y, $��•�$� �"� i 1 1 1 Foster Park Pump Station/Inouye 9 August 17, 2011 Project Number. 09-3005 ` SCHEDULE IV - STORM SEWER ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 4010 7-04.5 15 Storm Sewer Pipe, 8 Inch $ 12O e $ i Q,Od• °� KSP LN FT Diameter, Epoxy Lined, Per LF Ductile Iron, Cl 50 4017 7-04.5 68 Storm Sewer Pipe, 12 Inch $ $ ( ZZO . Q° KSP LN FT Diameter, Epoxy Lined, Per LF ' Ductile Iron, Cl 52 fZES fYt ArAIEO ,?I+VI� 4037 7-04.5 84 Storm Sewer Pipe, 24Inch $ $ Zg20p ,o: KSP LN FT Diameter, Epoxy Lined, Per LF ` Ductile Iron, Cl 52 4080 7-05.5 1 Catch Basin, Type 1 $�r�p oo $ 4&DD ' KSP EACH Per EA ' 4097 7-05.5 1 84 Inch Diameter, Bypass $ 31f,ow" $ *,c'`A0' KSP EACH Catch Basin Type 2 Per EA 4099 7-05.5 1 84 Inch Diameter, Discharge $ 4G.CM,c $ KSP EACH Catch Basin Type 2 Per EA 4110 7-05.5 2 Locking Manhole $ Sm' $ llcob� ' KSP EACH Frame and Cover Per EA 4125 7-05.5 1 Vaned Bi-Directional Catch $ 'C)� $ SM. ' KSP EACH Basin Frame and Grate Per EA 4135 2-02.5 30 Remove Existing 48 Inch $ -GS $ 1,6�- KSP LN FT Storm Sewer Pipe Per LF i Foster Park Pump Station/Inouye 10 August 17, 2011 Project Number, 09-3005 SCHEDULE IV - STORM SEWER ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 4150 2-09.5 1,800 Shoring or Extra Excavation $ $ �$pQ, WSDOT SQ FT Class B Per SF ' 4155 7-08.5 50 Foundation Material, $ 45.°= $ 2,2�• °� KSP TONS Class I and II Per TON ' 4170 7-08.5 200 Pipe Zone Bedding $ .°� $ KSP TONS Per TON 4180 7-08.5 500 Bank Run Gravel for Trench $ 15, $ * KSP TONS Backfill Per TON ($2.50 Min) 4220 8-34.5 1 120 Inch Diameter Storm Water $ 12�,= `- $ KSP LUMP SUM Pump Station Complete, Per LS Including Concrete Landing 4225 8-34.5 1 Generator System Complete, $ (044i CP $ KSP LUMP SUM Including Concrete Pad Per LS 4230 8-34.5 1 Electrical/Communication $ KSP LUMP SUM System Complete, Including Per LS Concrete Pad ' 4235 8-34.5 1 Pump Station Shelter, $ 26,E `IO KSP LUMP SUM Complete Per LS dD 4240 8-34.5 1 Generator Shelter, Complete $ 70,CM $ Z01006 •°= KSP LUMP SUM Per LS * The description of this bid item is identical to a bid item(s) found in more than one schedule. In accordance with the CONTRACT PROPOSAL - NOTE TO BIDDERS, it is required that bid items with identical bid item descriptions reflect the same unit price. Foster Park Pump Station/Inouye 11 August 17, 2011 Project Number 09-3005 SCHEDULE IV - STORM SEWER ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 4245 8-34.5 1 Electrical Shelter, Complete $ 14, " $ 1411,060 °a KSP LUMP SUM Per LS S„b7"vtoL ' 44s4,)oT SubTotai $ ' 9.5% WA State Sales Tax $ y7, Schedule IV Total $ 4 �Is9. 4 b i t i i Foster Park Pump Station/Inouye 12 August 17, 2011 Project Number. 09-3005 SCHEDULE V — TRAFFIC CONTROL ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 5005 1-10.5 1,000 Traffic Control Labor $ I -,— $ 41,CX0 °D KSP HOURS Per HR 5010 1-10.5 250 Construction Signs Class A $ 22•= $ 5,t30,°� KSP SQ FT Per SF 5015 1-10.5 250 Traffic Control Supervisor $ 4S,'— $ 11�25b 00 KSP HOURS Per HR 5020 1-10.5 1 Temporary Traffic Control $ ,JCap6 ,°21 $ �, Dd�•°� KSP LUMP SUM Devices Per LS 5030 1-10.5 120 Portable Changeable Message $ 9 .°° $ KSP DAYS Sign (PCMS) Per DAY 5035 1-10.5 120 Sequential Arrow Sign (SAS) $ 9.00 $ 1; d8O,ea KSP DAYS Per DAY 5075 8-22.5 1 Permanent Channelization $ $ 3,0�,� KSP LUMP SUM Per LS 5080 8-23.5 50 Temporary Pavement Marking $ �•� $ WSDOT LN FT Per LF Sub Total $ 4a 1 16 . 9.5% WA State Sales Tax $ 3,Sl0 45" Schedule V Total $ 43� q20 .415� Foster Park Pump station/Inouye 13 August 17, 2011 Project Number 09-3005 SCHEDULE VI - ELECTRICAL ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY c�PRICE AMOUNT 6005 8-20.5 1 Install Light Standard $ °° $ 66O o t� KSP EACH Per EA / 6006 8-20.5 4 Video Surveillance Camera $ 2/aO oo $ �, 640. a KSP EACH Per EA # = 6007 8-20.5 400 Installation of 3/4 Inch $ 41, 00 $ /� d� Cj KSP LN FT Diameter Conduit Per LF 6008 8-20.5 100 Installation of 1 Inch $ 5. co $ svo.00 KSP LN FT Diameter Conduit Per LF 6009 8-20.5 75 Installation of 1-1/4 Inch $ G. CO $ KSP LN FT Diameter Conduit Per LF 6010 8-20.5 175 Installation of 1-1/2 Inch $ 7 0o $ KSP LN FT Diameter Conduit Per LF 6011 8-20.5 100 Installation of 2 Inch $ �, ob $ �Od.oo KSP LN FT Diameter Conduit Per LF 6018 8-35.5 175 Utility Trench Excavation = $ /.3, oo $ Z, 2 76'. au KSP LN FT 2 Feet Wide - 3 Feet of Cover Per LF 6021 8-35.5 150 Sand for Conduit Bedding $ gS, co KSP TONS Per TON Foster Park Pump Station/Inouye 14 August 17, 2011 Project Number 09-3005 SCHEDULE VI - ELECTRICAL ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 6022 7-08.5 400 Bank Run Gravel for Trench $ /S•06 $do" eeo. 00 * KSP TONS Backfill Per TON 6023 8-20.5 25 Transformer Pad $ ? /66 $ 2I 2-TO.06 KSP SQ YDS Per SY * The description of this bid item is identical to a bid item(s) found in more than one schedule. In accordance with the CONTRACT PROPOSAL - NOTE TO BIDDERS, it is required that bid items with identical bid item descriptions reflect the same unit price. ISub Total $ .3S; PSO .00 9.5% WA State Sales Tax $_31 to 7.3r- Schedule VI Total $ �fZ��}�d. 7S' Foster Park Pump Station/Inouye 15 August 17, 2011 Project Number 09-3005 e SCHEDULE VII - TEMPORARY EROSION AND SEDIMENTATION CONTROL ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT C!0 7000 8-01.5 150 Seeding, Fertilizing, and $ 3 $ �. o0 KSP SQ YD Mulching Per SY o� 7005 8-01.5 200 Filter Fabric Fence $ .— $ 1`400 o0 KSP LN FT Per LF 7010 8-01.5 175 Straw Wattle $ $ 8 ^,� KSP LN FT Per LF I ao a4 1 7015 8-01.5 3 Inlet Protection $ �a $ KSP EACH Per EA 7020 8-01.5 100 Straw Mulch $ 4. $ KSP SQ YDS Per SY 7025 8-01.5 100 Clear Plastic Covering $ -I $ KSP SQ YDS Per SY 7030 8-01.5 1,000 ESC Lead ao $ _rLtccb KSP HOURS Per HR 7055 8-01.5 1 Erosion/Water Pollution $5,000.00* $5,000.00 WSDOT FORCE Control Per FA ACCOUNT *Common price to all bidders 7060 8-01.5 1 Stormwater Tanker Truck $5,000.00* $5,000.00 KSP FORCE Per FA ACCOUNT *Common price to all bidders Foster Park Pump Station/Inouye 16 August 17, 2011 Project Number 09-3005 SCHEDULE VII - TEMPORARY EROSION AND SEDIMENTATION CONTROL ITEM SECTION APPROX. ITEM UNIT TOTAL NO NO UANTITY PRICE AMOUNT 7065 8-01.5 1 Baker Sand Filtration System $5,000.00* $5,000.00 KSP FORCE Per FA ACCOUNT *Common price to all bidders Sub Total $ z`✓' , -: 5-e 9.5% WA State Sales Tax $ 2 ` EV Schedule VII Total $ 2.5 I I 1 i 1 Foster Park Pump Station/Inouye 17 August 17, 2011 Project Number 09-3005 SCHEDULE VIII - ROADSIDE RESTORATION ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 8005 8-02.5 25 Topsoil Type A $ 4S� $ II IZS pD KSP CU YDS Per CY 8010 8-02.5 30 Sod Installation $ 41 oo $ oo WSDOT SQ YDS Per SY Sub Total $ 11 91S'6_0 ' 9.5% WA State Sales Tax $ 13� Schedule VIII Total $ I� 5Z�•'3-- Foster Park Pump Station/Inouye 18 August 17, 2011 Project Number 09-3005 BID SUMMARY 2 z y ga. is L Schedule i a Schedule II 7 9S-1 G l `� Schedule V Schedule VI Schedule VII ZP 2 �f5 S 3 Schedule VIII I . Z 7_ -� 3 TOTAL BID AMOUNT f f f i i i f Foster Park Pump Station/Inouye 19 August 17, 2011 Project Number. 09-3005 CITY OF KENT SUBCONTRACTOR LIST (Contracts over $100,000) 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 at the bottom of the page. Failure to submit a fully completed and signed subcontractor list after the time set for bid opening may disqualify your bid. Project Name: Foster Park Pump Station Project Number: 09-3005 Subcontractor Name / 2AM P41vL 'FAr/0A) Item Numbers v rc. Subcontractor Name Item Numbers Subcontractor Name Item Numbers Subcontractor Name Item Numbers Subcontractor Name Item Numbers Subcontractor Name Item Numbers Subcontractor Name Item Numbers CONTRACTOR'S SIGNATURE Foster Park Pump Station/Inouye 20 August 17, 2011 Project Number 09-3005 SUBCONTRACTOR LIST (Contracts over 1 million dollars) Name of Bidder: Project Name: Foster Park Pump Station Project Number: 09-3005 Pursuant to RCW 39.30.060, Bidder shall list the names of the subcontractors with whom the Bidder, if awarded the contract, will subcontract for performance of the work of heating, ventilation, and air conditioning; plumbing; and electrical, or to name itself for the work. Failure of the Bidder to submit, as part of the Bid, the names of such subcontractors or to name itself to perform such work or the naming of two or more subcontractors to perform the same work shall render the Bidder's Bid non-responsive and, therefore, void. Heating, Ventilation, and Air Conditioning Subcontractor Name: r Plumbing Subcontractor Name: Electrical Subcontractor Name: Signature of Bidder Date Foster Park Pump Station/Inouye 21 August 17, 2011 Project Number 09-3005 CONTRACTOR'S QUALIFICATION STATEMENT (RCW 39.04.350) THE CITY WILL REVIEW THE CONTRACTOR'S RESPONSES TO THIS FORM TO DETERMINE WHETHER THE BIDDING CONTRACTOR IS RESPONSIBLE TO PERFORM THE CONTRACT WORK. THIS FORM REQUIRES CRITERIA ESTABLISHED BY STATE LAW AS WELL AS SUPPLEMENTAL CRITERIA ESTABLISHED BY THE CITY THAT ARE APPLICABLE TO THIS PUBLIC WORKS PROJECT. THE BIDDER SHOULD READ AND RESPOND TO THIS FORM CAREFULLY, Indicia of contractor's responsibility inherently involve subjective determinations as to the contractor's ability to perform and complete the contract work responsibly and to the owner city's satisfaction. The city has an obligation and a duty to its citizens and its taxpayers to administer its budgets and complete its projects in a businesslike manner. Accordingly, it has a duty to exercise the type of inquiry and discretion a business would conduct when selecting a contractor who will be responsible to perform the contract work. The city's supplemental criteria are based, in large part, on the qualification statement form used by the American Institute of Architects. The city provides these criteria so as to provide the most objective framework possible within which the city will make its decision regarding the bidder's ability to be responsible to perform the contract work. These criteria, taken together, will form the basis for the city's decision that a bidder is or is not responsible to perform the contract work. Any bidder may make a formal written request to the city to modify the criteria set forth in this qualification statement, but that request may only be made within 48 hours of the date and time that the bidder first obtains the bid documents or three (3) business days prior to the scheduled bid opening date, whichever occurs first. If the city receives a modification request, it will consider any information submitted in the request and will respond before the bid submittal deadline. If the city's evaluation results in changed criteria, the city will issue an addendum establishing the new or modified criteria. i If the city determines that, based on the criteria established in this statement, a ; bidder is not responsible to perform the contract work, the city will provide written I notice of its determination that will include the city's reason for its decision. The bidder has 24 hours from the time the city delivers written notice to the bidder that the bidder is not responsible to perform the contract work to appeal the city's j determination. No appeals will be received after the expiration of this 24 hour appeal period. The city may deliver this notice by hand delivery, email, facsimile, or regular ! mail. In the event the city uses regular mail, the delivery will be deemed complete three days after being placed in the U.S. Mail. The bidder's right to appeal is limited to the single remedy of providing the city with additional information to be considered before the city issues a final determination. Bidder acknowledges and understands a that, as provided by RCW 39.04.350, no other appeal is allowed and no other remedy of any kind or nature is available to the bidding contractor if the City determines that a Cthe bidder is not responsible to perform the contract work. ` Foster Park Pump Station/Inouye 22 August 17, 2011 if Project Number. 09-3005 If the bidder fails to request a modification within the time allowed, or fails to appeal a determination that the bidder is not responsible within the time allowed, the city will make its determination of bidder responsibility based on the information submitted. COMPLETE AND SIGN THIS FORM AS PART OF YOUR BID. FAILURE TO PROPERLY COMPLETE THIS FORM MAY ALSO RESULT IN A DETERMINATION THAT YOUR BID IS NON-RESPONSIVE AND THEREFORE VOID. iTHIS DOCUMENT HAS IMPORTANT LEGAL CONSEQUENCES: CONSULTATION WITH AN ATTORNEY IS ENCOURAGED WITH RESPECT TO ITS COMPLETION OR MODIFICATION. The undersigned certifies under oath that the information provided herein is true and sufficiently complete so as not to be misleading. SUBMITTED BY: Road Conekw m NorOwnw, Mr. NAME: 7;1!Z—nL eW—iJE y ADDRESS: /80 P-,&rrdm,, UJ�gds PRINCIPAL OFFICE: Reid Carm&mcdon NeAhril,Inn. ADDRESS: 7>0 Z3&?e- 16& a400vn%/V C IA 41BoS7 PHONE: FAX: (2s- 2S`f 1. STATUTORY REQUIREMENTS 1.1 Provide a copy of your Department of Labor and Industries certificate of registration in compliance with chapter 18.27 RCW. 1.2 Provide your current state unified business identifier number. 602- 2.8G 0/0 1.3 Provide proof of applicable industrial insurance coverage for your employees working in Washington as required in Title 51 RCW, together with an employment security department number as required in Title 50 RCW, and a state excise tax registration number as required in Title 82 RCW. Providing a copy of a state of Washington "Master License Service Registration and Licenses" form is typically sufficient evidence of the requirements of this subsection. 1.4 Provide a statement, signed by a person with authority to act and speak I for your company, that your company, including any subsidiary companies or affiliated companies under majority ownership or under control by the owners of the bidder's company, are not and have not been in the past three (3) years, disqualified from bidding on any public works contract under RCW 39.06.010 or 39.12.065 (3). Foster Park Pump Station/Inouye 23 August 17, 2011 Project Number 09-3005 2. ORGANIZATION 2.1 How many years has your organization been in business as a Contractor? ,E-14�9ieY- 2.2 How many years has your organization been in business under its present business name? �Gy�- 2.2.1 Under what other or former names has your organization operated? NonJE 2.3 If your organization is a corporation, answer the following: 2.3.1 Date of incorporation: /4Aa/L 2-063 2.3.2 State of incorporation: W,4,sw1Ncran/ 2.3.3 President's name: JCrFWC7 14ANYve, 2.3.4 Vice-president's name(s): ,LL,�2 g/ermVE-Y 2.3.5 Secretary's name: fin_ KeFMAWY 2.3.6 Treasurer's name: Japla;ter pL/WY6rL 2.4 If your organization is a partnership, answer the following: 2.4.1 Date of organization: 2.4.2 Type of partnership (if applicable): 2.4.3 Name(s) of general partner(s): 2.5 If your organization is individually owned, answer the following: 2.5.1 Date of organization: 2.5.2 Name of owner: 2.6 If the form of your organization is other than those listed above, describe it and name the principals: 3. LICENSING 3.1 List jurisdictions and trade categories in which your organization is legally qualified to do business, and indicate license numbers, if applicable. t'iI/A_w11vG7a.j JM7E- GENE'/,4L e0,v 2Acm1L Rcnrw k-eA, ?78L4, 3.2 List jurisdictions in which your organization's partnership or trade name is filed. UMSW1ffaraR/ .SrATLF 4. EXPERIENCE 4.1 List the categories of work that your organization normally performs with its own forces. RaU Q),vsrAacriaa1, UNDE26/dw"V UTrcrrrEs, 6,--,VE)24L C,14ta0 az 4.2 Claims and Suits. (If the answer to any of the questions below is yes, please attach details.) 4.2.1 Has your organization ever failed to complete any work awarded to it? No 4.2.2 Are there any judgments, claims, arbitration proceedings or suits pending or outstanding against your organization or its officers? AKD Foster Park Pump Station/Inouye 24 August 17, 2011 Project Number 09-3005 4.2.3 Has your organization filed any law suits or requested arbitration with regard to construction contracts within the last five years? 4.3 Within the last five years, has any officer or principal of your organization ever been an officer or principal of another organization when it failed to complete a construction contract? (If the answer is yes, please attach details.) iV p I4.4 On a separate sheet, list major construction projects your organization has in progress, giving the name of project, owner, architect or design engineer, contract amount, percent complete and scheduled completion date. 4.4.1 State total worth of work in progress and under contract: 4 e� .01K(L6l01-V 4.5 On a separate sheet, list the major projects your organization has completed in the past five years, giving the name of project, owner, architect or design engineer, contract amount, date of completion and percentage of the cost of the work performed with your own forces. 4.5.1 State average annual amount of construction work performed during the past five years: 4 1 'Z On! I4.6 On a separate sheet, list the construction experience and present commitments of the key individuals of your organization. 4.7 On a separate sheet, list your major equipment. 5. REFERENCES 5.1 Trade References: 6 R^Ay AeniAb CoNav-, 2ob 7eo29r2S 6AlY A4EWLJV l 5.2 Bank References: COCUPW41A R4A)I< 253- 9sZ -4f-f96 SAKa MATT-NA1z-- 5.3 Surety: 5.3.1 Name of bonding company: 5.3.2 Name and address of agent: P/1opez.. -twS. 6. FINANCING 13'0 Cho 2 9�!o 6.1 Financial Statement. After bid opening, the City may require the following financial information from any of the three apparent low bidders. If so required, the selected bidder(s) must respond with this financial information within 24 hours of the City's request for that information. The City's request for this information shall not be construed as an award or as an intent to award the contract. A bidder's failure or refusal to provide this information may result in rejection of that bidder's bid. 6.1.1 Attach a financial statement, preferably audited, including your organization's latest balance sheet and income statement showing the following items: Foster Park Pump Station/Inouye 25 August 17, 2011 Project Number 09-3005 r Current Assets (e.g., cash, joint venture accounts, accounts receivable, notes receivable, accrued income, deposits, materials inventory and prepaid expenses); ( Net Fixed Assets; Other Assets; Current Liabilities (e.g., accounts payable, notes payable, accrued expenses, provision for income taxes, advances, accrued salaries and accrued payroll taxes);Other Liabilities (e.g., capital, capital stock, authorized and outstanding shares par values, earned surplus and retained earnings). 6.1.2 Name and address of firm preparing attached financial statement, and date thereof: 6.1.3 Is the attached financial statement for the identical organization named on page one? 6.1.4 If not, explain the relationship and financial responsibility of the organization whose financial statement is provided (e.g., parent- subsidiary). 6.2 Will the organization whose financial statement is attached act as guarantor of the contract for construction? 7. SIGNATURE 7.1 Dated at this day of 57/L , 2011. Name of Organization: Rood C.oneywason Nor0wre4Ino. By Title: V/l« Esso��vT' 7.2 �, Gennv , being duly sworn, deposes and says that the information provid d herein is true and sufficiently complete so as not to be misleading. Subscribed and sworn before me this /3 day of 2011. 1 Notary Public: - ,`0anlCl�'1,", 4. My Commission Expires: © J" 30 got dj`.* �a ex �y disc a ,L Foster Park Pump Station/Inouye 26 "sN t"JVJ ;17, 2011 Project Number. 09-3005 DEPARTMENT OF LABOR AND INDUS`I'RIF S REGISTERED AS PROVIDED BY LAW AS CONST CONTR GENERAL C REGIST.# EXP.DATE CCOI RCNW*CN978L6 6/26/2013 EFFECTIVE DATE 6/2 612 0 0 3 i RCNW PO BOX 188 RENTON WA 98057 i F625-M2 000(8,97) 1 t - 1 t i 1 I Department of Licensing Office of the Secretary of State f Master License Service Corporations Division LEGAL ENTITY REGISTRATION Unified Business ID #: 602 286 010 Business ID #: 1 ` Expires: 04-30-2012 ROAD CONSTRUCTION NORTHWEST, INC. =t 719 SECOND AVE SUITE 425 SEATTLE WA 98104 sf, Domestic Profit Corporation Renewed by Authority of Secretary of State p REGISTERED TRADE NAMES: METAL WORKS NORTHWEST RCNW WIDGET WORKS a7 By accepting thts document the licensee certifies that information provided on the renewal was complete,true,and accurate to the best of his or her knowledge,and that the company will stay in compliance with all applicable Washington State regulations Director,D artmentof Licensing ���gfA9g oA '+'�I989 aVY STATE OF WASHINGTON EMPLOYMENT SECURITY DEPARTMENT UNIFIED BUSINESS IDENTIFIER DATE: 04/16/03 602 286 010 000 RCNW ES REFERENCE NUMBER ROAD CONSTRUCTION 225492-00 1 PO BOX 3435 RENTON WA 98056 YOU HAVE BEEN DETERMINED SUBJECT TO THE WASHINGTON EMPLOYMENT SECURITY ACT EFFECTIVE 05/01/03. PLEASE USE YOUR NUMBER AS SHOWN ABOVE ON ALL COMMUNICATIONS AND REPORTS TO THE EMPLOYMENT SECURITY DEPARTMENT. YOU WILL BE SENT A TAX REPORT (EMS 5208) EACH QUARTER WHICH MUST BE COMPLETED AND RETURNED WITH YOUR PAYMENT. IF NO WAGES ARE PAID IN A QUARTER AND YOUR ACCOUNT HAS NOT BEEN CLOSED, YOU ARE REQUIRED TO SUBMIT A REPORT FOR THAT QUARTER INDICATING "NO PAYROLL" . YOU MAY FILE THIS REPORT BY PHONE USING THE WASHINGTON EMPLOYER HELP LINE. SEATTLE AREA BUSINESSES SHOULD CALL (206)340-1400. TACOMA AREA BUSINESSES SHOULD CALL (253)305-0038. ALL OTHER BUSINESSES MAY CALL 1-888-836-1900 (TOLL FREE) . YOUR DEFAULT PIN NUMBER IS IT IS YOUR RESPONSIBILITY TO ADVISE US IMMEDIATELY OF ANY CHANGE IN THE OWNERSHIP OF YOUR BUSINESS, SINCE YOUR STATUS UNDER THE LAW MAY BE AFFECTED. IF YOU HAVE FURTHER QUESTIONS, PLEASE CONTACT THIS DEPARTMENT IN OLYMPIA AT (360)902-9360 OR THE BELLEVUE TAX OFFICE AT (425) 649-4388. STATUS SECTION TAX CENTRAL OFFICE OPERATIONS ENCLOSURES PACKET WASHINGTON EMPLOYER HELPLINE BROCHURE -"'4 -21 1, -,,6,,w '51 IA IW, IICENSESERVICE--'-� -,-IMASTERe S- MASTER P 6x 90 4'� mpla'0 -13 big WA�96507-'90M ('360)'664-1400. 'REGISTRATIONS AND LICENSES STATE OF WASHINGTON Unified Business ID #: 602 286 010 Domes-tic Profit Corporation Business ID #: 1 Location: 1 Expires; 10-31-2011 :1 ROAD CONSTRUCTION NORTHWEST, INC. R C N W 2500 EAST VALLEY RD STE C-3 al RENTON WA 98055 TAX REGISTRATION INDUSTRIAL INSURANCE 1 UNEMPLOYMENT INSURANCE CITY LICENSES/REGISTRATIONS: BELLEVUE GENERAL BUSINESS #71863 MARYSVILLE GENERAL BUSINESS #9999CON910 ISSAQUAH GENERAL BUSINESS (EXPIRES 04-30-2011) LICENSING RESTRICTIONS: Not authorized to hire persons under age 18 at this location. The licerite a named above has been liguid'th a buski ss registrations or license's' qd ,>0r) a P 10 ho s t h,IN,$ 6MVg,6 te h§nc -jr Coal Q k6i Noft? 93 '41" '�Pllc D r4 a N a, Z Z 1 0 0 L) M Z (L N w X (n :w0 1 0 w U 0 Wn L4 Z 0 X LU w H Uj 16 F- LU Z v) 0� YI U Z H=)H a LU Z(A M(A 1-4 z 0 L)-�c n M Z w Z w co-i M Z 0 0 > Z 0: V)J w j H W Ln a =Z<w< �A � (A H a�Z Of 0 U www < co �c JH 160 w 7(31 CK zw w ` City of Kent Business License KENT WAS HINOTON ROAD CONSTRUCTION NORTHWEST,INC. PO BOX 188 RENTON, WA 98057 i t i Please tear at perforation --------------------------------- _.-._ r.-------- i BUSINESS LICENSE and RCW 82 us local sales and use tax must be coded LICENSE MUST BE RENEWED ANNUALLY BY No 1715 for all qualified JANUARY 31 TO AVOID PENALTY sales within the city of ,L KENT Issuance of License Does Not Imply Licensee's Kent W A S H I N O T O N Compliance with State and Local Laws THIS LICENSE MUST BE POSTED IN A CONSPICUOUS Year : 2011 PLACE.NOT TRANSFERABLE OR ASSIGNABLE NAME AND ADDRESS OF BUSINESS LOC-2110150 ROAD CONSTRUCTION NORTHWEST,INC. MAYOR 500 E VALLEY RD C-3 The City of Kent NTON,WA 98057 At 2204TTT AVE SO KENT,WASHNGTON 98032 ------------------------------------ CERTIFICATE OF COVERAGE ngTF EMPLOYER: This official certificate of industrial insurance coverage 's is in lieu of a policy. It remains in effect until your account is officially - x closed. There is no limitation of benefits. You are required by law to post both this certificate and copies of the posters listed below. You will soon " `-be,receiving 1 copy of each. If you.reyuire additional copies, call Labor Insurance Services Division and Industries at 360-902-4817. ' Employer Services *Job Safety and Health Protection (available in Spanish) *Your Ric hts as a Worker/Family Care Department of Labor & Industries •Notice to Employees PO Box 44144 Olympia WA 98504-4144 WORKER: The employer named below is an insured policyholder with www.LNI.wa.gov the Washington State Industrial Insurance Trust Fund. UBI*: 602 286 010 Policy Effective Date �103 Location R-MX0 CONSTRUCTION PiUA?HtvES? IN Emytover _500 EAST VALLEY ROAC ATE ;-3 Rf2AD CONSTRUC?ION NORTHWEST :N <Ev TON TWA D8055 .ICNW PO BOX 188 RENTON WA 98056 *Your Unified Business Identifier is the only number you need to discuss your business account with the Washington state departmetiLs of Revenue,Liceosmg,Employment Security,Labor and Industries and the Office of the Secretary of Statev Other state licenses or regisuations may be regmred for proper licensing of your business. -- ________________________________________________________ ____ __L i i t i r Ro.D CONSTRUCTION NoRTHwEsT, INC. PO Box 188 Renton, Washington 98057-0188 425-254-9999 425-254-1334 fax September 13, 2011 To Whom It May Concern: Road Construction Northwest, Inc. including any subsidiary companies or affiliated companies under majority ownership or under control by the owners of the bidder's company, are not and have not been in the past three (3) years, disqualified from bidding on any public works contract under RCW 39.06.010 or 39.12.065 (3). l Peter J. Ke ey Vice President i f O e-r a v d O C O N N r �/1 N .G., O O G ell N � V £ 7 y N 7 � ;� N U C y O J e � a G tl Z LUa7 .0 o 4. tl C chiZZZL o d 0 V E A o i y Z 3 ci o y c 13 U -0 L Z V O j G yW � U o � � � � F a o 0 oL a ° �z d _ G y Q t .r Oi 41 a U C R C G C p C o G o ° Cl oto ° o c o C y O N O y C1 p� 7y G a p s _ ^C sA C C z °\ i -O G Y '� (31 C Iz Z, W °° °° oGi coo ~`- Z., COD d c i e coc .GG, m v} � G �A 7= d cr NV2 s Ncr� Nrn s v W — C o �o .� � W � � NCO ai ❑ ri O � �_ � y � � � r C C _O Op a o 3 o o 3 Yz a ° Z Ccad T m O U Y G y C C aj ? > o v C -Zrz 3 'o � ❑ � o �' c o o C G -o q >, G fx n G 7 �C [0 � � c Q C to v AC iC] � 3L1 x n' U CZ U ° N -c °p Y Y Cl C y Y ? N N C O OG o ^ to 50 L Q C L i y C zz w y cd eC O c! Q cc yi -O Y w a r > p v ec .Fr Y, i C ✓� k y aYi y w Q o O c 0 C R o U o F.. i. ee Y y �' u . z 3 3 e g E C 3 0 � ..1 o U 3 G G I C 0 7 E p m d _ Y c a a. o v � .o C C U jz, cc a Ake n aF� rnLl °s 02U 309 oar aoaCA� Ei :, w ` � � V O V 7 O � aJ _ 5 y V G O � Z ro x � " n ti V oA N �Q "• p O `G I0 3 r UO O O Cl O O O ril z Q c 4 0 d O N N j Q C N M Q CDO U O 01 W 0 CD 69 69 � 69 Yi 69 � 3 69 �.l N3 C 69 .C•1. 69 � r C'o tc ° y � y�j N O G O O 'O `O O\ R N ctl V R mu0�o WC> .a 01 U i 00 Vl ° N �S C °.^° N Z C, .L. C ¢ Q1 Q U Q G z z � W o ¢ '^� z ¢ Q y 4 3 a ¢ d 3 3 oON zt c3 y o g � Y O 0 O w e o 4 3U o C C 3 C O O C O o ¢ y� v o = v o > y r c � � �' •o v o �, �• > � K Q � r d z r QO a c 94 O O 4 C Y! Q p 0Q. cd ON F 'O v y o W .�. o C 440 °� CDy L' cpi 3 G 4 aii R d o " o d c" E 3 v Feu y r o z d .+ v v M 'ti r .1 d' o X d zcc ya+ •.�. G! C i x OC ^ O L a+ y +CIO„ L G i. ate'+ G pia i .brs zmce C Pwr/� �cl Q x M O V1 N .• � x^ M 7 U 7 V CD W) 7 7 N i N ° Y N O tc C p p W r" T 4z U C C C to C Z c U o L� C7 c U W f� V� rn I U �" v m 4 w °p O O O C O C O h O C U O O O O N N O N chi N U N y 7 eo 0 tv O o a Z v o o c o ? o h o e Io 0 69 i� Fig 6R 69 H4 Q Vf ,� 69 w 69 69 J O y U 7 Y C ? W O N ,z � d� oQ xz c QQ � d p � Q o °' od 4 N � s A 3 z M3 � M o _ 3 x3 .� � � d � M3 �, d a y a�i m ❑ TZ an d M a�i °' o W Ctl C � -�., `o tl ❑ y q e a ..a vm Y .-. x u MV1 NVI i � 3 i c o h c o w ° 0 _ 1 ° m N r aA N y 0 J y ti Y a 4 U q � " so e F x U 3 c m w x o c ° c °�' 3 Q ° u o � ' r ° a �4 U u U x c U 4 C� Zs 7m c S430 O ° ct U ai C y ZS J u C a C C y [-+ C d O U �' C � r C C j y W � "v U £ d stm rn a o cd d o p u 3 'c 3 3 r cL E ° 3 M g 3 zo cam+ o ce .o y o s o xt e o i _. C y '� 00 d d Zi 0.le c ArA dot *l W .• "30a 3 Oc4 � O .Ti J] h c WoV: 4, Z .a : C a si riiW ° F'� C O C ... IT N '� N y W Vl CCi W N Z �D oo m N vi y N v1 U O y O ^ � 3 h � vmi vMi C o0o N j y Y y C h a z to aw, e 4 s 3 F o z a rn y C> Q oo ao 3 00 00 ° U o i o U o o o y o o o o c o o N o C o o a � zi 4 r ° O ^ O by O y V] n O y ` a Y N Y Z Ln QY C 7k d Q C T N itl O � � � 4 ov c > $ oYd - e w`v aS G a 3 y w K Zo 0 5 p ¢ Q m e M ° y = w o ° o o ° o a va cn a C A Ucn h i.b b0 e aJ Q S o m ^ 3 r U ❑ B c Gzl O ti.l 3 U c0 J O C y y O G 'I's Q U c o e m y c y Y c o > c G o pa y Zc� '7UW v c C � to y R O ° = i C k Q,ow 43 ^C 04 C C CL m ra Cz y ° oQ y n R L3 as 3 y N d 1W Y m y m 4 O v N a o N •� r ccC A Aa Q m r�.i +�' Q C.- L4� , �' y M d' z C ►a •: s Q � b ��y � re�C py y IZ del n E- OaG r U ai z IaUW ►� ct", # [� UG4 � WT C r U h h h yO O p Y y y ^ N F � ❑ c V O O ti p A y�, O W pp p y y d 00 00 O N tl = y C y c 4 Y d y o c � bo� ss c Q 0 p y C -,�, 'O u Z M b'G 00 C W 00 C W C C m co > cn '� Zoo Zoo Y ❑ N v' zoo G�7v c ° o, a 00o V A N ¢ a Q o C Q e O Q Z cq Q ¢ Q 3 j 0.ci c h p ❑ o o ^ 4 �o o p c o ^ � I � y o x 3 v, c , �+ op yC U V N 'LS N C.i t cR NCO a v W NG ^ ,n v � h o Q Oy S Cya' C bc y 3 Y ti b Q c cn cs 3 ,o eta CC v K i v a o O "3 i p Zj c Lz7 Op y fl, a: `ry' V1 i Vl U W N 4 by S F y d J y 'fl E O L O ? O i y ar hgo L C F c £ �-� O i o R z c V _ It ca ci F 3 p n3 o n3 � d p � x3 3 0 � � a wcZ > cx > Nd � Esc tc ? p e 0. ° 3 0 = '° G1i r% NCG � � CaU 0.1 ..+ � cs � �" � ti �i P� � � V� W U NE"'iC ►. p] V� U F a o N r r oo i h Q N 'Z Vl N r N V1D o0 C x �O �G 7 N �O '� N U v vi v n o n CD 6 7 V O V C N N 7 N NO C N O S U yD U Y V C rZn W V y 4 ,"' V ❑ v a N G V J V O z w y y i by CJ C O 'E O O Or O O O O O O O Q O O CDO CDO O , O C C O Z ti O Q Q 5 y h N O r d N ¢ N M O � x _ 69 U � � x •� G` �+ Q '� x x x Z x N � � � pp o ¢ � T �� y oT c C n T y r T3 � ¢ � ¢ � ¢ ¢ a� 3 Z � XEiz x3 o z n C > � M Lq 't .-. C� `� V CC N Ln Ar Gn N Ln vNi Ln C. V7 a Y C w � ° 3 c -• w " s x EJ W ti S7 i d V m, y i O OL 40 cc 03 cl Q y 6 c o L m u e(10 v U ° 6 cu N u 3 WU 0.� C NC Y VIQa �U A � U. v NAFQ U. � ala y U i ti �O N 01 1 vi 1� V J -It N v o v y V N Cl 4 v > ` U Iz c 2 N c e -�4 x ° m s in Q O w m w d h Ile C C y O Y O1110 O C U O M O O O O U O N C O t C O O C O O C O h cq d w E O U C .O O z [ d �` R YC i u Z O y : > V may= U i p C C N O o3i Goq C v3 i Z C ti 69 3 O y U N D '" U C O Z C Q N x V C U > u y vN1 �0 00o O In � ti U cc�� vl C yy J N C O W V} O� VI o0 ap 3 cn � � � � V) CL d r ° a, e 'n y d d y ❑ � ° c � a ba°0, m Q LL '0 3 m > G w ;z mLn � I° O '� p�j ca 0� O U U = c4 a y M3 0 v fi v N Nr o r W h a o > 4 > s o o U ,n ,n 'z r o > o ' to U o U o 0 In r U e V ZZ 0 3 0QL � M y w X i ry V R N w p 0 FC° oc q v a .� e d U •• m s d o F d d /� a D i L y 3 � dzz d h cOcZZ Y 5 rz d '21 ° ► mWY i f 00 �d 7 po N M N q `O C � o G I IT IT v O p y N C14 h Y £ Q Y Q ? G fi U O y rq C p C O 'LS cYi V C Y Q O E^ O, b U st Z ti pp bo i C Q tl O G C N y fi fi V1 w �` O eq 69 y 69 U H9 � 69 C 69 � 64 b9 O 69 Q V ZS C Op U 4 fi £ � •� � ti Yam' U fi V fi Elia m Wok a v' x G IZ of moo fi a ¢ ° d3 _ ai o _ ti Z m ,� °r ❑ ai ^ ti o f c a 0 Y om o c7m C C h 'C3 s U 5 'Cti to c fiM "O 4 Z fi C £ F 3 e U O 'b CC TS U cu `q fi CL C 71 b<' d C C6 c' bL Y i L C Q, Nv O. G �" E u C r p O C>E CG 3 O R m a F a� -el6 t ° a � � � y d y W 40 u E3 d � d sa. r/' 'O 01 i C .^ � e+ Eo > d C > v y £ Uri C '" c B i C7. ° > °' o v h s. ° r ° o C y y C •, v o v a Q :a 00 -'—'-� �° i s b0 y' z w' acG � vN � ce Oco : § � ( E � § § ` � ) j [ § � ) \ k R \ \ 2 � « CN ) / } \ � < \ § & t \ [ \ƒ } \ \ 3 )cc t3 ] - 2 ` el ) k � w ( 7 \ o ± 2 ! / r4 C3 « k \ , _ 4 & $ k Road Construction Northwest, Inc. PO Box 188 Renton, Washington 98057 (425) 254-9999 (425) 254-1334 fax F September 13, 2011 1 City of Kent Foster Park Pump Station ' Project No. 09-3005 Key Individuals, experience, availability - Brian Menard, General Superintendent 20+ years construction experience - available Chad Van Weingen, Foreman 12+ years construction experience - available tRichmond Ford, Foreman 15+ years construction experience - available Clint Willis, Foreman 10+ years construction experience - available Todd Hopkins, Foreman 10+ years construction experience - not available ' Jeff Stern, Foreman 10+ years construction experience - not available Gordon Lee, Project Manager 15+ years construction experience - available 1 Pete Kenney, Project Manager 30+ years construction experience - available i 1 1 I 1 1 . Major Equipment List-All Equipment is Owned Backhoes 12-809 1995 Case 580L 12-813 1995 Case 580L 12-827 1997 Case 580L ' 12-830 1998 Case 580L 12-831 1997 Case 580L 12-833 1997 Case 580L ' 12-832 1997 Case 580 Super L 12-834 1998 Case 580L, 4WD 12-835 2007 Cat 420E Backhoe Loader ' Dozers 22-855 1997 Dreser TDBH Engine#45168495 22-859 1997 Komatsu D37P-5 Turbo w/Laser 22-870 1997 Komatsu D65PX-12 ' 22-872 1995 750C ROPS DOZER W/Brush Sweeps 22-873 2007 JD 700J Dozer w/3 Tooth Ripper 22-874 2006 JD850 JWL (6-Way Blade, 3-tooth ripper) 22-875 2003 JD550H-LGP(6-Way Blade, 3-tooth ripper) Excavators 24-823 2007 CAT 303CCR w/Thumb 24-824 2003 CAT 303CR w/Thumb, Qck Dis, Rub Tr 24-863 1996 Cat 315 w/Thumb ' 24-864 1991 EX-270 W/Quick Coupler 24-865 1996 CAT 307 24-867 1996 CAT 315 w/Hydraulic Quick Coupler 24-868 1998 CAT 308 BSR 24-869 1998 CAT 312B w/Thumb 24-871 1993 EX 300-2 Excavator 24-872 2004 CAT 320C w Hyd Quick Coupler 24-873 2003 CAT 312C wHyd QC/Thumb& Plumb HP 24-874 2007 JD50D ROPS w/Thumb, 24"bucket 24-875 2007 CAT 304CCR w/Thumb 24-876 2005 Hitachi ZX-270-LC w/Thumb,QD,Aux Plumb ' 24-877 2007 Cat 225C w/Thumb, QC 24-878 2007 Cat 315CL 24-880 2007 JD350D w/QC Plumbed for Brkr&Thumb 24-881 2006 JD 350D-LC w/Thumb,QC, Plumb 54" 24-882 2008 2008 JD50 w/Hyd Thumb 18, 24, 36"Bckt Graders 29-140 1993 Cat 140G Loaders 36-704 1996 John Deere 544G w/Fork&Quick Change 36-706 1997 Melroe Bobcat 763H, C-Senes 36-715 1994 John Deere 544G 36-717 2007 John Deere 624J w/Hyd Quick Coupler 36-718 2007 John Deere 644J w/EROPS, Hyd Quick Coup 36-719 2008 John Deere 544J w/QC Off Road Trucks 41-126 2006 John Deere 250D Off Road Truck Rollers 45-893 Sakai SV70D Vibrating Roller 45-901 1999 CAT 563C 84"Roller Service Trucks 48-53 2008 Ford F550 Chassis 2WD 48-99 2006 Ford F550 48-52 2000 PETERBILT 330 SERVICE TRUCK PROPOSAL SIGNATURE PAGE The undersigned bidder hereby proposes and agrees to start construction work on the ' Contract, if awarded to him/her, on or before ten (10) calendar days from the date of the Notice to Proceed, and agrees to complete the Contract within one hundred twenty (120) 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 ten (10) calendar days after City ' awards the Contract. The City anticipates issuance of the Notice to Proceed on the day of the preconstruction meeting. ' No bidder may withdraw his/her 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. 1 Receipt of Addendum No.'s ' , Z , to the plans and/or specifications is hereby acknowledged. Failure to acknowledge receipt of the addenda may be considered an irregularity in this proposal. 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. ' DATE: 9 '13 2 0i load CWW&uWon Noremog Inc. NAME OF B DER ' BY: Si ure ' (Print Name and Title) Address T�ivTanl� vUr4 �J ���7 Foster Park Pump Station/Inouye 27 August 17, 2011 Project Number 09-3005 ' BID BOND FORM KNOW ALL MEN BY THESE PRESENTS: That we, Road Construction Northwest,Inc. , as Principal, and Employers Mutual Casualty Company , as Surety, are held and firmly ' bound unto the CITY OF KENT, as Obligee, in the penal sum of Five Percent(5%)of Bid Amount Dollars, for the payment of which the Principal and the Surety bond themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, by ' these presents. The condition of this obligation is such that if the Obligee shall make any award to the Principal for Foster Park Pump Station/Project Number 09-3005 ' 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 invitation to bid, 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 damaged, the ' amount of this bond. ' SIGNED, SEALED A C IDTi JTS, 13th DAY OF September 2011 Road C rue'on Northw st,Inc <.. • {--q 1 . 0 SR PR L oC r,ri m oyers Mutua asu l , ompany a - Jennifer nyder Atto ey-m-Fact ' - 20 ' Received return of deposit in the sum of $ Foster Park Pump Station/Inouye 28 August 17,2011 Project Number: 09-3005 1 1 11 1 •' 1 1 /EMCInsurance Companies® No. 964556 P 0 Box 712•Des Moines,IA 50303-0712 CERTIFICATE OF AUTHORITY INDIVIDUAL ATTORNEY-IN-FACT KNOW ALL MEN BY THESE PRESENTS, that 1 Employers Mutual Casualty Company,an Iowa Corporation 5 Dakota Fire Insurance Company,a North Dakota Corporation 2 EMCASCO Insurance Company,an Iowa Corporation 6 American Liberty Insurance Company,an Iowa Corporation 3 Union Insurance Company of Providence,an Iowa Corporation 7 Hamilton Mutual Insurance Company,an Iowa Corporation 4 Illinois EMCASCO Insurance Company,an Iowa Corporation hereinafter referred to severally as'Company"and collectively as"Companies each does,by these presents,make,constitute and appoint ERIC A ZIMMERMAN, JAMES B BINDER, BRENT E HEILESEN, PETER J COMFORT, KAREN SWANSON,ANNE E STRIEBY, JENNIFER L SNYDER, PEGGY A FIRTH, JULIE R TRUITT, CHRISTOPHER KINYON, BRADY MORIARTY, INDIVIDUALLY, TACOMA, WASHINGTON its true and lawful attorney-in-fact,with full power and authority conferred to sign,seal,and execute its lawful bonds,undertakings,and other obligatory instruments of a similar nature as follows ANY AND ALL BONDS and to bind each Company thereby as fully and to the same extent as if such instruments were signed by the duly authorized officers of each such Company,and all of the acts of said attorney pursuant to the authority hereby given are hereby ratified and confirmed The authority hereby granted shall expire APRI L 1, 2012 unless sooner revoked AUTHORITY FOR POWER OF ATTORNEY This Power-of-Attorney is made and executed pursuant to and by the authority of the following resolution of the Boards of Directors of each of the Companies at a regularly scheduled meeting of each company duly called and held in 1999 RESOLVED.The President and Chief Executive Officer,any Vice President,the Treasurer and the Secretary of Employers Mutual Casualty Company shall have power and authority to (1) appoint attorneys-in-fact and authorize them to execute on behalf of each Company and attach the seal of the Company thereto, bonds and undertakings,recognizances,contracts of indemnity and other writings obligatory in the nature thereof and(2)to remove any such attorney-in-fact at any time and revoke the power and authority given to him or her Attorneys-in-fact shall have power and authority,subject to the terms and limitations of the power-of-attorney issued to them, to execute and deliver on behalf of the Company, and to attach the seal of the Company thereto, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof,and any such instrument executed by any such attorney-in-fact shall be fully and in all respects binding upon the Company Certification as to the validity of any power-of-attorney authorized herein made by an officer of Employers Mutual Casualty Company shall be fully and in all respects binding upon this Company The facsimile or mechanically reproduced signature of such officer, whether made heretofore or hereafter, wherever appearing upon a certified copy of any power-of-attorney of the Company,shall be valid and binding upon the Company with the same force and effect as though manually affixed IN WITNESS THEREOF,the Companies have caused these presents to be signed for each by their officers as shown,and the Corporate seals to be hereto affixed this 19TH day of AUGUST 2011 4 nA4 A A Seals Bruce G Kelley,6hairman Michael Freel •dSCO•i'NSpgq''•, y-PN�;;iCU,�F d•Pt Y1,8,�;s'= of Companies 2,3 4,5&6,President Assistant Vice President/ 'oa°°^q: of Company 1,Vice Chairman and Assistant Secretary ; 1863 e `:a 1953 = CEO of Company 7 SEAL ,2_ •'OWP ;` • owP •\NSU�Ary�E •,••. ........ •'�UTUA(... On this 19TH day of AUGUST AD 2011 before me a o P^q o wpogq,,F�,•, ,,Qs, 00d',,gsG Notary Public in and for the State of Iowa,personally appeared Bruce Kelley and Michael Freel, r. 0' o:�P ' -_y - who,being by me duly swom,did say that they are,and are known to me to be the Chairman, n _ �: SEAL ;=?; ;a; SEAL _; SEAL President Vice Chairman and CEO, and/or Assistant Vice President/Assistant Secretary, o <; = a• �: respectively,of each of The Companies above,that the seals affixed to this instrument are the -sMoi,vEs seals of said corporations,that said instrument was signed and sealed on behalf of each of the Companies by authority of their respective Boards of Directors,and that the said Bruce G Kelley SUAL,N and Michael Freel, as such officers, acknowledged the execution of said instrument to be the UTUq Sp9 voluntary act and deed of each of the Companies r2 My Commission Expires March 13,2014 R LAUREL BLOSS Z ' Commission Number 18366 �s URA \_aQ My Comm Exp Mar13,2014 Notary Public in and for the State of Iowa MOIN S.U CERTIFICATE I,James D Clough,Vice President of the Companies,do hereby certify that the foregoing resolution of the Boards of Directors by each of the Companies, and this Power ofAltomey issued pursuant thereto on AUGUST 19, 2011 on behalf of Eric A Zimmerman, James B Binder, Brent E Heilesen, Peter J Comfort, Karen Swanson, Anne E Stneby, Brady Moriarty, are true and correct and are still in full force and effect Jennifer L Snyder, Peggy A Firth, Julie R ruitt, Chmto her Kinyon In Testimony Whereof I have subscribed my name and affixed the facsimile seal of each Company this day of n �f 1 O Vice President ' CITY OF KENT COMBINED AFFIDAVIT & CERTIFICATION FORM: NON—COLLUSION, MINIMUM WAGE (NON—FEDERAL AID) NON-COLLUSION AFFIDAVIT ' Being first duly sworn, deposes and says, that he/she is the identical person who submitted the foregoing proposal or bid, and that such bid is genuine and not sham or collusive or made in the interest or on behalf of any person not therein named, and further, that the deponent has not directly induced or solicited any other bidder on the foregoing work 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 MINIMUM WAGE AFFIDAVIT FORM iI, the undersigned, having duly sworn, deposed, say and certify that in connection with the performance of the work of this project, I will pay each classification of ' laborer, workman, or mechanic employed in the performance of such work not less than the prevailing rate of wage or not less than the minimum rate of wage as specified in the principal contract; that I have read the above and foregoing statement and certificate, know the contents thereof and the substance as set forth therein is true to my knowledge and belief. ' FOR; NON-COLLUSION AFFIDAVIT AND MINIMUM WAGE AFFIDAVIT Foster Park Pump Station ' Project Number: 09-3005 NAME OF PROJECT Road Cmebacem No dwwiiiit, klL NAME OF BIDDER'S FIRM / GE ESEYV SIGN Ot *dTHCFRIZED REPR ENTATIVE OF BIDDER iSubscribed rp to before me this day of 3 , 2011. `��� a A. u`�C s�.���1c-r°j%oei � �ouer --�— Notary Public in and for the State of kg *If8,6 ^a Washington, residing at f? OF tv Foster Park Pump StaEift1 ye 29 August 17, 2011 Pro3ect Number 09-3005 BIDDER'S CHECKLIST The following checklist is a guideline to help the Contractor make sure all forms are complete. The bidder's attention is especially called to the following forms. Failure to execute these forms as required may result in rejection of any bid. Bidder's Package should include the following: Bid Document Cover Sheet filled out with Bidder's Name .................... Tableof Contents Sheet ....................................................................... Invitationto Bid................................................................................... Contractor Compliance Statement........................................................ Date........................................................................................... Have/have not acknowledgment ................................................ Signatureand address ................................................................ Declaration - City of Kent Equal Employment Opportunity Policy ........ Datedand signed ........................................................................ AdministrativePolicy ........................................................................... Proposal............................................................................................... First line of proposal - filled in ................................................... ' Unit prices are correct ................................................................ Minimumbid prices are correct................................................... Bid the same unit price for asterisk (*) bid items....................... Subcontractor List (contracts over $100K) .......................................... Subcontractors listed properly.................................................... Signature .................................................................................... Subcontractor List (contracts over $1 million).....................................11 Subcontractors listed properly.................................................... Signature .................................................................................... Contractor's Qualification Statement ...................................................11 Completeform and notarize........................................................ ProposalSignature Page...................................................................... All Addenda acknowledged .. . ......................... Date, signed and addressed ........................ ............................... BidBond Form ..................................................................................... Signed, sealed and dated ............................................................ Power of Attorney....................................................................... (Amount of bid bond shall equal 50/b of the total bid amount) Non-Collusion Affidavit ........................................................................ Signed, dated and notarized ....................................................... Bidder's Checklist ................................................................................ The following forms are to be executed after the Contract is awarded: A) CONTRACT This agreement is to be executed by the successful bidder. B) PAYMENT AND PERFORMANCE BOND To be executed by the successful bidder and his surety company. The following form is to be executed after the Contract is completed: A) CITY OF KENT EQUAL EMPLOYMENT OPPORTUNITY COMPLIANCE STATEMENT To be executed by the successful bidder AFTER COMPLETION of this contract. Foster Park Pump Station/Inouye 30 August 17, 2011 Project Number 09-3005 • i PAYMENT AND PERFORMANCE BOND a � KEt T TO CITY OF KENT Bond No. S391353 KNOW ALL MEN BY THESE PRESENTS: That we, the undersigned, Road Construction Northwest, Inc. as Principal, and Employers Mutual Casualty Company Iowa a Corporation organized and existing under the laws of the State of fagt=, 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 $ 828, 849 . 30 , 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. 1 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, King County, Washington, the Mayor of the City of Kent has let or is about to let to the above bounden Principal, a certain I contract, the said contract providing for construction of Foster Park Pump Station/Project Number: 09-3005 (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, 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. Foster Park Pump Station/Inouye 31 August 17, 2011 Project Number: 09-3005 AKV TWO WITNESSES: Road Construction Northwest, . On �40 w w4��an.eN t'�n. PRINCIPAL {enter pri cipal' name ab Al (?n� BY: lor6 Otan TITLE: 6 President cr- DATE: September 30, 2011 DATE: September 30, 2011 CORPORATE SEAL: PRINT NAME tDATE: September 30, 2011 Employers Mutual Casualty Company SURE CORPORATE SEAL: BY: DATE: September 30, 2011 J Peggy A Firth TITLE: Attorney-in-Fact ADDRESS: 8181 E. Tufts Avenue, #500 Denver, CO 80237 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 1 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 Foster Park Pump Station/Inouye 32 August 17, 2011 Project Number: 09-3005 11111 1 � �� • •• /EMCInsurance Companies No. 964595 P O Box 712 •Des Moines,IA 50303-0712 CERTIFICATE OF AUTHORITY INDIVIDUAL ATTORNEY-IN-FACT KNOW ALL MEN BY THESE PRESENTS, that 1 Employers Mutual Casualty Company,an Iowa Corporation 5 Dakota Fire Insurance Company,a North Dakota Corporation 2 EMCASCO Insurance Company,an Iowa Corporation 6 American Liberty Insurance Company,an Iowa Corporation 3 Union Insurance Company of Providence,an Iowa Corporation 7 Hamilton Mutual Insurance Company,an Iowa Corporation 4 Illinois EMCASCO Insurance Company,an Iowa Corporation hereinafter referred to severally as"Company"and collectively as"Companies",each does,by these presents,make,constitute and appoint ERIC A ZIMMERMAN, JAMES B BINDER, BRENT E HEILESEN, PETER J COMFORT, KAREN SWANSON, ANNE E STRIEBY, JENNIFER L SNYDER, PEGGY A FIRTH, JULIE R TRUITT, CHRISTOPHER KINYON, BRADY MORIARTY, INDIVIDUALLY, TACOMA, WASHINGTON its true and lawful attomey-in-fact,with full power and authority conferred to sign,seal,and execute its lawful bonds, undertakings,and other obligatory instruments of a similar nature as follows ANY AND ALL BONDS and to bind each Company thereby as fully and to the same extent as if such instruments were signed by the duly authorized officers of each such Company,and all of the acts of said attorney pursuant to the authority hereby given are hereby ratified and confirmed The authority hereby granted shall expire APRIL 1, 2012 unless sooner revoked AUTHORITY FOR POWER OF ATTORNEY This Power-of-Attorney is made and executed pursuant to and by the authority of the following resolution of the Boards of Directors of each of the Companies at a regularly scheduled meeting of each company duly called and held in 1999 RESOLVED The President and Chief Executive Officer,any Vice President,the Treasurer and the Secretary of Employers Mutual Casualty Company shall have power and authority to (1) appoint attorneys-in-fact and authorize them to execute on behalf of each Company and attach the seal of the Company thereto, bonds and undertakings,recognizances,contracts of indemnity and other writings obligatory in the nature thereof,and(2)to remove any such attorney-in-fact at any time and revoke the power and authority given to him or her Attorneys-in-fact shall have power and authority,subject to the terms and limitations of the power-of-attorney issued to them, to execute and deliver on behalf of the Company and to attach the seal of the Company thereto, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof, and any such instrument executed by any such attorney-in-fact shall be fully and in all respects binding upon the Company Certification as to the validity of any power-of-attorney authorized herein made by an officer of Employers Mutual Casualty Company shall be fully and in all respects binding upon this Company The facsimile or mechanically reproduced signature of such officer, whether made heretofore or hereafter, wherever appearing upon a certified copy of any power-of-attorney of the Company,shall be valid and binding upon the Company with the same force and effect as though manually affixed 1 IN WITNESS THEREOF,the Companies have caused these presents to be signed for each by their officers as shown,and the Corporate seals to be hereto affixed this 19TH day of AUGUST 2011 %y � Seals -- AV -, Bruce G Kelley, hairman Michael Freel •``�p,INSUA4 m•, pN.E CD.O ',I �'Q,V 8 C " ,• F s of Companies 2,3,4,5&6,President Assistant Vice President/ aTCaP,`OpVGPq�fiC��- :2`=`°PPON9j'o'._<�- "0: of Company 1,Vice Chairman and Assistant Secretary SEAL '�? =o; 1863 1953 CEO of Company 7 l"""G wP #,• • ,OWP `` ' 11ANC ``'�NS�p4N''' d`��pU70A�''', On this 19TH day of AUGUST AD 2011 before me a Ppgfiq fco:• 4Q�,,Ppogq,� `•, ,�e5,.,`poR'.`gs�; Notary Pubhcin and for the State of Iowa,personally appeared Bruce G Kelley and Michael Freel, a�= =q 5 = P s?= who,being by me duly swom did say that they are,and are known to me to be the Chairman, ; SEAL :__ =x= SEAL :�= SEAL President, Vice Chairman and CEO, and/or Assistant Vice President/Assistant Secretary, o <; =a'......... �= respectively,of each of The Companies above,that the seals affixed to this instrument are the y i"•nn,,,.•°y ..,.,.,. % P R'oPwo`; ': ^ o?,: seals of said corporations,that said instrument was signed and sealed on behalf of each of the Companies by authority of their respective Boards of Directors,and that the said Bruce G Kelley �tuAL rNs and Michael Freel,as such officers,acknowledged the execution of said instrument to be the uru 9 voluntary act and deed of each of the Companies h q< v2 My Commission Expires March 13,2014 a �� `•� LAUREL A BLOSSQ ' Commission Number 183662 o`csM01NES\�2 My Comm Exp Mar13.2014 Notary Public in and for the State of Iowa CERTIFICATE I,James D Clough,Vice President of the Companies,do hereby certify that the foregoing resolution of the Boards of Directors by each of the-Companies, and this Power of Attorney issued pursuant thereto on AUGUST 19 2011 on behalf of Eric A Zimmerman, James B Binder, Brent E Heilesen, Peter J Comfort, Karen Swanson,Anne E Stheby, Brady Moriarty, are true and correct and are still in full force and effect Jennifer L Snyder, Peggy A Firth, Julie R Truitt, Christopher Kenyon In Testimony Whereof I have subscribed my name and affixed the facsimile seal of each Company this JC day of a, n I /J Vice President r . 1117.1t. . . - . CONTRACT THIS AGREEMENT, made in triplicate, is entered into between the CITY OF KENT, a Washington municipal corporation ("City"), and RAb coau T,(rJC organized under the laws of the State of WAhSNt�JGmN , located and doing business at 25L1D E VAU.?J ".s[ •c-S , Rsl-mtN WA- 9805-7- ("Contractor"). 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: Foster Park Pump Station/Project Number: 09-3005 in accordance with and as described in the Contract Documents and shall perform any alterations in or additions to the work provided under the Contract Documents and every part thereof. The Contract Documents shall include all project specifications, provisions, and plans; the City's general and special conditions; the 2010 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, if applicable ("Standard Specifications"); the City's bid documents; and the Contractor's response to the City's bid. Unless otherwise directed by the City, work shall j start within ten (10) days after the City issues its Notice to Proceed and be completed within one hundred twenty (120) working days. 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 the Contract Documents and every part thereof, except as mentioned in the specifications to be furnished by the City. 2. The City 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 Contract Documents and the terms and conditions herein contained and hereby contracts to pay for the same according to the Contract Documents and the schedule of unit or itemized prices provided by Contractor in its response to the City's bid, at the time and in the manner and upon the conditions provided for in the Contract Documents. 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 by reason of entering into this contract, except as expressly provided herein. Foster Park Pump Station/Inouye 33 August 17, 2011 Project Number 09-3005 r� 5. Contractor shall defend, indemnify, and hold the City, its officers, officials, * employees, agents, volunteers and assigns harmless from any and all claims, s 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 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. 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 A 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. 19.122, 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. Foster Park Pump Station/Inouye 34 August 17, 2011 Project Number 09-3005 CITY OF KENT BY: 4U �E COOKE, MAYOR DATE: ATTEST: BRENDA JACOBE , CI CLERK APPROVED AS TO FORM: II KENT LAW E ARTMENT CONTRA BY: Jeffrey M. Kenyw PRINT AM President I TITLE: DATE: a i Foster Park Pump Station/Inouye 35 August 17, 2011 Project Number 09-3005 EXHIBIT A 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, products- completed operations, independent contractors and personal injury and advertising injury. The Commercial General Liability insurance shall be endorsed to provide the Aggregate Per Project Endorsement ISO form CG 25 03 11 85. 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 $2,000,000 per occurrence in excess of the CGL policy 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: Foster Park Pump Station/Inouye 36 August 17, 2011 Project Number 09-3005 EXHIBIT A (continued) 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 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 i 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 ANII. 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. ' Foster Park Pump Station/Inouye 37 August 17, 2011 Project Number 09-3005 Client# 105477 MCCACONS2 FMIDD ACORD. CERTIFICATE OF LIABILITY INSURANCE DATE(k1 9128/ 01201'1yYYY) THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND,EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S),AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER IMPORTANT If the certificate holder is an ADDITIONAL INSURED,the pollcy(ies)must be endorsed If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s) PRODUCER NIMEACT Jennifer Knackstedt Pro ellnsurance PHONE 800499-0933 A 866.5771326 p A/C, E xIZ °c,No)E Tacoma Commercial Insurance ADDRESS jnk@propelinsurance.com 1201 Pacific Ave,.Suite 1000 INSURER(S)AFFORDING COVERAGE NAIC# Tacoma,WA 98402 INSURER Zurich-American Insurance Compa 16535 INSURED INSURER Endurance American Specialty In Road Construction Northwest Inc. INSURER C Chartis Specialty Insurance Com 26883 dba RCNW INSURER Federal Insurance Company 20281 PO Box 188 INSURER E Renton,WA 98057 INSURER F COVERAGES CERTIFICATE NUMBER REVISION NUMBER THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACTOR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS EXCLUSIONS AND CONDITIONS OF SUCH POLICIES LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS INSR ADDL SUER POLICY EFF POLICY EXP LIMITS rypE OF INSURANCE LTR INSR WVD POLICY NUMBER MMIDDNYYY MMIDD/YYYY A GENERAL LIABILITY X X CP03999999001 D5115120111 05/1512012 EACH OCCURRENCE s1000000 DAMAGE TO RENTED X COMMERCIAL GENERAL LIABILITY PREMISES Ea occurrence $300,000 J CLAIMS-MADE [X OCCUR MED EXP(Any one person) $10,000 X PDDed1,DD0 PERSONAL&ADVINJURY $1,000,000 GENERAL AGGREGATE $2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER PRODUCTS-COMP/OP AGG $2,000,000 POLICY X PE� LOC $ COMBINED SINGLE LIMIT A AUTOMOBILE LIABILITY CP03999999001 5/15/2011 05(15/201 (Ea accident $1,000,000 X ANY AUTO BODILY INJURY(Per person) S ALLOWNED SCHEDULED BODILY INJURY(Per accident) S AUTOS AUTOS NON-OWNEDT PROPERTYDAMAGE $ X HIRED AUTOS X AUTOS Per accident i $ B UMBRELLA LIAB X OCCUR X X UMB10002088801 5/1512011 05115/2012 EACH OCCURRENCE $3 1 000 000 X EXCESS LIAB CLAIMS-MADE AGGREGATE s3.000.000 DED RETENTION$ $ WORKERS COMPENSATION WC STATU- OTH- AND EMPLOYERS'LIABILITY A ANY PROPRIETOR)PARTNER/EXECUTIVE YIN CP03999999001 5/15/2011 05/1512012 E L EACH ACCIDENT $1 000 000 OFFICERIMEMBER EXCLUDED? C NIA (Mandatory in NH) (WA Stop Gap) EL DISEASE-EA EMPLOYEE $1 000 000 If DES RIPTION under EL DISEASE-POLICY LIMIT $1,000,000 DESCRIPTION under OPERATIONS below C Pollution X CP05264927 0511512011 05/15/2012 1,000,000 occ D Liability 1,000,000 agg D Installation MIT 06685703 5/15/2011 05115/2D1 $25,000 DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES(Attach ACORD 101,Additional Remarks Schedule,if more space is required) RE Foster Park Pump Station/Project#09-3005. The City of Kent is additional insured per the attached endorsement. i CERTIFICATE HOLDER CANCELLATION CI of Kent SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE City THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN 400 West Gowe ACCORDANCE WITH THE POLICY PROVISIONS Kent,WA 98032 AUTHORIZED REPRESENTATIVE ©1988-2010 ACORD CORPORATION All rights reserved ACORD 25(2010105) 1 of 1 The ACORD name and logo are registered marks of ACORD #S748086/M664289 KTR00 Additional Insured —Automatic — Owners, Lessees Or ZURICW Contractors Policy No Eff Date of Pol. Exp Date of Pol I Eff Date of End Producer No. Add'I.Prem Return Prem. CP03999999001 05/15/2011 05/15/2012 05/15/2011 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. iNamed Insured' Road Construction Northwest Inc Address (including ZIP Code) dba RCNw PO Box 1 Be Renton WA 98057 1 This endorsement modifies insurance provided under the: Commercial General Liability Coverage Part A. Section If—Who Is An Insured is amended to include as an insured any person or organization who you are required to add as an additional insured on this policy under a written contract or written agreement. B. The insurance provided to the additional insured person or organization applies only to "bodily injury", "property damage" or "personal and advertising injury" covered under Section I - Coverage A - Bodily Injury And Property Damage Liability and Section I - Coverage B - Personal And Advertising Injury Liability, but only with respect to liability for"bodily injury", "property damage"or"personal and advertising injury"caused, in whole or in part, by: 1. Your acts or omissions;or 2. The acts or omissions of those acting on your behalf, and resulting directly from your ongoing operations or"your work" as included in the"products-completed operations hazard", which is the subject of the written contract or written agreement, performed for the additional insured person or organization. C. However, regardless of the provisions of Paragraphs A.and B.above 1. We will not extend any insurance coverage to any additional insured person or organization: a. That is not provided to you in this policy, or b. That is any broader coverage than you are required to provide to the additional insured person or organization i in the written contract or written agreement, and 2. We will not provide Limits of Insurance to any additional insured person or organization that exceed the lower of i a. The Limits of Insurance provided to you in this policy, or I b. The Limits of Insurance you are required to provide in the written contractor written agreement D. The insurance provided to the additional insured person or organization does not apply to. "Bodily injury", "property damage" or"personal and advertising injury" ansing out of the rendering or failure to render any professional architectural, engineering or surveying services including: 1. The preparing, approving or failing to prepare or approve maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications; and 2. Supervisory, inspection, architectural or engineering activities. U-GL-1175-C CW(07110) j Page 1 of 2 Includes copyrighted material of Insurance Services Office,Inc.,with its permission. I,I E. The additional insured must see to it that: 1. We are notified as soon as practicable of an"occurrence" or offense that may result in a claim; 2. We receive written notice of a claim or"suit"as soon as practicable; and 3. A request for defense and indemnity of the claim or"suit" will promptly be brought against any policy issued by another insurer under which the additional insured may be an insured in any capacity. This provision does not apply to insurance on which the additional insured is a Named Insured, if the written contract or written agreement requires that this coverage be primary and non-contributory F. For the coverage provided by this endorsement: I 1. The following paragraph is added to Paragraph 4.a.of the Other Insurance Condition of Section IV—Commercial General Liability Conditions. This insurance is primary insurance as respects our coverage to the additional insured person or organization, where the written contract or written agreement requires that this insurance be primary and non-contributory with respect to any other policy upon which the additional insured is a Named Insured In that event, we will not seek contribution from any other such insurance policy available to the additional insured on which the additional insured person or organization is a Named Insured. 2. The following paragraph is added to Paragraph 4.b.of the Other Insurance Condition of Section IV—Commercial General Liability Conditions This insurance is excess over: Any of the other insurance, whether primary, excess, contingent or on any other basis, available to an additional insured, in which the additional insured on our policy is also covered as an additional insured on another policy providing coverage for the same"occurrence", offense, claim or"suit". This provision does not apply to any policy in which the additional insured is a Named Insured an such other policy and where our policy is required by written contract or written agreement to provide coverage to the additional insured on a primary and non- contributory basis. G. This endorsement does not apply to an additional insured which has been added to this policy by an endorsement showing the additional insured in a Schedule of additional insureds, and which endorsement applies specifically to that identified additional insured. All other terms and conditions of this policy remain unchanged f 3 U-GL-1175-C CW(07110) Page 2 of 2 Includes copyrighted material of Insurance Services Office,Inc,with its permission. l . l � Waiver Of Subrogation (Blanket) Endorsement ZURICH Policy No Eff Date of Pot Exp Date of Pot Eff Date of End Producer Addl Prem Retum Prem CP03999999001 05/15/201' 05/15/2012 Propel Insurance $ $ iTHIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. I This endorsement modifies insurance provided under the Commercial General Liability Coverage Part The following is added to the Transfer Of Rights Of Recovery Against Others To Us Condition If you are required by a written contract or agreement,which is executed before a loss, to waive your rights of recovery from oth- ers,we agree to waive our rights of recovery This waiver of rights shall not be construed to be a waiver with respect to any other operations in which the insured has no contractual interest U-aL925-B CW(12/01) Page I of 1 KENT SPECIAL PROVISIONS ' t TABLE OF CONTENTS PAGE ' DIVISION 1 GENERAL REQUIREMENTS ........................................1-1 1-01 Definitions and Terms.........................................................1-1 1-02 Bid Procedures and Conditions.............................................1-3 1-03 Award and Execution of Contract.......................................... 1-5 1-04 Scope of the Work ............................................................. 1-7 1-05 Control of Work .................................................................1-9 1-06 Control of Material ........................................................... 1-18 1-07 Legal Relations and Responsibilities to the Public.................. 1-20 1-08 Prosecution and Progress .................................................. 1-32 1-09 Measurement and Payment ............................................... 1-35 1-10 Temporary Traffic Control ................................................. 1-39 DIVISION 2 EARTHWORK.............................................................2-1 2-02 Removal of Structures and Obstructions................................2-1 2-03 Roadway Excavation and Embankment .................................2-3 2-06 Subgrade Preparation .........................................................2-4 2-07 Watering ..........................................................................2-4 2-12 Construction Geosynthetics .................................................2-5 DIVISION 4 BASES.......................................................................4-1 i4-04 Ballast and Crushed Surfacing .............................................4-1 DIVISION 5 SURFACE TREATMENTS AND PAVEMENTS .................5-1 5-02 Bituminous Surface Treatment.............................................5-1 5-04 Hot Mix Asphalt .................................................................5-1 DIVISION 7 DRAINAGE STRUCTURES, STORM SEWERS, SANITARY SEWERS, WATER MAINS AND CONDUITS..................7-1 ( 7-04 Storm Sewers ...................................................................7-2 7-05 Manholes, Inlets, Catch Basins, and Drywells.........................7-3 7-08 General Pipe Installation Requirements .................................7-6 DIVISION 8 MISCELLANEOUS CONSTRUCTION ............................8-1 8-01 Erosion Control and Water Pollution Control...........................8-1 8-02 Roadside Restoration........................................................ 8-15 8-04 Curbs, Gutters, and Spillways............................................ 8-16 M8-06 Cement Concrete Driveway Entrances................................. 8-17 8-09 Raised Pavement Markers ................................................. 8-17 8-12 Chain Link Fence and Wire Fence ........ . . 8-18 8-14 Cement Concrete Sidewalks . ........ ...................... 8-19 8-20 Illumination, Traffic Signal Systems, and Electrical ............... 8-21 8-21 Permanent Signing........................................................... 8-23 8-22 Pavement Marking . 8-23 8-28 Pothole Utilities ............................................................... 8-26 Foster Park Pump Station/Inouye August 17, 2011 Project Number 09-3005 KENT SPECIAL PROVISIONS ' TABLE OF CONTENTS PAGE DIVISION 8 MISCELLANEOUS CONSTRUCTION 8-30 Project Signs................................................................... 8-26 8-34 Pump Station Procurement and Installation ......................... 8-27 8-35 Undergrounding of Electrical Facilities ................................. 8-29 DIVISION 9 MATERIALS...............................................................9-1 9-03 Aggregates .......................................................................9-1 9-14 Erosion Control and Roadside Planting ..................................9-2 9-16 Fence and Guardrail ...........................................................9-6 9-30 Water Distribution Materials ................................................9-6 PUMP STATION PROCUREMENT AND INSTALLATION....................... A-1 KENT STANDARD PLANS .................................................................. A-2 WSDOT STANDARD PLANS............................................................... A-3 TRAFFIC CONTROL PLANS ............................................................... A-4 MANUFACTURERS DETAILS.............................................................. A-5 PREVAILING WAGE RATES............................................................... A-6 i 1 1 t Foster Park Pump Station/Inouye August 17, 2011 Project Number 09-3005 KENT SPECIAL PROVISIONS The following Kent Special Provisions modify and supersede any conflicting provisions of the 2010 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 shall apply. All references in the Standard Specification 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, except for references to State statutes or regulations. These Kent Special Provisions also modify and supersede the General 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 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 M GAL Thousand gallons I NIC Not In Contract SF Square Feet SECTION 1-01.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 1-01.3 Definitions Contract Documents The Kent Special Provisions modify and supersede any conflicting provisions of the 2010 Standard Specifications for Road, Bridge, and Municipal construction, as prepared by the Washington State Foster Park Pump Station/Inouye 1 1 August 17, 2011 Project Number 09-3005 r Department of Transportation and the Washington Chapter of the American Public Works Association, including all published amendments issued by those organizations ("Standard Specifications") as of the date of signature by the Engineer. Otherwise all provisions of the Standard Specifications 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; j Incidental Work The terms "incidental to the project," "incidental to the involved bid r item(s)," etc., as used in the Contract Documents shall mean that the Contractor is required to complete the specified work and the cost of such work shall be included in the unit contract prices of other bid items as specified in Section 1-04.1 (Intent of the Contract). No additional payment will be made. Standard Plans 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 ' Plans" or the "City of Kent Standard Plans." Standard Specifications The Standard Specifications for this contract are contained in the following publications: 1. "2010 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. 2. "Standard Plans for Road, Bridge and Municipal Construction," current edition, prepared by the WSDOT and APWA, hereinafter referred to as the Standard Plans. 3. The current edition of the "National Electrical Code." Foster Park Pump Station/Inouye 1 - 2 August 17, 2011 Project Number 09-3005 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. 3 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 SECTION 1-02.1 IS DELETED AND REPLACED WITH 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 1 data in its decision to determine whether the lowest responsive bidder is also responsible and able to perform the contract work. If the City determines that the lowest bidder is not the 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 WITH 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 1 or in the Invitation to Bid. SECTION 1-02.4(1) IS SUPPLEMENTED BY REVISING THE SECOND ITEM 2 OF 1 THE 6TH 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. Foster Park Pump Station/Inouye 1 - 3 August 17, 2011 Project Number 09-3005 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 makes 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. Previous projects in this area have shown that no groundwater was encountered at depths of up to 10' in late summer/early fall. SECTION 1-02.5 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-02.5 Proposal Forms Prospective bidders may obtain Bid Documents including a "Bid Proposal" for the advertised project from the City of Kent upon furnishing a non-refundable payment as specified in the "Invitation to Bid" or by downloading at no charge at www.c3.kent.wa us/Drocurement. Bid Documents may be requested by mail, or picked up at the Public Works Engineering Department, 400 West Gowe Street, Second Floor, Kent, Washington 98032. SECTION 1-02.6 IS SUPPLEMENTED BY OMITTING THE PARENTHETICAL REFERENCE, "(NOT WORDS),"IN THE SECOND 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 UNIT PRICES MUST BE STATED IN FIGURES. SECTION 1-02.6 IS SUPPLEMENTED BY ADDING THE FOLLOWING TO THE LAST PARAGRAPH: , Proposals must contain original signature pages. FACSIMILES ARE NOT ACCEPTABLE AND ARE CONSIDERED NON-RESPONSIVE , SUBMITTALS. SECTION 1-02.7 IS REVISED BY DELETING THE WORDS "CERTIFIED CHECK': 1-02.7 Bid Deposit Foster Park Pump Station/Inouye 1 - 4 August 17, 2011 Project Number 09-3005 SECTION 1-02.9 IS DELETED AND REPLACED WITH THE FOLLOWING: ' 1-02.9 Delivery of Proposal All bids must be sealed and delivered in accordance with the "Invitation to Bid." Bids must be received at the City Clerk's office by the stated time, regardless of delivery method, including U.S. Mail. iSECTION 1-02.11 IS DELETED AND REPLACED WITH 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 one bid for the same work unless alternate bids are specifically called for; 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 r3. 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 1 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 wished 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 Foster Park Pump Station/Inouye 1 - 5 August 17, 2011 Project Number 09-3005 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 Engineer no later than 5:00 p.m. on the first business day after Bid opening, or the ' claim will not be considered. The Engineer 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 in the claim of error, the Bidder will be relieved of responsibility, and the Bid 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 1-03.2 IS REVISED BY REPLACING "4S CALENDAR DAYS" WITH 1160 CALENDAR DAYS"RELATING TO CONTRACT AWARD OR BID REJECTION. 1-03.2 Award of Contract 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. ' Within 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 shall any work begin within the project limits or within City-furnished sites. The Contractor shall bear all risks for any work begun outside such areas and for any materials ordered before the contract is , executed by the City. 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. Foster Park Pump Station/Inouye 1 - 6 August 17, 2011 ' Project Number 09-300S a 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. I 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 Kent City Council "Final Acceptance Date" of the project to ensure defects are corrected during the one-year guarantee period in compliance with WSDOT Section 1-05.10 (Guarantees), and the Payment and Performance Bond language of the contract. SECTION 1-03.7 IS DELETED AND REPLACED WITH 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 THE WORK SECTION 1-04.1(2) IS DELETED AND REPLACED WITH THE FOLLOWING: 1-04.1(2) Bid Items Not Included in the Proposal The Contractor shall include all costs of doing the work within the bid item prices. If the contract plans, contract provisions, addenda, or any other part of the contract require work that has no bid item price in the proposal form, the entire cost of labor and materials required to perform that work shall be incidental and included with the bid item prices in the contract. ' SECTION 1-04.2 IS SUPPLEMENTED BY ADDING THE WORDS, "KENT SPECIAL PROVISIONS, KENT STANDARD PLANS"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: Foster Park Pump Station/Inouye 1 - 7 August 17, 2011 Project Number 09-3005 1-04.2 Coordination of Contract Documents, Plans, Special Provisions, Specifications, and Addenda , 1. Change Orders 2. The Contract Agreement ' 3. Addenda 4. Kent Special Provisions 5. Contract Plans 6. Standard Specifications 7. Kent Standard Plans 8. Bid Packet Information , SECTION 1-04.4 IS REVISED BY DELETING THE THIRD PARAGRAPH. SECTION 1-04.4 IS REVISED BY DELETING THE FIFTH PARAGRAPH AND REPLACING IT WITH THE FOLLOWING: 1-04.4 Changes For Item 2, increases or decreases in quantity for any bid item shall be , paid at the appropriate bid item contract price, including any bid item increase or decrease by more than 25 percent from the original planned quantity. , SECTION 1-04.5 IS REVISED BY DELETING THE FIRST PARAGRAPH 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. SECTION 1-04.6 IS DELETED IN ITS ENTIRETY. 1-04.6 Variation in Estimated Quantities SECTION 1-04.9 IS DELETED AND REPLACED WITH THE FOLLOWING: ' 1-04.9 Use of Adjacent Properties ' Limits of construction are indicated 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 Engineer satisfactory evidence of written permission from the property owner to use that private property. Upon vacating the premises, the Contractor shall furnish the Engineer with a release Foster Park Pump Station/Inouye 1 - 8 August 17, 2011 Pr03ect Number. 09-3005 4 a x 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 Engineer and shall not unreasonably encumber the premises with its materials. DIVISION I IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTIONS: ' 1-05 CONTROL OF WORK 1-05.5 City Provided Construction Staking 1-05.5(1) General The City will supply construction stakes and marks establishing lines, slopes and grades as set forth in Sections 1-05.5(2) through 1-05.5(7) of the Kent Special Provisions. The Contractor shall assume full responsibility for detailed dimensions, elevations, and excavation slopes 1 measured from these City furnished stakes and marks. The Contractor shall provide a work site clear of equipment, stockpiles and obstructions which has been prepared and maintained to permit construction staking to proceed in a safe and orderly manner. A City survey crew can stake a finite amount of work in a single day (see Section 1-05.5(6) of the Kent Special Provisions herein). The Contractor shall provide staking requests for a reasonable amount of work to the Engineer at least 3 working days in advance to allow the ' survey crew adequate time for setting stakes. If the work site is obstructed so that survey work cannot be done, a new request for work shall be submitted by the Contractor so that the survey can be rescheduled once the site is properly prepared. Up to an additional 3 working days may be required depending on work load, to complete the rescheduled work. Note: A working day is a consecutive eight hour ' period between 7:00 AM and 6:00 PM, Monday through Friday, except holidays as listed in Section 1-08.4 of the Kent Special Provisions. It is illegal under Revised Code of Washington 58.09.130 and Washington State Administrative Code 332-120 to willfully destroy survey markers. Stakes, marks, and other reference points set by City forces, and existing City, State or Federal monumentation, shall be carefully preserved by the Contractor. The Contractor shall notify the Engineer immediately if it becomes apparent that a survey marker will ' be disturbed due to construction. The Contractor will allow ample time for City Survey Department personnel to acquire adequate information so that the monument may be replaced in its original position after 1 construction. If the City is not notified and a stake, marker or monument is disturbed or destroyed the Contractor will be charged at a rate of $150/hr for City Surveyors to replace the stake, marker or monument that was not to be disturbed or damaged by the Contractor's operations. This charge will be deducted from monies due or to become due to the Contractor. Foster Park Pump station/Inouye 1 - 9 August 17, 2011 Project Number 09-3005 Any claim by the Contractor for extra compensation by reason of , alterations or reconstruction work allegedly due to error in the Surveyor's line and grade, will not be allowed unless the original control points set by the Surveyor still exist, or unless other satisfactory , substantiating evidence to prove the error is furnished the Surveyor. Three consecutive points set on line or grade shall be the minimum points used to determine any variation from a straight line or grade. , Any such variation shall, upon discovery, be reported to the Engineer. In the absence of such report the Contractor shall be liable for any error in alignment or grade. ' 1-05.5(2) Roadway and Utility Surveys The Engineer shall furnish to the Contractor, one time only, all principal , lines, grades and measurements the Engineer deems necessary for completion of the work. These shall generally consist of one initial set , of: 1. Cut or fill stakes for establishing grade and embankments, 2. Curb or gutter grade stakes, 3. Centerline finish grade stakes for pavement sections wider than 25 feet, and 4. Offset points to establish line and grade for underground utilities such as water, sewers, storm drains, illumination and signalization. i No intermediate stakes shall be provided between curb grade and ■ centerline stakes. On alley construction projects with minor grade changes, the Engineer shall provide offset hubs on one side of the alley to establish the alignment and grade. Alleys with major grade changes shall have embankments staked to establish grade before offset hubs are set. 1-05.5(4) 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 his employees and subcontractors of their importance and of the necessity for their preservation. , The Contractor shall determine appropriate construction stake offset distances to prevent damage to stakes by his construction equipment. Should it become necessary, for any reason, to replace these control stakes, the Contractor will be charged at the rate of $150/hr for City Surveyors to replace the stakes. The Contractor may not charge the City for any standby or "down" time as a result of any replacement of control stakes. If the removal of a control stake or monument is required by the construction operations of the Contractor or its subcontractors, and advance notice of at least two (2) full business Foster Park Pump Station/Inouye 1 - 10 August 17, 2011 , Project Number 09-3005 days is given to the City, the City will reference, remove, and later replace the stakes or monument at no cost to the Contractor. 1-05.5(5) Staking Services Work requests must be made at least 3 days in advance of the reauired staking. The City will furnish the following stakes and reference marks: ' 1. Clearing Limits - One set of clearing limit stakes will be set at approximately 25 foot stations where needed. 2. Rough Grading - One set of rough grade stakes will be set along ' the construction centerline of streets at 50 foot stations as required. (If superelevations require intermediate stakes along vertical curves, the City will provide staking at closer intervals.) One set of primary cut and fill stakes will be set for site work. One set of secondary final grade cut and fill stakes will be set where applicable. 3. Storm Sewers - Two cut or fill stakes for each inlet, catch basin or manhole will be set at appropriate offsets to the center of the structure. After installation and back fill, inverts will be checked for correctness. 4. Sanitary Sewers - Two cut or fill stakes for each manhole or cleanout location will be set at appropriate offsets to the center of the structure. After installation and backfill, inverts will be checked for correctness. 5. Water Main - One set of line stakes will be furnished for water mains at 50 foot stations. Additionally, two reference stakes for each valve, hydrant, tee and angle point location will be set concurrently with these line stakes. ' 6. Staking for Embankments - Catch points and one line stake will be set in those cases where the vertical difference in elevation from the construction centerline to the toe or top of a cut or fill slope exceeds 3 feet. In all other areas, stakes shall be set at an appropriate offset to the street centerline to allow for the preservation of said offsets through the rough grading phase. In both cases the stakes shall be clearly marked with appropriate information necessary to complete the rough grading phase. 7. Curb and Gutters - One set of curb and gutter stakes shall be set ' at an appropriate offset at 25 foot intervals, beginning and end points of curves and curb returns, wheelchair ramps, and sufficient mid-curve points to establish proper alignment. 8. Base and Top Course - One set of final construction centerline grade hubs will be set for each course, at not less than 25 foot stations. No intermediate stakes shall be provided unless superelevations require them. In those circumstances, one grade hub left and right of construction centerline at the transition stations will be set at an appropriate offset to centerline. 9. Adjacent or Adjoining Wetlands - One set of stakes delineating adjacent wetland perimeters will be set at 25 to 50 foot stations as required. ' Foster Park Pump Station/Inouye 1 - 11 August 17, 2011 Project Number 09-3005 10. Illumination and Traffic Signals System - One set of stakes for luminaires and traffic signal pole foundations will be set as ' required. One set of stakes for vaults, junction boxes, and conduits will be set, only if curb and gutter is not in place at the time of the survey request. If curb and gutter is in place, staking , for vaults, junction boxes, and conduits will be provided at an additional expense to the Contractor. Cut sheets will be supplied when appropriate for curb, storm, sanitary sewer and water lines. Cuts or fills may be marked on the surveyed points but should not be relied on as accurate until a completed cut sheet is supplied. The Contractor, at his own expense, shall stake all other items not ' listed above to construct the project per the Plans and Specifications. Staking for channelization, traffic loops, and all other items not listed above shall be the sole responsibility and expense of the Contractor. The City may, at its sole discretion, provide additional staking at the request of the Contractor at the rate of $150/hour. 1-05.5(6) Survey Requests It shall be the Contractor's responsibility to properly schedule survey crews and coordinate staking requests with construction activities. A survey crew may be reasonably expected to stake any one of the following items, in the quantity shown, in a single day: Roadway grading +/-1500 lineal feet of centerline Storm or sanitary sewer Approximately 10-12 structures ' Water main +/-1500 lineal feet of pipe Curb and gutter +/-1300 lineal feet (one side only) Base and top course +/-1000 lineal feet Slope staking +/-800-1200 lineal feet (top and toe) Illumination/signalization Approximately 15-20 structures Actual quantities may vary based on the complexity of the project, line ' of sight considerations, traffic interference, properly prepared work site, and other items that could affect production. The Contractor shall be aware that length does not always translate directly into stationing. For example, a survey request for storm sewer ' pipe from Station 3+00 to 8+00 is 500 lineal feet in length. There may be 1000 lineal feet, or more, of storm sewer pipe, if the pipe is placed on both sides of the roadway and interconnected. , Foster Park Pump Station/Inouye 1 - 12 August 17, 2011 ' Project Number 09-3005 i 1-05.5(7) Stake Verification ' It shall be the Contractor's responsibility to examine survey stakes before commencing operations. The Contractor shall notify the City if 1 the validity of a stake is questionable, either as to location, offset, or amount of cut or fill marked on the stake. The City will then check the stake or stakes in question. Any stakes found to be in error will be reset one time only at no charge to the Contractor. If the stakes are found to be correct as staked or should they need to be checked additional times thereafter, the Contractor will be charged at the rate of ' $150/hr for City survey crews to provide this service. The Contractor may not charge the City for any standby or "down" time as a result of any staking and/or resetting procedure. Any stake deemed to be damaged or disturbed by construction activity by the Engineer, inspector or survey crew will be exempt from this paragraph. It may be replaced, but at a charge of $150/hour to the Contractor. The Contractor may not charge the City for any standby or "down" time as a result of any re-staking and/or resetting procedure. 1-05.8 City's Right to Correct Defective and Unauthorized Work If the Contractor fails to remedy defective or unauthorized work within the time specified in a written notice from the Engineer, or fails to perform any part of the work required by the contract documents, the Engineer may correct and remedy such work as may be identified in the written notice, by such means as the Engineer may deem necessary, including the use of City forces. ' If the Contractor fails to comply with a written order to remedy what the Engineer determines to be an emergency situation, the Engineer 1 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 Engineer, could be potentially unsafe if its remedy is delayed, or might cause serious risk of loss or damage to the public. iDirect 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 Engineer from monies due, or to become due, the Contractor. Such direct and indirect costs shall include in ' particular, but without limitation, compensation for additional professional services required, and costs for repair and replacement of work of others destroyed or damaged by correction, removal, or ' replacement of the Contractor's unauthorized work. 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 diminish the City's right to pursue any other Foster Park Pump Station/Inouye 1 - 13 August 17, 2011 Project Number 09-3005 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 BYADDING THE FOLLOWING: 1-05.10 Guarantees t The Contractor shall be available approximately sixty (60) calendar days prior to the expiration of the guarantee period to tour the project, with the Engineer, in support of the Engineer'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 WITH 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 Engineer and request the Engineer 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 Engineer may also establish the Substantial Completion Date unilaterally. ' If, after this inspection, the Engineer concurs with the Contractor that the work is substantially complete and ready for its intended use, the Engineer, by written notice to the Contractor, will set the Substantial Completion Date. However, if after this inspection, the Engineer does not consider the work substantially complete and ready for its intended ' use, the Engineer will, by written notice, notify the Contractor giving the reasons for the Engineer'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 Engineer with a revised schedule indicating when the Contractor expects to reach substantial and physical completion of the work. Foster Park Pump station/Inouye 1 - 14 August 17, 2011 Pro3ect Number• 09-3005 This process shall be repeated until the Engineer 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 Inspection, the Contractor, by written notice, shall request the Engineer to schedule a Final Inspection. The Engineer will set a date for Final Inspection. The Engineer and the Contractor will then make a Final Inspection and the Engineer, 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 Engineer is satisfied that all listed deficiencies have been corrected. 1 If action to correct the listed deficiencies is not initiated within seven (7) calendar days after receipt of the written notice listing the deficiencies, the Engineer 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 Engineer 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, building or other similar work, it may be desirable for the Engineer to have the Contractor operate and test the work for a period of time after final ' inspection but prior to the Physical Completion Date. Whenever items of work are listed in the contract provisions for ' operational testing they shall be fully tested under operating conditions for the time period specified to ensure their acceptability prior to the Physical Completion Date. In the event the contract does not specify testing time periods, the default testing time period shall be twenty-one (21) calendar days. Foster Park Pump Station/Inouye 1 - 15 August 17, 2011 Project Number 09-3005 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 Engineer, so , that the Engineer may determine their suitability for the purpose for which they were installed. The Physical Completion Date cannot be established until testing and corrections have been completed to the ' satisfaction of the Engineer. The costs for power, gas, labor, material, supplies, and everything else , needed to successfully complete operational testing shall be included in the various contract bid item prices unless specifically set forth otherwise in the contract documents. Operational and test periods, when required by the Engineer, shall not affect a manufacturer's guaranties or warranties furnished under the terms of the Contract. SECTION 1-05.12 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-05.12 Final Acceptance and Guarantee 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 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 for a period of one (1) year from the date of acceptance by the City of Kent. Foster Park Pump Station/Inouye 1 - 16 August 17, 2011 Project Number 09-3005 Final acceptance shall not constitute acceptance of any unauthorized or ' defective work or material. The City of Kent shall not be barred from requiring the Contractor, at his expense, to remove, replace, repair, or dispose of any unauthorized or defective work or material, or from ' recovering damages for any such work or material for a period of one year from the date of final acceptance. Contractors shall be barred from bidding on future City projects until the provisions of this section are satisfied. ' SECTION 1-05.13 IS REVISED BY DELETING THE LAST PARAGRAPH AND REPLACING 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 1 the Contractor's project manager and superintendent for the contract work. 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 Engineer'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 1-05IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTIONS: ' 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, unless the Contract includes power or water as bid items, or unless ' otherwise provided for in other bid items. 1-05.17 Oral Agreements ' No oral agreement or 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 Foster Park Pump Station/Inouye 1 - 17 August 17, 2011 Project Number. 09-3005 City, unless subsequently put in writing and signed by an authorized agent of the City. ' 1-06 CONTROL OF MATERIAL SECTION 1-06.2(2) IS DELETED IN ITS ENTIRETY. 1-06.2(2) Statistical Evaluation of Materials for Acceptance ' SECTION 1-06 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTIONS: , 1-06.6 Submittals 1-06.6(1) Submittal Procedures ' All submitted information shall be clear, sharp, high contrast copies. Accompany each submittal with a letter of transmittal containing the following information: 1. Contractor's name and the name of Subcontractor or supplier who prepared the submittal. 2. The project name and identifying number. 3. Each new submittal shall be sequentially numbered (1, 2, 3, etc.). , Each resubmittal shall include the original number with a sequential alpha letter added (1A, 1B, 1C, etc.). 4. Description of the submittal and reference to the Contract ' requirement or technical specification section and paragraph number being addressed. 5. Bid item(s) where product will be used. , 1-06.6(2) Schedule of Submittals A Schedule of Submittals shall be completed by the Contractor. The schedule can be modified, deducted, or added to by the City. The Schedule shall be available at the preconstruction meeting (see 1-08.0) of the Kent Special Provisions. The Contractor shall submit three (3) copies of a Schedule of Submittals showing the date by which each submittal required for Product Review or Product Information will be ' made. The Schedule of Submittals must be accepted prior to payment. Identify the items that will be included in each submittal by listing the item or group of items and the Specification Section and paragraph , number and bid item under which they are specified. Indicate whether the submittal is required for Product Review of Proposed Equivalents, Shop Drawings, Product Data or Samples or required for Product ' Information only. The Contractor shall allow a minimum of 21 days variable depending on ' the contract unless otherwise noted for the Engineer's review. See Section 1-08.3(2)B of the Kent Special Provisions for complete submittal review schedule. The Contractor shall also allow adequate , time for manufacturer delivery at the construction site without causing delay to the Work. All submittals shall be in accordance with the Foster Park Pump Station/Inouye 1 - 18 August 17, 2011 Project Number 09-3005 t 1 1 approved Schedule of Submittals. Submittals shall be made early enough to allow for unforeseen delays such as: 1. Failure to obtain Favorable Review because of inadequate or incomplete submittal or because the item submitted does not meet the requirements of the Contract Documents. Re-reviews may require additional time beyond the 21 days. 2. Delay in manufacture. 3. Delays in delivery. 4. Labor disputes, work slowdowns or strikes. 1-06.6(3) Shop Drawings, Product Data and Samples This paragraph covers submittal of Shop Drawings, Product Data and Samples required for the Engineer's review. Number and type of submittals where applicable: 1. Shop Drawings: Submit six copies, two of which will be marked, ' stamped and returned to the Contractor. The Contractor shall make and distribute the required number of additional copies to its superintendent, subcontractors and suppliers. 2. Product Data: Submit six copies, two of which will be marked, stamped and returned to the Contractor. The Contractor shall make and distribute the required number of additional copies to its ' ' superintendent, subcontractors and suppliers. 3. Samples: Submit three labeled samples or three sets of samples of manufacturer's full range of colors and finishes unless otherwise directed. One approved sample will be returned to the Contractor. Content of submittals: 1. Each submittal shall include all of the items required for a complete assembly, system or Specification Section. 2. Submittals shall contain all of the physical, technical and performance data required by the specifications or necessary to demonstrate conclusively that the items comply with the requirements of the Contract Documents. 3. Provide verification that the physical characteristics of items submitted, including size, configurations, clearances, mounting j ' points, utility connection points and service access points, are suitable for the space provided and are compatible with other interrelated items that are existing or have or will be submitted. ' 4. Label each Product Data submittal, Shop Drawing and Sample with the information required in this Section. Highlight or mark every 1 page of every copy of all Product Data submittals to show the ' specific items being submitted and all options included or choices offe red. 5. Additional requirements for submittals are contained in the ' Technical Specification sections and in Section 1-08.3(2)B. Foster Park Pump Station/Inouye 1 - 19 August 17, 2011 ; Project Number 09-3005 Submittals that contain deviations from the requirements of the Contract Documents shall be accompanied by a separate letter ' explaining the deviations. The Contractor's letter shall: 1. Cite the specific Contract requirement including the Specification ' Section bid item number and paragraph number for which approval of a deviation is sought. 2. Describe the proposed alternate material, item or construction and ' explain its advantages and/or disadvantages to the City. 3. State the reduction in Contract Price, if any, which is offered to the City. , The Engineer will stamp and mark each submittal prior to returning it to the Contractor. The stamps will indicate: ' 1. "APPROVED AS SUBMITTED" - Accepted subject to its compatibility with future submissions and additional partial submissions for portions of the work not covered in this submission. Does not , constitute approval or deletion of specified or required items not shown in the partial submission. ' 2. "APPROVED AS NOTED" - Accepted subject to minor corrections that shall be made by the Contractor and subject to its compatibility with future submissions and additional partial , submissions for portions of the work not covered in this submission. Does not constitute approval or deletion of specified or required items not shown in the partial submission. No resubmission is required. 3. "AMEND AND RESUBMIT" - Rejected because of major inconsistencies or errors that shall be resolved or corrected by the Contractor prior to subsequent submittal. An amended resubmission is required. Re-submittals that contain changes that were not requested by the ' Engineer on the previous submittal shall be accompanied by a letter I explaining the changes. 1-06.6(4) Proposed Equivalents The Engineer retains the exclusive right, at his or her sole discretion, to , accept or reject any proposed equivalent with or without cause. 1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC ' SECTION 1-07.1 IS DELETED AND REPLACED WITH THE FOLLOWING: ' 1-07.1 Laws to be Observed The 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 Foster Park Pump Station/Inouye 1 - 20 August 17, 2011 Project Number 09-3005 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 WITH THE FOLLOWING; i1-07.2 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. The City of Kent will not adjust its payment if the Contractor bases a bid on a misunderstood tax liability. The Contractor shall include all Contractor-paid taxes in the 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. i1-07.2(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 lines 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 t those that the Contractor pays on the purchase of the materials, equipment, or supplies used or consumed in doing the work. ' Foster Park Pump Station/Inouye 1 - 21 August 17, 2011 Project Number 09-3005 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 or road lighting system; and installing or attaching of any article of tangible 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 will obtain the following permits: PSE Service Application King County Metro Sanitary Sewer Discharge Permit City of Kent SEPA and Shoreline Permits Contractor shall obtain, all other permits required to complete this ' project. The City of Kent will pay for all fees and permit cost for this project. A copy of each permit and/or license obtained by the Contractor shall be furnished to the City of Kent. Approved permits shall be furnished to the City of Kent upon completion of the project and prior to final acceptance. Foster Park Pump Station/Inouye 1 - 22 August 17, 2011 Project Number 09-3005 Promptly notify the City of Kent 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, 1 ordinances, rules, regulations, and orders, and without such notice to the City of Kent, Contractor shall assume full responsibility and bear all costs attributable to Contractor's failure to obtain all necessary permits within the time required. 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 during the entire contract work period are 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 Government adjusts the prevailing wage rates after the Bid LOpening Date. SECTION 1-07.13(3) IS DELETED IN ITS ENTIRETY. 1-07.13(3) Relief of Responsibility for Damage by Public Traffic SECTION 1-07.13(4) IS DELETED AND REPLACED WITH 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 Engineer. Alternatively, the Engineer 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. No payment will be made for delay or disruption of work. 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 1-07.17 IS REVISED BY DELETING THE SECOND PARAGRAPH AND 1 REPLACING WITH THE FOLLOWING: 1-07.17 Utilities and Similar Facilities Chapter 19.122 of the Revised Code of Washington (RCW) relates to underground utilities. In accordance with this RCW, the Contractor Foster Park Pump Station/Inouye 1 - 23 August 17, 2011 Project Number 09-3005 shall call the One-Number Locator Service for field locations of utilities (1-800-424-5555). If a utility is known to have 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, the Contractor shall give individual notice to that utility within the same time frame prescribed in RCW 19.22.030 for subscriber utilities. SECTION 1-07.17IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTIONS: 1-07.17(3) Utility Markings Once underground utilities are marked by the utility owner or their agent, and/or once new underground facilities have been installed by the Contractor, the Contractor/excavator is responsible to determine the precise location of underground facilities that may conflict with other underground construction. The Contractor shall maintain the marks or a record of the location of buried facilities for the duration of time needed to avoid future damage by installation of all planned improvements at that location. 1-07.17(4) Payment All costs to comply with this section and for the protection and repair specified in RCW 19.122 are incidental to the contract and are the responsibility of the Contractor/excavator. The Contractor shall include all related costs in the unit bid prices of the contract. No additional time or monetary compensation shall be made for delays caused by utility re-marking or repair of damaged utilities due to the Contractor's failure to maintain marks or to locate utilities in accordance with this section. 1-07.17(5) Notification of Excavation Within ten business days but not less than two business days prior to r the commencement of excavation, the Contractor shall notify all owners of underground facilities, whether public or private, that excavation will ' occur, and when excavation will occur. 1-07.17(6) 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. Foster Park Pump Station/Inouye 1 - 24 August 17, 2011 Project Number 09-3005 The following list of contacts is provided only as a convenience to the Contractor and may not constitute a complete or accurate list of all affected utilities. Comcast Puget Sound Energy aim Nies Anita Yurovchak 253 288-7531 253 476-6304 Puget Sound Energy Qwest Devendra Kumar Warren Perkins (253) 606-4983 (cell) (253) 372-5323 253 395-7053 office Verizon Louise Popelka (425) 201-0901 425 766-1740 SECTION 1-07.18 IS DELETED AND REPLACED WITH THE FOLLOWING: 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. L1-07.23 Public Convenience and Safety SECTION 1-07.23(1) IS DELETED AND REPLACED WITH THE FOLLOWING: 1-07.23(1) Construction Under Traffic The Contractor shall conduct all operations with the least possible obstruction and inconvenience to the public. The Contractor shall have under construction no greater length or amount of work than can be prosecuted properly with due regards to the rights of the public. To the greatest extent possible, the Contractor shall finish each section before beginning work on the next. To disrupt public traffic as little as possible, the Contractor shall permit traffic to pass through the work with the least possible inconvenience or ' delay. The Contractor shall maintain existing roads, streets, sidewalks, and pedestrian and bicycle paths within the project limits, keeping them open, and in good, clean, safe condition at all times. Deficiencies caused by the Contractor's operations shall be repaired at the Contractor's expense. Deficiencies not caused by the Contractor's operations shall be repaired by the Contractor when directed by the Engineer at the City's expense. The Contractor shall also maintain roads, streets, sidewalks, pedestrian and bicycle paths adjacent to the project limits when affected by the Contractor's operations. Snow and ice control will be performed by the City on all projects. Cleanup of snow and ice control debris will be at the City's expense. The Contractor shall perform the following; Foster Park Pump Station/Inouye 1 - 25 August 17, 2011 Project Number 09-3005 1. Remove or repair any condition resulting from the work that might impede pedestrians, bicyclists, and motor traffic, or that creates a hazard. 2. Keep existing traffic signal and highway, road or street lighting systems in operation as the work proceeds. The City will continue routine maintenance on these traffic signal and lighting systems. 3. Maintain the striping and other channelization markings on the roadway at the Contractor's expense. The Contractor shall be responsible for scheduling when to renew striping or channelization, subject to the approval of the Engineer. When the scope of the project does not include work on the roadway, the ' City will be responsible for maintaining the striping and other channelization markings. 4. Maintain existing permanent signing. Repair of signs will be at the City's expense, except those damaged due to the Contractor's operations. 5. Keep drainage structures clean to allow for free flow of stormwater. Cleaning of existing drainage structures within the project limits will be at the Contractor's expense when flow is impaired due to the Contractor's operations. Routine cleaning of existing drainage structures will be at the City's expense when the Engineer determines that flow is not impaired due to the Contractor's operations. 6. Whether or not the Contractor is on-site, when ordered by the Engineer, the Contractor shall immediately mobilize forces to place any asphalt concrete pavement, cold plant mix, crushed surfacing gravel and/or gravel borrow as the Engineer deems necessary to provide a smooth, even roadbed, pedestrian path and bicycle path. This work will be paid for under unit contract prices, but no adjustment in payments will be considered for any additional costs necessary to install the required surfacing material. If the Contractor fails to comply, the Engineer may order the work done by others and deduct the costs from any payments due or coming due the Contractor. To protect the rights of abutting property owners, the Contractor shall: 1. Conduct the construction so that the least inconvenience as possible is caused to abutting property owners; 2. Maintain ready access to sidewalks, pedestrian and bicycle paths, driveways, houses and buildings along the line of work; 3. Provide temporary approaches to crossing or intersecting roads, streets, sidewalks, pedestrian and bicycle paths, and keep these approaches in good condition; and 4. Provide another access before closing an existing one whenever the contract or work requires removing and replacing an abutting owner's access. 5. Confine construction operations to one side of the roadway at a time, unless the Traffic Control Plan (TCP) approved by a certified TCS clearly indicates otherwise. Foster Park Pump Station/Inouye 1 - 26 August 17, 2011 Project Number 09-3005 When traffic must pass through grading areas, the Contractor shall: 1. Make cuts and fills that provide a reasonably smooth even roadbed, street, pedestrian and bicycle path; 2. Place, in advance of other grading work, enough fill at all culverts and bridges to permit vehicle, pedestrian and bicycle traffic to conveniently and safely cross; 3. Make roadway cuts and fills, if ordered by the Engineer, in partial width lifts, alternating lifts from side to side to permit vehicles, pedestrians, and bicyclists to conveniently and safely travel on the side opposite the work. 4. Install culverts on half the width of the traveled way, keeping the other half open and unobstructed to vehicles, pedestrians, and bicyclists until the first half is ready for use. 5. After rough grading or placing any subsequent layers, prepare the final roadbed and pedestrian and bicycle paths to a smooth, even surface (free of humps and dips) suitable for use by public vehicles, pedestrians and bicyclists (compacted surface of crushed and compacted gravel at a minimum); and 6. Settle dust with water, or other dust palliative, as the Engineer may order. If grading work is on or next to a roadway, street, sidewalk, pedestrian or bicycle path in use, the Contractor shall finish the grade immediately after rough grading and place surfacing materials as the work proceeds. { When an adjacent sidewalk, pedestrian or bicycle path is in use, the Contractor shall immediately place and compact crushed surfacing to a width, line and grade conforming to federal ADA requirements after rough grading is complete. The Contractor shall conduct all operations to minimize any drop-offs (abrupt changes in roadway, shoulder, street, sidewalk, or pedestrian or bicycle path) left exposed to traffic during working and nonworking hours. Unless otherwise specified in the approved TCP, drop-offs left exposed to traffic shall be protected as follows: 1. Drop-offs up to 0.20 foot, unless otherwise ordered by the Engineer, may remain exposed with appropriate warning signs alerting motorists, pedestrians, and bicyclists of the condition. 2. Drop-offs more than 0.20 foot that are in the traveled way, shoulder, auxiliary lane, sidewalk, or pedestrian or bicycle path will not be allowed unless protected with appropriate warning signs and further protected as indicated in 3b or 3c below. 3. Drop-offs more than 0.20 foot, but no more than 0.50 foot, that are not within the traveled way, shoulders, auxiliary lanes, pedestrian or bicycle path shall be protected with appropriate warning signs and further protected by having at least one of the following: a. A wedge of compacted stable material placed at a slope of 4:1 or flatter. b. Channelizing devices (Type II barricades, plastic safety drums, or other approved devices 36 inches or more in Foster Park Pump Station/Inouye 1 - 27 August 17, 2011 Project Number 09-3005 height) placed along the traffic side of the drop-off, and a new edge of pavement stripe placed a minimum of 3 feet from the edge of the drop-off. The maximum spacing between the devices in feet shall be the posted speed limit in miles per hour. Pavement drop-off warning signs, sidewalk drop-off warning signs, and pedestrian or bicycle path drop-off warning signs shall be placed in advance and throughout the drop-off treatment. C. Temporary concrete barrier or other approved barrier installed on the traffic side of the drop-off with 1 foot between the drop-off and the back of the barrier, and a new edge of pavement stripe a minimum of 2 feet from the face of the barrier. An approved terminal, flare, or impact attenuator will be required at the beginning of the section. For night use, the barrier shall have approved warning lights. 4. Drop-offs more than 0.50 foot not within the traveled way, shoulders, auxiliary lanes, or sidewalks, or bicycle or pedestrian paths, shall be protected with appropriate warning signs and further protected as indicated in 3a, 3b, and/or 3c if all of the following conditions are met: a. The drop-off is less than 2 feet; b. The total length throughout the project is less than 300 feet; C. The drop-off does not remain for more than three working days; d. The drop-off is not present on any of the holidays listed in Section 1-08.4; e. The drop-off is only one side of the roadway. 5. Drop-offs more than 0.50 foot that are not within the traveled way, shoulder, auxiliary lane, sidewalk, pedestrian or bicycle lane, and are not otherwise covered by No. 4 above, shall be protected with appropriate warning signs and further protected as indicated in 3a or 3c. 6. Open trenches within the traveled way, shoulder, or auxiliary lane shall have steel plate covers placed and anchored over them. A wedge of suitable material, shall be placed for a smooth transition between the pavement and the steel plates where required. Open trenches within sidewalks, or pedestrian or bicycle paths shall not be permitted unless a suitable detour route is provided. Warning signs shall be used to alert motorists, pedestrians, and bicyclists of the presence of the steel plates, or pedestrian, or bicycle detour. 7. The Contractor shall be responsible for providing adequate safeguards, safety devices, protective equipment, and any other needed actions to protect the life, health, and safety of the public, and to protect property in connection with the performance of the work covered by the contract. The Contractor shall perform any measures or actions the Engineer may deem necessary to protect the public and property. The responsibility and expense to provide this protection shall be the Contractor's except that which is to be furnished by the City as specified in other sections of these specifications. Nothing contained in this contract is intended to create any third-party beneficiary rights in favor of the public or Foster Park Pump Station/Inouye 1 - 28 August 17, 2011 Project Number 09-3005 any individual utilizing the highway, road, or street facilities being constructed or improved under this contract. 8. The Contractor shall keep all traffic lanes, shoulders, auxiliary lanes, sidewalks, pedestrian or bike lanes clear of equipment and materials during nonworking hours unless otherwise shown on the TCP approved by the certified TCS. The Contractor shall not keep equipment and/or materials stored within 12 feet from the edge of 1 the traveled way, unless protected by permanent guardrail, concrete barrier, or other device approved by the Engineer. The Contractor's employees and agents shall not park private vehicles I within or along the traveled way, shoulders, auxiliary lanes, sidewalks, pedestrian or bike lanes when those public access areas are open to public travel. jSECTION 1-07,23(2) IS DELETED AND REPLACED WITH THE FOLLOWING; 1-07.23(2) Construction and Maintenance of Detours Unless otherwise approved by the Engineer, the Contractor shall maintain two-way traffic during construction. The Contractor shall build, maintain in a safe condition, keep open to traffic, and remove the following items when no longer needed: 1 i1. Detours and detour bridges that will accommodate traffic diverted from the roadway, street, bridge, sidewalk, pedestrian or bicycle path during construction, 2. Detour crossings of intersecting highways, streets, or roads, and 3. Temporary approaches. Unit contract prices will cover construction, maintenance, and removal of all detours shown in the plans or proposed by the City. The I Contractor shall pay all costs to build, maintain, and remove any other detours, whether proposed for the Contractor's convenience or to facilitate construction operations. Any detour proposed by the Contractor shall not be built, or used, until the Engineer approves. Surfacing and paving of built detours shall be consistent with traffic requirements. jUpon failure of the Contractor to immediately provide, maintain, or remove detours or detour bridges when ordered to do so by the Engineer, the City may, without further notice to the Contractor or the Surety, provide, maintain, or remove the detours or detour bridges and deduct the costs from any payments due or coming due the Contractor. t Foster Park Pump Station/Inouye 1 - 29 August 17, 2011 t Project Number 09-3005 1 SECTION 1-07.23 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTIONS: 1-07.23(3) Temporary Street Closures Whenever the plans or Special Provisions require a temporary road closure, the costs for the associated work for that temporary road closure shall be paid for under the traffic control bid items contained within the contract proposal. Whenever the Contractor proposes a temporary road closure that would prevent traffic from passing through the work zone in order to expedite the Contractor's work, and that closure will result in either a time savings and/or cost savings as determined by the Engineer, the Contractor shall pay all costs associated with safely implementing that approved temporary road closure; i.e. regardless of the fact that the contract may include bid items for some or all of the work and materials required to implement this cost or time saving TCP, all of the costs necessary for the preparation of the TCP and for providing and implementing the traffic control devices and flaggers, shown on the TCP approved by a certified TCS shall be at the Contractor's sole expense. At least ten days prior to beginning work on a temporary road closure, the Contractor will submit a TCP for that temporary road closure to the City for review and approval. Upon failure of the Contractor to immediately provide flaggers; erect, maintain, and remove signs; or to provide, erect, maintain other traffic control devices when shown on the approved TCP for the temporary road closure, or when ordered to do so by the Engineer, the City may, without further notice to the Contractor or the Surety, perform any of the above and deduct the costs from any payments due or coming due the Contractor. 1-07.23(4) Road Maintenance Until Accepted in writing by the Engineer, the Contractor will maintain all roads within the confines of the project in a condition satisfactory to the Engineer. This shall include periodic grading of any street, detour, etc., on which traffic is allowed, wherever, in the opinion of the Engineer, 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 streets clean, the Contractor shall perform removal operations on a more frequent basis. If the Engineer determines that a 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 Engineer, provide facilities for and remove all clay or other deposits Foster Park Pump Station/Inouye 1 - 30 August 17, 2011 Project Number 09-3005 from the 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 Engineer may order the work suspended at the Contractor's risk until compliance with the Contractor's obligation is assured or, the Engineer 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 I costs should the Engineer 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. SECTION 1-07.24 IS DELETED AND REPLACED WITH THE FOLLOWING: j1-07.24 Rights of Way L 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 agreements prior to the start of construction. Locations where these 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 Engineer certifies to the Contractor that the right of i way or easement is available or that the right of entry has been received. iSECTION 1-07.26 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-07.26 Personal Liability of Public Officers Neither the City, the Engineer, 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. Foster Park Pump Station/Inouye 1 - 31 August 17, 2011 Project Number 09-3005 1-08 PROSECUTION AND PROGRESS SECTION 1-08 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: 1-08.0 Preconstruction Conference The Engineer will furnish the Contractor with up to 5 copies of the Contract documents. Additional documents may be purchased from the City at the price specified by the City or in the Invitation to Bid. 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 Engineer any conflict, error or discrepancy that the Contractor discovers. After the Contract has been executed, but prior to the Contractor beginning the work, a preconstruction conference will be held with the Contractor, the Engineer and any other interested parties that the City determines to invite. The purpose of the preconstruction 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 establish and review procedures for progress payment, notifications, approvals, submittals, etc. 4. To verify normal working hours for the work. 5. To review safety standards and traffic control. 6. To discuss any other related items that may be pertinent to the work. The Contractor shall prepare and submit for approval, at or prior to the preconstruction meeting the following: 1. A price breakdown of all lump sum items. 2. A preliminary construction schedule. 3. A list of material sources for approval, if applicable. 4. Schedule of submittals. (See 1-06.6(2)) 5. Temporary Erosion/Sedimentation Control Plan (TESCP) for approval. 6. Traffic Control Plan (TCP) for approval. 7. Request to sublet, for approval by the Engineer, of all subcontractors. SECTION 1-08.4 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-08.4 Notice to Proceed, Prosecution and Hours of 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 Foster Park Pump Station/Inouye 1 - 32 August 17, 2011 Project Number 09-3005 g commence the work until the Notice to Proceed has been given by the Engineer. The Contractor shall commence construction activities on the Project Site within ten days of the Notice to Proceed Date. The Work thereafter shall be prosecuted diligently, vigorously, and without unauthorized interruption until physical completion of the work. 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. Also reference Section 1-07.23(1) of the Kent Special Provisions. tExcept 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 8 hour period 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 preconstruction conference or prior to the Contractor commencing work. If a Contractor desires to perform work on holidays, Saturdays, I Sundays, or before 7:00 a.m. or after 6:00 p.m. on any day, the Contractor shall apply in writing to the Engineer for permission to work those times. The Contractor shall notify the Engineer at least 48 hours i in advance (72 hours in advance for weekend work) so that the Inspector'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 1 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 Engineer 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 Engineer. These conditions may include, but are not limited to the ' following: requiring the Engineer or those assistants that the Engineer deems necessary to be present during the work; requiring the Contractor to reimburse the City for the cost of engineering 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 Engineer, the Contractor's work necessitates their presence. I Foster Park Pump Station/Inouye 1 - 33 August 17, 2011 Project Number 09-3005 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, lath 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. 1-08.4(A) 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 Engineer. The Contractor shall notify the Engineer 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. 1-08.4(B) General The City allocates its resources to a contract based on the total time allowed in the contract. The City will accept a progress schedule indicating an early physical completion date but cannot guarantee the City's resources will be available to meet the accelerated schedule. No additional compensation will be allowed if the Contractor is not able to meet their accelerated schedule due to the unavailability of City's resources or for other reasons beyond the City's control. The original and all supplemental progress schedules shall not conflict with any time and order-of-work requirements in the contract. If the Engineer deems that the original or any necessary supplemental progress schedule does not provide the information required in this section, the City may withhold progress payments until a schedule containing required information has been submitted by the Contractor and approved by the Engineer. The Engineer's acceptance of any schedule shall not transfer any of the Contractor's responsibilities to the City. The Contractor alone shall remain responsible for adjusting forces, equipment, and work schedules to ensure completion of the work within the times specified in the contract. Foster Park Pump station/Inouye 1 - 34 August 17, 2011 Project Number. 04-3005 3 SECTION 1-08.5 IS REVISED BY DELETING PARAGRAPHS 2 THROUGH 6 AND REPLACING WITH THE FOLLOWING: 1-08.5 Time for Completion 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 authorized City representative. Following the actual award, the City will schedule a preconstruction 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). The Contract will be considered substantially complete when manhole structures and pipes have been installed and the pump station has been constructed and has passed test inspections as called out in Section 7-04, 8-34 and Appendix A-1 of the Kent Special Provisions. (Also see Section 1-05.11(1)). SECTION 1-08.8 IS REVISED BY DELETING ITEMS 1 THROUGH 6 IN THE SECOND PARAGRAPH AND REPLACING WITH THE FOLLOWING: I1-08.8 Extensions of Time The Contractor shall submit any requests for time extensions to the Engineer 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 by the Engineer, the request shall be in sufficient detail (as determined by the Engineer) to enable the Engineer to ascertain the basis and amount of the 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 resequencing of the work or other reasonable alternatives. The reasons for and times of extensions shall be determined by the Engineer, and such determination will be final as provided in Section 1- 05.1. 1-09 MEASUREMENT AND PAYMENT SECTION 1-09.2(1) IS REVISED BY REPLACING "TRUCKS AND TICKETS" WITH THE FOLLOWING: 1-09.2(1) General Requirements for Weighing Equipment Foster Park Pump Station/Inouye 1 - 35 August 17, 2011 Project Number 09-3005 Trucks and Tickets Each truck to be weighed shall bear a unique identification number. This number shall be legible and in plain view of the scale operator. Each vehicle operator shall obtain a weigh or load ticket from the scale operator. The Contractor shall provide tickets for self printing scales. All tickets shall, at a minimum, contain the following information: 1. Ticket serial number (this is already imprinted on the tickets). 2. Identification number of truck/truck trailer. 3. Date and hour of weighing. 4. Type of material. 5. 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. 6. Weighman's identification. 7. Item number. 8. Contract number. 9. Unit of measure. 10. Legal gross weight in Remarks section. 11. Location of delivery. The vehicle operator shall deliver the ticket in legible condition to the material receiver at the material delivery point. SECTION 1-09.9(1) IS DELETED AND REPLACED WITH THE FOLLOWING: 1-09.9(1) Retained Percentage There will be reserved and retained from monies earned by the Contractor, as 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 60.28, RCW. At the option of the Contractor, the retained funds shall be: 1. Retained in a fund by the City; 2. 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; 3. 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. Foster Park Pump Station/Inouye 1 - 36 August 17, 2011 Project Number 09-3005 The Contractor shall notify the Engineer 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 I 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 (1) above). jThe Contractor in choosing option (2) or (3) 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 I the Completion date (pursuant to RCW 39.12, RCW 39.76, and RCW 60.28) 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. Asbuilt plans have been submitted to owner if required under the contract. 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 to Section 1-07.10, the Contractor 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 tIn addition to the amount that the City may otherwise retain under the Contract, the City may withhold a sufficient amount of any payments I otherwise due to the Contractor, including nullifying the whole or part of any previous payment, because of subsequently discovered evidence Foster Park Pump Station/Inouye 1 - 37 August 17, 2011 Project Number, 09-3005 or subsequent inspections that, in the City's judgment, may be necessary to cover the following; 1. The cost of defective work not remedied. 2. Fees incurred for material inspection, and overtime engineering and inspection for which the Contractor is obligated under this Contract. 3. Fees and charges of public authorities or municipalities. 4. Liquidated damages. 5. Engineering and inspection fees beyond completion date. SECTION 1-09.11(3) IS DELETED AND REPLACED WITH 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 Superior Court of King County, located in 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 WITH 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 Contractor's right to seek an appeal of the City's decision. The City's decision under 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 Superior Court of King County, located in Kent, Washington, unless the parties agree in writing to an alternative dispute resolution process. Foster Park Pump Station/Inouye 1 - 38 August 17, 2011 Project Number 09-3005 } 1-10 TEMPORARY TRAFFIC CONTROL SECTION 1-10.1 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 1-10.1 General The Contractor shall provide flaggers, signs, and other traffic control devices not otherwise specified as being furnished by the City. The Contractor shall erect and maintain all construction signs, warning signs, detour signs, and other traffic control devices necessary to warn and protect the public at all times from injury or damage as a result of the Contractor's operations which may occur on highways, roads, streets, sidewalks, or pedestrian or bicycle paths. No work shall be done on or adjacent to any traveled way until all necessary signs and traffic control devices are in place in accordance with Traffic Control Plans (TCP's) approved by a certified TCS. The Contractor shall provide the certified TCS at the Contractor's sole expense. SECTION 1-10.2(1) IS DELETED AND REPLACED WITH THE FOLLOWING: 1-10.2(1) General It is the Contractor's responsibility to plan, conduct and safely perform the work. The Contractor shall designate an individual or individuals to perform the duties of Traffic Control Manager (TCM). The TCM must be an employee of the Contractor. The duties of the TCM may not be subcontracted. The Contractor shall also designate an individual or individuals to perform the duties of the TCS. The TCS shall be responsible for safe implementation of approved TCP's provided by the TCM. The TCM and TCS shall be certified as work site traffic control supervisors by one of the following: Evergreen Safety Council 401 Pontius Avenue North Seattle, WA 98109 1 (800) 521-0778 or (206) 382-4090 ' The Northwest Laborers-Employers Training Trust 27055 Ohio Avenue Kingston, WA 98346 (360) 297-3035 I A TCM and TCS are required on all projects that have traffic control. The TCM may also perform the duties of the TCS. The Contractor shall identify an alternate TCM and TCS who can assume the duties of the assigned or primary TCM and TCS in the event of that person's inability to perform. Such alternates shall meet the same requirements as the primary TCM and TCS. Foster Park Pump Station/Inouye 1 - 39 August 17, 2011 Project Number 09-3005 The Contractor shall maintain 24-hour telephone numbers at which the TCM and TCS can be contacted and be available upon the Engineer's request at other than normal working hours. The TCM and TCS shall have the appropriate personnel equipment - including two-way radios for communications with flaggers - and material available at all times, in order to expeditiously correct any deficiency in the traffic control system. SECTION 1-10.2(1)A IS DELETED AND REPLACED WITH THE FOLLOWING: 1-10.2(1)A Traffic Control Manager The duties of the TCM shall include: 1. Overseeing and approving the actions of the TCS to ensure that proper safety and traffic control measures are implemented and consistent with the specific requirements created by the Contractor's work zones and the Contract. 2. Providing the Contractor's designated TCS with approved TCP's which are compatible with the work operations and traffic control for which they will be implemented. 3. Discussing proposed traffic control measures and coordinating implementation of the approved TCP's with the Engineer. 4. Coordinating all traffic control operations, including those of subcontractors, suppliers, and any adjacent construction or maintenance operations. 5. Coordinating the project's activities (such as ramp closures, road closures, and lane closures) with appropriate police, fire control agencies, state, city or county engineering, medical emergency agencies, school districts, and transit companies. 6. Overseeing all requirements of the contract which contribute to the convenience, safety, and orderly movement of vehicular, pedestrian and bicyclist traffic. 7. Having the latest adopted edition of the Manual on Uniform Traffic Control Devices (MUTCD) including the Modifications to the MUTCD for Streets and Highways for the State of Washington, and applicable standards and specifications available at all times on the project. 8. Attending all project meetings where traffic management is discussed. , 9. Reviewing the TCS diaries daily and being aware of "field" traffic control operations. 10. Assuring daily submissions of previous day's TCS diaries, indicating date of TCM review, to the Engineer. 11. Being present on-site a sufficient amount of time to adequately accomplish the above-listed duties. Foster Park Pump Station/Inouye 1 - 40 August 17, 2011 , Project Number: 09-3005 1 SECTION 1-10.2(1)B IS DELETED AND REPLACED WITH THE FOLLOWING: I1-10.2(1)B Traffic Control Supervisor A TCS shall be on the project whenever traffic control labor is required, and whenever required by the Engineer. The TCS shall personally perform all the duties of the TCS. During non- work periods, the TCS shall be available to the job site within a 45- minute time period after notification by the Engineer. The TCS's duties shall include: 1. Inspecting traffic control devices and night time lighting for proper location, installation, message, cleanliness, and effect on the traveling public. Traffic control devices shall be inspected each work shift except that Class A signs and night time lighting need to be checked only once a week. Traffic control devices left in place for 24 hours or more also need to be inspected once during the non-working hours when they are initially set up (during daylight or darkness, whichever is opposite of the working hours). 2. Preparing a daily traffic control diary on DOT Forms 421-040A and 421-040B, which shall be submitted to the Engineer no later than the end of the next working day to become a part of the project records. The Contractor may use their own form if it is approved by the Engineer. Include in the diary such items as: a. When signs and traffic control devices are installed and removed, b. Location and condition of signs and traffic control devices, C. Minor revisions to the approved TCP, d. Lighting utilized at night, and e. Observations of traffic conditions. 3. Ensuring that corrections are made if traffic control devices are not functioning as required. The TCS may make minor revisions to the approved TCP to accommodate site conditions as long as the original intent of the TCP is maintained and the revision has concurrence of the TCM. 4. Attending traffic control coordinating meetings or coordination activities as authorized by the Engineer. 5. Ensuring that all needed traffic control devices are available and in I good working condition prior to the need to install those devices. 6. Having a current set of approved TCP's and applicable contract provisions as provided by the TCM and the latest adopted edition I of the MUTCD including the Modifications to the MUTCD for Streets and Highways for the State of Washington, and applicable standards and specifications. The TCS may perform the work described by "Traffic Control Labor" as long as the duties of the TCS are accomplished, and the TCS has possession of a current flagging card. ' Foster Park Pump Station/Inouye 1 - 41 August 17, 2011 Project Number 09-3005 An ANSI Type II retro-reflective vest and a hard hat shall be worn by the TCS whenever they are on the project. SECTION 1-10.2(2) IS DELETED AND REPLACED WITH THE FOLLOWING: 1-10.2(2) Traffic Control Plans (TCP's) The TCP or TCP's appearing in the contract plans show a method of handling traffic. All flaggers are to be shown on the TCP except for emergency situations. If the Contractor's methods differ from the contract TCP's, the Contractor shall propose modification of the TCP's by submitting supplemental TCP's approved by a certified TCS showing the necessary construction signs, flaggers, and other traffic control devices required for the project to the Engineer. The Contractor's supplemental TCP's shall be in accordance with the established standards for plan development as shown in the MUTCD, Part VI, including Washington State Modifications to the MUTCD, WSDOT , publication M 24-01. THE FIRST PARAGRAPH OF SECTION 1-10.2(3) IS DELETED AND REPLACED 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 by the Contractor shall conform to the standards established in the latest approved edition of the MUTCD adopted by the Washington State Department of Transportation (WSDOT), and published by the U.S. Department of Transportation; and the Washington State Modifications to the MUTCD, publication M 24-01 published by WSDOT. Copies of the MUTCD may be purchased from the Superintendent of Documents, U.S. Government Printing Office, Washington, DC, 20402. Washington State Modifications to the MUTCD, publication M 24-01, may be obtained from the Department of Transportation, Olympia, Washington 98504. When these publications appear to be in conflict, the decision of the certified TCS shall be final. THE LAST TWO SENTENCES IN THE FOURTH PARAGRAPH OF SECTION 1- 10.2(3) ARE DELETED AND REPLACED WITH THE FOLLOWING: When the Contractor obtains new traffic control devices or equipment subject to the requirements of NCHRP 350 Category 2, the Contractor j will first provide to the City verification that such new traffic control devices or equipment have been certified NCHRP 350 compliant. THE LAST SENTENCE OF THE LAST PARAGRAPH IN SECTION 1-10.2(3) IS DELETED AND REPLACED WITH THE FOLLOWING: ' When a sign or traffic control device becomes classified less than "acceptable" it shall be left in place until replaced with an acceptable sign or traffic control device. The replacement must occur within 12 Foster Park Pump station/Inouye 1 - 42 August 17, 2011 Project Number 09-3005 f hours, and only then will that traffic control device be removed from the project. SECTION 1-10.3(1) IS SUPPLEMENTED BY ADDING THE FOLLOWING: f1-10.3(1) Traffic Control Labor Flaggers shall be equipped with portable two-way radios, with a range suitable for the project. The radios will be capable of having direct contact with the TCM, TCS, and project management (foremen, superintendents, etc.). The hours eligible for "Traffic Control Labor" will be those hours actually used for the previously described work. Any work described under Section 1-10.2(1)B performed by a TCS will be paid for as "Traffic Control Supervisor" per hour. f1-10.3(3) Traffic Control Devices SECTION 1-10.3(3)A IS DELETED AND REPLACED WITH THE FOLLOWING: 1-10.3(3)A Construction Signs All signs required by the TCP's, as well as any other appropriate signs prescribed by the Engineer shall be furnished by the Contractor. The 1 Contractor shall provide the posts or supports and erect and maintain the signs in a clean, neat, and presentable condition until the necessity for them has ceased All non-applicable signs shall be removed or completely covered with metal, plywood, or an Engineer approved product specifically manufactured for sign covering during periods when they are not needed. When the need for these signs has ceased, the Contractor, upon approval of the Engineer, shall remove all signs, posts, and supports from the project and they shall remain the property of the Contractor. All orange background construction signs shall utilize materials and be fabricated in accordance with Section 9-28. All orange background 1 construction signs shall be fabricated with Type IV or Type VII fluorescent orange sign sheeting. All post mounted signs with Type IV or VII sheeting shall use a nylon washer between the twist fasteners (screw heads, bolts, or nuts) and the reflective sheeting. ' Construction signs will be divided into two classes. Class A construction signs are those signs that remain in service throughout the construction f or during a major phase of the work. They are mounted on posts, existing fixed structures, or substantial supports of a semi-permanent nature. Sign and support installation for Class A signs shall be in accordance with the contract plans or the Standard Plans. Class B construction signs are those signs that are placed and removed daily, or are used for short durations which may extend for one or more days. Foster Park Pump Station/Inouye 1 - 43 August 17, 2011 Project Number 09-3005 They are mounted on portable or temporary mountings. In the event of disputes, the Engineer will determine if a construction sign is considered as a Class A or B construction sign. If it is necessary to add weight to signs for stability, only a bag of sand that will rupture on impact shall be used. The bag of sand shall: (1) be furnished by the Contractor, (2) have a maximum weight of 40 pounds, and (3) be suspended no more than 1 foot from the ground. Payment for setup and take down of Class B signs will be under the contract price for "Traffic Control Labor" and will be limited to the work , described in Section 1-10.3(1), and for transportation described in Section 1-10.3(2) when there is a contract price for "Traffic Control Vehicle." Signs, posts, or supports that are lost, stolen, damaged, destroyed, or which the Engineer deems to be unacceptable while their use is required on the project, shall be promptly replaced by the Contractor without additional compensation. SECTION 1-10.3(3)B IS DELETED AND REPLACED WITH THE FOLLOWING: 1-10.3(3)B Sequential Arrow Signs (SAS) When an approved TCP includes the Sequential Arrow Signs (SAS) traffic control device, that SAS will meet the requirements of the MUTCD and the following: 1. The SAS shall have the following three mode selections: a. Flashing Arrow, Sequential Arrow, or Sequential Chevron mode; and b. A flashing Double Arrow mode; and c. A flashing Caution mode. 2. The panel display for the SAS shall be 96 inches by 48 inches in size, unless otherwise specified on the TCP approved by a certified TCS. 3. Arrow panel elements shall be capable of at least a 50 percent dimming from full brilliance. The dimmed mode shall be used for night time operation of sequential arrow panels. 4. All sequential arrow panels shall be finished in non-reflective black. 5. The sequential arrow panel shall be mounted on a vehicle, a trailer, or other suitable device. 6. The color of the light emitted shall be yellow. 7. The power source for the sign shall be capable of operating the lamps at their optimum light level for the entire period of operation. The power generating equipment for the SAS must not exceed the maximum permissible environmental noise levels of the City of Kent Noise Ordinance, Chapter 8-05 KCC, when measured at a distance of 20 feet. 8. A control panel, using solid state circuitry, shall be enclosed in a ventilated, vandal-resistant box. A photometric control, with Foster Park Pump Station/Inouye 1 - 44 August 17, 2011 Project Number 09-3005 manual override, shall automatically dim the lights during hours of darkness. i The location and use of the SAS will meet the following guidelines: 1 1. When SAS's are used to close multiple lanes, a separate SAS shall be used for each lane closure. A single SAS shall not be used to shift traffic laterally more than one lane. 2. When prevailing speeds through the work zone exceed 40 mph, the SAS must be protected by crashworthy barriers, or shielded with impact attenuators or crash cushions meeting the requirements of NCHRP 350. SECTION 1-10.3(3)C IS SUPPLEMENTED BY ADDING THE FOLLOWING: i 1-10.3(3)C Portable Changeable Message Sign The Portable Changeable Message Sign (PCMS) shall meet the requirements of the MUTCD and the following: jThe PCMS shall employ one of the following technologies: i 1. Back-lighted split-flap 2. Fiber optic/shutter 3. Light emitting diode 4. Light emitting diode/shutter 5. Flip disk Regardless of the technology, the PCMS shall meet the following general requirements: 1. Light emitting and must not rely solely on reflected light. 2. Have a display consisting of individually controlled pixels no larger than 2 1/2 inch by 2 1/2 inch. If the display is composed of 1 individual character modules, the space between modules must be minimized so alphanumeric characters of any size specified below can be displayed at any location within the matrix. 3. When activated, the pixels shall display a yellow or orange image. When not activated, the pixels shall display a flat black image that matches the background of the sign face. 4. Capable of displaying alphanumeric characters that are a minimum of 18 inches in height. The width of alphanumeric characters shall be appropriate for the font. The PCMS shall be capable of displaying three lines of eight characters per line with a minimum of one pixel separation between each line. 5. The PCMS message, using 18 inch characters, shall be legible by a ' person with 20/20 corrected vision from a distance of not less than 800 feet centered around an axis perpendicular to the sign face. 6. The sign display shall be covered by a stable, impact resistant polycarbonate face. The sign face shall be non-glare from all angles and shall not degrade due to exposure to ultraviolet light. Foster Park Pump Station/Inouye 1 - 45 August 17, 2011 Project Number 09-3005 7. Capable of simultaneously activating all pixels for the purpose of pixel diagnostics. Any sign that employs flip disk or shutter , technology shall be programmable to activate the disks/shutters once a day to clean the electrical components. This feature shall not occur when the sign is displaying an active message. 8. The light source shall be energized only when the sign is displaying an active message. 9. Equipped with a redundant light source such that the sign will continue to emit light if one of the light sources fails. The PCMS panels and related equipment shall be permanently mounted , on a trailer with all controls and power generating equipment. The power generating equipment for the PCMS must not exceed the maximum permissible environmental noise levels of the City of Kent Noise Ordinance, Chapter 8-05 KCC, when measured at a distance of 20 feet. The PCMS shall be operated by an easy to use controller that provides ' the following functions: 1. Select any preprogrammed message by entering a code. 2. Sequence the display of at least five messages. 3. Blank the sign. 4. Program new message, which may include moving arrows and chevrons. 5. Mirror the message currently being displayed or programmed. Portable changeable message sign(s) shall be available, on site, for the life of the project. , The Contractor shall operate the PCMS in accordance with the approved TCP's or as directed by the Engineer. The PCMS shall not be used in lieu of the SAS. The location and use of the PCMS will meet the following guidelines: 1. Each PCMS must be located so that it provides the maximum legibility distances from all of the approach lanes. 2. Each phase of the PCMS message will be limited to no more than two displays. 3. Messages having more than two phases will not be permitted. 4. When abbreviations are used in a PCMS message, they will conform to guidelines provided in Tables 34, 35 and 35 found in the Older Driver Highway Design Handbook, FHWA, January 1998. 5. All PCMS messages must be approved in writing by the City's Traffic Control Supervisor (TCS) when those messages are not clearly stated on the approved TCP. 6. When prevailing speeds through the work zone exceed 40 mph, the PCMS must be protected by crashworthy barriers, or shielded with impact attenuators or crash cushions meeting the requirements of NCHRP 350. Foster Park Pump Station/Inouye 1 - 46 August 17, 2011 Project Number: 09-3005 i SECTION 1-10.4 IS DELETED AND REPLACED WITH THE FOLLOWING: 1 1-10.4 Measurement No unit of measure will apply to the position of the TCM and it will be considered incidental to unit contract prices. When the TCM performs the duties of the TCS, measurement and payment will be as specified for the TCS. Traffic Control Supervisor will be measured for each hour a person is ' actually performing the duties described in Section 1-10.2(1)B as authorized by the Engineer. Portions of an hour will be rounded up to a whole hour. A minimum of 4 hours will be paid when the Engineer authorizes the TCS to be on the job site during non-working shifts. Traffic Control Labor will be measured by the hour for each hour a person is actually performing the work described by Section 1-10.2(1) B, and Section 1-10.3(1) of the specifications. 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 Contractor's TCM, City Inspector's records, and upon the Contractor's Certified Payroll Records submitted to the City Inspector. Portions of an hour will be rounded up to a whole hour. Class A Construction Signs will be measured by the square foot of panel area. A Class A Construction Sign may be used in more than one location and will be measured for payment for each new installation. Class B construction signs will not be measured for payment. Sign posts or supports will not be measured for payment. No specific unit of measurement will apply to the lump sum item of Temporary Traffic Control Devices. Portable Changeable Message Signs will be measured per day for each I day that the PCMS is in operation within the project limits. The days of operation will be determined by the Engineer. Days of operation in excess of those determined by the Engineer will be at the Contractor's 1 expense. Portions of a day will be rounded up to a whole day. Sequential Arrow Signs will be measured per day for each day that the SAS is in operation within the project limits. The days of operation will be determined by the Engineer. Operation of the SAS over and above those days authorized by the Engineer shall be at the Contractor's expense. SECTION 1-10.5 IS DELETED AND REPLACED 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: Foster Park Pump Station/Inouye 1 - 47 August 17, 2011 Project Number 09-3005 The unit contract price for "Traffic Control Labor" per hour shall be full pay for all costs for the labor provided for performing those ' construction operations described in 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 traffic control forms provided by the Contractor's TCM, and verified by the City Inspector's records, and the Contractor's Certified Payroll Records submitted to the City Inspector on a weekly basis. The unit contract price for "Construction Signs Class A" per square foot of panel area shall be full pay for all costs for performing the work described in Section 1-10.3(3) and Section 1-10.3(4). This payment will include all labor, equipment, and vehicles necessary for the initial acquisition, the initial installation of Class A signs, and ultimate return of any City-furnished signs. Payment will not be made for Class A signs delivered to, or removed from the project without the approval of the j Engineer. The unit contract price for "Traffic Control Supervisor" per hour shall be full pay for each hour a person performs the TCS duties described in Section 1-10.2(1)B. Payment for traffic control labor performed by the TCS will be paid under the item for "Traffic Control Labor". j The lump sum contract price for "Temporary Traffic Control Devices" shall be full pay for providing the work described in Section 1-10.3(5). Progress payment for the lump sum item "Temporary Traffic Control Devices" will be made as follows: 1. When the initial temporary traffic control devices are set up, 50 percent of the amount bid for the item will be paid. 2. Payment for the remaining 50 percent of the amount bid for the item will be paid on a prorated basis in accordance with the total job progress as determined by progress payments. The unit contract price for "Portable Changeable Message Sign (PCMS)" per day shall be full pay for all costs for furnishing, transporting, initial installation within the project limits, maintaining and removing the PCMS, and associated work described in Section 1-10.3(7). Relocation of the PCMS within the project limits will be paid under the item "Traffic Control Labor." The unit contract price for "Sequential Arrow Sign (SAS)" per day shall be full pay for all costs for providing, maintaining and removing the SAS, and associated work and maintenance described in Section 1- 10.3(8). The operator of this device will be paid under the item "Traffic Control Labor." 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 Foster Park Pump Station/Inouye 1 - 48 August 17, 2011 Project Number 09-3005 1 other bid items contained within the proposal. The Contractor shall estimate these costs based on the Contractor's contemplated work procedures. When traffic control bid items are included in the bid 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 also included. If 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 a certified TCS 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 IContract. 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, or for temporary road closures subject to the provisions of Section 1-07.23(3) of the Special Provisions. i z Foster Park Pump Station/Inouye 1 - 49 August 17, 2011 Project Number 09-3005 DIVISION 2 - EARTHWORK ' 2-02 REMOVAL OF STRUCTURES AND OBSTRUCTIONS i SECTION 2-02.1 IS SUPPLEMENTED BY ADDING THE FOLLOWING. 2-02.1 Description This work also includes the repair of adjacent improvements that were not designated for removal, but that were damaged by the Contractor's operations. ' SECTION 2-02.3 IS REVISED BY REPLACING THE LAST THREE PARAGRAPHS WITH THE FOLLOWING: 2-02.3 Construction Requirements I All improvements that are not designated for removal, but that are damaged by the Contractor's operations shall be replaced, restored, or repaired at the Contractor's sole expense. The Engineer's determination regarding what replacement, restoration, or repair must be made by the Contractor to repair damage caused by the Contractor's removal operations is final. SECTION 2-02.3(3) IS DELETED AND REPLACED WITH THE FOLLOWING: 1 2-02.3(3) Removal of Pavement, Sidewalks, Curbs, and Gutters In removing pavement, sidewalks, and curbs the Contractor shall: 1. Haul broken-up pieces of concrete and asphalt pavement into the roadway embankment, or to some off-project site, unless otherwise directed by the Engineer, or permitted by the Special Provisions. 2. Material that is to be incorporated into the embankment shall be broken into pieces not exceeding 18 inches in any dimension, and no part of any piece shall be within three feet of the top, side or end surface of the embankment or any structure. 3. Make a vertical saw cut between any existing pavement, sidewalk, or curb that is to remain and the portion to be removed. When asphalt pavements are being widened, the vertical saw cut shall be ' made at least 1-foot from the edge of the existing pavement, and at least 2-feet from the closest edge of any cement concrete curb that will remain or be replaced, unless otherwise directed by the I Engineer. 4. Replace at no expense to the City any existing pavement designated to remain that is damaged during the removal of other pavement, sidewalks, or curbs. 5. When cement concrete sidewalk, cement concrete pavement, or cement concrete curb is being removed, and the removal would result in a remaining strip of cement concrete less than 5 feet long, or where in the opinion of the Engineer the remaining portion of the sidewalk, pavement or curb would be damaged by the Foster Park Pump station/Inouye 2 - 1 August 17, 2011 Project Number 09-3005 cutting required for the removal, then the entire sidewalk, , pavement or curb shall be removed to the next expansion joint. ' SECTION 2-02.5IS SUPPLEMENTED BY ADDING THE FOLLOWING: 2-02.5 Payment Payment will be made in accordance with Section 1-04.1, for the following bid items when they are included in the Proposal: The unit contract price per square yard for "Remove Existing Asphalt Concrete Pavement" constitutes complete compensation for all labor, , materials, tools, supplies and equipment required to remove existing asphalt from sidewalk for a depth of 3 inches, and from roads for a depth of 6 inches. Included in this price is the cost of hauling and disposal of the asphalt pavement. Should the Contractor encounter pavement to be removed which is thicker than 6 inches it shall be paid according to the following formula: (Encountered thickness - 6 inches) x unit bid price -additional 6 inches compensation For example, if the Contractor encounters pavement to be removed which is 8 inches thick and its unit bid price was $2.00/SY then its additional compensation for the extra thickness would be: (8 - 6) x $2 00 = $0.67/SY in addition to the unit price. No other 6 compensation shall be allowed. The unit contract price per square yard for "Remove Cement Concrete Sidewalk" constitutes complete compensation for furnishing all labor, materials, tools, supplies, and equipment necessary to saw cut and remove, haul and dispose of the cement concrete sidewalk as shown on the plans and described in the specifications The unit contract price per square yard for "Remove Existing Cement Concrete Driveway" constitutes complete compensation for furnishing all labor, materials, tools, supplies, and equipment necessary to saw cut and remove, haul, and dispose of the cement concrete sidewalk as shown on the plans and described in the specifications. ' The unit contract price per lineal foot for "Remove Cement Concrete Curb and Gutter" constitutes complete compensation for furnishing all labor, materials, tools, supplies, and equipment necessary to saw cut and remove, haul, and dispose of the cement concrete curb and gutter as shown on the plans and described in the specifications. ' The unit contract price per lineal foot for "Remove Existing48 Inch Storm Sewer Pipe" constitutes complete compensation for all labor, materials, tools, supplies and equipment necessary to remove the existing storm pipe or culvert as shown on the plans and described in Foster Park Pump Station/Inouye 2 - 2 August 17, 2011 Project Number 09-3005 1 the specifications. The unit bid price shall also include but not be limited to excavation, dewatering, concrete plugging any remaining I pipes, removal, disposal, backfilling with gravel borrow, and compaction. "Saw Cut Existing Asphalt Concrete Pavement" "Saw Cut Existing Cement Concrete Pavement" The unit price contract price per lineal foot for the above items constitutes complete compensation for all materials, labor and equipment required to saw cut existing pavement to a depth of 6 inches in accordance with the plans and specifications. Should the Contractor encounter pavement to be removed which is thicker than 6 inches, it shall be paid according to the following formula: (Encountered thickness - 6 inches) x unit bid price _ additional 6inches compensation For example, if the Contractor encounters pavement to be removed which is 8 inches thick and its unit bid price was $2.00/LF then its additional compensation for the extra thickness would be: (8 - 6) x $2.00 = $0.67/LF in addition to the unit bid price. No other 6 compensation shall be allowed. A vertical saw cut shall be required between any existing pavement, sidewalk, or curb that is to remain and the portion to be removed. The costs of other types of pavement cutting, such as "wheel cutting", shall be considered incidental to other bid items and no payment will be allowed under this item unless the pavement is actually saw cut. 2-03 ROADWAY EXCAVATION AND EMBANKMENT SECTION 2-03.3(7)C IS SUPPLEMENTED BY ADDING THE FOLLOWING: 2-03.3(7)C Contractor-Provided Disposal Site The City has not provided a waste site. The Contractor shall arrange for disposal and provide any necessary disposal sites in accordance with Section 2-03.3(7)C of the Standard Specifications. The Contractor is responsible for determining which permits are required for the selected disposal sites. ' Within the City of Kent, wetlands are identified by using the Corps of Engineers Wetlands Delineation Manual dated January 1987. ' Foster Park Pump Station/Inouye 2 - 3 August 17, 2011 Project Number 09-3005 SECTION 2-03.3(14)D IS SUPPLEMENTED BY ADDING THE FOLLOWING: 2-03.3(14)D Compaction and Moisture Control Tests Maximum density will be determined by the Modified Proctor Method ASTM D-1557. , All compaction tests if required will be performed by the City. 2-06 SUBGRADE PREPARATION ' SECTION 2-06.3(1) ITEM 6 IS DELETED AND REPLACED WITH THE , FOLLOWING: 2-06.3(1) Subgrade for Surfacing 6. The prepared subgrade shall be compacted in the top 0.50 foot to 95 percent of maximum dry density per ASTM D-1557 for a cut , section. If the underlying subgrade is too soft to permit compaction of the upper 0.5 foot layer, the Contractor shall loosen (or excavate and remove), and compact the subgrade until the top layer can meet compaction requirements. Fill sections shall be prepared in accordance with the Standard Specification Section 2- 03.3(14)C, Method B except ASTM D-1557 shall determine the maximum density. SECTION 2-06.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 2-06.5 Measurement and Payment The cost for work required for compaction of the subgrade shall be included by the Contractor in the unit contract price of other bid items. 2-07 WATERING SECTION 2-07.4 IS DELETED AND REPLACED WITH THE FOLLOWING: 2-07.4 Measurement The Contractor shall obtain a hydrant meter and permit from the City of Kent Maintenance Shop located at 5821 South 240th Street (253) 856- 5600 to measure the quantities of water used. Hydrant wrenches are also available at the City Maintenance Shops at the Contractors option. No additional deposit is required for the hydrant wrench. The Contractor shall be responsible for paying all water use costs at the current City rate. Prior to issuance of the hydrant meter (and wrench if applicable) and ' permit, the Contractor shall make a hydrant meter deposit to the City of Kent Customer Service Division located on the first floor of the Centennial Center at 400 West Gowe Street (253) 856-5200. The said ' deposit is refundable provided the Contractor returns the hydrant meter Foster Park Pump Station/Inouye 2 - 4 August 17, 2011 Project Number 09-3005 ' (and wrench if applicable) to the City Maintenance Shops undamaged and all water use fees have been paid to date. ' The hydrant meter permit duration is two (2) months. At the end of the permit duration, the Contractor shall deliver the hydrant meter (and wrench if applicable) to the City Maintenance Shops for reading. If the Contractor requires another hydrant meter and permit at the time a meter is returned to the City Maintenance Shops, he shall request a meter and one shall be provided. An additional meter deposit will not be required. The Contractors initial hydrant meter deposit shall be transferred to the new meter issued. 2-12 CONSTRUCTION GEOSYNTHETIC 1 SECTION 2-12.1 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 2-12.1 Description This work shall consist of furnishing and installing non-woven geotextile fabric at the locations shown on the plans and described in the specifications. SECTION 2-12.2 IS SUPPLEMENTED BY ADDING THE FOLLOWING: ' 2-12.2 Materials I Non-woven geotextile fabric shall meet the material requirements of Section 9-33 of the Standard Specifications for high survivability, separation and soil stabilization, and underground drainage for each geotextile use as specified on the plans or in the Kent Special Provisions. SECTION 2-12.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 2-12.3 Construction Requirements ' The Contractor shall take all necessary precautions to not tear or damage the fabric during installation. The fabric shall be laid down by hand. Folds or creases in the fabric shall be pulled flat. The fabric sides and ends shall be anchored or weighted sufficiently to prevent slouching. Joints or seams shall be overlapped a minimum of two (2) ' feet. SECTION 2-12.4 IS SUPPLEMENTED BY ADDING THE FOLLOWING. 2-12.4 Measurement ' Non-woven geotextile fabric shall be measured per square yard of materials placed. 1 Foster Park Pump Station/Inouye 2 - 5 August 17, 2011 Project Number 09-3005 SECTION 2-12.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 2-12.5 Payment 1 The unit contract price per square yard for "Geotextile Fabric, Non- Woven" constitutes complete compensation for all labor, materials, tools, supplies, and equipment necessary to furnish and install the fabric at the locations shown on the plans and described in the specifications. 1 t r 1 t 1 1 Foster Park Pump Station/Inouye 2 - 6 August 17, 2011 Project Number 09-3005 i DIVISION 4 - BASES 4-04 BALLAST AND CRUSHED SURFACING ion 4 04.3 Construct Requirements SECTION 4-04.3(2) IS SUPPLEMENTED BY ADDING FOLLOWING: 4-04.3(2) Subgrade The Contractor is responsible for any delays or costs incurred as a result of placing ballast or surface materials before approval is received from the Engineer. 1 SECTION 4-04.3(5) IS DELETED AND REPLACED WITH THE FOLLOWING: 4-04.3(5) Shaping and Compaction ' Surfacing shall be compacted in depths not to exceed 6 inches except top course shall not exceed 2 inches unless otherwise directed. Density shall be at least 95 percent of maximum density per ASTM D-1557 using a nuclear gauge. Compaction of each layer must be approved by the Engineer before the next succeeding layer of surfacing or pavement ' is placed thereon. SECTION 4-04.3(7) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 4-04.3(7) Miscellaneous Requirements The Contractor is solely responsible for any delays or additional costs incurred as a result of placing ballast or succeeding courses of surfacing materials before approval to proceed is received from the Engineer. SECTION 4-04.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 4-04.5 Payment "Crushed Surfacing Top Course, 5/8 Inch Minus" 1 "Crushed Surfacing Base Course, 1-1/4 Inch Minus" The unit contract price per ton for the above items constitutes complete compensation for furnishing all labor, materials, tools, supplies, and equipment necessary to haul, place, finish grade, and compact the material as shown on the plans and described in the specifications. These items shall also be used for roadway or driveway remedial work or patching as requested by the Engineer. Quantities used for pipe zone bedding shall be measured and paid separately under the appropriate bid item. Foster Park Pump Station/Inouye 4 - 1 August 17, 2011 Project Number 09-3005 L DIVISION 5 SURFACE TREATMENTS AND PAVEMENTS NOTE: If the contract also includes underground utility construction, permanent surface treatments and pavements shall not be placed until an as-built survey and testing of the new underground utilities have been completed. Verification that utility construction conforms to the line and grade requirements of Section 7-08.3(2)B of the Standard Specifications shall be made by the Engineer prior to authorizing paving to begin. Also, each new utility must pass all appropriate tests specified herein for the type of utility prior to paving. ' 5-02 BITUMINOUS SURFACE TREATMENT SECTION 5-02.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 5-02.5 Payment ' Anti-stripping additive shall be included in the price of asphalt (grade) per ton. The quantity of asphalt material shall not be reduced by the quantity of anti-stripping additive. 5-04 HOT MIX ASPHALT SECTION 5-04.2 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 5-04.2 Materials Recycled materials for the pavement sections shall not be allowed. SECTION 5-04.3(7)A IS SUPPLEMENTED BY ADDING THE FOLLOWING: 5-04.3(7)A Mix Design 1 The City of Kent at its option may approve a current WSDOT approved mix design, Class 1/2", PG 64-22 in place of performing a mix design, provided, however, that such mix design shall include a minimum asphalt content of 5% by total mix weight and anti-stripping compound. Anti-stripping compound shall be added to the asphalt material in accordance with Section 9-02.4. If the City is not satisfied with the mix submitted, a full mix design will be performed. The City is not required to justify to the Contractor its decision to perform a mix design. The City reserves the right to adjust the asphalt cement content based on mix design or approval of alternate mix designs submitted by the Contractor. SECTION 5-04.3(8)A IS DELETED AND REPLACED WITH THE FOLLOWING: 5-04.3(8)A Acceptance Sampling and Testing Acceptance Sampling and Testing shall be as follows: Foster Park Pump Station/Inouye 5 - 1 August 17, 2011 Project Number 09-3005 1. Asphalt Cement and Gradation: Extraction tests shall be taken every 500± tons as determined by the Engineer or each day whichever is less. 2. The Engineer is not precluded from taking more tests above if deemed necessary. 3. The Contractor is responsible to meet the required compacting asphalt cement content and gradation requirements. Averaging of test results will not be considered. Any deviation from the specification will be considered on a case-by-case basis by the I Engineer and may require a credit to the City based on Section 5- 04.5(1)A of the Standard Specifications. The Engineer, however, is not obligated to accept out of specification work and has the 1 authority to require the removal of material that does not meet the contract specifications. SECTION 5-04.3(9) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 5-04.3(9) Spreading and Finishing ' Asphalt concrete Class 1/2", PG 64-22 shall be compacted in lifts not to exceed 3 inches except that the final lift shall not exceed 2 inches unless approved by the Engineer. The minimum compacted depth of Class 1/2", PG 64-22 asphalt concrete shall be 1 1/2 inch. Reference Section 8-20.3(14)C of the Kent Special Provisions for the placement of traffic signal detection loops. SECTION 5-04.3(10) IS SUPPLEMENTED BYADDING THE FOLLOWING. 5-04.3(10) Compaction Density shall be at least 92 percent of maximum theoretical density (rice density). Compaction tests shall be performed by an approved geotechnical or testing firm under the direction of a professional civil engineer registered in the State of Washington. SECTION 5-04.3(10)B IS DELETED AND REPLACED WITH THE FOLLOWING: 5-04.3(10)B Control For Asphalt Concrete, where paving is in the traffic lanes, including lanes for ramps, truck climbing, weaving, speed changes, and left turn channelization, and the specified compacted course thickness is greater ' than 0.10 foot, the acceptable level of compaction shall be a minimum 92 percent of the maximum density as determined by WSDOT Test Method 705. The level of compaction attained will be determined as the average of not less than 5 nuclear density gauge tests taken on the day the mix is placed (after completion of the finish rolling) at randomly selected locations. The quantity represented by each lot will be no greater than a single day's production or approximately 400 tons, whichever is less. Foster Park Pump Station/Inouye 5 - 2 August 17, 2011 Project Number 09-3005 Control lots not meeting the minimum density standard shall be ' removed and replaced with satisfactory material. At the option of the Engineer, non-complying material may be accepted at a reduced price. Cores used to check density will be approved only when designated by the Engineer. At the start of paving, if requested by the Contractor, a compaction test section shall be constructed as directed by the Engineer to determine the compactibility of the mix design. Compactibility shall be based on the ability of the mix to attain the specified minimum density (92 percent of the maximum density determined by WSDOT Test Method 705). In addition to the randomly selected locations for tests of the control lot, the Engineer reserves the right to test any area which appears defective and to require the further compaction of areas that fall below acceptable density reading. These additional tests shall not impact the compaction evaluation of the entire control lot. SECTION 5-04.3(12) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 5-04.3(12) Joints The HMA overlay and widening shall be feathered to produce a smooth riding connection to the existing pavement where planing is not specified. HMA utilized in the construction of the feathered connections shall be modified by eliminating the coarse aggregate from the mix at the Contractor's plant or the commercial source or by raking the joint on 1 the roadway, to the satisfaction of the Engineer. The full depth end of each lane of planing shall be squared off to form a uniform transverse joint. The Contractor shall construct and maintain a temporary HMA wedge in accordance with Section 5-04.3(11) across the entire width of the transverse edge when traffic is allowed on the planed surface prior to paving. The wedge shall be constructed before opening the lane to traffic. ' SECTION 5-04.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTIONS: 5-04.3(21) Temporary Pavement Temporary pavement including trench patches shall be installed where specified by the Engineer. ' Foster Park Pump Station/Inouye 5 - 3 August 17, 2011 Project Number 09-3005 SECTION 5-04,5IS DELETED AND REPLACED WITH THE FOLLOWING: , 5-04.5 Payment Payment will be made in accordance with Section 1-04.1, for the following bid items when they are included in the Proposal: The unit contract price per ton for "HMA Class 1/2", PG 64-22" shall be full pay for all costs of material, labor, tools and equipment necessary , for furnishing, installing and finishing the asphalt for driveways, permanent utility patches, sidewalk ramps, and other areas at the locations shown on the plans, as specified herein and as directed by the Engineer. The cost for anti-stripping additive and asphalt for tack coat shall be included in this bid item. The unit contract price per ton for "Cold Plant Mix for Temporary Pavement Patch" shall be full pay for all costs of material, labor, tools and equipment necessary for furnishing, installing, removing and disposing of Cold Plant Mix as required to provide temporary roadway patching of pavement at the locations as specified herein and as directed by the Engineer. , SECTION 5-04.5 IS REVISED BY DELETING THE LAST THREE (3) ITEMS. SECTIONS 5-04.5(1)1 5-04.5(1)A AND 5-04.5(1)B ARE DELETED IN THEIR ENTIRETY, 5-04.5(1) Quality Assurance Price Adjustments 5-04.5(1)A Price Adjustments for Quality of HMA Mixture 5-04.5(1)B Price Adjustments for Quality of HMA Compaction Foster Park Pump Station/Inouye 5 - 4 August 17, 2011 Project Number 09-3005 1 DIVISION 7 - DRAINAGE STRUCTURES STORM SEWERS, ' SANITARY SEWERS, WATER MAINS AND CONDUITS 7-04 STORM SEWERS THE FIRST PARAGRAPH OF SECTION 7-04.2 IS DELETED AND REPLACED WITH THE FOLLOWING: 7-04.2 Materials The following pipe types and materials are accepted for drains, culverts, and storm sewers for this project. The Contractor has the option of choosing the material except for those pipes specified on the plans to be a specific material. ' Ductile Iron Pipe, Epoxy Lined Class 50 .......... 9-05.13 Ductile Iron Pipe Class 52............................. 9-30.2(1) Restrained Joint Pipe shall be TR-Flex by U.S. Pipe or Flex Ring Joint Pipe by American Cast Iron pipe, no equal. Force Main Pipe shall be Protecto 401 by U.S. Pipe. 7-04.3 Construction Requirements 7-04.3(1) Cleaning and Testing SECTION 7-04.3(1)A IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-04.3(1)A General All storm drain pipe including the downstream system shall be thoroughly cleaned to remove any solids or construction debris that may have entered the pipe system during construction. ' The Contractor shall be responsible to insure that materials flushed from the storm drain is trapped, removed, and does not enter the downstream drainage system. SECTION 7-04.3(1) IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: ' 7-04.3(1)G Television Inspection ' All new City storm dram extensions, 24-inch diameter and smaller shall be TV camera inspected by the City of Kent Utility Department and accepted prior to placing final crushed rock surfacing and pavement. All construction except final casting adjustments must be completed and approved by the Inspector prior to the TV inspection. The manholes and catch basins must be set to grade, channeled, and grade rings set in place prior to TV inspection. Castings must be removed for paving, and fully grouted in place after paving. ' Foster Park Pump Station/Inouye 7 - 1 August 17, 2011 Project Number 09-3005 SECTION 7-04.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-04.5 Payment "Storm Sewer Pipe, 8 Inch Diameter, Epoxy Lined, Ductile Iron, Cl 50" , "Storm Sewer Pipe, 12 Inch Diameter, Epoxy Lined, Ductile Iron, Restrained Joint, Cl 52" "Storm Sewer Pipe, 24 Inch Diameter, Epoxy Lined, Ductile Iron, Cl 52" The unit contract price per lineal foot for the above items shall be complete compensation for all labor, materials, tools, supplies and equipment necessary to furnish and install the pipe at the locations ' shown on the plans and described in the specifications. The bid item price includes but is not limited to: trench excavation; unsuitable material excavation, hauling, dewatering; backfill and compaction , (when native material is to be used), surface restoration, and cleanup. The bid price shall also include fittings, tees, couplings, gaskets, connection to new or existing storm pipes, catch basins, or ditches, , testing, coordination for TV inspection, and additional costs for overtime work when working on weekends. 7-05 MANHOLES, INLETS, CATCH BASINS, AND DRYWELLS SECTION 7-05.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-05.3 Construction Requirements All catch basins shall be precast concrete units and shall conform to Kent Standard 5-2 unless specified otherwise. All Type II and III CB structures shall be equipped with the drop rung ' type manhole steps and ladders in accordance with Kent Standard Plan 4-5. The ladder shall be secured from top to bottom, inside the structure wall. No 4 foot hanging ladder sections are allowed. The sanitary sewer manholes shall be fully channeled to conform to the , inside diameter of the sewer line from invert to spring line, then the channel shall be vertical to the top of the pipe. The top edge of the channel shall have a radius of 1/2 to 3/4 inch. The shelves shall slope at 2 percent to the top of the channel. All manhole section joints and pick holes shall be filled with grout and smooth finished outside and inside after installation. ' All manhole penetrations, lifting holes, barrel joints (interior or exterior), risers, frames, and any other location determined by the ' Engineer, shall be sealed to prevent infiltration. The Contractor shall submit proposed sealing product literature to the Engineer for acceptance, prior to use. ' Catch basin grates and solid covers shall be ductile iron and of the locking type unless indicated otherwise on the plans and shall be in , accordance with Kent Standard Plans 5-4 through 5-16 as applicable. Foster Park Pump Station/Inouye 7 - 2 August 17, 2011 ' Project Number 09-3005 Miscellaneous catch basin details shall be in accordance with Kent ' Standard Plan 5-3. Care must be taken to insure that pressures exerted on the soils ' beneath the manholes and the adjacent mains are approximately uniform. Unequal soil pressures may result in excessive settlement at manholes. A spread foundation or other measures may be required to reduce the unit load imposed by the manhole. PVC pipe adaptors shall be KOR-IN-SEAL type flex joints or sand collars ' or other materials as approved by the Engineer to permit slight differential movement. All pipe materials other than the above shall be mudded directly into the manholes and catch basins using a smooth forty five (45) degree bevel from the pipe to the structure meeting ASTM D-303-H-78 SDR35. The allowable protrusion is two (2) inches inside the structure unless approved otherwise by the Engineer. ' Block lettering is required on the top surfaces of storm drain castings, and shall read as follows: "OUTFALL TO STREAM, DUMP NO POLLUTANTS" ' SECTION 7-05.3(1) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-05.3(1) Adjusting Manholes and Catch Basins to Grade iAll construction in performing adjustments of existing or new utilities shall conform to the Standard Specifications, Standard Plans, City of Kent Standard Plans and the Kent Special Provisions. Locating all new and existing utilities to be adjusted following the paving shall be the responsibility of the Contractor. The Contractor shall mark or reference all affected utilities including traffic loops prior to paving. Should it be determined by City personnel upon inspection ' or by notification from other utility companies that the Contractor has failed to adjust existing utilities, the Contractor shall be responsible for completing the adjustments, at no additional cost to the utility company or the City, even if the Contractor has vacated the project site. If the Contractor neglects to reference utilities prior to paving, and for ' example causes conflicts with or damage to traffic loops, the Contractor shall be responsible to relocate or replace the traffic loops at no additional cost to the City. ' No less than 4 inches or greater than 16 inches shall be provided between the top of the cone and the underside of the manhole frame ' for adjustment to street grade or ground surface. Final elevation and slope of the frame and cover shall conform to the final street surface. All joints in the brick or ring adjustment shall be filled with grout, and the castings shall be sealed in grout placed on the ring or brick. A 3/8 inch mortar lining shall be installed inside and out of the adjustment section to form a smooth watertight finish. NOTE: The use or presence ' Foster Park Pump Station/Inouye 7 - 3 August 17, 2011 Project Number 09-3005 1 of wood, asphalt, expansion joint material or other non-approved product for catch basin or manhole adjustment shall be cause for ' immediate rejection. On asphalt concrete paving and/or asphalt resurfacing projects, , manholes, catch basins and similar structures shall not be adjusted until the pavement is completed, at which time the center of each structure shall be relocated from references previously established by , the Contractor. The pavement shall be cut in a restricted area and base material removed to permit removal of the cover. The asphalt concrete pavement shall be cut and removed to a neat ' circle, the diameter of which shall be equal to the outside diameter of the frame plus two feet. The frame shall be placed on concrete blocks and fully mortared to the desired grade. The base materials and crushed rock shall be removed and Cement Concrete Class 3000 shall be placed so that the entire volume of the excavation and up to within, but not to exceed 1-1/2 inches of the finished pavement surface. Note: casting adjustments shall be made with cementatious materials only. Wood, plastic, iron, aluminum, bituminous or similar materials are , prohibited. On the following day, the concrete, the edges of the asphalt concrete pavement, and the outer edge of the casting shall be painted with hot asphalt cement. Asphalt concrete shall then be placed and compacted with hand tampers and a patching roller. The completed patch shall match the existing paved surface for texture, density, and uniformity of grade. The joint between the patch and the existing pavement shall then be painted with hot asphalt cement or asphalt emulsion and shall be immediately covered with dry paving sand before the asphalt cement solidifies. 7-05.3(6) Storm Drain Stenciling The pavement adjacent to all catch basins and inlets within the project , limits shall be marked with a standard pollution prevention thermoplastic form such as the example following: No DUMPING! DRAINS TC STit �1M 1 E 1 The wording shall be placed so that it can be read from the sidewalk or shoulder of the road. Contractor is responsible for purchase and installation of the thermoplastic material. Foster Park Pump Station/Inouye 7 - 4 August 17, 2011 Project Number 09-3005 7-05.3(7) Relocate Existing Catch Basin ' The existing catch basin assemblies indicated to be relocated shall be carefully removed to avoid damage. The Contractor will then install the catch basin at the location indicated on the plans so that the assembly will function as shown on the plans. ' SECTION 7-05.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-05.5 Payment "84 Inch Diameter, Bypass Catch Basin Type 2" "84 Inch Diameter Discharge Catch Basin Type 2" The unit contract price per each for the above item(s) constitutes complete compensation for furnishing all labor, materials, tools, supplies, and equipment necessary to install the specified structure to ' final finished grade as shown on the plans and described in the specifications. This work includes but shall not be limited to: shoring; excavating; dewatering; installing; connecting new or existing pipes; flap gates; 48 inch D.I. spool pipe; gate valve; frame and cover; 12" D.I. pipe and bends; all connections, flanges, etc. to make a complete system; backfilling; compacting; surface restoration; referencing for future locates prior to final overlay; and storm drain stenciling. "Adiust Existing Manhole Cover to Finished Grade" "Adjust Existing Sanitary Sewer Cleanout to Finished Grade" The unit contract price per each for the above item(s) constitutes complete compensation for furnishing all labor, materials, tools, supplies, and equipment necessary to adjust the specified structure to final finished grade as shown on the plans and described in the specifications. This work includes but shall not be limited to: excavating; dewatering; installing; connecting new or existing pipes, backfilling; compacting; surface restoration; referencing for future locates prior to final overlay; and storm drain stenciling. Adjusting the ' grade by adding or removing risers, grade rings, or sections as required will be included in this bid item. Any adjustments made prior to the final finished elevation shall be considered incidental. The unit contract price per each for "Locking Manhole Frame and Cover" constitutes complete compensation for all labor, materials, tools, ' supplies and equipment necessary to furnish and install the new frame and cover or grate as shown on the plans and described in the specifications. This price shall also include a dlusting the new frame and cover or grate to match final grades. Any adjustments made prior to the final finished elevation shall be considered incidental. ' The unit contract price per each for "Catch Basin, Type 1" constitutes complete compensation for furnishing all labor, materials, tools, ' supplies, and equipment necessary to install the specified structure to final finished grade as shown on the plans and described in the specifications. This work includes but shall not be limited to: Foster Park Pump Station/Inouye 7 - 5 August 17, 2011 Project Number 09-3005 excavating; dewatering; installing; connecting new or existing pipes, backfilling; compacting; surface restoration; referencing for future ' locates prior to final overlay; and storm drain stenciling. The unit contract price per each for "Vaned Bi-Directional Catch Basin ' Frame and Grate" constitutes complete compensation for all labor, materials, tools, supplies and equipment necessary to furnish and install the new frame and cover or grate as shown on the plans and ' described in the specifications. This price shall also include adjusting the new frame and cover or grate to match final grades. Any adjustments made prior to the final finished elevation shall be , considered incidental. 7-08 GENERAL PIPE INSTALLATION REQUIREMENTS SECTION 7-08.2 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-08.2 Materials All pipe shall be of the type and material specified in the bid proposal, shown on the plans or specified herein. All materials used for construction of sanitary sewer and storm drainage systems and appurtenances shall be new and undamaged. All materials used shall be subject to inspection by the City prior to use. The Contractor shall provide the City with shop drawings, manufacturer's specifications and certificates of materials as requested. The materials referred to herein, shall conform to the applicable , provisions of the Standard Specifications, the Kent Special Provisions and the manufacturer's recommended installation procedures. See the following Sections of the Standard Specifications and the Kent Special Provisions: Hot Mix Asphalt ............................... 5-04.2 Cement Concrete Pavement .............. 5-05.2 i Storm Sewers ................................. 7-04.2 Manholes, Inlets and Catch Basins...... 7-05.2 Crushed Surfacing ........................... 9-03.9(3) Gravel Backfill for Pipe Zone Bedding.. 9-03.12(3) Gravel Borrow ................................. 9-03.14(1) Gravel Backfill for Foundation ............ 9-03.17 Bank Run Gravel for Trench Backfill.... 9-03.19 SECTION 7-08.3(1)A IS SUPPLEMENTED BY ADDING THE FOLLOWING: , 7-08.3(1)A Trenches , If well points are used for dewatering pipe trenches, they shall be adequately spaced to provide the necessary dewatering and shall be sandpacked and/or other means used to prevent pumping of fine sands or silts from the sub-surface. A continual check by the Contractor shall Foster Park Pump Station/Inouye 7 - 6 August 17, 2011 Project Number 09-3005 be maintained to insure that the sub-surface soil is not being removed by the dewatering operation. Once commenced, the dewatering operation shall be continuous until construction and backfilling in the dewatered area is complete. Pump shutdown shall be accomplished in an approved gradual manner. The Contractor shall provide enough facilities and personnel to maintain continuous operation once commenced. Such continuous operation shall be the responsibility of the Contractor. 1 In the event of damage to the trench foundation as determined by the Engineer, or to the ditch walls, or other operations resulting from the failure of the Contractor to maintain the dewatering operation, the complete cost of all repairs shall be borne by the Contractor. It shall be the sole responsibility of the Contractor to dispose of all waters resulting from his dewatering operation. This responsibility also includes choice of method, obtaining regulatory agency approvals, complying with state water quality standards and other agency requirements. Each individual project and dewatering operation shall be evaluated individually to determine exact requirements; however, in general the following conditions will apply. ' 1. Disposal into the existing storm drain facilities (pipes, channels, ditches, etc.) may be acceptable if the Contractor obtains the necessary permits and approvals. 2. Discharge to existing storm drain facilities shall not result in a violation of state water quality standards for surface water, Chapter 173-203 WAC. 3. The Contractor shall monitor discharge and receiving water(s) as required to verify that water quality standards are being met. 4. If necessary to meet standards and approval requirements, the Contractor shall treat the water prior to discharge. A settling pond may be an acceptable method of treatment. Any damage, as determined by the Engineer to properties or improvements resulting from an inadequate disposal (water) operation shall be the responsibility of the Contractor, including repairs, ' replacements and/or restoration. Where required or where directed by the Engineer, stabilization of the ' trench bottom shall be in accordance with Section 7-08.3(1)A of the Standard Specifications. Excavation of the unsuitable material shall be considered as trench excavation. The unsuitable material shall be disposed of by the Contractor. Backfill unsuitable material excavations with Foundation Material Class I ' or II meeting the requirements of Section 9-03.17 of the Kent Special Provisions with the class called for in the bid proposal, on the plans or by the Engineer in the field. Foster Park Pump Station/Inouye 7 - 7 August 17, 2011 Project Number 09-3005 Trench excavation shall include the required pavement removal for ' construction of the trench. See Section 2-02.3(3) of the Kent Special Provisions. SECTION 7-08.3(1)C IS SUPPLEMENTED BY ADDING THE FOLLOWING: , 7-08.3(1)C Bedding the Pipe , Bedding shall be placed in accordance with Standard Plan B-55.20-00. Bedding material shall be in accordance with Section 9-03.12(3) of the Kent Special Provisions. Bedding material shall be tamped in layers under, around and above ' the pipe to adequately support and protect the pipe. The Contractor shall use compaction equipment approved by the Engineer to obtain adequate compaction of the bedding material. Unless otherwise ' approved by the Engineer, adequate compaction shall be construed to mean to at least 95 percent of the maximum density measured in accordance with ASTM D-1557. , The pipe shall be protected from damage when compacting. At least two feet of cover is required over the pipe prior to using heavy , compaction equipment. SECTION 7-08.3(2)B IS SUPPLEMENTED BY ADDING THE FOLLOWING: ' 7-08.3(2)B Pipe Laying - General At locations of pipe crossing between new or existing pipes the ' minimum vertical clearance shall be one and one-half foot unless otherwise approved by the Engineer. If this clearance cannot be , obtained, the Contractor shall install a 2-inch thick 1-2 PSF styrofoam cushion between the pipes. The cushion shall be installed longitudinally with the lower pipe. The cushion width shall be equal to the lower pipe diameter and the length shall be one foot greater than the upper pipe diameter. It should be noted that field adjustment of specified slopes for storm ' and sanitary side sewers are permissible, if approved by the Design Engineer, to obtain the minimum clearances. , External or internal grouting or repair by use of collars on the new sanitary or storm sewer line will not be an acceptable means of repair, , should repair be necessary. All pipe, adaptors, tees, and other fittings shall be used for the purpose intended by the manufacturer and shall be installed according to manufacturer's recommendations. Foster Park Pump Station/Inouye 7 - 8 August 17, 2011 , Project Number. 09-3005 SECTION 7-08.3(2)G IS SUPPLEMENTED BY ADDING THE FOLLOWING: ' 7-08.3(2)G Jointing of Dissimilar Pipe ' Connections of Ductile or Cast Iron Pipe to Concrete Pipe or PVC Pipe will be done by the use of Cast Transition or reducing couplings (Romac 501 or equivalent). iSECTION 7-08.3(2)H IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-08.3(2)H Sewer Line Connections Where indicated on the plans or where directed by the Engineer, ' connections shall be made to the existing storm drain/sewer systems by the Contractor in accordance with applicable portions of the Standard Specifications and Kent Special Provisions in a workmanlike manner satisfactory to the Engineer. SECTION 7-08.3(2) IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: 7-08.3(2)J Pipe Laying - PVC ' For PVC pipe, the Contractor shall maintain a cover over the pipe to prevent temperature deformation caused by the sun and shall remove such cover only for a sufficient time to allow the pipe to be installed. When making field cuts of PVC pipe, a new reference line shall be 1 marked on the spigot end a distance of 4-5/8 inches from said end. Said end will provide a visual means of determining whether full insertion of the spigot into the bell has been made during installation. ' SECTION 7-08.3(3) IS SUPPLEMENTED BY ADDING THE FOLLOWING: ' 7-08.3(3) Backfilling Pipe trench backfill shall be bank run gravel for trench backfill or gravel borrow if, in the opinion of the Engineer, existing trench excavation soils are unsuitable. Bank run gravel and gravel borrow shall be from a pit approved by the Engineer and shall be as specified in Section 9- 03.19 of the Standard Specifications for bank run gravel and Section 9- 03.14(1) of the Kent Special Provisions for gravel borrow. Each layer shall be compacted to 95 percent in paved areas and 90 percent in unpaved areas in accordance with ASTM D-1557 in lifts not to exceed eighteen (18) inches. The maximum particle size shall not exceed six (6) inches or 2/3 the depth of the layer being placed whichever is less. Foster Park Pump Station/Inouye 7 - 9 August 17, 2011 Project Number 09-3005 SECTION 7-08.3(4) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-08.3(4) Plugging Existing Pipe , Existing pipes being plugged shall be plugged with concrete at both , ends and shall otherwise be in accordance with Section 7-08.3(4) of the Standard Specifications. SECTION 7-08.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION; 7-08.3(5) Street Restoration , Unless otherwise shown on the plans, street restoration shall be in , accordance with the following requirements: Where cuts have been made in either asphalt concrete pavement, or , in oil mats, the Contractor shall reconstruct the trench areas with a 3 inch thick asphalt concrete patch placed on a 2 inch thickness of crushed surfacing top course over a 4 inch thickness of crushed surfacing base course or as directed by the Engineer in the field. However, where cuts have been made in an asphalt concrete pavement section to be overlayed, the Contractor shall reconstruct , the trench with a 2 inch thick asphalt concrete patch with a 2 inch asphalt overlay for a total of 4 inches of asphalt concrete pavement over 2 inches of crushed surfacing top course over 4 inches crushed , surfacing base course. In all cases, the asphalt and crushed surfacing thickness for the patch shall meet or exceed the existing pavement section. Upon approval of the Engineer, Controlled Density Fill may be used to back fill the narrow trenches where it is difficult to compact crushed , surfacing. In these cases the asphalt concrete layer shall increase to a minimum of 2 inches greater than the existing section. Where cuts have been made in cement concrete pavement, the ' Contractor shall reconstruct the trench area with a 6 inch thick cement concrete patch placed on a 6 inch thickness of crushed ' surfacing top course. In all cases, the cement concrete and crushed surfacing thickness for the patch shall meet or exceed the existing pavement section. ' Where there is an existing asphalt overlay over cement concrete pavement, the cement concrete shall be patched to original grade as above and then overlaid with an asphalt concrete patch to existing grade. All gravel shoulders shall be restored to their original condition and ' shape. The Contractor shall spread a 2 inch thick layer of crushed surfacing on the shoulder. The shoulder shall be finished with a grader after backfilling and compacting and before spreading the crushed surfacing. Foster Park Pump Station/Inouye 7 - 10 August 17, 2011 , Project Number 09-3005 Permanent surface treatments and pavements shall not be placed until an as-built survey and testing of the new underground utilities have been completed. Verification that utility construction conforms to the ' line and grade requirements of Section 7-08.3(2)B of the Standard Specifications shall be made by the Engineer prior to authorizing paving to begin. Also, each new utility must pass all appropriate tests ' specified herein for the type of utility prior to paving. SECTION 7-08.4 IS REVISED BY DELETING THE FIRST PARAGRAPH AND ' REPLACING WITH THE FOLLOWING: 7-08.4 Measurement ' Gravel backfill for foundation and gravel backfill for pipe zone bedding shall be measured by the ton, including haul. ' SECTION 7-08.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-08.5 Payment The unit contract price per ton for "Pipe Zone Bedding" constitutes complete compensation for all labor, material, tools, supplies, and equipment necessary or incidental to furnish and place bedding material as shown on the plans and described in the specifications. This includes ' but shall not be limited to: excavating, loading, hauling, mixing, placing, shaping, and compacting. Reference WSDOT Standard Plan B-55.20-00. The unit contract price per ton for "Foundation Material, Class I and II" constitutes complete compensation for all labor, material, tools, ' supplies, and equipment necessary or incidental to furnish and place foundation material as shown on the plans and described in the specifications. This includes but shall not be limited to: excavating, loading, hauling, mixing, placing, shaping, and compacting. The unit contract price per ton for "Bank Run Gravel for Trench Backfill" ' constitutes complete compensation for all labor, material, tools, supplies, and equipment necessary or incidental to furnish and place the bank run gravel for trench backfill as shown on the plans and described in the specifications. This includes but shall not be limited to: excavating, loading, hauling, mixing, placing, shaping, and compacting. The actual quantity for bank run gravel for trench backfill is unknown since selected materials will be used wherever possible. The City has entered a quantity in the proposal for the purpose of providing a common proposal for all bidders. Foster Park Pump Station/Inouye 7 - 11 August 17, 2011 Protect Number 09-3005 ' DIVISION 8 - MISCELLANEOUS CONSTRUCTION ' 8-01 EROSION CONTROL AND WATER POLLUTION CONTROL SECTION 8-01.1 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-01.1 Description ' This work consists of temporary erosion and sedimentation control procedures (TESCP) as shown on the construction plans, specified in these special provisions, proposed by the contractor, or ordered by the Engineer as work proceeds. This work is intended to prevent, control and stop water pollution or erosion within the pro]ect, thereby protecting the work, nearby wetlands, streams, retention/detention ' ponds, the storm drainage conveyance system and other bodies of water. Exposed and unworked soil shall be stabilized by suitable and timely application of Best Management Practices (BMPs). Best Management Practices are those practices that provide the most effective, practicable means of preventing or reducing pollution generated by non-point sources. Best Management Practices fall into a number of categories. Frequently they are split between erosion control BMPs, including grasses, mulches or other materials used to stabilize soil surfaces, and sedimentation control BMPs including check dams, sediment ponds (basins), straw bale barriers and other structural techniques. Most ' sites require the use of several types of BMPs to adequately control erosion and sedimentation, so erosion control BMPs and sedimentation control BMPs are often used together to address a single problem. ' All planting and hydroseeding shall be performed by a licensed Landscaping Contractor registered in the State of Washington who must be experienced in work of similar nature and have adequate equipment and personnel for the indicated work. The Landscaping Contractor must acquaint itself with all other work related to site improvements, and any other work which might affect preparation for planting or hydroseeding. SECTION 8-01.2 IS DELETED AND REPLACED WITH THE FOLLOWING: 8-01.2 Materials ' Materials shall meet the requirements of the following sections of the Kent Special Provisions and the Standard Specifications: ' Seed ....................................8-01.3(2)B and 9-14.2 Fertilizer ...............................8-01.3(2)B and 9-14.3 Mulch and Amendments ..........8-01.3(2)D and 9-14.4 ' Tackifier ...............................8-01.3(2)E and 9-14.4(7) Straw Bale Barrier..................8-01.3(9)C Quarry Spalls.........................9-13 Straw Mulch ..........................9-14.4(1) Wood Cellulose Fiber ..............9-14.4(2) ' Foster Park Pump Station/Inouye 8 - 1 August 17, 2011 Project Number 09-3005 Erosion Control Blanket...........9-14.5 , Clear Plastic Covering .............9-14.5(3) Water for plants.....................9-25.2 , Construction Geotextile...........9-33 Silt Fence..............................9-33.2 Table 6 8-01.3 Construction Requirements ' SECTION 8-01.3(1) IS DELETED AND REPLACED WITH THE FOLLOWING: , 8-01.3(1) General Controlling pollution, erosion, runoff, and related damage may require , the Contractor to perform temporary work items including but not limited to: 1. Providing ditches, berms, culverts, and other measures to control ' surface water; 2. Building dams, settling basins, energy dissipators, and other , measures, to control downstream flows so as to protect properties and waterways from the construction work areas; 3. Controlling underground water found during construction; 4. Covering or otherwise protecting slopes until permanent erosion- control measures are working; 5. Designing, constructing and stabilizing temporary onsite ' conveyance channels to prevent erosion from the expected velocity of flow from a 2-year, 24-hour frequency rainfall event for the developed condition. Stabilization shall be provided to be , adequate to prevent erosion of outlets and adjacent areas; 6. Protecting stormwater drain inlets made operable during construction so that stormwater runoff will not enter the , conveyance system without first being filtered or otherwise treated to remove sediment; 7. Wherever construction vehicle access routes intersect paved roads, , making provisions to minimize the transport of sediment (dust or mud) onto the paved road through the use of a stabilized construction entrance, tire wash or other BMP approved by the ' Engineer. If sediment is transported onto a road surface, the road shall be cleaned thoroughly at the end of each day (or more frequently, if necessary, to meet the requirements of the Standard Specifications) and the recovered sediment shall be deposited at a designated location approved by the Engineer; or 8. Discharging excavation dewatering devices into a sediment trap, ' pond, storage tank or other BMP approved by the Engineer. Should the Contractor fail to install the required temporary erosion and , sediment control (TESC) measures or to perform maintenance in a timely manner, or fail to take immediate action to install additional approved measures, all fines, cost of cleanup, costs for delays and , down time shall be borne by the Contractor. Foster Park Pump Station/Inouye 8 - 2 August 17, 2011 , Project Number 09-3005 ' Prior to or in conjunction with all clearing or grading, the Contractor ! shall implement TESC measures as necessary to prevent erosion and to stop sediment-laden water from leaving the site and entering the storm drain system, creeks, wetlands or any other sensitive areas. The Contractor is responsible for constructing, maintaining and removing erosion control measures throughout the duration and phases of construction of the project in addition to the measures shown in the plans, as needed, and as directed by the Engineer. The Contractor shall furnish, install, maintain and remove and dispose of water pollution and erosion and sediment control BMPs to prevent sediments and other debris from entering into the storm drainage system and adjacent sensitive areas, including creeks and wetlands. All cost for this work shall be paid for under the unit contract bid prices. The upgrading of the TESCP facilities shall not constitute a basis for additional working days for this project. The City of Kent Survey crew shall flag the boundaries of the clearing limits in the field as shown on the plans, prior to construction. The Contractor shall provide the Engineer a minimum of two working days notice prior to clearing adjacent to any wetland, creek or other sensitive area. 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 TESC facilities shown on the construction plans must be constructed and functional prior to any 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. The facilities shall be in accordance with and conform to the Appendix D to the King County Surface Water Design Manual, Erosion and Sediment Control Standards, except as modified by the Kent Construction Standards or these Special Provisions. The Contractor shall construct all necessary elements and provide other necessary materials, labor, and equipment. When the Engineer determines the temporary control devices are no longer needed, the Contractor shall remove them and finish the construction area they occupied as the Engineer directs. The TESC 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 unit contract bid price. It shall be the responsibility of the Contractor to notify the City at once of any TESC deficiencies or changes in conditions such as rutting and or erosion that may occur during construction. The Contractor may recommend possible solutions to the Engineer in order to resolve any problems that are occurring. The Contractor shall provide additional facilities, as directed by the Engineer over and above the minimum requirements outlined on the approved plans. All costs for materials Foster Park Pump Station/Inouye 8 - 3 August 17, 2011 Project Number 09-3005 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. The Contractor shall have adequate materials on the site to respond to weather changes and shall modify the system to accommodate seasonal changes. If the Engineer or any governmental agency determines that the Contractor's drainage and erosion control measures are inadequate to meet the intent of applicable regulatory programs or the Contract Documents with regard to the control of surface water runoff, erosion or the prevention of environmental degradation as a result of surface water runoff or erosion, then the Contractor shall field design and implement additional surface water runoff or erosion control measures that address the deficiencies observed by the Engineer or the governmental agency. These measures shall be installed and approved by the Engineer. Prior to initiating earthwork or other soil disturbing activities at the site, the Contractor shall obtain the Engineer's approval of the installed erosion and sediment control measures. The Contractor shall field design and implement surface water runoff control measures appropriate to activities associated with temporary earthwork and other construction requirements. Measures that are not defined on the contract plans but are required to meet the requirements of applicable regulatory programs shall be installed after review and approval by the Engineer. The Contractor shall protect the construction area from damage caused by surface water, including damage due to ponding, erosion, and movement of contaminants due to lack of adequate surface water control measures. Damaged work shall be repaired or replaced by the Contractor in accordance with the Standard Specifications and Special Provisions or as directed by the Engineer at no additional cost to the City. The Contractor shall protect adjacent properties, drainage ways, and watercourses from physical or environmental damage caused by surface water runoff, erosion, soil instability, migration of contaminants, clearing, grading, excavation, filling, or similar activities associated with the construction activities. Water shall be frequently applied in traffic areas, as required, to achieve dust control at the site in accordance with these Special Provisions. Paved streets shall be swept periodically to remove soil from the pavement and minimize dust generation. Additional measures may be required to insure that all paved areas are kept clean daily for the duration of the project. Clearing, grubbing, excavation, borrow, or fill within the right of way shall never expose more than 5 acres of erodible earth between October 1 and April 30 and never more than 17 acres of erodible earth between May 1 and September 30. The Engineer may increase or decrease the limits in light of project conditions. Foster Park Pump Station/Inouye 8 - 4 August 17, 2011 Project Number 09-3005 Erodible soils not being worked, whether at final grade or not, as well as temporary soil and debris stockpiles, shall be covered within the following limitations, using an approved soil covering practice, unless authorized otherwise by the Engineer. Erodible soils is defined as any surface where soils, grindings, or other materials are capable of being displaced and transported by rain, wind or surface water runoff. October 1 through April 30 2 days maximum May 1 through September 30 7 days maximum 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 inclusive, as approved by the Engineer. Contractor shall bear the risk of managing contaminated and uncontaminated stormwater originating from area occupied or disturbed by the Contractor during construction of the project and shall employ such additional measures as may be required to prevent environmental harm or physical damage to the work area, or adjacent property. Permit requirements from appropriate agencies are included in the Appendix. The Contractor is responsible for following all permit requirements, whether shown in the plans or not. These requirements may include, but not be limited to, providing daily inspection by an erosion control specialist of the adequacy and maintenance needs of all erosion control measures, submitting daily inspection reports, and inspecting and maintaining erosion/sedimentation control facilities on inactive sites. No additional payment will be made for following permit requirements. All costs associated with permit requirements shall be included in the associated bid item unit price. ' If the Engineer, under Section 1-08.6, orders the work suspended for an extended time, the Contractor shall, before the Contracting Agency assumes maintenance responsibility, make every effort to control erosion, pollution, and runoff during shutdown. Section 1-08.7 describes the Contracting Agency's responsibility in such cases. The requirements of this section shall apply to all areas of the site subject to construction activity as described in the Standard Specifications, the Special Provisions and contract plans, including Contractor construction support facilities, Contractor personnel parking areas, equipment and material storage/laydown areas, and other areas utilized by the Contractor for completion of the work. Nothing in this section shall relieve the Contractor from complying with other contract requirements. j Foster Park Pump Station/Inouye 8 - 5 August 17, 2011 Project Number 09-3005 SECTION 8-01.3(1)A IS SUPPLEMENTED BYADDING THE FOLLOWING: 8-01.3(1)A Submittals The Contractor shall submit for the Engineer's approval, a minimum of 4 working days prior to ordering, a sample and manufacturer's certification of compliance for the filter fabric fence which includes: Manufacturer's name, address, telephone number, product name by trademark and style, geotextile polymer type(s), and physical 1 properties. The Contractor shall submit for Engineer's approval product descriptions of all other materials used for erosion control. SECTION 8-01.3(1)C IS REVISED BY DELETING ITEM 1 AND REPLACING WITH THE FOLLOWING: 8-01.3(1)C Water Management 1. If the ground water meets State Water Quality standards, it may bypass treatment facilities and be routed to its normal discharge point at a rate that will not cause erosion. SECTION 8-01.3(1) IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTIONS: 8-01.3(1)F Applicable Regulations and Criteria Construction activities conducted within the City of Kent's Right of Way are subject to applicable federal, state and local permits. The Contractor shall comply with substantive requirements of applicable state and local regulatory requirements, including, but not limited to the following: ' 1. WAC 173-201A Water Quality Standards for Surface Waters of the State of Washington 2. City of Kent 2002 Surface Water Design Manual. 8-01.3(1)G Water Quality Monitoring Contractor shall test for turbidity in the 100 feet downstream mixing zone to verify that the background turbidity is 50 NTU (nepholometric turbidity units) or less prior to discharging any stormwater during construction from the site into adjacent streams. The Contractor shall also test for turbidity at the point of compliance , which shall be 100 feet downstream of the discharge point for waters up to 10 cfs flow at the time of construction or at 200 feet for waters above 10 cfs up to 100 cfs to verify that the added discharge does not exceed 5 NTU to the existing background turbidity of 50 NTU or less and 10 percent increase in turbidity when the background turbidity is more than 50 NTU. Foster Park Pump Station/Inouye 8 - 6 August 17, 2011 Project Number 09-3005 These turbidity tests shall be taken periodically (weekly) when stormwater is being discharged and during any storm event. j All costs for this work shall be included in the various unit contract bid prices. j 8-01.3(2) Seeding, Fertilizing and Mulching jSECTION 8-01.3(2)B IS DELETED AND REPLACED WITH THE FOLLOWING: 8-01.3(2)B Seeding and Fertilizing Topsoil and all other unpaved and unsodded areas within easements and right-of-way shall be seeded. Hydroseeding shall be the method of seed application. A slurry of seed, fertilizer, mulch and water shall be evenly broadcast over areas to be seeded. All work shall conform in all respects to Section 8-01 of the Standard Specifications, except as modified herein. The Contractor shall notify the Engineer not less than 48 hours in advance of any hydroseeding operation and shall not begin the work until areas prepared or designated for hydroseeding have been approved. Following the Engineer's approval, hydroseeding of the approved slopes shall begin immediately. Hydroseeding shall not be done during windy weather or when the ground is frozen, excessively wet, or otherwise untillable. Hydroseeding shall consist of a slurry composed of water, seed fertilizer and mulch. Hydroseed (upland seed mix) to be applied by an approved hydro ' seeder which utilizes water as the carrying agent, and maintains continuous agitation through paddle blades. It shall have an operating capacity sufficient to agitate, suspend, and mix into a homogeneous I slurry the specified amount of seed and water or other material. Distribution and discharge lines shall be large enough to prevent stoppage and shall be equipped with a set of hydraulic discharge spray nozzles which will provide a uniform distribution of the slurry. The seed and fertilizer cannot be placed in the tank more than 30 minutes prior to application. The seed and fertilizer shall have a tracer added to visibly aid uniform application. This tracer shall not be harmful to plant and animal life. If wood cellulose fiber is used as a tracer, the application rate shall not exceed 25 pounds per acre. Areas in which the above methods are impractical may be seeded by approved hand methods. The slurry to be used will consist of the following materials mixed 1 thoroughly together and applied in the quantities indicated. Foster Park Pump Station/Inouye 8 - 7 August 17, 2011 Project Number 09-3005 1. Grass Seed: Mixture shall be fresh, clean, new crop seed. Seed to be mixed mechanically on the site or may be mixed by the dealer. If seed is mixed on site, each variety shall be delivered in the original containers bearing the dealer's guaranteed analysis. If seed is mixed by the dealer, the Contractor shall furnish to the Engineer the Dealer's guaranteed statement of the composition of the mixture and the percentage of purity and germination of each variety. Grass seed shall be purchased from a recognized distributor and shall be composed of the varieties mixed in the proportions indicated in Section 9-14.2 of the Standard Specifications and Special Provisions. Seed shall meet the minimum percentages of purity and germination specified. Seed shall be applied at the rate of 120 pounds per acre. The Contractor shall protect seed from hydration, contamination, and heating during delivery, storage, and handling. Store seed in cool dry location away from contaminants. Mix A shall be used as the standard hydroseed mix unless otherwise specified herein or on approved project plans. Mix B shall be used exclusively for seeded areas adjacent to grass lawns, within seeded medians, and within seeded traffic islands. In addition, Mix B shall be used for all seeded areas not specifically showing Mix A on the plans, or where otherwise directed by the Engineer. Mix C shall be used exclusively for seeded areas in and adjacent to wetlands, in detention and retention ponds, and in biofiltration swales. 2. Water: The Contractor shall begin maintenance immediately after ' seeding for a minimum of ten (10) weeks or longer as needed. Water seeded areas before hydroseed slurry has completely dried out. Water slowly and thoroughly with fine spray nozzle. Water the hydroseeded areas at least twice daily (in the early morning and late afternoon) until the grass is well established as determined by the Engineer. Repeat watering operation as required by climatic conditions to keep areas moist for a minimum period of 2 weeks from the day of first watering and as necessary for healthy growth. 3. Mulch: As needed to meet requirements of Sections 8-01.3(2)D and 9-14.4. 4. Fertilizer: All areas which are seeded shall receive fertilizer of the following proportions and formulation applied at the rate of 400 pounds per acre. All areas which are seeded shall receive fertilizer meeting the requirements of Section 9-14.3 of the Kent Special , Provisions. Foster Park Pump StationfInouye 8 - 8 August 17, 2011 Project Number 09-3005 Fertilizer shall be applied in accordance with the procedures and requirements for seeding in Section 8-01.3(2)B at the rates and analysis specified in Section 9-14.3 with regard to formulation and rate of application. Fertilizer shall not be applied on any creek sideslopes in order to avoid contamination of these creeks. 5. Hand Seeding: Seeding shall be applied at the rate of 6 pounds per 1,000 square feet. The seed shall be applied by an approved hand j held spreader. The seed shall be evenly distributed over the disturbed area. Apply seed mix after the fertilizing has been accomplished and rake the seed into the surface soil to a depth of 1/4-inch. 6. If the slurry is used for temporary erosion control it shall be applied at the following rates: EROSION CONTROL: j Seed 170lbs/acre Fertilizer 400lbs/acre Wood Fiber 2,000 Ibs/ acre Tackifier 80lbs/acre 7. If the slurry is used in a detention pond it shall be applied at the following rates: DETENTION POND EROSION CONTROL: Seed 60 Ibs/acre (native seed mix) 100 Ibs/acre (pre-germinate annual ryegrass) Fertilizer 250 Ibs/acre (21-0-10 quick release) Wood Fiber 2,000 Ibs/ acre Tackifier 80lbs/acre SECTION 8-01.3(2)D IS DELETED AND REPLACED WITH THE FOLLOWING: 8-01.3(2)D Mulching iWood cellulose fiber mulch conforming to Section 9-14.4 of the Standard Specifications shall be applied to all seeded areas on this project. The application rate shall be 2,000 pounds to the acre in accordance with Section 8-01 of the Standard Specifications. Mulch shall be incorporated into the slurry of seed and fertilizer. Mulch of the type specified in Section 9-14.4(2) of the Standard Specifications and Special Provisions shall be included in the ' hydroseeding process. Wood cellulose fiber used as a mulch shall be suitable for application with hydroseeders as specified in Section 8- 01.3(2)B. The application of seed, fertilizer, and mulch shall be I required in a single operation for all seed applications, unless otherwise directed. Mulch materials, shall be furnished, hauled, and evenly applied at the rates indicated, and shall be spread on seeded areas ' immediately after seeding unless otherwise specified. Foster Park Pump Station/Inouye 8 - 9 August 17, 2011 Project Number 09-3005 Distribution of straw mulch material shall be by means of an approved type mulch spreader, which utilizes forced air to blow mulch material on seeded areas. In spreading straw mulch, the spreader shall not cut or break the straw into short stalks. Straw mulch shall be applied at a rate to achieve a loose, overall thickness of three (3) inches. Areas not accessible by mulching equipment shall be mulched by approved hand methods. Mulch sprayed on signs or sign structures shall be removed the same day. SECTION 8-01.3(2)E IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-01.3(2)E Tacking Agent and Soil Binders Unless specified otherwise, wood cellulose fiber mulch per Section 9- 14.4(2) of the Standard Specifications shall have tackifier incorporated into the mulch fiber during manufacture. If additional tackifier is required, the tackifier shall be Type A as specified in Section 9-14.4(7) of the Standard Specifications. When specified, soil binders and tacking agents shall be applied in accordance with the manufacturer's recommendations. SECTION 8-01.3(2)F IS REVISED BY DELETING THE FIRST THREE PARAGRAPHS AND REPLACING WITH THE FOLLOWING: 8-01.3(2)F Dates for Application of Final Seed, Fertilizer, and Mulch Unless otherwise approved by the Engineer, the final application of seeding, fertilizing, and mulching of slopes shall be performed during the following periods: West of the summit of the Cascade Range - March 1 to May 15 and August 15 to October 1. Where contract timing is appropriate, seeding, fertilizing, and mulching shall be accomplished during the spring period listed above. Written permission to seed after October 1 will only be given when physical completion of the project is imminent and the environmental conditions are conducive to satisfactory growth. SECTION 8-01.3(2)G IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-01.3(2)G Protection and Care of Seeded Areas Protect adjacent property, public walks, curbs and pavement from ' damage. Do not place soil directly on paved surfaces. Locate all underground utilities prior to the commencement of work. Keep streets and area drains open and free flowing. Protect all seeding against wind, storm, and trespassing. Replace any plants that become damaged or injured. In seeded areas, treat and reseed damaged spots larger than one square foot. Foster Park Pump Station/Inouye 8 - 10 August 17, 2011 Project Number 09-3005 SECTION 8-01.3(2)H IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-01.3(2)H Inspection Inspection of seeded areas shall be made upon completion of seeding operations, at the end of the maintenance period, and at any time during the maintenance period. The Contractor shall reseed, remulch or refertilize as required to establish a uniform, thick stand of grass. A uniform stand of grass shall be defined as any grass area with no spots greater than one square foot. Areas failing to show a uniform thick, healthy stand of grass after the maintenance period shall be reseeded at the Contractor's expense. Reseeded areas will be subject to inspection for acceptance. SECTION 8-01.3(9)D IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-01.3(9)D Inlet Protection a Prior to clearing and grubbing, all catch basins near disturbed areas shall be fitted with inlet protection to prevent mud, silt and other debris from entering the storm sewer system. The Contractor shall maintain the inlet protection on a regular schedule as recommended by the manufacturer or as directed by the Engineer. At no time shall more than one foot of sediment be allowed to accumulate within a catch basin. The Contractor shall clean all catch basins and conveyance lines prior to paving. The cleaning operation shall not flush sediment-laden water into the downstream system. SECTION 8-01.3(15) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-01.3(15) Maintenance tThe E.S.C. facilities shall be inspected daily by the Contractor and maintained as necessary to ensure their continued function and operation. All sediment and material that accumulates as a result of the temporary erosion control measures must be removed and disposed properly. The Erosion and Sediment Control (ESC) Lead, as described in Section 8- 01.3(1)B shall keep the Engineer informed of all areas of sediment accumulation; and the Contractor shall remove and dispose of all sediment and debris collected by the silt fences, inlet protection, straw bale barriers and sediment traps, as directed by the Engineer. The Contractor must obtain prior authorization by the Engineer before any material removal activities commence. This maintenance requirement also applies during any winter shut down. I Foster Park Pump Station/Inouye 8 - 11 August 17, 2011 Project Number 09-3005 SECTION 8-01.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTIONS: 8-01.3(17) Temporary Sediment Trap The Contractor shall inspect and maintain the Temporary Sediment Traps regularly. The Contractor shall remove sediment from the Trap when sediment t has reached a depth of one (1) foot. The ESC Lead (Erosion and Spill ■ Control Lead), as described in Section 8-01 of these Special Provisions shall notify the Engineer of the necessary removal; and as directed by the Engineer, the Contractor shall remove and dispose of the sediment. 8-01.3(18) 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. 8-01.3(19) 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 8-01.4 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-01.4 Measurement Temporary Sediment Traps will be measured per lump sum, which shall , include the sum total of all items for a complete temporary sediment trap to be constructed and maintained as shown in the plans, and as specified in this Special Provision. Foster Park Pump Station/Inouye 8 - 12 August 17, 2011 Project Number 09-3005 SECTION B-01.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: i 8-01.5 Payment The unit contract price per square yard for "Seeding, Fertilizing, and Mulching" shall be full pay for all labor, materials tools and equipment 1 necessary to complete the above said hydroseeding, seeding, fertilizing and mulching at the locations shown on the plans, including the following areas: 1. All planter areas or areas disturbed by the Contractor's operations behind the sidewalk, even where it is only a narrow strip. 2. All biofiltration swales. 3. Detention pond site. 4. Other areas as directed by the Engineer. Water, fertilizer and mulch shall be provided by the Contractor as I necessary to maintain and establish the seeded areas and is considered incidental to this bid item. Topsoil Type B is considered incidental to this bid item unless a specific bid item is listed in the proposal. The cost of baffling or blocking over spray as required to prevent over spray onto the sidewalk, curbing and non-planter areas is incidental to the unit price. The unit bid price per lineal foot for "Filter Fabric Fence" constitutes complete compensation for all labor, tools, materials, supplies and equipment necessary to construct and install the fence as shown on the plans, including fabric, posts and gravel to anchor fabric. This bid item also includes: maintenance throughout the project; and removal and disposal of the fence and accumulated sediment as directed by the Engineer. The unit bid price per lineal foot used for "Straw Wattle" constitutes complete compensation for all materials, tools, labor and equipment required for supply, removal and disposal, placement and grading to I install the straw bale drainage barriers (up to three straw bales per drainage barrier) wherever specified, shown on the plans or as directed by the Engineer. Straw shall be in an air dried condition free of noxious weeds and other materials detrimental to plant life. The unit contract price per each for "Inlet Protection" shall be full pay for furnishing all labor, materials, tools and equipment necessary to construct, maintain, and remove when no longer required, this temporary erosion control measure. No other further compensation will be made. The unit bid price per square yard for "Straw Mulch" constitutes complete compensation for all materials, tools, labor and equipment required for applying straw mulch on exposed soils for erosion control as directed by the Engineer. Straw shall be in an air-dried condition, and free of noxious weeds and other materials detrimental to plant life. Foster Park Pump Station/Inouye 8 - 13 August 17, 2011 Project Number 09-3005 The unit price per square yard for "Clear Plastic Covering" (6 mil polyethylene sheets) shall constitute complete compensation for ' furnishing, staking, maintaining and protecting, the material in place (including sand bags and stakes) on all exposed soils per the Standard Specification and as directed by the Engineer. The unit contract price per hour for "ESC Lead" shall be full pay for all duties outlined in Section 8-01.3(1)B (Erosion and Sediment Control (ESC) Lead) in full day increments. I The unit contract price per force account for "Stormwater Tanker Truck" constitutes complete compensation for all labor, materials, tools, supplies, and equipment necessary to provide and maintain the tanker truck for stormwater collection, storage and disposal. Turbid stormwater that cannot be detained onsite through standard construction practices or other TESC measures, as determined by the Engineer, shall be collected and stored with a stormwater tanker truck. Once acceptable levels of turbidity are achieved, the Contractor shall release the stormwater at a controlled flow rate as to not cause erosion, scour or sedimentation to ditches, streams, or other downstream systems. Payment to use the stormwater tanker truck in conjunction with a baker sand filtration system, as required, shall be included in the contract price. If the stormwater tank is not used, the Contractor will not be paid for the operator or the vehicle. The unit contract price per force account for "Baker Sand Filtration System" constitutes complete compensation for all labor, materials, tools, supplies, and equipment necessary to provide and maintain the baker sand filtration system for stormwater treatment and disposal. If stormwater collected and stored with a stormwater tanker truck cannot meet compliant levels or turbidity, as described in the specifications, the Contractor shall use a baker sand filtration system in conjunction with the stormwater tanker truck. Once acceptable levels of turbidity are achieved, the Contractor shall release the stormwater at a controlled flow rate as to not cause erosion, scour or sedimentation to ditches, streams, or other downstream systems. Payment to use the baker sand filtration system in conjunction r with the stormwater tanker truck, as required, shall be included in the contract price. If the baker sand filtration system is not used, the Contractor will not be paid for the operator or the vehicle. Foster Park Pump Station/Inouye 8 - 14 August 17, 2011 Project Number 09-3005 8-02 ROADSIDE RESTORATION SECTION 8-02.1 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-02.1 Description Drawings and Specifications: Definitions: The word "provide" means "furnish and install" (for landscaping only). Dimensions and Measurements: Dimensions govern when shown. Scale is approximate. Contractor shall check all dimensions in the field and verify them with respect to adjacent or incorporated work. Any discrepancies in the drawings shall be brought to the immediate attention of the Engineer before work proceeds further. Number of Specified Items Required: Wherever in these special provisions an article, device or piece of equipment is referred to in the singular number, such reference shall include as many such items as are shown on drawings or required to complete the installation. SECTION 8-02.1 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: 8-02.1(1) Submittals jThe Contractor shall submit within 20 days after Notice to Proceed date a list of all plant material indicating source of supply, order invoice, size and quantity for such species or variety. All plant materials shall meet requirements of State and Federal laws I with respect to inspection for plant diseases and infestations. Inspection certificates required by law shall accompany each shipment of plant material and submitted to the Engineer. ' SECTION 8-02.2 IS DELETED AND REPLACED WITH THE FOLLOWING: 8-02.2 Materials Materials shall meet the requirements of the following sections: Topsoil Type A, Type B, and Type C............. 9-14.1(1), (2), (3) Botanical identification and nomenclature of plant materials shall be based on descriptions by Bailey in "Hortus Third" or superseding editions and amendments. i8-02.3 Construction Requirements Foster Park Pump Station/Inouye 8 - 15 August 17, 2011 Project Number 09-3005 SECTION 8-02.3(1) IS SUPPLEMENTED BY ADDING THE FOLLOWING: ' 8-02.3(1) Responsibility During Construction The Contractor shall at all times keep the planted areas free from accumulations of waste materials or rubbish. Upon completion of the planting work, the Contractor shall immediately remove all refuse and debris resulting from the planting activities. The project will not receive either preliminary or final approval if the cleanup does not meet with the approval of the Engineer. SECTION 8-02.3(3) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-02.3(3) Weed and Pest Control During the maintenance period, all weeds are to be removed by hand. SECTION 8-02.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-02.5 Payment The unit contract price per cubic yard for "Topsoil Type A" constitutes complete compensation for all labor, materials, tools and equipment necessary to supply and spread the topsoil in the areas shown on the plans, or where directed by the Engineer. This item includes but is not limited to the labor required for raking and compacting the topsoil, cleanup and complete preparation ready for seeding. 8-04 CURBS, GUTTERS, AND SPILLWAYS SECTION 8-04.3(1) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-04.3(1) Cement Concrete Curbs, Gutters and Spillways The City will provide control staking in accordance with Section 1- 05.5(6) of the Kent Special Provisions. If the curb and gutter flow line is found to deviate from the flow line shown on the plans by more than 0.03 foot, the Contractor shall remove the faulty section of curb and gutter and replace it with a new section meeting specifications. The removal and replacement shall be at no cost to the City. SECTION 8-04.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-04.5 Payment , Add the following to Section 8-04.5 of the Standard Specifications: The unit contract price per linear foot for "Cement Concrete Curb and Gutter" shall be considered complete compensation for all materials, ' labor, tools and equipment required to install the curbs in accordance with the plans, specifications and as directed by the Engineer. Foster Park Pump Station/Inouye 8 - 16 August 17, 2011 Project Number 09-3005 8-06 CEMENT CONCRETE DRIVEWAY ENTRANCES SECTION 8-06.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-06.3 Construction Requirements Cement Concrete Driveways shall be installed at the locations indicated ; on the plans or where directed by the Engineer. See Kent Standard Plan 6-44. I Cement concrete driveways and associated cement concrete curb drops shall be constructed using a 3-day mix. In addition, the Contractor shall immediately implement temporary provisions for access so that no driveway is out of service. Also the Contractor shall not simultaneously work on more than one driveway serving a property. j LSECTION 8-06.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-06.5 Payment The unit contract price per square yard for "Cement Concrete Driveway, 8 Inch Depth, Reinforced" constitutes complete compensation for all materials, labor and equipment required to install 8" thick cement concrete driveway in accordance with the plans and specifications. Reinforcing steel in the driveway shall be included in this bid item. Reference City of Kent Standard Plan 6-44. 8-09 RAISED PAVEMENT MARKERS SECTION 8-09.1 IS DELETED AND REPLACED WITH THE FOLLOWING: 8-09.1 Description This work shall consist of furnishing, and installing and removing raised T pavement markers of the type specified in the plans upon the roadway surface in accordance with the plans, Standard Plans, Standard Plans, and these specifications, at locations shown in the Contract or as directed by the Engineer. Unless otherwise noted upon approved Channelization Plans, the raised pavement markings shall be installed in strict conformance to Kent Standard Plan 6-73. l SECTION 8-09.3(1) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-09.3(1) Surface Preparation [ In removing raised pavement markers and plastic traffic buttons, the j Contractor shall: r1. Haul broken-up pieces of raised pavement markers, plastic traffic buttons and all waste material to an off-project site, unless Foster Park Pump Station/Inouye 8 - 17 August 17, 2011 Project Number 09-3005 7 otherwise directed by the Engineer, or permitted by the Special Provisions. 2. Remove all sand, or other waste materials deposited on the pavement, or within the City's stormwater management system, as a result of the removal process selected by the Contractor. 3. Install temporary lane markings at their sole expense, unless the street is going to be remarked, or overlaid immediately after the completed removal of raised pavement markers and/or plastic traffic buttons. 4. Take suitable care so as not to damage the underlying pavement surface more than necessary, clean all underlying pavement, including the complete removal of all remaining adhesive, and fill any surface voids caused by the removal work. SECTION 8-09.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: 8-09.3(6) Preliminary Spotting , The Engineer will provide control points at the locations and intervals determined necessary by the City to assist in preliminary spotting of the lines before the placement of raised pavement markers begins. The Contractor shall be responsible for preliminary spotting of the lines to I be marked. Approval by the Engineer is required before the placement , of raised pavement markers begins. Preliminary spotting to guide the placement of raised pavement markers is required for all longitudinal lines. Preliminary spotting for each raised pavement marker shall be provided with the 3-foot spacing required by Kent Standard Plan 6-73. SECTION 8-09.4 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-09.4 Measurement When shown as lump sum in the plans or in the Proposal as removal of raised pavement markers and plastic traffic markings, no specific unit of measurement will apply, but measurement will be for the sum total of all items for a complete removal of the subject items. SECTION 8-09.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-09.5 Payment "Removal of Raised Pavement Markers and Painted and/or Thermoplastic Traffic Markings", per lump sum. 8-12 CHAIN LINK FENCE AND WIRE FENCE , SECTION 8-12.1 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-12.1 Description This work shall consist of installing a new 6' high black vinyl chain link fence along the property line in accordance with the plans, these Foster Park Pump Station/Inouye 8 - 18 August 17, 2011 Project Number 09-3005 specifications, and in reasonably close conformity with the line staked by the Engineer. 1 SECTION 8-12.2 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-12.2 Materials New fencing materials shall be 6' high Black Vinyl Coated Chain Link Type III per Section 8-12 of the Standard Specification and Sheet C2.03 of the Construction Plans and also per the satisfaction of the Engineer. All wire arms for 3 strand barbed wire shall be one-piece barb wire arm i pressed steel. ■ New double 16' and single 3' gate materials shall be a 6' high Black Vinyl Coated Chain Link Type I per section 8-12 of the Standard I Specifications and Sheet C2.03 of the Construction Plans and also per the satisfaction of the Engineer. SECTION 8-12.3(1) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-12.3(1) Chain Link Fence and Gates jNew materials shall meet the requirements shown in the plans or as directed by the Engineer. tSECTION 8-12.4 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-12.4 Measurement Temporary fencing shall be measured by the linear foot of temporary I fence, along the ground line exclusive of openings. Gates shall be included in the fence measurement. SECTION 8-12.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-12.5 Payment 1. "Install New Double Chain Link Gate", per each. 2. "Temporary Fencing", per linear foot. 3. "Install New Chain Link Fence" per linear foot. 4. "Install New Single Chain Link Gate", per each. 8-14 CEMENT CONCRETE SIDEWALK DIVISION 8-14 IS SUPPLEMENTED BY ADDING THE FOLLOWING: I8-14.1 Description This work consists of the construction of cement concrete mow strip with medium broom finish of the kind and designed specified, at the locations shown on the plans and where designated by the Engineer in Foster Park Pump Station/Inouye 8 - 19 August 17, 2011 Project Number 09-3005 accordance with these Specifications and in conformity to the lines and grades as staked. This work shall also consist of constructing wheel chair ramps at all street intersections, curb return driveways, or other locations in accordance with these specifications and in reasonable close conformity to the dimensions and cross-sections shown in the plans and to the lines and grades as staked by the Engineer. SECTION 8-14.3(3) IS DELETED AND REPLACED WITH THE FOLLOWING: 8-14.3(3) Placing and Finishing Concrete I The concrete shall be placed in the forms and struck off with an approved straightedge. As soon as the surface can be worked, it shall be troweled smooth with a steel trowel. After trowling and before installing the contraction joints or perimeter edging, the walking surfaces of the sidewalk and ramps shall be brushed in a traverse direction with a stiff bristled broom. The curb face and top on the monolithic cement concrete curb and sidewalk and the cement concrete sidewalk with raised edge shall be smooth. Expansion and contraction joints shall be constructed as shown in the , Standard plans. When the sidewalk abuts a cement concrete curb or curb and gutter, the expansion joints in the sidewalk shall have the same spacing as the curb. The expansion joint shall be filled to full cross-section of the sidewalk with 3/8-inch premolded joint filler. Sidewalk ramps shall be of the type specified in the plans. The , detectable warning pattern shall have the truncated dome shape shown in the Standard Plans and may be formed by either embossing the wet concrete, adding a manufactured material after the concrete has cured, or installing masonry or ceramic tiles. When masonry or ceramic tiles are used, the Contractor shall block out the detectable warning pattern area to the depth required for installation of the tiles and finish the construction of the concrete ramp. After the concrete has set and the forms have been removed, the Contractor shall install the tiles using standard masonry practices. The two-foot wide detectable warning pattern area on the ramp shall be yellow and shall match the color of "Standard Interstate Yellow" paint as specified in Formula K-2-83. Yellow masonry paint for precast curbs, Formula H-3-83, may be used for truncated dome patterns embossed into the concrete surface. 8-14.4 Measurement Cement concrete mow strip will be measured by the linear foot of finished surface. 8-14.5 Payment Payment will be made in accordance with Section 1-04.1 for the ' following bid items when included in the proposal: Foster Park Pump Station/Inouye 8 - 20 August 17, 2011 Project Number 09-3005 The unit bid price per square yard for"Cement Concrete Sidewalk" constitutes complete compensation for all materials, labor, tools, supplies and equipment necessary to install cement concrete sidewalk as shown on the drawings and in accordamce with the Kent Special Provisions. The unit price shall include but not be limited to: restoration of areas ad3acent to sidewalk that are disturbed from sidewalk forms; and all other materials, labor, tools and Surfacing Top Course, Asphalt Concrete Pavement Patch, and Excavation as required shall be paid under separate bid items. The unit bid per linear foot for"Concrete Mow Strip" constitutes complete compensation for all materials, labor, tools and equipment necessary to install cement concrete mow strip as shown on the l� drawings and in accordance with the Kent Special Provisions or as directed by the Engineer. 8-20 ILLUMINATION, TRAFFIC SIGNAL SYSTEMS, AND ELECTRICAL SECTION 8-20.1 IS REVISED AS FOLLOWS: 8-20.1 Description THE SECOND PARAGRAPH IS REVISED TO READ AS FOLLOWS: Unless otherwise noted in the plans, the locations of light standards are exact. The locations of junction boxes, conduits and similar appurtenances shown in the plans are approximate; and the proposed locations will be staked or similarly marked by the Contractor and approved by the Engineer. 8-20.3 Construction Requirements SECTION 8-20.3(S) IS REVISED AS FOLLOWS: 8-20.3(5) Conduit THE SECOND PARAGRAPH IS REPLACED IN ITS ENTIRETY WITH THE FOLLOWING. The size of conduit used shall be that size shown in the plans. No conduit run shall exceed 225 degree total bends in any run without prior approval of the Engineer. THE FOLLOWING PARAGRAPH IS ADDED AFTER THE SECOND PARAGRAPH: The Contractor shall install 1/4 inch diameter nylon pull rope In all I conduit runs. A tracer wire terminating within function boxes shall be installed in all conduits intended for future use. The tracer wire shall be uninsulated #8 AWG stranded copper. Foster Park Pump Station/Inouye 8 - 21 August 17, 2011 Project Number 09-3005 SECTION 8-20.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING; 8-20.5 Payment ' "Installation of 3/4 Inch Diameter Conduit" "Installation of 1 Inch Diameter Conduit" "Installation of 1-1/4 Inch Diameter Conduit" "Installation of 1-1/2 Inch Diameter Conduit" "Installation of 2 Inch Diameter Conduit" , The unit contract price per linear foot for the above items constitutes complete compensation for all materials, labor, tools, supplies and equipment necessary to supply and install the conduit as shown on the plans and described in the specifications. The bid item includes but is not limited to: trench excavation; furnishing and installing the conduit; unsuitable material excavation; hauling and disposal of unsuitable material; dewatering; backfill and compaction (when native material is to be used); surface restoration; and cleanup. Sand for conduit bedding and Bank Run Gravel for Trench Backfill shall be paid for under the respective bid item. This bid item is only for conduits within the site (from the transformer), and does not include conduits to the underground 3-phase utiliby service across the road. The unit contract price per each for "Install Light Standard" constitutes complete compensation for all materials, labor, tools, supplies, and equipment necessary to install the new luminaire as shown on the plans and described in the specifications. This work includes but is not limited to: aluminum lighting standard; luminaire including hardware; photoelectric conduit; wiring to the fuse holder; fuse kit; breakaway coupling; concrete foundation; excavation; dewatering; furnishing the backfill material; backfilling and compacting. Also included in this bid item are the trenching to the electrical shelter; wire as noted on the plans; wiring; furnishing the trench backfill material; backfill; connection to the electrical shelter; Labor and Industries electrical inspection; testing; and any other items required for fully functional light standard. The unit contract price per each for "Video Surveillance Camera" constitutes complete compensation for all materials, labor, tools, supplies and equipment necessary to install the video cameras as shown on the plans and described in the specifications. The video camera shall be Sony SNC-CH120 high quality 720p HD Security Camera. Connection to the electrical/communication system shall be paid for under this bid item. The unit contract price per square yard for"Transformer Pad" constitutes complete compensation for all materials, labor, tools, supplies and equipment necessary to construct the transformer pad as shown on the plans and described in the specifications. This bid item includes but is not limited to: excavation; unsuitable material excavation, haul and disposal; formwork; cleanup and restoration. Foster Park Pump Station/Inouye 8 - 22 August 17, 2011 Project Number 09-3005 i■ 8-21 PERMANENT SIGNING 1 SECTION 8-21.3(4) IS REVISED BY DELETING THE 4TH SENTENCE AND BY ADDING THE FOLLOWING: j8-21.3(4) Sign Removal Wood signs, wood sign posts, wood structures, metal sign posts, I windbeams, and other metal structural members shall be removed. Only aluminum signs, metal sign posts, windbeams and other metal structural members shall be re-used. The Contractor shall store all signs prior to reinstallation. The Contractor shall be charged $2.00 per square foot for any signs that are lost or are rendered unusable as signs by the Contractor's operation. Also see Section 2-02.3 of the Kent Special Provisions. SECTION 8-21.3(5) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-21.3(5) Sign Relocation Relocated signs shall be installed on new metal posts unless otherwise specified on the plans, or by the Engineer. SECTION 8-21.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-21.5 Payment iThe unit contract price per each for "Traffic Sign Relocation" constitutes complete compensation for all tools, labor, materials, supplies and equipment necessary to remove and relocate existing traffic signs as shown on the plans and described in the specifications. This item includes but is not limited to: removal of existing traffic signs, delivery of the wood sign post to the sign shop, supplying the metal sign post, attaching the sign to the metal sign post, and re-installing the traffic sign. The Contractor shall store all traffic signs. 8-22 PAVEMENT MARKING SECTION 8.22.2 IS DELETED AND REPLACED WITH THE FOLLOWING: 8-22.2 Materials rMaterial for pavement and curb markings shall be white or yellow paint as noted in the Proposal and Bid Item Descriptions. All paint, including ' the paint for the concrete curbs, shall be described in the Qualified Products List as "Temporary Pavement Marking Paint - Low VOC Solvent Based." Paint and sprayed material shall be applied with a top dressing of glass beads. All Paint shall comply with the specifications for no heat, instant dry 1 pavement markings. Foster Park Pump Station/Inouye 8 - 23 August 17, 2011 Project Number 09-3005 Glass beads shall be AC-110 Highway Street Spheres, or pre-approved equal. Material for pavement markings shall be paint, plastic or Raised , Pavement Markings (RPMs) as noted in the bid item. Paint and plastic shall be selected from materials listed in the Qualified Products list (QPL). Material for RPMs shall meet the requirements for Section 8- 09.2. SECTION 8-22.3(2) IS SUPPLEMENTED BY ADDING THE FOLLOWING PARAGRAPH TO THE END OF THIS SECTION: 8-22.3(2) Preparation of Roadway Surfaces The preparation of roadway surfaces related to the installation of RPMs shall meet the requirements of Section 8-09.3(1). SECTION 8-22.3(3) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-22.3(3) Marking Application The Contractor is responsible for providing traffic control and traffic control devices as necessary to direct vehicular traffic away from freshly painted traffic stripes until such time as the marking paint has completely dried. Failure to ensure reasonable protection for the undried paint stripes will result in the Engineer's decision to adjust the method of payment for damaged paint stripes. The Engineer's decision regarding the means of payment adjustment for vehicle damaged paint stripes is final in this matter. Type 2 markers may be warmed prior to setting by heating to a maximum temperature of 120 F for a maximum of 10 minutes. The second coat of yellow paint applied to concrete curbs shall have glass beads applied at the rate of 12 pounds per 100 linear feet of curbing. SECTION 8-22.3(5) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-22.3(5) Installation Instructions RPMs shall be installed per the requirements of Section 8-09.3(4). SECTION 8-22.3(6) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-22.3(6) Removal of Pavement Markings t Where required for the construction of the project or where directed by the Engineer, the Contractor shall remove pavement markings. The pavement marking shall be obliterated until blemishes caused by the pavement marking removal conform to the coloration of the adjacent pavement. Foster Park Pump station/Inouye 8 - 24 August 17, 2011 Project Number 09-3005 Painting is not an acceptable method for obliteration or removal of pavement markings. Where the project involves overlay or pavement, paint stripes do not have to be obliterated unless specifically called for on the Project Plans, or Traffic Control Plans. All plastic letters, plastic arrows, plastic stripes of all types, plastic buttons, and plastic lane markers shall be removed prior to any overlay of pavement or where the roadway is being rechannelized or where specified on the Plans. Also see Section 8- 09.3(1) of the Kent Special Provisions. The City has not shown the existing pavement markings on the plans. The bidder shall visit the site to determine the extent, location and type j of items to be removed. i SECTION 8-22.4 IS DELETED AND REPLACED WITH THE FOLLOWING: 8-22.4 Measurement Painted yellow curb, white edge line paint stripe, double yellow center paint stripe, and two way left turn stripe shall be measured by the completed linear foot. The measurement for all painted stripes will be based upon a marking system capable of simultaneous application of two 4-inch lines with one 4-inch space between the two lines. No deduction will be made for the unmarked area when the pavement marking includes a skip stripe; and no additional measurement will be allowed when more than one line can be installed on a single pass of the marking system. Measurement of raised pavement markers will be units of one hundred for each type of marker furnished and set in place. tMeasurement for removal of RPMs will be the linear foot, with no deduction being made for unmarked area when the markings include a 1 gap ' SECTION 8-22.5 IS DELETED AND REPLACED WITH THE FOLLOWING: j8-22.5 Payment Payment will be made in accordance with Section 1-04.1, for each of the following bid items that are included in the Proposal: The unit contract price per lump sum for "Permanent Channelization" constitutes complete compensation for all labor, materials, tools, supplies and equipment necessary to furnish and install permanent I channelization at the locations shown on the plans and described in the specifications. Foster Park Pump Station/Inouye 8 - 25 August 17, 2011 Project Number 09-3005 8-28 POTHOLE UTILITIES 8-28.1 Description ' This work shall consist of potholing utilities at the locations shown on the plans and described in the specifications. The Contractor shall notify the Engineer, a minimum of 24 hours before the pothole work is performed, to coordinate the work with Survey. Each pothole shall include standby time to allow Surveyors to accurately measure the location and depths of existing utilities. 8-28.2 Materials Backfill and surfacing material shall match conditions of pothole location. Pothole work located in asphalt concrete pavement, shall be , backfilled with gravel borrow and crushed rock, then patched with asphalt cold mix. Pothole work located in cement concrete shall be backfilled with gravel borrow, then patched with cement concrete. Pothole work not on paved surfaces shall be backfilled with native material. 8-28.3 Construction Requirements The pothole shall be of sufficient size and depth to expose existing utilities to determine potential conflicts and verify compatibility with designs. Excavation; hauling, dewatering; backfill, compaction, surface restoration, and cleanup are included with this work. 8-28.4 Measurement Pothole utilities shall be measured per pothole work performed. 8-28.5 Payment Payment will be made in accordance with Section 1-04.1, for the following bid items when they are included in the Proposal: The contract price per each for "Pothole Utilities" constitutes complete compensation for all labor, materials, tools, supplies, and equipment necessary to pothole utilities at the locations shown on the plans and described in the specifications. DIVISION 8 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: 8-30 PROJECT SIGNS 8-30.1 Description The Contractor shall pick up signs at the City Maintenance Shop on West James Street for installation. The Contractor shall provide two (2) weeks notice to the Shops prior to installation. Telephone (253) 856- 5600. All project signs become the property of the City at the end of Foster Park Pump Station/Inouye 8 - 26 August 17, 2011 Project Number 09-3005 1 the project, and the Contractor shall in all cases return project signs to the same facility when so directed by the Engineer. 8-30.3 Construction Requirements 3 8-30.3(1) Erection of Posts All posts shall be set reasonably vertical, and deep enough to sustain sign and expected wind loads as determined by the Engineer. 8-30.3(2) Design A Three horizontal 2 inch x 4 inch Fir braces shall be attached to the back of the sign board, one each on the top, the bottom, and in the middle. Attachment of posts and bracing shall meet with the approval of the jEngineer. 8-30.5 Payment Payment will be made in accordance with Section 1-04.1, for the following bid items when they are included in the Proposal: The unit contract price per each for "Protect Sign" constitutes complete compensation for all labor, materials, tools, supplies and equipment necessary to pick up, install, maintain, remove, and return the project signs. This bid item also includes supplying and installing the three horizontal braces to the back of the sign board. Failure to adequately maintain and return project signs to the City of Kent Maintenance Shop shall be deemed reasonable grounds for the Engineer to adjust the payment made under this bid item. Said adjustment shall be determined solely by the Engineer and is not negotiable except at the Engineer's discretion. DIVISION 8 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: 8-34 PUMP STATION PROCUREMENT AND INSTALLATION 8-34.1 Description This work shall consist of furnishing, installing and testing the pump station, generator and electrical/communication including shelters and concrete pads for each of the above as described in the supplemental specifications included in Appendix A-1 and as shown on the plans. Each pump shall be a vertical turbine pump with a design capacity of 2,244 gallons per minute at a design head of 25 feet. Pump motor shall be 480 Volt - 3 Phase - 60 Hz with 20 horsepower V S.S. meeting the additional requirements specified in the Appendix A-1. Motor shall I be mounted on the pump and/or manhole in accordance with the pump and motor manufacture's recommendations. The generator shall be a standby diesel engine-driven generator with controls and all required auxiliary systems. 1 Foster Park Pump Station/Inouye 8 - 27 August 17, 2011 Project Number 09-3005 The electrical/communication system shall provide all power for the required electrical equipment and telemetry to operate and maintain this pump station facility. All of the above referenced shall also meet the additional requirement specified in the Appendix A-1 8-34.2 Materials The top of the pump station needs to be cored and sleeved to provide for the fall protection system. A four inch diameter hole, 10 inches deep shall be cored and a zinc plated sleeve glued with epoxy into ' place. The location of the core shall be approximately 28 inches from the center of the opening, in a location that allows other equipment to access the manhole. The UCL core mount sleeve shall be #8510109 Advanced Series Core Mount Sleeve or #8510110 Care Mount Stainless Steel Sleeve. 8-34.4 Measurement The bid item pump station procurement and installation shall be paid for by lump sum to include all items necessary and included in the plans and specifications to provide a complete system. The bid item generator procurement and installation shall be paid for by lump sum to include all items necessary and included in the plans and specifications to provide a complete system. The bid item electrical/communication procurement and installation shall be paid for by lump sum to include all items necessary and included in the plans and specifications to provide a complete system. 8-34.5 Payment The lump sum bid price for "120 Inch Diameter Storm Water Pump Station Complete, Including Concrete Landing" shall constitute complete compensation for all labor, tools, materials and equipment required to furnish and install the pump station including but not limited to: 120 inch diameter manhole/wet well, pump motor, vertical piping, dewatering, vertical turbine pump,discharge nozzle, suction bell, gate valves, check valves, butterfly valve, all necessary piping, fittings/bends and appurtenances, access ladder, fall protection, cement concrete landing including all work as described in the supplemental specifications included in Appendix A-1 and as shown on the plans to make a complete operational system. This bid item also includes operational manual(s) in hard bound binders. The lump sum bid price for "Generator System Complete, Including Reinforced Concrete Pad" shall constitute complete compensation for all labor, tools, materials and equipment required to furnish and install the generator and cement concrete pad including but not limited to: equipment, fittings, wiring, cooling system, engine exhaust system, battery and charging system and control panel automatic transfer Foster Park Pump Station/Inouye 8 - 28 August 17, 2011 Project Number 09-3005 i switch and all other required components as described in the � supplemental specifications included in Appendix A-1 and as shown on ' the plans to provide a complete operational system. This bid item also includes 3 operational manual(s) in hard bound binders. a The lump sum bid price for "Electrical/Communication System Installation Complete, Including Concrete Pad" shall constitute complete compensation for all labor, tools, materials and equipment required to I furnish and install the electrical/communication system including but not limited to: all equipment, wire, instruments, computers, DVR, wiring for control and monitoring of all operating pumps and equipment, and all other required components as described in the supplemental specifications included in Appendix A-1 as and as shown on the plans, to provide a complete operational system. This bid item also includes 3 operational manual(s) in hard bound binders. "Pump Station Shelter, Complete" "Generator Shelter, Complete" "Electrical Shelter, Complete" The lump sum bid price for the above items shall constitute complete compensation for all labor, tools, materials and equipment required to furnish and install shelter structures including but not limited to: foundations, concrete support columns, support posts, green metal roofing, skylights, gutters and downspouts and all other required construction materials as described in the supplemental specifications included in Appendix A-1 and as shown on the plans. I8-35 UNDERGROUNDING OF ELECTRICAL FACILITIES 8-35.1 Description The work to be performed shall consist of excavating the trench for installation of conduits, excavation as required for the installation of PSE, removal of obstructions, bedding the conduit, installation of PSE pedestal as shown on the City's plans. Work shall include, but not be limited to: 1. Sawcut pavement as required by the plans and excavate for conduit installation 2. Excavate the trench locations. 3. Install PSE furnished conduit, bends, connections, risers, and handholes as shown on the plans. 4. Furnish, place and compact conduit bedding. 5. Furnish and install identification tape. 6. Connect conduits to new and existing vaults, including all bends and fitting required. 7. Installing PSE ground rods, ground plates, conduit risers and other electrical hardware as required by the plans and specifications. 1 8. Cutting and capping of conduit as required to provide temporary and permanent terminations. j 9. Proofing of conduit by blowing clean with compressed air and pulling a cleaning mandrel correctly sized for each conduit to ensure that no deformities are present in the conduit. T Foster Park Pump Station/Inouye 8 - 29 August 17, 2011 Project Number 09-3005 l 10. Furnish, place and compact backfill, surface restoration for trenches. 11. All other work as required to provide a complete system as shown on the Plans and Specifications. PSE will be furnishing and installing cable, conductors and other electrical and cable equipment. Contractor is responsible for coordinating with PSE for the installation of cables. Contractor is responsible for reviewing PSE drawings and determining , the quantity of each conduit size required in the trench. Contractor shall anticipate that water will be found in the ' excavation for the trench and shall include costs for dewatering in his unit bid prices. See Section 1-02.4(2) for additional information. 8-35.2 Materials Conduits, elbows, bends, vaults, handholes and manholes shall be furnished by PSE. The identification tape shall be polyethylene, 5 mil tape with 112 mil aluminum center core. Electrical tape shall be 6 inch wide, red in color, with non-ferrous metal conductor sandwiched in the tape to allow detection. The words "Caution - electrical utilities below" shall be printed on the tape. The backfill material for trench excavations shall conform to the requirements of Bank Run Gravel for Trench Backfill. See Section 9-03.19 of the Standard Specifications. Sand for conduit bedding shall meet the requirements of Section 9- 03.13 (backfill for sand drains) of the Standard Specifications. Foundation material to replace unsuitable material removed from unstable trench bottoms as directed by the Engineer shall conform to the requirements of Section 9-03.17 of the Kent Special Provisions. 8-35.3 Construction Requirements 8-35.3(2) Trench Excavation and Backfill for Electrical The excavation required for the installation of electrical conduit shall be 1 performed by the Contractor. The trenches shall not be excavated wider than necessary for the proper installation of the electrical appliances. Locations of conduit shown on the plans are approximate. The Engineer, utility company, representative and the Contractor will coordinate actual location of conduits as necessary to avoid conflicts with existing utilities and appurtenances. Foster Park Pump Station/Inouye 8 - 30 August 17, 2011 ' Project Number. 09-3005 Contractor shall adjust the depth and width of the trench as required at utility crossings. The excavation shall be backfilled in conformance with other applicable requirements as outlined elsewhere in these special provisions and i Standard Specifications. Typical trench details are shown on the plans. The Contractor shall use bank run gravel for backfill and shall dispose of all excess material as directed by the Engineer. It shall be the Contractor's responsibility to coordinate his work with the serving utility prior to and during construction and shall protect the owner against any and all damages arising therefrom. 8-35.3(3) Trench Bottom Stabilization Where required or where directed by the Engineer, stabilization of the trench bottom shall be in accordance with Section 7-08.3(1)A of the Standard Specifications. Excavation of the unsuitable material shall be considered as trench excavation. The unsuitable material shall be disposed of by the Contractor. Backfill unsuitable material excavations with Foundation Material Class I i or II meeting the requirements of Section 9-03.17 of the Kent Special Provisions with the class called for in the bid proposal, on the plans or by the Engineer in the field. 8-35.3(4) Backfill for Electrical, Telephone and TV Trench Wherever a trench is excavated in a paved roadway, sidewalk or other areas where minor settlement would be detrimental and where the native excavated material is not suitable for compaction as backfill, the trench shall be backfilled with bank run gravel. The backfill material shall be placed to successive layers, not exceeding twelve (12) inches in loose thickness, each layer shall be compacted to at least 95 percent of maximum dry density in accordance with ASTM D-1557. 8-35.3(7) Conduit Installation tContractor is responsible for the trench excavation of PSE furnished conduit. Conduit will be PVC Schedule 80 and shall be installed by the Contractor in accordance with NEC and these specifications. Contractor shall be responsible for all coordination work with PSE. All conduit shall be proofed by being blown clean with compressed air and pulled with a mandrel correctly sized for each conduit. The Contractor shall furnish and install 1/4" diameter nylon rope in all City conduit runs. 1 8-35.S Payment Foster Park Pump Station/Inouye 8 - 31 August 17, 2011 Project Number 09-3005 Payment will be made in accordance with Section 1-04.1, for the following bid items when they are included in the Proposal: The unit contract price per lineal foot for "Utility Trench Excavation - 2 Feet Wide - 3 Feet of Cover" constitutes complete compensation for furnishing all labor, materials, tools, supplies and equipment necessary to excavate and backfill for trenches as shown on the plans and described in the specifications. The bid item price includes but is not limited to: trench excavation; unsuitable material excavation, hauling, dewatering; backfill and compaction (when native material is to be used), cleanup and all other work described in Section 8-35.1. Cost to coordinate with utilities to place their facilities in the trench or to obtain utility supplied conduit shall be included in this bid item. The unit contract bid price per ton for "Sand for Conduit Bedding" shall constitute complete compensation for all materials, equipment, tools and supplies necessary to furnish and install the sand for bedding the conduit as shown on the plans and as specified herein. 1 l Foster Park Pump Station/Inouye 8 - 32 August 17, 2011 Project Number 09-3005 DIVISION 9 - MATERIALS 1 9-03 AGGREGATES SECTION 9-03.12(3) IS REVISED BY DELETING THE GRAVEL SPECIFICATION AND REPLACING IT WITH THE FOLLOWING: 9-03.12(3) Gravel Backfill for Pipe Zone Bedding Pipe bedding shall be 5/8 inch minus crushed rock. Pea gravel is not allowed. All material shall conform with the following gradation: Sieve Size Passing 3/4 Inch 100% 5/8 Inch 95 - 100% 1/4 Inch 45 - 65% US No. 40 6 - 18% US No. 200 7.5 max. % % Fracture 75 min. Sand Equivalent 40 min. L.A. wear 500 rev. 35 percent max., degradation 25 percent min. Free from wood waste, bark and other deleterious material. SECTION 9-03.14(1) IS DELETED AND REPLACED WITH THE FOLLOWING: 9-03.14(1) Gravel Borrow Gravel Borrow material shall consist of pit-run granular material Iconforming to the following gradation: _ Sieve Size Percent Passing 1 3Inch* 100 3/4 Inch 65 - 100 U.S. No. 4 25 - 70 U.S. No. 10 10 - 50 U.S. No. 40 0- 30 U.S. No. 200 0 - 5 Sand equivalent 50 min. The maximum passing the U.S. No. 200 sieve is limited to five percent (5%) based on the minus #4 inch fraction. Sieve analysis shall be used to verify that this requirement is met. Recycled materials such as broken concrete or asphalt, shall not be allowed unless specifically authorized in advance by the Engineer. I Where additional materials are required to formulate the street sub- base to the cross section denoted in the plans, said additional material shall be Gravel Borrow. Foster Park Pump Station/Inouye 9 - 1 August 17, 2011 Project Number 09-3005 * The maximum size of stone for geosynthetic reinforced walls or slopes shall be 100 percent passing 1 1/4 inch square sieve and 90 to 100 percent passing 1 inch square sieve. All other sieve values continue to apply. SECTION 9-03.17 IS DELETED AND REPLACED WITH THE FOLLOWING. 9-03.17 Foundation Material Class I and Class II Foundation Material Class I and Class II shall be used to replace unsuitable material removed from unstable pipe trench bottoms. Foundation Material Class I and Class II shall conform to the following gradations: Percent Passing Sieve Size Class I Class II 6" square 100 --- 4" square --- 100 2" square 0 65-85 1" square --- 40-70 1/4" square --- 20 max All percentages are by weight. In addition, all rock shall be sound, angular ledge rock or recycled cement concrete pavement meeting the following specifications. Suppliers of recycled cement concrete products shall have a quality assurance program reviewed and approved by the City. Each rock or piece of recycled cement concrete pavement shall have at least two fractured faces. Adsorption 3% max (Corps of Engineers CRD-C-107) Accelerated Expansion (15) days 15% max Soundness 5% max loss + Density (solid volume) 155 pcf min Specific Gravity 2.48 min t 9-14 EROSION CONTROL AND ROADSIDE PLANTING SECTION 9-14.1(1) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 9-14.1(1) Topsoil Type A Topsoil Type A shall be free of weeds and consist of the Special Planting , Mixture per Section 9-14.4(11) of these Special Provisions with Foster Park Pump Station/Inouye 9 - 2 August 17, 2011 Project Number 09-3005 commercial fertilizers added as specified herein and having a pH range ; of 5.0 to 6.0. SECTION 9-14.1(1) IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTIONS: 9-14.1(1)A Rotted Manure Rotted manure shall consist of well-rotted, unleached cattle manure not containing more than one third part shavings, sawdust, or refuse and shall be free of noxious weed or grass seed. 9-14.1(1)B Peat Peat shall consist of fibrous sedge, wood or reed type peat, containing less than twenty percent ash by dry weight. It shall have a moisture content of less than fifty percent by weight and shall have been thoroughly aerated during the drying process. 9-14.1.(i)C Sandy Loam Sandy loam shall consist of soil having a maximum clay content of ten percent by weight. In addition, soil particles shall meet the following requirements for grading: Passing 1 inch sieve (square opening) 100% I Passing 1 mm sieve.................... 80% minimum Passing 0.15 mm sieve ............... 15% maximum SECTION 9-14.2 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 9-14.2 Seed ' Hydroseed: Seed shall be "Blue Tag" or certified quality. The Contractor shall I deliver in unopened containers with mixture seed content and inert material content plainly marked on the outside of the container. Grasses used shall meet the following specifications: Mix A (Roadside Grass): ' Weight Seed Mix"A" Min. % Min % Max % Proportion Ingredient Pure Seed Germination Weed Seed ' 40% Perennial R e rass 98% 90% 0.5% 30% Creeping Red Fescue 98% 85% 0.5% 10% Colonial Bent grass 98% 90% 0.5% 10% Crested Wheat grass 95% 85% 0.5% 10% White Dutch Clover 98% 90% 0.5% Pre-inoculated 1 Foster Park Pump Station/Inouye 9 - 3 August 17, 2011 Project Number 09-3005 Mix B (Playground Grass): Weight Seed Mix "B" Min % Min % Max. Proportion Ingredient Pure Seed Germination Weed Seed 100/0 Creeping Red Rescue 95% 90% 0 5% 10% Chewin s Fescue 95% 90% 0 5% 5% Kentucky Bluegrass 95% 90% 0.5% 40% Perennial R e rass 95% 90% 0.5% 20% Alta Tall Fescue 95% 90% 0.5% 15% Annual R e rass 95% 90% 0.50/0 Mix C (Wetland Grass): Weight Seed Mix "C" Min % Min. % Max Proportion Ingredient Pure Seed Germination Weed Seed 52% Pregerminated Annual 98% 95% 0.5% ' Ryegrass Lolium multiflorum 19% Blue Wildrye 98% 95% 0.5% EI mus laucus 19% Native Red Fescue 98% 95% 0.5% Festuca rubra var. rubra 3% Tufted Hairgrass 98% 95% 0 5% Descham sia caes itosa 2% Native California Brome 98% 95% 0.5% Bromus carmatus 2% Bluejoint Reedgrass 98% 95% 0.5% Calama rostis canadensis 1% Tall Mannagrass 98% 95% 0.5% G Iceria elata 1% American Sloughgrass 98% 95% 0.5% Beckmanian s zi achne I The Contractor shall submit to the Engineer the manufacturer's Certificate of Conformance for seed. A complete analysis of the seed shall be submitted to the City for approval including percent of pure seed, germination, other crop seed, inert and weed and the germination test date. The City reserves the right to reject any or all plant material at any time until final inspection or acceptance. The Contractor shall remove rejected plants immediately from site. The Contractor shall produce upon request sales receipt for all nursery stock and certificates of inspection. 9-14.4 Mulch and Amendments SECTION 9-14.4(2) IS DELETED AND REPLACED WITH THE FOLLOWING: 9-14.4(2) Wood Cellulose Fiber Wood cellulose mulch shall be specially processed 100 percent virgin wood fiber containing no growth or germination-inhibiting ingredients. It shall be manufactured in such a manner that after addition and agitation in slurry tanks with water, the fibers in the material will Foster Park Pump Station/Inouye 9 - 4 August 17, 2011 Project Number 09-3005 become uniformly suspended to form a homogenous slurry. When hydraulically sprayed on the ground, the material shall allow the ' absorption and percolation of moisture. Wood cellulose fiber shall be Weyerhaeuser Silva-Fiber Plus w/Tackifier or approved equal. Organic matter content shall be at least 93 percent on an oven-dry basis as determined by ASTM D 586. The moisture content shall be no more than 15 percent as determined by oven dried weight. Each package of the cellulose fiber shall be marked by the manufacturer to Ishow the dried weight content. SECTION 9-14.4(8) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 9-14.4(8) Compost Compost shall not contain any sawdust, straw, green or under- composed organic matter, under-sterilized manure or toxic or otherwise harmful materials. ISECTION 9-14.4 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: 9-14.4(11) Special Planting Mixture I Special planting mixture shall consist of three-way mix consisting of one part rotted manure, one part sandy loam, and one part peat by volume with commercial fertilizers added as specified herein and having a pH range of5.0to6.0. Rotted manure shall consist of well-rotted, unleached cattle manure not containing more than one third part shavings, sawdust, or refuse and shall be free of noxious weed or grass seed. Peat shall consist of fibrous sedge, wood or reed type peat, containing less than twenty percent ash by dry weight. It shall have a moisture content of less than fifty percent by weight and shall have been thoroughly aerated during the drying process. Sandy loam shall consist of soil having a maximum clay content of ten percent by weight. In addition, soil particles shall meet the following requirements for grading: Passing 1 inch sieve (square opening) 100% Passing 1 mm sieve ......................... 80% minimum Passing 0.15 mm sieve..................... 15% maximum ' The sandy loam shall be free from subsoil, noxious weed seed and other foreign substances and shall have a pH factor of between 5.0 and ' 6.0. Maximum Electrical Conductivity shall be 2.0 milliohms. Foster Park Pump Station/Inouye 9 - 5 August 17, 2011 Project Number 09-3005 9-16 FENCE AND GUARDRAIL SECTION 9-16.1(1)B IS DELETED AND REPLACED WITH THE FOLLOWING: 9-16.1(1)B Chain Link Fence Fabric Chain link fabric shall consist of 9 gage wire (0.148-inch diameter) for all fences. The fabric wire shall be: Galvanized steel wire conforming to ASTM A 392. Galvanizing shall be Class I performed by the hot dip process. The wire shall be woven into approximately 2-inch diamond mesh. The width and top and bottom finish of the fabric shall be as shown in the plans. 9-30 WATER DISTRIBUTION MATERIALS 9-30.1 Pipe SECTION 9-30.1(1) IS DELETED AND REPLACED WITH THE FOLLOWING: 9-30.1(1) Ductile Iron Pipe 1. Ductile iron pipe shall be centrifugally cast and meet the requirements of AWWA C151. Ductile iron pipe shall be lined only if specified either with cement mortar lining meeting the requirements of AWWA C104 or epoxy lined. Ductile iron pipe to be joined using bolted flanged joints al-ill be Standard Thickness Class 53. All other ductile iron pipe shall be Standard Thickness Class 50 or the thickness class as shown on in the Plans. 2. Nonrestrained joints shall be rubber gasket, push on type, or mechanical type meeting the requirements of AWWA C111. 3. Restrained joints shall be as specified in Section 9-30.2(6). 9-30.2 Fittings , SECTION 9-30.2(1) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 9-30.2(1) Ductile Iron Pipe Cast or ductile iron pipe fittings shall have the same coating, lining and strength as the pipes to which they are connected. Fittings shall be ' flanged or mechanical joint with rubber neoprene gaskets. Field fabricated fittings shall not be permitted. 9-30.3 Valves SECTION 9-30.3(1) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 9-30.3(1) Gate Valves (3-inches to 16-inches) Foster Park Pump Station/Inouye 9 - 6 August 17, 2011 Project Number 09-3005 Gate valves shall be resilient wedge gate type as manufactured by Clow, American Darling, Waterous, Dresser M&H, Mueller or an 1 approved equal, with epoxy-coated valve interiors. They shall conform to AWWA specifications C-509, and shall have a working pressure rating of 250 psi, unless otherwise specified in the Kent Special Provisions. They shall be iron bodied bronze mounted, non-rising stem, and counterclockwise opening. Valve stems shall be provided with O-ring seals. 1 i I 1 f t 1 ' 1 1 1 1 i Foster Park Pump Station/Inouye 9 - 7 August 17, 2011 Project Number 09-3005 PUMP STATION PROCUREMENT AND INSTALLATION Section 16010 Electrical General Section 16020 Low Voltage Molded Case Circuit Breakers Section 16145 Miscellaneous Electrical Section 16158 Motor Starters ' Section 16200 Power Generation Section 16400 Utility Power Service tSection 17000 Control System Basin Requirements Section 17100 PLC System Programming Section 17440 Instrumentation ' Section 17910 PLC Hardware Section 17920 PLC Programming Section 17930 Operator Interfaces Section 17999 Item Lists 1 Foster Park Pump Station/Inouye A - 1 August 17, 2011 Project Number 09-3005 PUMP STATION PROCUREMENT AND INSTALLATION 4ti G' r0' �GIZ190��Q STE ' Foster Park Pump Station/Inouye August 11, 2011 Project Number 09-3005 City of Kent(Foster Park Pump Station) GENERAL #11-10 SECTION 16010 ELECTRICAL GENERAL ' PART1 GENERAL 1.1 SCOPE: A This section specifies general requirements for electrical work. Detailed requirements for specific electrical items are specified in other sections but are subject to the general requirements of this section The electrical drawings and schedules included in this project manual are functional in nature and do not specify exact locations of equipment or equipment terminations. 1.2 DEFINITIONS: A. The word "provide" shall be interpreted to mean furnish and install ' B. "Owner' City of Kent—also referred as City. C. "Contractor' is the party who furnishes and installs all materials and equipment. This includes the Prime Contractor, Electrical Contractor, ' Control System Integrator, and all other Contractors and Sub Contractors D. "Control System Integrator" also referred to as the System Integrator or ' Integrator or control system manufacturer is the Party that furnishes all control components and designs the detailed control wiring diagrams plus the layout and assembly of the custom control panels The Control System Integrator has been pre-selected by the City to be Systems Interface Inc SE "Control System" includes all equipment, instruments, computers and wiring for control and monitoring of all operating pumps and equipment This includes custom control panels, packaged control panels, and control equipment furnished with other systems and mechanical equipment All sensing, transmitting, indicating, control and recording of all functions as specified and shown are also included in the control system 1.3 GENERAL DESCRIPTION OF WORK: A The Contractor shall: 1. Provide all labor, material, tools, equipment and services required to complete the furnishing, installation, wiring, connection, calibration, adjustment, testing and operation of all electrical equipment, devices and components as indicated and implied by the plans and these specifications. 2. Provide identification (nameplates and wire tags) of all electrical equipment and wiring ' FOLLETT ENGINEERING, PLLC 8/16/2011 11 50 AM 16010-1 425-836-3333 City of Kent(Foster Park Pump Station) GENERAL #11-10 3. Complete the wiring to, connection to, adjustment and calibration of, ' testing of equipment having electric motors and/or built-in or furnished electrical components. Install electrical components that are furnished with mechanical equipment 4. Complete the procurement, installation, wiring, connection, calibration, , adjustment, testing and operation of all electrical devices, components, accessones and equipment which is not shown or specified but which is nonetheless required to make the systems shown and specified function properly 5. Provide the size, type and rating of motor control devices, equipment and wiring necessary to match the ratings of motors furnished with mechanical equipment 6. Provide adequate space for the electrical installation, including but not limited to, determination of access-ways and doorways, shipping sections, wall and floor space, and space occupied by mechanical equipment Provide electrical equipment that fits in the areas shown on the drawings All equipment shall be readily accessible for maintenance, shall have electrical clearances in accordance with NEC and shall be installed in locations that will provide adequate cooling 7. Provide detailed wrong diagrams showing all equipment and instrumentation connections and terminations ' 8. Check electrical equipment prior to installation so that defective equipment is not installed Acceptance testing for electrical equipment , shall be performed as discussed in the I&C sections 9 Provide start-up, follow-up and training of the Owner's personnel for electrical systems Make all corrective measures required during start- , up See specific requirements for training and start-up in other specification sections 10 Provide field services of qualified technicians to supervise and check out the installation of the equipment, to supervise and check out interconnecting wiring, to conduct start-up of operation of the equipment, and to correct any problems, which occur during start-up ' 11. The motor controls, telemetry, control panels, and instrumentation shall be supplied through the Control System Integrator 1.4 EQUIPMENT COORDINATION , A. The Contractor is responsible to coordinate the equipment supplied from other manufacturers This includes but is not limited to , 1 Obtaining specific information on equipment ratings and sizes and verifying the electrical components supplied meet, or match the requirements such as voltage, phase, frequency, starter types, etc 2 Verifying the equipment supplied will fit within the space allocated 3 Coordination of equipment and the electrical power and control ' requirements provided in all sections of the specifications and drawings 4 Providing power and control equipment, wiring, and raceways to meet the requirements of the mechanical equipment supplied ' FOLLETT ENGINEERING. PLLC ' 8/16/2011 11 50 AM 16010-2 425-836-3333 City of Kent(Foster Park Pump Station) GENERAL ' #11-1D 5 Providing all necessary control wiring and components for any special requirements from equipment manufacturer B. The Contractor shall verify as a minimum, 1. Correct voltage, phase and frequency ' 2. Size and space requirements 3 Mounting requirements 4 Correct motor starter type 5. Proper coordination with the controls and Control System Integrator. C. Any discrepancies between the electrical and other equipment shall be brought to the immediate attention of the Engineer. 1.5 PROJECT DESCRIPTION: A. In general the project consists of a 480Y/277V, 3 phase 4 wire utility service to provide power to the City of Kent, Foster Park Pump Station This pump station will have duplex pumps, floats and a level transmitter. The site will house 3 sheltered areas to cover the pump station, electrical equipment and generator. The generator will provide backup for 1 pump and misc load ' The telemetry system will be radio and will include a PLC. Cameras will be located on the site to monitor for intrusion and operating conditions. Three new shelters will house all the equipment. ' B. The following statements highlight the main portion of the electrical work 1. Coordinate with the local power utility and provide power service to the site 2 Provide extension of primary cables, pad mounted transformer and service entrance equipment as required for the utility 3 Provide lighting and one 120V receptacle at each shelter 4 Provide power distribution equipment and motor starters. ' 5. Provide a MCP — Main Control Panel with PLC for control and monitoring and alarming of all equipment 6. Provide new instrumentation. 1 7. Provide camera surveillance system 8. Provide intrusion switches 9 Provide lighting and receptacles, equipment for the site and shed buildings 10 Provide wire and raceways for all equipment power and control circuits. ' 11. Provide O&M, record drawings and training. 1.6 TEMPORARY OPERATION AND CONSTRUCTION POWER: 1.6.1 CONSTRUCTION POWER: A. Provide a separately metered temporary power service for construction power. Provide power for operation of all equipment during testing All FOLLETT ENGINEERING, PLLC 8116/2011 11,50 AM 16010-3 425-836-3333 City of Kent(Foster Park Pump Station) GENERAL #11-10 coordination with the utility and associated construction costs for temporary ' construction power shall be paid for by the Contractor The Contractor shall pay for the energy costs as billed by the utility on this "new" meter ' 1.7 STANDARDS AND CODES: A. Permits, licenses, approvals and other arrangements for work shall be , obtained and paid for by the Contractor and included in the bid pace B. Electrical work shall be executed in strict accordance with the latest edition of the National Electrical Code and local ordinances and regulations C All electrical equipment, materials, construction methods, tests and ' definitions shall be in strict conformity with the established standards of the following in their latest adopted revision 1. Underwriters' Laboratories, Inc (UL) , 2 National Electrical Manufacturers Association (NEMA) 3 Canadian Standards Association (CSA) , 4. Electrical Testing Laboratories (ETL) 5. Factory Mutual (FM) 6 All applicable Washington State Codes and local City Codes D. All materials and equipment specified herein shall within the scope of UL Examination Services be approved by the Underwriter's Laboratories for the , purpose for which they are used and shall bear the UL label E All materials shall be new, free from defects, of current manufacture, of quality specified or shown. Each type of material shall be of the same ' manufacturer throughout the work. 1.8 CONTRACT DOCUMENTS: A. The electrical layouts are generally diagrammatic. The location of equipment is approximate unless dimensioned Exact locations and routing , of conduits shall be governed by structural conditions and physical interference's and by locations of electrical terminations on equipment 1.9 REFERENCE DOCUMENTS: A. The Contractor shall refer to the drawings, project data and shop drawings of other trades for additional details, which affect the proper installation of the ' work Diagrams and symbols showing electrical connections are diagrammatic only, and so do not necessarily show the exact physical arrangement of the equipment , 1.10 SITE FAMILIARIZATION: A Before submitting a bid, the Electrical Contractor shall become familiar with all features of the site, which may affect the execution of the work The Contractor shall take all field measurements necessary for the work and , shall assume full responsibility for their accuracy The Contractor shall take FOLLETT ENGINEERING, PLLC 8/16/2011 11 50 AM 16010-4 425-836-3333 City of Kent(Foster Park Pump Station) GENERAL full responsibility for locating and avoiding all substructures Any damage to existing equipment shall be repaired or replaced by the Contractor at a cost negotiated with the Owner. ' 1.11 GROUND SYSTEM A Provide grounding and ground system per the NEC. B. Provide a minimum of two 10 foot x 3/" copper coated steel ground rods or more if required by the drawings Use pressure type connectors for underground connections and bolted type for exposed. C. Construct metallic raceways to provide a continuous ground path D. Connect all electrical equipment enclosures to the ground system. ' E. Nonelectrical equipment with metallic enclosures and metallic piping shall be connected to the grounding system as required by NEC. F. Ground system shall be tested per IEEE standard 81. If greater than 2 ohms then additional ground rods shall be added and paid for as extra work G Bond ground system to metallic piping as required by NEC ' H. Bond ground system to each buildings steel in at least one location and at other locations as shown on the drawings 1.12 PRE-SUBMITTAL CONFERENCE A. The CONTRACTOR shall arrange and conduct a Pre-submittal Conference ' within 30 Days after award of the Contract The purpose of the Pre-submittal Conference is to review and approve the manner in which the CONTRACTOR intends to carry out its responsibilities for Electrical and I&C ' submittals and Shop Drawing submittals on the WORK to be provided under division 16 and 17 specifications The General Contractor, the Electrical Contractor, the System Integrator, and the ENGINEER shall attend Both ' the CONTRACTOR and the ENGINEER may invite additional parties at their discretion B. The CONTRACTOR shall allot 2 hours (minimum) for the pre-submittal 1 Conference 1.13 ELECTRICAL SUBMITTALS: A. Electrical project data shall be submitted in accordance with the general requirements and the following B. In the front of each submittal document, provide a list of any deviations to the contract documents materials/products, or installation method ' C. Electrical submittals shall be submitted bound in a three (hole or —ring) binder, labeled with the project name and Contractor's name and an index sheet showing each product being submitted Provide with section tabs per the electrical specifications by section and paragraph or equipment name r e.g provide a minimum of one tab section for each piece of equipment in all FOLLETT ENGINEERING,PLLC 8/16/2011 11 50 AM 16010-5 425-836-3333 City of Kent(Foster Park Pump Station) GENERAL #11-10 of the PART 2 PRODUCT Sections 2 01 - 2 ** Label each equipment , submittal sheet with equipment name and number. Indicate location where each item of equipment submitted will be used on the job. Use equipment numbers when available. D. Submittals shall include the manufacturer's name, address, trade name, , catalog model or number, nameplate data, size, layout dimensions, capacity, project specification and paragraph reference Include other information necessary to establish contract compliance of each item proposed to furnish E. The package of submittals shall be largely complete when first submitted Long lead items may be submitted separately Each item shall be clearly marked and provided with adequate sales and technical information to ' clearly show conformance with all aspects of the specification Packages not provided as described above or largely incomplete shall be returned to the Contractor, without comment , F. Control panels and control systems submittals may be provided separately, but must be followed in a timely manner as to allow coordinated review Control submittals shall be provided with a Bill of Materials showing quantity, manufacturer's name, catalog number, and supplier name and phone number G Certify on all submittals that the material being proposed conforms to the ' contract requirements In the event of any variance, state specifically which portions vary and request a variance in writing , H. Certify that all furnished equipment is able to be installed in the allocated spaces by stating on each item "This equipment will be able to be installed in the spaces allocated". ' I Shop Drawings shall be provided on 11" x 17" sheets maximum size, and shall be scaled using standard engineering or architectural scales Wiring diagrams shall identify circuit terminals, and indicate the internal wiring for each item of equipment and the interconnection between each item of equipment J. NOTE: submittals received that do not meet the requirements outlined ' above and in the individual spec sections will be returned without review K. Contractor should anticipate in the schedule that electrical submittals will , take a minimum of 4 weeks for comments to return L. The electrical engineer will have a minimum of 2 weeks to review submittals , and a minimum of 3 weeks to review I&C submittals. PART 2 PRODUCTS 2.1 NAMEPLATES: , A. Nameplates shall be provided on all electrical devices, including but not limited to motor control equipment, MCC cubicles, control stations, junction , FOLLETT ENGINEERING. PLLC ' 8/16/2011 11 50 AM 16010-6 425-836-3333 ' City of Kent(Foster Park Pump Station) GENERAL ' #11-10 boxes, panels, motors, instruments, solenoids, switches, indicating lights, meters, and all electrical equipment enclosures. B. Nameplates shall also be provided on all electrical panel interior equipment, including but not limited to, relays, circuit breakers, power supplies, ' terminals, contactors, and other devices C. All nameplates shall include the equipment name and number (circuit number and function, if applicable). ' D. Nameplates of all powered equipment (including instruments, motors, control panels, HVAC, etc) and all switches, disconnects, and receptacles shall ' have included on the nameplate the power source (circuit and panel number, MCP/control pnl and circuit #, or MCC and unit number, etc. ) that the equipment is fed from. ' E Nameplates on light switches and receptacles shall include the panel and circuit and also include application such as outdoor lights, computer receptacle, etc if relevant Nameplates on switches and receptacles can be ' printed thermal tape. F All motors shall have nameplates secured to the terminal box with 1/2" ' lettering or larger G. Nameplates shall be made of 1/16" thick machine engraved laminated phenolic having black letters not less than 3/16" high on white background or as shown on the drawings or other sections of the specifications Nameplates on the interior of panels and on light switches and receptacles shall be White Polyester with printed thermal transfer lettering and ' permanent pressure sensitive acrylic, TYTON 822 or equal H. All nameplates shall include the equipment name and number (and function, and circuit number if applicable) ' I. Provide warning nameplates on all panels and equipment, which contain multiple power sources Lettering shall be white on red background. ' J. Provide information or warning nameplates as required by the NEC or electrical inspector for identification of service disconnects, multiple service disconnects etc K. Nameplates shall be secured to equipment with stainless steel screws/fasteners/straps. Epoxy glue may be used where fasteners are not ' practical if first approved by the Engineer. 2.2 WIRE MARKERS A. Each power and control conductor shall be identified at each terminal to which it is connected Conductors size No 10 AWG or smaller shall have identification sleeves Conductors shall be identified in accordance with ' Section 16145 B. The letters and numbers that identify each wire shall be machine printed on ' sleeves with permanent black ink The figures shall be 1/8 inch high ' FOLLETT ENGINEERING,PLLC 8/16/2011 11 50 AM 16010-7 425-836-3333 City of Kent(Foster Park Pump Station) GENERAL #11-1D Sleeves shall be white tubing, sized to fit the conductor insulation The sleeves shall be shrunk to fit the conductor with hot air after installation. ' C. They shall be TMS Thermofit Marker System by Raychem Co , sleeve style wire marking system by W H. Brady Co , or equal Adhesive strips are not acceptable Conductors No. 8 AWG and larger shall use cable markers of ' the locking tab type Tabs shall be white plastic with conductor identification number permanently embossed 2.3 RACEWAY MARKERS ' A. Raceway markers shall be non metallic with raceway number stamped in , 3116-inch minimum height characters. Tags shall be attached to the raceway with 316 stainless steel wire 2.4 THERMAL (TEMPERATURE) RATINGS OF EQUIPMENT TERMINATIONS: A. Wiring and circuit breakers on this project are designed for 750C operation above 30 amperes, 600C for 30 amperes and below. ' B All products furnished on this project shall have electrical terminations rated for 600C for ampacities of 30 amperes or less and rated for 750C for , ampacities above 30 amperes PART 3 EXECUTION 3.1 STORAGE AND INSTALLATION ENVIRONMENT: , A. All electrical equipment shall be stored in a dry environment free from dust, moisture, sprays or vapors, which may be detrimental to their new condition After installation of equipment, care shall be taken to protect all equipment from all dust, moisture, paint and other spray, harmful vapors, etc until final acceptance and certificates of occupancy have been obtained ' B. Equipment shall not be installed in indoor areas until the area is covered, dry and finished to the point that other work will not create dust, vapors, or moisture Equipment with integral heaters and fans shall not be installed ' until power is available at the location and the heater and fan shall be energized within 6 hours of the equipment being installed 3.2 SITE INSPECTIONS ' A. Prior to final acceptance the Engineer will perform one or more site , observation trips to develop a "punch list" of items deemed incomplete B Each punch list item shall be completed by the Contractor and checked off of the list When all of the items on the list are completed or commented on, ' the list shall be signed by the Contractor and returned to the Engineer for verification FOLLETT ENGINEERING,PLLC , 8/16/2011 11 50 AM 1 60 1 0-8 425-836-3333 City of Kent(Foster Park Pump Station) GENERAL #11-10 3.3 FINAL ACCEPTANCE: ' A. When all work is complete, the Contractor shall call the Engineer for the final acceptance testing inspections The Electrical Contractor and System Integrator shall be present while these inspections are taking place and shall be available for opening cabinets and operating and adjusting the system as is necessary for the Engineer to verify all equipment is installed and operates to the requirements of the contract documents. ' B. The Contractor shall anticipate a minimum of 8 hours for each pump station to complete the final acceptance testing C Prior to the Contractor calling for this observation, the Contractor shall have completed all items of work, including wire markers, nameplates, final tests and final test reports All equipment shall be checked for proper operation and all signals verified for correct calibration and wiring D Final acceptance will not be given until ' 1 All work is complete. 2. All "site inspection" punch-lists are checked off and returned to the Engineer. ' 3 All test reports are received. 4. All O&M manuals are received. 5 All spare parts are received 6. All instrument test forms are received. 7 All project record drawings are received. ' 3.4 PROJECT RECORD DRAWINGS: ' A. A set of drawings shall be maintained at the job site (by the Electrical Contractor) showing any deviations in the electrical systems from the original design ' B. This set of drawings shall be readily available for inspection by the Engineer at all times C. Another complete set of drawings shall be marked up in the office showing the changes made on the field set of drawings All changes shall be clearly marked in red on the drawings Drawings shall be submitted to the Engineer at the completion of the project D A set of electrical drawings marked in red to indicate the routing of conduit runs, shall be submitted to the Engineer for review at the completion of x ' conduit rough-in and prior to cover or pouring of concrete 3.5 GUARANTEE: ' A The Contractor shall guarantee his work and all components thereof, excluding fuses, incandescent and fluorescent lamps for a period of 1 year from date of acceptance of the installation The Contractor shall remedy any x ' FOLLETT ENGINEERING, PLLC 8/16/2011 1150 AM 16010-9 425-836-3333 City of Kent(Foster Park Pump Station) GENERAL #11-10 ' defects in workmanship and repair or replace any faulty equipment that shall appear within the guarantee period without additional cost to the Owner 3.6 CLEANUP: ' A. The premises must be kept free of accumulated materials, rubbish and ' debris at all times Surplus material, tools and equipment must not be stored at the job site. At the completion of the job, all equipment and fixtures shall be left clean and in proper condition for their intended use. , B All motor control equipment and control panels shall be cleaned inside and out at the completion of the project. 3.7 TESTS: ' A Testing for installed feeder cables and motors is required as specified in ' other Sections Test reports shall be submitted to the Engineer prior to final acceptance All tests shall be performed in accordance with the applicable sections of NETA ' B Where specified in the individual product specification section, factory tests shall be performed at the place of fabrication and performed upon completion of manufacture or assembly The costs of factory tests shall be , included in the contract price 3.8 OPERATION AND MAINTENANCE MANUALS: ' A. The Contractor shall prepare and assemble detailed operation and maintenance manuals The manuals shall be bound in a 3 ring binder and ' tabbed with an index, in general the O&M manual format shall meet that of the submittal data in section 16010 The manuals shall include, but not be limited to, the following ' 1 Catalog data and complete parts list for all equipment and devices. 2. All cut sheets of equipment and components 3 Preventative maintenance procedures ' 4 Trouble-shooting 5. Calibration ' 6 Testing 7. Replacement of components 8 Automatic mode operation ' 9 Manual mode operation 10 System schematics/shop drawings and record drawings , 11 As-built wiring diagrams of cabinet and enclosure contained assemblies 12 As-built wiring diagrams of overall system 13, Listing of recommended spare parts. , 14 Listing of recommended maintenance tools and equipment. FOLLETT ENGINEERING.PLLC ' 8/16/2011 11 50 AM 16010-10 425-836-3333 City of Kent(Foster Park Pump Station) GENERAL ' #11-10 3.9 TRAINING; A. Training shall be provided per the specific requirements in other Sections of these specifications In addition to training required in other Sections of the specifications, The Contractor shall conduct specifically organized training sessions in the overall operation and maintenance of the electrical system for personnel employed by the Owner The training sessions shall be conducted to educate and train the personnel in operations and maintenance ' of all components of the electrical system outside the training requirements in the other Sections Training shall include, but not be limited to, the following- ' 1. Preventative maintenance procedures 2 Trouble-shooting ' 3. Calibration 4. Testing 5 Replacement of components ' 6 Equipment operation END OF SECTION 1 1 FOLLETT ENGINEERING, PLLC 8/16/2011 1150 AM 16010-11 425-836-3333 PACE ENGINEERS/ CITY OF KENT SECTION 16020 ' FOSTER PARK PUMP STATION LOW VOLTAGE MOLDED CASE CIRCUIT BREAKERS ' LOW VOLTAGE MOLDED CASE CIRCUIT BREAKERS 1.01 GENERAL A Circuit Breakers other than those mounted in the panelboard shall be capable of being padlocked in the open position B Comply with UL 489, NEMA AB 1,and NEMA AB 3,with interrupting capacity to comply with available fault circuits. C. All devices shall be UL Listed. ' 1.02 SYSTEM DESCRIPTION , A Molded case thermal magnetic or motor circuit protector type circuit breakers as indicated on the Drawings and connect to form a completed system a Molded case circuit breakers used to open and close a circuit,and to open a circuit automatically ' on a predetermined overload or over current,without damage to itself when properly applied within its rating b. Provide thermal magnetic circuit breakers for variable frequency drives ' 1.03 MANUFACTURED UNITS A. General a. 1 Operating mechanism: i. Quick-make,quick-break, non welding silver alloy contracts , ii. Common Trip,Open and Close for multi-pole breakers such that all poles open and close simultaneously in. Trip indicating handle—automatically assumes a position midway between the manual ' ON and OFF positions to clearly indicate the circuit breaker has tripped iv Lockable in the"OFF'position b. Voltage,Current, and Environmental Ratings. ' L Minimum frame size 175A ii Single Phase 240VAC m Breakers shall be calibrated for operation in an ambient temperature of 40 degrees C ' c. Trip Units i. Breakers shall have the interrupting rating and trip rating indicated on the drawings. u. Two and Three pole breakers shall have a common trip ' d. Terminals i UL listed for accepting both copper and aluminum conductors. ' ii. Lugs shall be capable of accepting the cable size indicated on the drawings and in the cable schedule Ill. Circuit breakers not capable of receiving the cable size shown without the use of cable , terminators shall not be acceptable. e. Provide breaker with a door kit enabling safe disconnect without opening the panel door 1.04 Manufactures ' A Circuit Breakers shall be ABB S313175TW-2 or approved equal SIID40 ' REV 1 07-27-2011 16020-1 PACE ENGINEERS/ CITY OF KENT SECTION 16020 FOSTER PARK PUMP STATION LOW VOLTAGE MOLDED CASE CIRCUIT BREAKERS 105 Disconnects ' A Disconnect switches shall be heavy duty type,shall be horse power rated, quick-make, quick-break construction Switch blades shall open all ungrounded conductors and be double throw unless otherwise noted. B Disconnect switched shall be capable of being padlocked in the open position and shall be provided with a door kit enabling safe disconnect without opening the inner panel door. C. Unless otherwise specified, disconnect switch enclosures shall be NEMA 12. D. Switches shall comply with UL 98 and NEMA KS 1 E. Manufacture shall be ABB or approved equal. S11D40 REV 1 07-27-2011 16020-2 City of Kent(Foster Park Pump Station) MISCELLANEOUS ELECTRICAL #11-10 SECTION 16145 , MISCELLANEOUS ELECTRICAL i PART1 GENERAL 1.1 DESCRIPTION OF WORK: A This section covers furnishing and installing miscellaneous electrical devices and equipment and other wiring devices indicated on the drawings 1.2 STANDARDS AND CODES: A. All materials and equipment specified herein shall within the scope of UL Examination Services, be approved by the Underwriter's Laboratories for the purpose for which they are used and shall bear the UL label 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 Electric Code, N E C , 1.3 COORDINATION A. The Contractor is responsible for coordination of mechanical equipment, fans, louvers, heaters, motors, starters, etc and electrical power and control requirements provided in this section and other sections of the specifications and drawings B. The Contractor shall provide power and control equipment, wiring, and raceways to , meet the requirements of the mechanical equipment supplied C. The Contractor shall verify as a minimum: 1. Correct voltage, phase and frequency 2. Correct motor starter type 3 Proper coordination with the controls and Control System Integrator. D The Contractor shall provide all necessary control wiring and components for any special requirements from an equipment manufacturer E Any discrepancies between the electrical and mechanical equipment shall be brought to the immediate attention of the Engineer 1.4 SUBMITTALS: A In accordance with the "submittals" requirements in Section 16010, submit catalog data showing material information and conformance with specifications The intended use of each item shall be indicated Provide submittals in a 3-hole binder with an index of products submitted and individual tabs for each product FOLLETT ENGINEERING,PLLC 8/16/2011 1150AM 16145-1 425-836-3333 1 City of Kent(Foster Park Pump Station) MISCELLANEOUS ELECTRICAL #11-10 B. A copy of this specification section, with addendum updates included, and all referenced and applicable sections, with addendum updates Included, with each paragraph check-marked to Indicate specification compliance or marked to Indicate requested deviations from specification requirements Check marks (�) shall denote full compliance with a paragraph as a whole If deviations from the specifications are indicated, and therefore requested by the Contractor, each deviation shall be underlined and denoted by a number in the margin to the right of the identified paragraph, referenced to a detailed written explanation of the reasons for requesting the deviation The Engineer shall be the final authority for determining acceptability of requested deviations The remaining portions of the paragraph not underlined will signify compliance on the part of the Contractor with the specifications Failure to include a copy of the marked-up specification sections, along with justification(s) for any requested deviations to the specification requirements, with the submittal shall be sufficient cause for rejection of the entire submittal with no further consideration C. For motors on VFDs submit verification that the installation is approved by both the VFD and motor manufacturer — submit on any line terminators or filters that the manufacturer's recommend for the application D. Provide all electrical information — wire diagrams, terminal information and numbering and electrical J power data E. Submit verification that stainless steel hardware will be used as required by this specification PART2 PRODUCTS 2.1 RACEWAYS ' 2.1.1 GENERAL A. All wiring shall be installed in raceways. B Ground Conductor 1. All raceways shall contain a minimum of one continuous copper equipment grounding conductor sized in accordance with the N E C. 2.1.2 AREA CLASSIFICATIONS: A The following classification of areas shall be used as a reference in determining application of material covered by this Section unless specifically shown otherwise on the drawings Areas which fall under two or more of the following classifications shall conform to the minimum requirements of all of the area classifications listed for that area B Hazardous area classifications shall be defined by NEC Article 500 NFPA 820 for all waste water facilities IC Hazardous Areas FOLLETT ENGINEERING, PLLC 8N6MIl 1150AM 16145-2 425-836-3333 i r City of Kent(Foster Park Pump Station) MISCELLANEOUS ELECTRICAL #11-10 r 1 Pump Station wet well a) Hazardous areas shall have electrical installations which conform to Class and Division as shown on the drawings or as defined by the NEC and NFPA 820 Provide seal fittings per NEC requirements b) Raceway shall be PVC coated rigid galvanized steel (PGRC) Enclosure and support material shall be determined by area requirements c) Equipment and products used shall be provided and installed in conformance to the applicable sections of NEC Chapter 5 D Outdoor and Damp Areas- 1. All outdoor areas a) Raceway shall be PVC coated rigid galvanized steel (PGRC) Conduit entrances shall be threaded and fittings shall have gasketed covers b) Threaded fastening hardware and rods shall be stainless steel Raceway supports such as channel, clamps, and brackets shall be stainless steel or aluminum or non-metallic. c) Panels and boxes shall be NEMA 3R — aluminum or stainless steel (or as shown on the drawings). Device boxes shall be cast, copper free aluminum. 2.1.3 RACEWAY APPLICATION: A ABOVE GRADE CONDUITS shall meet the requirements of the "area classification" listed above and shall be a) PVC coated GRC for power and control wining b) PVC coated GRC for signal & communications wiring. B. CONDUITS BELOW GRADE shall be- a) PVC coated GRC for power and control wiring, ' b) PVC coated GRC for signal and communications wiring C ALL CONNECTIONS TO VIBRATING EQUIPMENT or motors shall be: a) liquidtight flexible metallic conduit for indoor, non corrosive areas and all motor leads from VFD's b) Connections to equipment outdoors or in corrosive areas shall be with non metallic liquidtight flexible conduit (except for motor leads from VFD's shall be flexible metallic) 2.1.4 CONDUIT: A Flexible Conduit (LFS) 1. Flexible conduit shall be interlocking single strip, galvanized and shall have a 1 polyvinyl chloride jacket extruded over the outside to form a flexible watertight raceway Non-metallic flexible conduit shall have non metallic threaded fittings B. PVC Coated Rigid Steel Conduit (PGRC) 1. Coating A Polyvinyl Chloride (PVC) coating shall be bonded to the galvanized outer surface of rigid steel conduit. The bond between the PVC coating and the FOLLETT ENGINEERING, PLLC 8/16/2011 11.50 AM 16145-3 425-836-3333 City of Kent(Foster Park Pump Station) MISCELLANEOUS ELECTRICAL I #11-10 conduit surface shall be greater than the tensile strength of the plastic The thickness of the PVC coating shall be a minimum of 035" (35 mil) (40 mil nominal) i 2.1.5 BOXES AND FITTINGS: ■ A. General 1 Materials for fittings shall be chosen to satisfy the requirements of - Area Classification described above 2. Junction boxes, terminal boxes, device boxes, fixture support boxes, oblong, round and rectangular conduit fittings (condulets) shall be of the same material as required by the Area Classification for the raceway 3. Boxes larger than 9"x9" shall be hinged and contain hasps to accommodate a City of Kent padlock 4. Cast fittings and boxes shall be: a) Zinc electroplated cast ferrous alloy b) Integrally cast threaded hubs or bosses shall be provided for all conduit entrances and shall provide for full 5 thread contact on tightening Drilling and threading shall be done before finishing c) The cover plate shall be of similar cast ferrous alloy material and finish. A full body neoprene gasket shall be provided with the cover Stainless steel screws shall be provided for all covers 5. All screws, nuts, bolts, and other hardware used with fittings and boxes shall be stainless steel unless installed in General Purpose areas ' 2.1.6 SPARE PARTS BOX: 1 Provide one spare parts NEMA 3R Box — wall mounted with at least 5 shelves 18" wide, 36" tall and 9" deep minimum size 2. Provide labels on spare parts boxes or on shelves for the spare parts called out for the project. I2.1.7 HANDHOLES AND VAULTS: A Handholes and vaults shall be 24" X 36" X 36" deep minimum size or minimum dimensions as shown on drawings All handholes and vaults shall be minimum 3000 psi pre-cast, reinforced concrete construction and shall have concrete bottoms with sumps B Walls shall be provided with boxouts with waterstops on all sides of each boxout. Boxouts shall be sized to accommodate the penetrating underground duct banks C. Covers shall be hinged diamond plate galvanized steel with H2O loading and latch and lifting handles Covers shall open 180 degrees Utility Vault 3030-P, 2436-P or equal D. Wire Racks — Provide wire racks for all wiring inside handholes and vaults so that all wiring is supported above the bottom of the handhole 1 FOLLETT ENGINEERING, PLLC 8/16/2011 11 50 AM 16145-4 425-836-3333 r City of Kent(Foster Park Pump Station) MISCELLANEOUS ELECTRICAL #11-10 E Handholes and vaults and covers shall constructed per standards and quality of Utility Vault Company 233-LA, 444 LA or approved equal Covers shall be chosen to fit the handhole or vault provided F. Provide drain pipe for water tight covers from cover drain to nearest sump, drain, or as recommended by the manufacturer. If no dram area is nearby, provide a 3' cubic area of drain rock and run cover drains to the area. G. Wiring of different classes or that must be in separate raceway systems (in accordance with the NEC) in the same handhole shall be separated by continuing raceways inside the handhole and installing a non-metallic NEMA 4X pull box in the handhole 2.1.8 CONDUIT&CABLE SUPPORTS: A Rivet-type or Zamac fasteners are not allowed All fasteners between channel, ' strut, etc and walls shall be removable with a screwdriver B. Support materials in general purpose areas may be hot-dip or electro-galvanized All support materials used in corrosive areas shall be NEMA 4x Stainless steel. C All screws, nuts, bolts and other hardware used with conduit and cable supports shall be stainless steel. 2.2 CONDUCTORS: A All conductors shall be stranded copper. Insulation shall be THW, THWN, or THHN, chosen to satisfy environmental conditions Conductors used for power circuits shall not be smaller than No. 12 Control conductors may be No 14 2.3 SHIELDED SIGNAL CABLE: A Signal conductor cable shall be AWG #16 individually twisted, shielded pairs i BELDEN #8719, or equal. Conductors shall be tinned copper with color coded 90 degrees C PVC insulation and individual conductor jacket of nylon. Shielding shall be aluminum polyester 100% shield coverage with drain wire The cable shall have an overall PVC jacket The insulation system shall be rated for 300 volts B For applications where 600 volt insulation is required, use 1 BELDEN1120A 2 #18 TWSP, stranded wire. C. 600 volt insulated signal wire shall only be used where required by Code 2.4 CONNECTORS A. All wiring shall be continuous from point to point — no splices of any kind are allowed All control and signal wire shall land on numbered terminals B. Ideal Industries "Wing Nut" or 3M Company "SCOTCHLOCK" pre-insulated connectors may be used for general purpose lighting and receptacle circuits for splices and taps in conductors No 10 AWG and smaller For No 8 AWG and larger FOLLETT ENGINEERING, PLLC 8/16/2011 11 50 AM 16145-5 425-836-3333 City of Kent(Foster Park Pump Station) MISCELLANEOUS ELECTRICAL #11-10 conductors, utilize T&B compression connectors. Compress using recommended die and tools C. For connections of wire to cord to removable equipment provided with integral cords (such as floats, transmitters, limit switches, aerators, submersible pump motors, etc ) Provide junction box with terminals and spade/lug type terminations and coat with liquid insulation — Performix Liquid Tape or equal D For connections of wire to cord to Submersible motors of all size wire use a water proof motor stub insulator. Thomas and Betts multi splice insulator MSLT112-4 or equal 2.6 SPLICE INSULATION: A Splice insulation shall be equal to the conductor utilized. B. Insulate all permanent splices that are underground or in damp or corrosive environments with cast epoxy type insulation which covers the jacket of all cords and the insulation on all wire Epoxy splice shall be Scotch #3570 or equal. 2.6 MOTOR TERMINAL SPLICE INSULATION: 1 A Provide motor terminal splice insulation in the motor connection box that will withstand constant vibration and abrasion without degrading the insulation of the splice A product shall be used that is specifically designed for the purpose of motor terminations 2.7 WIRE MARKERS: A. Field installed wire markers shall be pre-printed, heat shrink type sleeves, Thomas&Betts Type HVM, Tyton Type THS or approved equal. See paragraph below for marking requirements. 2.8 SWITCHES AND RECEPTACLES: A Standard wall switches shall be single-pole, or double-pole, three-way, as shown on the drawings or as required for the application Switches shall be AC quiet type 1 rated 20 amp, 125/277 volt with screw terminals Wiring devices shall be ivory colored for general use office areas, and black when installed in mechanical rooms or when mounted on dark walls Receptacles on emergency or backup power shall be labeled or color coded ARROW HART, BRYANT, HUBBELL, P&S or equal B Weather proof switches for use in damp, corrosive or outdoor applications shall be: • Die-cast aluminum housing with lever type switch CROUSE-HINDS, DS185 C. Weather proof receptacles for use in damp, corrosive or outdoor applications shall be • Die cast aluminum with spring and gasketed covers CROUSE-HINDS, WL series FOLLETT ENGINEERING,PLLC I1111612111 11 50 AM 16145-6 425-836-3333 City of Kent(Foster Park Pump Station) MISCELLANEOUS ELECTRICAL #11-10 D. Provide GFI receptacles where required by the NEC E. Per the nameplate requirements, provide circuit and panel data labels on all switches and receptacles and label all light switches with function 2.8.2 PLATES: A Scope Provide plate for each wiring device, for each signal or communication outlet B Device plates on flush devices, in general, shall be satin finish stainless steel Sierra 302 stainless steel line or approved equal, modern classic design, corrosion resistant Special finish plates shall be provided to match special paneled walls as directed by Engineer C. Device plates for switches and receptacles in outdoor areas shall have weatherproof plates with hinged cover and stainless steel screws. Sierra Electric WP series or equal D Plates on exposed wiring shall be of metal, of the same manufacture as the conduit , fittings, specifically suited for device and fitting used E. Blank, Bushed or Special Outlet Plates Provide for all signal communication system outlets as required 2.8.3 SPECIAL ACCESSORIES 1 Provide accessories such as junction boxes, outlet boxes, etc necessary to mount switches and receptacles in a proper and approved method 2.9 DRY TYPE TRANSFORMERS A. Dry type transformers shall be constructed of heavy gauge sheet steel Coil and terminal chamber shall be constructed with guarded opening for ventilation and convection cooling Transformer shall be connected for the application. Unless otherwise shown or required for the application, primary coil shall be delta connected, secondary coil wye connected B Separate primary and secondary windings shall have Class H insulation and shall be rated for continuous operation at rated kVA with temperature rise of not over 150 degrees C above a 40 degree C ambient, with a maximum hot spot temperature of 220 degrees C Windings, core and coil assembly shall be treated and built to resist the effects of dirt and moisture C. Unless otherwise noted or shown, transformers shall be provided with a minimum of four full capacity taps, minimum of two 2-1/2 percent above and two 2-1/2 percent below normal (rated) primary voltage D Transformers furnished shall have a continuous rating of not less than the size noted on the drawings E The secondary neutral terminal on three-phase K-rated transformers shall be sized for 200% of secondary phase current FOLLETT ENGINEERING,PLLC 8/16/2011 11 50 AM 16145-7 425-836-3333 City of Kent(Foster Park Pump Station) MISCELLANEOUS ELECTRICAL F. Provisions for external connections shall be made by means of a terminal board employing lugs compatible for the external conductors to be installed. G The core of the transformer shall be grounded to the enclosure by means of a flexible grounding conductor sized in accordance with applicable NEMA, IEEE ANSI standards H Provide grounding per NEC. I. Provide enclosures per the requirements of the area installed — NEMA 3R for outdoor and damp areas ' J. Acceptable manufacturers for dry type transformers shall be General Electric, Cutler Hammer, Square D, Heavy Duty and approved equals 2.10 POWER MONITORING DEVICES A. All power monitoring devices mounted on the panel front shall be rated for the environment in which the will be located Devices shall monitor the following parameters ' 1 Line-to-neutral voltage for all phases 2. Line-to-line voltage for each phase 3 Line-to-line voltage average for all phases 4 Current on each phase 5. Average current for all phases 6 Neutral current 7 kVA, kW for all phases, kWh for all phases 8. kW Demand 9 kVAR, kVARh for all phases, 10 Power Factor 11 Frequency 12 Total Harmonic Distortion B. Instantaneous values for these parameters shall be accessible via local indication / display unit. C. All data shall be communicated to the PLC system via serial or Ethernet link All necessary hardware, software, and programming shall be provided to produce a complete power monitoring system, with all listed parameter values available in PLC memory registers All PLC ladder logic necessary for communicating with the device shall be documented and provided on a 3 5" floppy disk and in paper form Each instruction shall be fully commented for clarity throughout the documentation. D Power Monitoring Devices shall be Allen-Bradley Powermonitor 3000— M5 or equal E. Provide Current Transformers with ratio for the application Current transformers shall be provided with minimum 1% accuracy Provide shorting blocks for all CTs FOLLETT ENGINEERING, PLLC 8/16/2011 11.50 AM 16145-8 425-836-3333 City of Kent(Foster Park Pump Station) MISCELLANEOUS ELECTRICAL #11-10 F Provide individual fuse disconnects for each phase input to the power meter. Provide a fused disconnect for the operational power circuit to each power meter G Install per manufacturers recommendations. 2.11 PANELBOARDS A Panelboards shall be rated at proper voltage and current for intended use with bus bars of tin plated copper or aluminum. Panels shall have phases, voltage and current ratings as shown on the drawings Panels shall have 100 percent neutral, with equipment ground bar, unless noted otherwise Panelboards shall be dead front B Panels shall have as a minimum the number of circuits shown on the panel schedules on the drawings C. The following interrupting capacity shall be considered minimum. Other ratings shall be as specified on the drawings 1 240V and 208Y/120V—sub-fed Panelboards 10,000 AIC symmetrical 2 240V and 208Y/120V—Service Panelboards 20,000 AIC symmetrical 3 480V Panelboards 30,000 AIC symmetrical D. Provide service entrance rated panelboards where shown on the plans or required by the NEC E. Provide enclosures per the requirements of the area installed — NEMA 3R for outdoor and damp areas F. Mount breakers in all panelboards so that breaker handles operate in a horizontal ' plane Circuit breakers shall be bolt-type only Provide common trip on all multiple pole breakers. G. Where noted, provide spare breakers, complete for future connection of wiring circuits Where "Space Only" is indicated for breakers, provide all bussing and breaker mounting hardware in the panelboard, provide steel knockouts in dead front metal closure of unused part of panel If any steel knockouts are removed, provide breakers in such spaces or approved cover plates Open spaces are not permitted H. Panelboards shall be flush or surface as indicated, tight closing doors without play when latched Where two cabinets are located adjacent to each other in finished areas, provide matching trim of the same height. I Provide cabinets of sufficient dimensions to allow for future expansion and addition of circuit breakers within the panelboards as indicated on drawings J. All panelboards shall accept a City of Kent padlock K. Fasten panelboard with machine screws with oval countersunk heads, finish hardware quality, with escutcheons or approved trim clamps Clamps accessible only when dead front door is open are acceptable. Surface mounted panelboards with fronts greater than 48 inches vertical dimension shall have trim hinged at right side in addition to hinged door over dead front I FOLLETT ENGWEER/NG. PLLC 8/16/2011 11 50 AM 16145-9 425-836-3333 1 City of Kent(Foster Park Pump Station) MISCELLANEOUS ELECTRICAL I #11-10 I L. Provide factory standard lacquer or enamel finish, ASA#49 gray. M Provide Surge arrestors , with indicators, where shown on the one-line diagrams to protect against overvoltage transients. JOSLYN J9200 series with protective capacitor GE model 91-18 or equal Select proper components for the application as shown on the drawings N. Numbering and buss arrangement shall be as shown on the Panel Schedules on the drawings O. Provide a type written circuit directory card for each panelboard with the load name, number, location and kVA P. Provide engraved (color layer - engraved through outer layer) plastic name plate ' with 1/2 inch high characters for panel identification (for panel name); attached with stainless steel screws to each panelboard front Emergency system - white on red, Normal system - black letters on white Include voltage, phase and wire (i.e., 208Y/120V, 3 phase, 4 wire ) in 3/8 inch characters. Q. Secure in place with top of cabinet at 6' - 6", unless otherwise noted. Top of cabinet and trim shall be level. R. For each branch circuit panelboard Provide neatly type written as-built information for each panelboard by circuit with its proper load designation Mount the panelboard circuit directory inside the door of each panelboard in a clear plastic sleeve. Provide one spare blank card for each card used S Close all openings in dead front with closures manufactured for the purpose or install spare breakers. T. SURGE SUPPRESSION- 1 Where surge suppressor, SPD, or TVSS is specified or shown on the drawings, provide integral surge suppression device with the following minimum characteristics a) Surge Current per phase— 120,000kA b) Surge Current L — N 60,000kA c) IEEE C3 Wave (10kA) —9,000 2. Unit shall have overcurrent protection, infrared and thermal detection - Include diagnostic package and direct bus bar connection and 10 year warranty — Cutler Hammer Clipper CPS-S or equal 2.12 FUSES: A. Fuses shall be of the type and amperage indicated on the drawings The voltage rating shall be appropriate for the application indicated The fuse types indicated on the drawings imply a certain set of fuse characteristics No substitutions of fuse types will be allowed without written approval from the Engineer B. All fuses used on the project shall be provided with "blown fuse" indicators C. Where fuses in motor circuits are indicated but not sized, provide Manufacturer's recommended fuse size based on actual motor installed FOLLETT ENGINEERING. PLLC ' 8/16/2011 11 50 AM 16145-10 425-836-3333 City of Kent(Foster Park Pump Station) MISCELLANEOUS ELECTRICAL #11-10 I D Provide in-line or integrally-mounted fuse clips on control power or low-voltage transformer E Provide fuse puller or pullers for fuse sizes used F. Provide surface mounted cabinet, sized to store required spare fuses at location i coordinated with Owners Representative G. Provide a minimum of two spare fuses for each fuse used H Acceptable Manufacturers 1 BUSSMAN 2 GOULD SHAWMUT 3 LITTLEFUSE 4. RELIANCE ' 2.13 MOLDED CASE CIRCUIT BREAKERS: A. Molded case circuit breakers shall be quick-make and quick-break type They shall have wiping type contacts Each shall be provided with arc chutes and individual trip mechanisms on each pole consisting of both thermal and magnetic trip elements Two and three pole breakers shall be common trip All breakers shall be calibrated for operation in an ambient temperature of 40 degrees C Molded case circuit breakers shall be trip-free Each breaker shall have trip indication independent of , the ON or OFF positions B Breakers shall have lugs UL listed for both copper and aluminum C. Circuit breakers shall be capable of accepting the cable shown on the drawings Circuit breakers not capable of accepting the cable shown shall not be acceptable. D Breakers shall have the interrupting rating and trip rating indicated on the drawings ` E All breakers that serve motor loads shall be provided with disconnect handle mechanism to lock out the circuit in the open position 2.14 DISCONNECTS: A. Provide local equipment disconnects only if required by the manufacturer or NEC f B Disconnect's rating shall be chosen by the Contractor to meet the requirements of the equipment served C. Switch shall be heavy duty type, shall be quick-make quick-break and shall be horsepower rated Switch shall have blades as required to open all ungrounded conductors and shall be single throw unless noted D Enclosure shall be suitable for location in which mounted 1. Enclosures located outdoors or in damp or corrosive areas shall be NEMA 4X , or stainless steel FOLLETT ENGINEERING,PLLC 8/1612011 11 50 AM 16145-11 425-836-3333 , City of Kent(Foster Park Pump Station) MISCELLANEOUS ELECTRICAL E. Fusible disconnects shall be as above with addition of fuse space and clips to accept Class R fuses Use only where required by equipment manufacturer to meet , UL installation requirements F Disconnects for motor loads shall be lockable in the open position 2.15 MOTORS 2.15.1 GENERAL A Unless specifically excepted, all motors shall be of the "energy efficient" or "energy saver" type which meet the minimum efficiencies required by the Washington State energy codes 1 All Motors shall be suitable both electrically and mechanically to drive the connected equipment under any and all modes of operation without exceeding the FLA (Full Load Amps) rating of the motor. B. All motors shall be suitable for the environment in which they are to be installed ; The environment in which motors will be installed in this project will be 100% humidity continuously iC Motor voltages shall be chosen to meet the requirements of the electrical system. The Contractor shall choose the motor voltages to meet what is shown on the plans D. Motor enclosures shall be totally enclosed fan cooled (TEFC) unless otherwise specified or required by the environment installed Provide explosion proof non- ventilated - (XPNV) or fan cooled (XPFC) motors in hazardous areas E. All single-phase motors shall be self-protected Single phase motors shall be provided with start capacitors if necessary for proper operation of the motor The start capacitors shall be located within the motor housing ; jF. Enclosed Motors Provide drain plugs for non-explosion proof motors and drain and ; breather for explosion proof motors G. Finish Provide a prime and final finish of the manufacturer's standard colors H. Provide imbedded thermostats for thermal alarm or motor cut out for all motors 40 Hp and above unless otherwise shown I. Provide a terminal connection box two sizes larger than normal to allow extra room ' for motor feeder splices Refer to Motor Terminal Splice Insulation requirements z rJ Provide NEMA Class B insulation, minimum, with additional nonhygroscopic moisture protection which will maintain a minimum resistance of 1 0 megohms after 168 hours of exposure at 100% humidity K. Provide motors with a 1.15 service factor at maximum motor operating load FOLLETT ENGINEERING, PLLC 8/16/2011 11 50 AM 16145-12 425-836-3333 City of Kent(Foster Park Pump Station) MISCELLANEOUS ELECTRICAL #11-10 , 2.16 HARDWARE ! A. The Contractor shall provide any necessary hardware for mounting equipment and devices The mounting hardware shall be made of materials suitable for the environment installed Provide materials made from stainless steel PART 3 EXECUTION 3.1 GENERAL A Provide services of an authorized representative of manufacturer to visit site of work and inspect, check, adjust if necessary, and approve equipment installation. B Assure that equipment manufacturer's representative is present when equipment is ' placed in operation C. Verify that equipment representative revisits job site as often as necessary until all trouble is corrected and equipment installation and operation are satisfactory, in opinion of Engineer. D. Verify that motor overcurrent protection is in accordance with the N E C. L E. Verify the motor protection and control is in accordance with the equipment manufacturers requirements 3.2 WIRE & RACEWAY SIZING A. The contractor shall size wire per NEC for the load being served Raceways shall ' be sized per NEC for the wire or cables installed Scheduled raceways and wire sizes are minimum size and contractor shall upsize if required for installation per the NEC B. Size pull and terminal boxes per NEC Pull box sizes, if shown on the drawings, are minimum size and the contractor shall upsize if required by NEC ' 3.3 OUTLETS AND SWITCHES: 3.3.1 GENERAL A. For all receptacles, switches, and other related devices of the lighting and receptacle system, provide all necessary raceway and wire for a complete installation B Center all outlets with regard to building lines, furring and trim Symmetrically arrange outlets in the room Satisfactorily correct outlets improperly located or installed C Set outlets plumb and extend flush outlets to the finished surface of the wall, ceiling ! or floor without projecting beyond same D. Install symmetrically all receptacles, switches and outlets shown on the trim and where necessary, set the long dimension of the plate horizontal or gang in tandem. FOLLETT ENGINEERING, PLLC 8/1612011 11.50 AM 16145-13 425-836-3333 , City of Kent(Foster Park Pump Station) MISCELLANEOUS ELECTRICAL #11-10 i 1 E. Outlets in outdoor areas or wet areas shall be GFI — provide GFI outlets in other areas as required by Code. 3.3.2 MOUNTING HEIGHTS: A. Unless otherwise noted, wall mounted outlet devices shall generally be 24 inches above the floor In basement, underground or in areas subject to flooding, outlets shall be 36" above the floor B. Switches shall be mounted 48 Inches above the floor 1 C Outlets mounted over work tables, desks and counters shall be 2"- 6" above the work surface I3.4 RACEWAYS 3.4.1 GENERAL 1 A. Not all conduits/raceways are scheduled Wire diagrams and oneline diagrams show wiring requirements Provide all necessary raceways for wiring as shown on the plans ' B. For all power and control equipment, provide all necessary raceways and wire per plans and specifications even if not specifically shown on the plans 1 C. Raceway routing shown on plans is general in nature, unless otherwise indicated on the drawings, the Contractor shall be responsible for determining conduit routing that conforms to the installation requirements required by the plans and ' specifications. D. The number of directional changes of a conduit shall be limited to 270 degrees in any run between pull boxes. E Conduit runs shall be limited to a maximum of 400 feet, less 100 feet or fraction thereof, for every 90 degrees of change in direction F In general, conduit inside structures shall be exposed unless otherwise specified or indicated on the drawings. No conduit shall be exposed in water chambers unless ( so indicated on the drawings G. Provide raceways/conduits per the conduit and wire schedule and additional as necessary to meet the requirements of the wiring H. Scheduled conduit sizes are minimum Contractor shall upsize conduits if necessary or if required by the NEC I. Non scheduled conduits shall be a minimum of %" or sized per the NEC for the wiring installed plus 20% J Conduit across structural joints where structural movement is allowed shall have an O-Z "Type DX" or Crouse-Hinds 'Type XD," bonded, weather-tight expansion and deflection fitting of that conduit size 1 FOLLETT ENGINEERING, PLLC ' 8/16/2011 1150 AM 16145-14 425-836-3333 City of Kent(Foster Park Pump Station) MISCELLANEOUS ELECTRICAL #11-10 K Separate conduits of different voltages by a minimum of 2" — separate signal wire conduits from all other types of conduits by a minimum of 6". L All conduits shall be a minimum of 3/4" M Conduits entering underground structures shall be made water tight — see , "handholes and Vaults" for more requirements 3.4.2 SEALING OF CONDUIT: ' A Conduits passing from a hazardous or corrosive area into a nonhazardous or noncorrosive area, or between Class 1, Division 1 area and Class 1, Division 2 area shall be provided with a sealing fitting which shall be located at the boundary in accordance with NEC B Seal fittings for conduit systems in hazardous atmosphere locations shall be PVC coated GRC Sealing compound shall be hard type, UL listed for explosionproof sealing fittings Sealing compound shall be nonhardening type for corrosive areas Seal fitting and sealing compound shall be as manufactured by Appleton, Crouse- Hinds, or equal 3.4.3 HANDHOLES AND VAULTS: A Sizes of handholes and vaults shown on the drawings are minimum sizes If space allows the Contractor may upsize the structures for ease of pulling or if required by the NEC B. Conduits entering energized equipment shall have both conduit ends sealed with a waterproof duct sealing compound - WATERGUARD Industrial Encapsulant or , equal. Where conduits enter through sides of handholes the penetration shall be made watertight C. Provide a minimum of 12 inches of 3/ to 1" drainage gravel under entire surface of all vaults and handholes ID All wire installed in handholes and vaults shall be neatly bundled and racked to the handhole or vault side walls. E. Provide welded stainless steel nameplate on each handhole and vault cover with the tag number and contents (480v,120v, power, control, signal, etc ) clearly indicated F. Before final inspection, all vaults and handholes shall be cleaned and washed out with high pressure water to remove all dirt and debris and sumps shall be knocked out G. Provide drains from water tight lids to nearest sump, wet well, or provide a 3' cubic drain area filled with drain gravel for draining handhole/vault covers H Conduits entering substructures that contain electrical equipment shall first enter a non-metallic junction box near the bottom of the box and then continue out of the top of the box to create a water break to stop water from entering electrical equipment— drill a %" weep hole in the junction box to drain away water FOLLETT ENGINEERING, PLLC 8/16/2011 11 50 AM 16145-15 425-836-3333 i City of Kent(Foster Park Pump Station) MISCELLANEOUS ELECTRICAL I #11-10 3.5 WIRE AND CABLE INSTALLATION A. Splices in power and control and signal wires or cables are not allowed All wire transitions shall be done on terminals B. Keep all conductors within the allowable tension limits during installation Lubricants for wire pulling, if used, shall be approved for the Insulation and raceway material I Observe cable manufacturer's and Industry standard cable bending radius recommendations. 3.6 WIRE AND CABLE TERMINATION: 3.6.1 GENERAL A. Power conductors, No 8 AWG and larger may be terminated directly in box-type lugs B. Solid conductors (when allowed for lighting and receptacle circuits) of#10 and #12 may be directly terminated to screw terminals C For any power, control, or signal wire terminating on screw type terminals, provide spade or ring tongue type terminations. D Stranded control conductors may be directly terminated in box type terminals at control panels Insulated terminals shall be used also on all stranded instrumentation wiring E Terminal boxes shall be provided at instrument cable splices. If cable is buried or in raceway below grade at splice, an instrument stand shall be provided as specified with terminal box mounted approximately 3 feet above grade. F. Special instrumentation cables shall be terminated in accordance with the recommendations of the manufacturer of the equipment and subject to review by the Engineer G. No splices shall be used in power, control and/or signal wiring The wiring shall be continuous from point-to-point Extending existing cables will not be allowed except where shown on the drawings. 3.6.2 TERMINAL MARKING: i A All terminals in instrument and relay compartments, motor control centers, in control panels, instrument panels, field panels and control stations, as well as connections to mechanical equipment shall have reference number and letter in accordance to the following • In = Control power hot (usually 120v or 24v) • n = neutral • g = ground • c = control (use if none of the above letters apply) • p = power (usually 480v) FOLLETT ENGINEERING, PLLC 8/16/2011 11 50 AM 16145-16 425-836-3333 City of Kent(Foster Park Pump Station) MISCELLANEOUS ELECTRICAL #11-10 • s = signal (usually 4-20ma or 1-5v ) (use if none of the above letters apply) • B = DC + and — B. PLC input or output (S=slot number and I = card Input number for example slot 3 ' input 7 = 3-07) 3.6.3 WIRE MARKING: A. All power and control conductors shall be tagged, including conductors in instrument and relay compartments of motor control centers, In control panels, Instrument panels, field panels and control stations, as well as connections to mechanical equipment, shall be tagged at each end with legible, permanently coded tight fitting wire-marking sleeve showing the complete wire designation. B. Wire marking lettering shall be bold and type written. C. Wiring within a single enclosure shall be marked with the basic wire and terminal number at each end D. Control and signal wires that interface to PLC 1/0 shall be marked so that the number relates to the PLC slot and 1/0 number — this is the same number as the terminal number E All field wiring shall have wire labels at each end. The labels shall be marked with the output terminal number at the original equipment (control panel, MCP, RCP, LCP or MCC) or remote device terminal # (If applicable). F. For wire that terminates In at a control panel at both ends or a control panel and an , MCC, the priority for the numbering shall be as follows 1 MCP 2 RCP 3 MCC 4 LCP END OF SECTION ATTACHMENT- ELECTRICAL SYSTEM TEST REPORTS l FOLLETT ENGINEERING, PLLC 8/16/2011 11 50 AM 16145-17 425-836-3333 City of Kent(Foster Park Pump Station) MISCELLANEOUS ELECTRICAL #11-10 I16145 ELECTRICAL SYSTEM TEST REPORT-600V CABLE ELECTRICAL SYSTEM DESCRIPTION DATA SERVICE DESCRIPTION nominal voltage, phase to phase phase to neutral -single or three phase- number of conductors SERVICE CONDUCTORS phase size and insulation type neutral size and insulation type ground size and insulation type ' SERVICE DISCONNECT DESCRIPTION circuit breaker or disconnect switch size (amps) fuse (amps) MEASURED CONDITIONS DATA Operating Load Voltage Volts Vab Vbc Vca Van Vbn Vcn Operating Load Feeder Current Amps la lb Ic Conductor Insulation Megohms a-b b-c c-a Resistance (record the indicated measurement for each of the Megohms a-g b-g c-g following circuits ) 1 Service Feeder 2. Pump Feeders L ' j 16145-18 8/1612011 11.50 AM City of Kent(Foster Park Pump Station) MISCELLANEOUS ELECTRICAL #11-10 16145 -MOTOR DATA AND TEST REPORT EQUIPMENT NAME AND NUMBER. EQUIPMENT SPECIFICATION SECTION MOTOR STARTER LOCATION CONTRACTORS REPRESENTATIVE DATE MOTOR NAMEPLATE DATA MFR Name/Model No Voltage/Phase/HP FLAILRA Service Factor Efficiency Index(or percent) NEMA Design Code Letter Insulation Type Temperature Rise Ambient Temperature RPM Enclosure Thermal Trip Setting Space HTR Watts/Volts Other Data MOTOR STARTER INFORMATION Manufacturer/Type Overload Heater No RECORDED FULL LOAD DATA VOLTS A-G B-G C-G FULL LOAD OPERATING VOLTAGE VOLTS A-B B-C C-A FULL LOAD OPERATING CURRENT AMPS A B C INSULATION RESISTANCE MEGOHMS A-G B-G C-G (deenergized) MOTOR CIRCUIT RESISTANCE OHMS A-B B-C C-A , VOLTAGE&CURRENT READINGS SHALL BE TAKEN AT THE CLOSEST ACCESSIBLE POINT TO THE LOAD END OF SECTION 1 16145-19 811612011 11 50 AM i PACE ENGINEERS/ CITY OF KENT SECTION 16158 FOSTER PARK PUMP STATION MOTOR STARTERS SECTION 16158—MOTOR STARTERS PART1 GENERAL 1.1 SUMMARY IA. This section includes AC, enclosed controllers rated 600V or less,of the following types: 1. Solid State Starters 2. Across-the-line manual and magnetic controllers 1.2 LISTING jA. All materials and equipment specified herein shall be UL Listed. B Equipment listed/labeled by an UL shall be as dictated by the latest printing of the"Electrical Testing Laboratories Accreditation Report" available from the State of Washington Department of Labor and Industries, Electrical Inspection Division Any UL listing/labeling shall be as accepted by the local authority having jurisdiction ' C. The construction and installation of all electrical equipment and materials shall comply with all applicable provisions of the OSHA Safety and Health Standards (29CFR1910 and 29CFR1926, as applicable),State Building Standards, and applicable local codes and regulations. D Identification of Listed Products-Electrical equipment and materials shall be listed for the purpose for which they are to be used, by an independent testing laboratory.When a product is not available with a testing laboratory listing for the purpose for which it is to serve,the product may be required by the inspecting authority,to undergo a special inspection at the manufacturer's place of assembly All costs and expenses incurred for such inspections shall be included in the original contract price. 1.3 SUBMITTALS A. Show material information and confirm compliance with these specifications. Include information of all options provided B. Information shall include 1. Outline dimensions plus exterior and interior equipment elevation drawings ' 2 Wiring diagrams with details specific to this project showing all interface points and terminal numbers clearly identified 3 Specific information on the solid state starter components provided for this project and all optional equipment provided 4. Operations and programming/adjustments manual. S. Provide specific detailed information on the control features,their ranges, recommended set points,etc. S11D40 REV 2 07-27-2011 16158-1 PACE ENGINEERS/ CITY OF KENT SECTION 16158 FOSTER PARK PUMP STATION MOTOR STARTERS 6. Submit a written confirmation that the solid state starters provided will meet the written performance as specified in this specification. 1.4 PROVIDER OF ENCLOSED CONTROLLERS A. The enclosed controllers shall be provided by the Control Systems Integrator. PART 2 PRODUCTS 2.1 SOLID STATE STARTER A. The Solid State Starter shall be suitable for operation on 480 volts,3 phase,3 wire,60Hz and shall be sized to start a 20HP 3 phase motor drawing 27 FLA B. The starter shall have its own control power transformer, logic boards,and heat sinks Each unit shall be completely prewired with all control wiring numbered and terminated on terminal strips. C. The solid state starter shall be rated for continuous operation. D The solid state starter shall function properly with input voltage variations of-5%to+10%and an input frequency variation of+/-3% The unit shall berated for operating within ambient , temperatures of 0-50°C(320-122°F)and 5 to 95%relative humidity(non-condensing) Unit shall be fully rated to an elevation of 3,000 feet above sea level E. The starter shall have an overload capacity rating of. i 115%FLA Continuously @ 40°C ambient F. The solid state starter shall be capable of starting the load and maintain a maximum of 150%of rated , starting current G Terminals shall be provided in accordance with the wiring diagram shown on the drawings which shall include: 1 Call to run and stop 2. Remote signal for run and failure/overload status. H. If internal electronic overload relays are not supplied integral to the solid state starter, provide solid state overload relays as follows Overload relays shall be setpoint adjustable with selected for either auto or manual reset and a test button to simulate an overload Provide a normally-open contact from the relay for alarm or control use I The solid state starter shall have protection and indication as detailed below: 1 Provide starting and running fault protection to shutdown or inhibit starting on: a. Start fault b. Phaseloss c Line fault SlID40 , REV 2 07-27-2011 16158-2 1 PACE ENGINEERS/ CITY OF KENT SECTION 16158 FOSTER PARK PUMP STATION MOTOR STARTERS d Motor overload protection ! e Temperature fault J Provide in-line fuses for overcurrent protection of the solid state starter,with blown fuse indicators. Provide one set of spare fuses for each starter. K. The solid state starter shall be an Allen Bradley SMC-Flex,Siemens 3RW40 series, or Siemens 3RW44 series. 2.2 PHASE FAILURE RELAY A. The starter shall be provided with a phase fail relay for shutdown of 3-phase motors Each phase fail relay shall have two(2) Form C contacts(DPDT) B. Phase Fail Relay shall have undervoltage adjustment from 75-100%and an LED indication for relay energized jEND OF SECTION 161S8 ! ! ! t 1 S11D40 REV 2 07-27-2011 16158-3 City of Kent(Foster Park Pump Station) POWER GENERATION #11-10 SECTION 16200 POWER GENERATION PART GENERAL 1.1 DESCRIPTION OF WORK: A This section covers the standby power generator set including diesel engine-driven generator with controls, output circuit breaker, automatic transfer switch and all required auxiliary systems 1.2 GENERAL: A. The generator set shall be a complete, factory-assembled power generating system including a diesel engine, radiator-type engine cooling system, engine exhaust system, engine fuel system, battery and charging system, engine speed control system, engine starting system, generator, generator regulator system, control panel, main circuit breaker, structural steel support frame assembly, exterior enclosure, automatic transfer switch and all other components and ancillary devices required for a complete, operable system B. The generator set shall be designed by the manufacturer and all components of the generator set shall be selected by the manufacturer to 1 Be equipped and installed per IBC for service in seismic Group III, Design Category D 2 Be an integrated electrical generating system with compatible components and all required controls and appurtenances 3 Continuously produce the kVA demanded by the load described in 1 04 for any duration of interruption of the normal utility source. 1.3 REGULATORY REQUIREMENTS A. All equipment and materials shall conform to the latest revised editions of applicable standards published by the following organizations 1. American National Standards Institute (ANSI) 2. Institute of Electrical and Electronic Engineers (IEEE) 3. National Electrical Manufacturer Association (NEMA) 4 Underwriters' Laboratories (U/L) 5 Instrument Society of America (ISA) 6 National Fire Protection Association (NFPA) B. All electrical equipment and materials, and the design, construction, installation, and application thereof shall comply with all applicable provisions of the National Electrical FOLLETT ENGINEERING,PLLC 8/16/2011 11 52 AM 16200-1 425-836-3333 ' City of Kent(Foster Park Pump Station) POWER GENERATION Code (NEC), the Occupational Safety and Health Act (OSHA), and any applicable i Federal, State, and local ordinances, rules and regulations C All materials and equipment specified herein shall within the scope of UL Examination Services, be approved by the Underwriter's Laboratories for the purpose for which that are used and shall bear their label 1.4 REQUIRED PERFORMANCE: A Performance of the generator set shall be based on operation of the assembly with fan, battery charging alternator and all specified and required appurtenances B The generator set shall be rated for continuous standby service, however the temperature rise of the generator shall not exceed 105 degrees C above a 40 degree IC ambient, when producing full rated load for a continuous period of time C Voltage Drop The engine generator unit supplied must start the indicated load with a sustained RMS voltage drop no greater than 15% of rated phase to phase voltage during the starting period The starting period shall be from zero up to 3 seconds The instantaneous voltage dip may be greater than 15% but shall not cause motor starter chatter or relay drop out or exceed a level which causes undesirable motor starting. If motor starting problems are encountered the size of the generator set shall be increased as required to reduce voltage dip until the motors can be started without problems. No additional cost shall be incurred by the Owner for the increased size of the generator set The method of measurement shall be by light beam oscilloscope. D Frequency Regulation Plus or minus 3 hertz maximum, no load to rated load E. Voltage Regulation Plus or minus 2% maximum F. The generator set shall be capable of starting and operating the following load without ' exceeding the temperature ratings of the engine or the generator. 1 Connected base load consisting of one 20 HP motor and miscellaneous 120V loads totaling 5 kVA It is expected that the overall power factor will be 80 ' G The generator set shall be sized by the manufacturer to start and operate the load indicated herein while meeting the performance requirements set forth herein The minimum acceptable engine generator set shall be capable of producing at least the kilowatt rating shown on the drawings at 0 8 power factor, continuously H. The output voltage of the set shall be 480Y/277 volts, 3 phase, 4 wire, 60 hertz. ' 1.5 FACTORY TESTING: A. The actual engine and generator to be incorporated in the generator set shall be fully and completely tested by the manufacturer of each unit after manufacturing to determine specific operating characteristics Testing of the engine shall be performed in accordance with procedures certified by an independent test laboratory Testing of the generator shall be performed in accordance with IEEE Standard 115 and NFPA 110 B. The assembled generator set shall be operated by the generator set manufacturer in the manufacturer's plant to break in and test the unit The sequence and each load FOLLETT ENGINEERING,PLLC ' 8/16/2011 11 52 AM 16200-2 425-836-3333 City of Kent(Foster Park Pump Station) POWER GENERATION ' #11-10 level shall be as required by the engine manufacturer to properly break in and test the , engine The generator set shall be operated as required to verify and adjust the functioning of all other components 1.6 SHOP DRAWINGS: A. In accordance with the "submittals" requirements of Section 16010, the manufacturer of the generator set shall develop all shop drawings required for design, fabrication, assembly and installation of the unit Shop drawings shall include all drawings required in manufacture of components and assembly and installation of the generator set B Installation details shall include the size, number, type and location of vibration ' isolators, seismic snubbers and anchor bolts, the size, number, type and location of interconnecting wiring and conduit, installation of the generator set and all appurtenances, and other installation requirements Shop drawings shall be submitted to the Contractor for review and approval before submitting to the Engineer. 1.7 SUBMITTALS: A. In accordance with the "submittals" requirements in Section 16010, the following protect data shall be submitted by the Contractor prior to placement of a purchase order for the equipment 1. Submitted materials shall be bound in a 3-hole binder with section tabs and an index 2 Wiring diagrams with details specific to this protect showing all interface points and terminal numbers clearly identified. See control wire diagrams for additional requirements for interface of the generator control system 3 Specific information on the components provided for this project and all optional equipment provided 4 Provide specific and detailed wiring and connection diagram showing all details of , field wiring connections and component connections for transfer switch, fuel monitor, louver controls, battery charger alarm contacts and customer contacts as specified in control panel , etc Drawings shall show all terminal numbering and physical locations of terminals 5. Provide detailed specifications and drawings of the fuel leakage monitoring , system. 6 Operations and programming/adjustments manual 7. Provide specific detailed information on the control features, their ranges, recommended set points etc 8 Detailed plan and elevation drawings of the generator set indicating overall dimensions and the specific location of all components, including the engine exhaust system, fuel tank and enclosure 9. Detailed drawings indicating installation requirements and the specific location of vibration isolators and seismic snubbers ' 10 Detailed plan of the face of the control panel indicating overall dimensions and the specific location of all components. FOLLETT ENGINEERING, PLLC 8/16/2011 11 52 AM 16200-3 425-836-3333 ' City of Kent(Foster Park Pump Station) POWER GENERATION #11-10 11 Detailed specifications and standard operating characteristics of the engine, the generator and all components 12 Certification by the manufacturer and documentation that appropriate linear and torsional vibration analyses have been performed and that engine and generator are compatible units 13 Certification by the manufacturer and documentation that the generator set will I meet or exceed the general requirements as specified in Article 1 02 of this section and the required performance as specified in Article 1 04 of this section 14. Generator control schematic 15 Engine control schematic 16. Certification by the engine manufacturer of review and approval of the proposed engine application 17. Certification by the generator manufacturer of review and approval of the proposed generator application. I 18 Detailed specifications and drawing of the diesel fuel tank 19 Detailed specifications and drawings of the engine exhaust system 20 Detailed specifications and drawings of the enclosure ` 21 Detailed drawing showing generator plan and elevation views as proposed to be installed in the shelter/building, including all required electrical and mechanical code clearances B. After break-in and testing of the generator set, the following project data shall be submitted by the Contractor I 1 Certified results of testing of the engine by the engine manufacturer. 2. Certified results of testing of the generator by the generator manufacturer. 1 3. Certified results of break-in and testing of the generator set by the manufacturer of the assembly 1.8 WARRANTY: A In accordance with the requirements of Section 1-05 10, the Contractor shall guarantee the generator set to be free of defects in design, materials and workmanship for a period of two (2) years following the date of acceptance, by formal action of the Owner, of all work under the contract The guarantee shall include all parts and labor and shall be secured by a written guarantee from the manufacturer to the Owner The written guarantee shall be delivered to the Owner prior to date of acceptance of all work under the Contract. tPART PRODUCTS 1 2.1 ACCEPTABLE MANUFACTURERS: 1 To conform to the City of Kent standard, the generator set shall be manufactured by CATERPILLAR TRACTOR Co , ' NO EQUAL FOLLETT ENGINEERING,PLLC 8/16/2011 11 52 AM 16200-4 425-836-3333 City of Kent(Foster Park Pump Station) POWER GENERATION , #11-10 2.2 ENGINE: , A. The engine shall be a water-cooled, in-line or V-type, two or four-stroke cycle, compression ignition, diesel-fueled unit The engine shall be fully and completely capable of and equipped for driving electrical generators. The specific model of engine , selected by the manufacturer of the generator set shall have an acceptable history of successful similar applications B. The engine shall be equipped with an electronic govemor which shall control the speed , of the engine and generator The speed shall be controlled to maintain the generator output frequency within 0 25 percent of rated frequency from no load to full load C. The engine shall be equipped for operation with ASTM D975, No 2-D diesel fuel The fuel system shall include a fuel pump and replaceable element fuel filter. D. The engine shall be equipped with a pressurized oil lubricating system which shall , include threaded, spin-on type, full flow lubricating oil filters which are located for easy removal. The lubricating system shall be equipped with spring-loaded bypass valves which will allow oil circulation if the filters are plugged E. The engine shall be equipped with an electric starting system which includes a lead acid battery set, an engine-driven battery charging alternator and appropnate electrical controls The system shall be minimum 12 - volt The batteries shall be mounted adjacent to the generator set on a fabncated steel housing Batteries shall be rated minimum 225 ampere-hours F The engine shall be equipped with a unit-mounted, radiator type cooling system which shall maintain the jacket water temperature at the level required for proper operation of the engine from no load to full load The engine shall be equipped with one or two, as required, water jacket heater(s) which shall be thermostatically controlled to maintain the coolant temperature at 120 degrees F Operation of the heater(s) shall be stopped while the engine is turning 2.3 GENERATOR: A. The generator shall be brushless, revolving field type and shall be fully and completely capable of and equipped to be driven by a diesel engine and to produce the starting and running kVA demanded by the connected load The specific model of generator, selected by the manufacturer of the generator set, shall have an acceptable history of successful similar applications B. The generator shall comply with NEMA standard MG1-1978 Parts 16 and 22 The generator shall be insulated to Class F requirements, however, the unit shall be sized and rated so that the temperature rise of the unit will not exceed 105 degrees C over ambient temperature of 40 degrees C under continuous, full load conditions in accordance with NEMA MG1-22 40 The generator shall be fully guarded in accordance with NEMA MC1-1.25. C. The rotating brushless exciter shall incorporate a full wave, three phase rotating rectifier with hermetically sealed, metallic type, silicon diodes to supply main field excitation A multiplate selenium surge protector shall be connected across the diode network to protect it against transient conditions , FOLLETT ENGINEERING,PLLC 8/16/2011 11 52 AM 16200-5 425-836-3333 , City of Kent(Foster Park Pump Station) POWER GENERATION ' #11-10 t D. The generator shall be coupled directly to the engine flywheel through a flexible driving disc for positive alignment The generator housing shall bolt directly to the engine flywheel housing and shall have a single ball bearing support for the rotor The rotor shall be dynamically balanced up to 25 percent overspeed The rotor shaft bearing shall be shielded type with provisions for easy servicing through grease pipes which extend to the exterior of the generator frame The bearing shall be designed for a minimum B-10 bearing life of 40,000 hours. E The generator shall be designed and manufactured to be capable of sustaining at least 300 percent of rated current for at least 10 seconds under three-phase symmetrical short circuit conditions by inherent design of the unit or by a current boost system The generator shall be designed and manufactured to be capable of sustaining at least 50 percent increase in rated speed for an unlimited time without mechanical damage F The generator shall be equipped with a solid-state, volts-per-hertz type regulator which is compatible with both the engine and the generator The regulator shall be capable of regulating the generator under sudden zero to full load changes. G. The regulator shall be housed and mounted for protection of all components against moisture and vibration The regulator assembly shall be mounted on the generator ' 2.4 CONTROL PANEL: A. The generator shall be equipped with a control panel The control panel shall be readily accessible, visible and shall be mounted such that the top of the control panel is no higher than 6'-0" above the finished floor when installed. B Provide for remote monitoring and alarming as shown on the wire diagrams. C The generator control panel shall include the following. 1 Engine coolant temperature gauge 2. Engine lubricating oil temperature gauge 3. Engine lubricating oil pressure gauge ' 4. Engine running time meter 5 Battery charge ammeter 6 Engine/generator tachometer 7. Voltmeter 8 Ammeter I9. Ammeter-voltmeter phase selector switch 10 Frequency meter (45 to 65 hertz) 11 Voltage adjustment rheostat (minimum plus/minus 5%) 12 Emergency stop push button 13 Individual indicating lights for: ' a) Selector switch in OFF position b) Selector switch in AUTOMATIC position c) High water temperature FOLLETT ENGINEERING, PLLC 8/16/2011 11 52 AM 16200-6 425-836-3333 City of Kent(Foster Park Pump Station) POWER GENERATION ' #11-10 d) Low water temperature e) Low water level f) Low lubricating oil pressure g) Engine starting prohibited after three (3) cranking cycles h) High engine/generator speed i) Generator run failure 1) High battery voltage k) Low battery voltage 1) Battery charger failure m) Low fuel alarm n) Low fuel shutdown D. Lamp test push-button for all indication lights listed above ' E. Dry contacts wired to a terminal strip for: 1 Each alarm light as listed above 2. Common remote "trouble" alarm 3. Common remote "fail' alarm , 4 Low fuel alarm. 5 Low battery voltage ' F See control wire diagrams for additional requirements for interface of the generator control system G. Three position (automatic/off/test) selector switch which shall: 1. In the automatic position - allow the engine to automatically start when contacts in the transfer switch control circuit close and stop after the control circuit contacts open 2 In the off position - prohibit starting of the engine 3 In the test position - cause the engine to start and remain in operation until the ' selector switch is moved to either of the other positions Provide separate dry contact for each switch position ' H. An automatic starting system that shall cause and control operation of the engine starter motor until the engine has started The starting system shall include manually adjustable timing circuits for control of the time of operation of the engine starter motor ' and the time from stopping of operation of the starter motor (after the engine has faded to start) to re-initiation of operation of the starter motor The starting system shall enable the number of starting cycles to be manually selected and shall prohibit operation of the starter motor if the engine fails to start after three (3) starting cycles The starting system circuitry shall include dry contacts for remote indication of generator set running and not running conditions ' I. Engine emergency shutdown controls that shall include sensors and control circuits which shall stop operation of the engine when the engine coolant temperature rises to a preselected value, when the engine coolant drops below a preselected level, the ' FOLLETT ENGINEERING,PLLC 8/16/2011 11 52 AM 16200-7 425-836-3333 City of Kent(Foster Park Pump Station) POWER GENERATION #11-10 engine lubricating oil pressure drops to a preselected value, when the fuel level reaches the critical low level, and the engine speed rises to a preselected value The controls shall prohibit subsequent restarting of the engine until a reset switch is ' manually engaged J Louver controls which shall include. 1 Control circuits which shall cause the intake and exhaust louvers to open prior to ' starting of the engine and to close after the engine has stopped. 2 The louvers shall "spring open" upon loss of power and motor closed. Louver operators shall be chosen that will open the louvers within 15 seconds 3. Engine starting shall be delayed for a field adjustable period of up to 15 seconds to allow louvers to fully open Time of closing shall be adjustable up to 10 minutes after the engine has stopped Louver controls shall operate by this procedure with the selector switch in either the automatic or test position and in the exercise mode 2.5 MAIN CIRCUIT BREAKER: A A main line molded case 3-pole circuit breaker as shown on the drawings shall be installed as a load circuit interrupting and protection device It shall operate both manually as an isolation switch and automatically during overload and short circuit conditions B. The trip unit for each pole shall have elements providing inverse time delay during overload and instantaneous magnetic tripping for short circuit protection The circuit breaker shall meet standards established by Underwriters' Laboratories, National Electric Manufacturer's Association, and National Electric Code. C. The circuit breaker shall be mounted in NEMA-3R enclosure adjacent to the generator control panel. 2.6 SUPPORT FRAME: ' A The engine and generator shall be mounted on and supported by a welded support frame fabricated of structural steel members The support frame shall specifically be designed by manufacturer of the generator set to 1 Resist bending forces and loads imposed by the engine and generator during transportation and during operation. 2 Limit torsional and bending movement caused by torque reactions 3. Prevent resonant vibration 4. Resist the bending and seismic loads per the UBC 2336 C B The support frame shall be mounted on and supported by spring-type vibration isolators and shall be restrained by all-directional seismic snubbers as required by earthquake zone 3 conditions The isolators and snubbers shall be selected by the manufacturer of the generator set The manufacturer shall design the support frame for incorporation of and attachment to the isolators and snubbers and shall define all requirements for mounting of the isolators and snubbers on to the supporting surface. FOLLETT ENGINEERING, PLLC 8/16/2011 11 52 AM 16200-8 425-836-3333 City of Kent(Foster Park Pump Station) POWER GENERATION #11-10 2.7 FUEL TANK SYSTEM: , A. The Contractor shall be responsible to coordinate the fuel system requirements with the local budding and fire codes for installation The Contractor shall verify all ' necessary space, containment, alarming and monitoring requirements are met The Contractor shall provide all necessary equipment, raceway, wiring etc to meet the requirements of the local codes, Fire Marshall, NEC, and as recommended by the generator manufacture Specific requirements are as follows B. The fuel tank system shall be double walled, have 48 hour gallon capacity and shall be mounted integral to the enclosure base The system shall include the following: 1. Dry contacts wired to terminals in the control panel for a low level fuel alarm 2. Critical low fuel alarm which shall also cause the generator engine to shutdown. 3 Manual fuel fill cap. 1 4. Level gage mounted in generator room. 5 Fuel strainer 6 Plastic sight glass. 7. Interstitial monitoring, leak detection, and alarming per local requirements C The low level fuel alarm shall be set to trip when the fuel tank quantity reaches 33% of capacity D The Contractor shall provide all fuel necessary for testing and operations of the generator during construction and shall fill the tank at the completion of the project E Provide fuel tank venting per local codes — discharge point at least 12 feet above grade Provide venting outside budding if required by local authority F. Provide overfill protection Devise shall meet local code requirements and IFC 340 2 9 6 Fill port spill container shall be a minimum of 5 gallon capacity and made of non-combustible materials G. Provide signs for filling procedures, NO SMOKING or OPEN FLAMES WITHIN 25 FT, , and contents and as required by the local authority 2.8 EXHAUST SYSTEM: ' A The exhaust system shall include a flexible stainless steel bellows exhaust pipe connection to the engine exhaust manifold, exhaust piping, silencer, exhaust pipe flashing, collar and rain cap and support system ' B. The Contractor shall be responsible to coordinate the exhaust system requirements with the local building and fire codes for installation The Contractor shall verify all necessary space requirements are met The Contractor shall provide all necessary insulation, heat shields, etc Exhaust system components shall be of size(s) as recommended by the generator manufacture Specific requirements are as follows , 1. Silencer shall be critical rated unit in accordance with engine manufacturer's recommendations FOLLETT ENGINEERING,PLLC 8/16/2011 11 52 AM 16200-9 425-836-3333 City of Kent(Foster Park Pump Station) POWER GENERATION ' 2. Flexible bellows exhaust pipe shall be seamless stainless steel exhaust pipe with a minimum length of 12 inches of bellows piping 3. Exhaust pipe shall be Schedule 40 steel and shall have welded or flanged end connections except connections at engine exhaust manifold and silencer shall be flanged or NPT. All elbows shall be long radius Size shall be same as silencer end connections The silencer and exhaust pipe shall be supported from the ceiling joist system with 3/8 - inch threaded rod, adjustable steel clevis (GRINNEL Figure 299) and 1 - 1/2 inch by 1/8 inch steel strap. 4. The exhaust pipe shall extend out the side of shelter Contractor shall provide all necessary equipment and components for installation of the exhaust system, and meet all applicable codes. Any metal shielding, insulating, double wall pipe, elbows, thimbles, etc necessary for the exhaust system installation shall be included in the bid 2.9 AUTOMATIC TRANSFER SWITCH: A One (1) automatic system load transfer switch shall be supplied as an integral component of the generator set B. Transfer switch shall be well documented with clear wiring diagrams and submittals shall include wiring diagram showing clearly all connections for field wiring with terminal numbering C Transfer switches produced by other manufacturers will not be accepted. D The transfer switches shall be equipped with three poles for normal and emergency service of 480 volts, 60 hertz, 3 phase The transfer switches shall be rated amperes as shown on the drawings E. The transfer switch shall be mechanically and electrically held and rated to 600 volts for all classes of load and continuous inductive duty F. The transfer switch shall conform to UL 1008 Revision 4 provisions for Withstand ' Current Ratings and Closing Ratings. The calculated fault current available is 30,000 amperes RMS symmetrical G The switch shall be capable of enduring 6000 cycles of complete opening and closing at rated current and voltage at a rate of 6 cycles per minute without failure H The switch shall be double throw inherently interlocked mechanically and electrically to prevent supplying the load from both sources simultaneously The operating current ' shall be obtained from the source to which the load is to be transferred The transfer mechanism shall be of the double break design with solid silver cadmium surface contacts and individual heat resistant arc chambers I. Single break contacts will also be acceptable if arc barriers and magnetic blow out cods are used The contacts shall be capable of carrying 20 times the continuous rating for interrupting current J All contacts, coils, etc. shall be readily accessible for replacement from front of panel without major disassembly of associated parts K. The transfer switch shall have UL 1008 label and listing FOLLETT ENGINEERING,PLLC 8/16/2011 11 52 AM 16200-10 425-836-3333 City of Kent(Foster Park Pump Station) POWER GENERATION #11-10 L The transfer switch shall be mounted its own nema 3r enclosure as indicated on the , drawings 2.9.2 CONTROLS HARDWARE ' A All relays shall be provided with indicating LED lights for energized position indication. B Time delay relays shall be provided with timing and timed out LED indicators ' C Panel front Indication lights shall be push-to-test or the switch shall have a push to test feature for indication lights, unless lights are LED. D All fuses shall be provided with "blown fuse" indicators , E All wiring shall be numbered at each end with basic wiring numbering scheme F All terminals shall be clearly labeled G. All internal equipment shall be labeled H All external devices shall be clearly labeled I. Provide nameplate on transfer switch as shown on the drawings J. If available as an option provide transfer switch with solid state logic , 2.9.3 CONTROLS FEATURES ' A Provide for control, monitoring and alarming as shown on the wire diagrams. B The transfer switch shall include the following accessories 1. Undervoltage Sensor Adjustable solid state low voltage sensing relays (pick up at 85 to 98 percent of normal voltage - set at 98%, drop out at 75 to 100 percent - set at 90% of pickup setting) Provide for each phase. 2 Time Delay Start and Stop on Drop Out Solid state adjustable time delay on start (0 to 15 seconds) Set start delay for 15 seconds Timer will send start signal to en set CP where louver timer will allow 15 second delay for louvers to open g Y , prior to starting genset. 3 Time Delay Stop- Solid state adjustable time delay (0 to 10 minutes) to allow generator cool down after normal power is restored and retransfer occurs Set at , 5 minutes. 4 Time Delay Transfer & Retransfer Solid state time delay relay adjustable 2 to 120 seconds for transfer to emergency and 0 to 30 minutes for retransfer to normal. , Set at 5 minutes for retransfer to normal Set at 3 seconds for transfer to emergency. 5. With or Without Load Selector Switch, Switch to select exercise with or without , load 6. Normal-Test Switch Switch such that in the "Normal' mode the transfer switch will operate automatically and in the "Test' mode the generator will start for test purposes This switch shall work in conjunction with the "With" or "Without' load switch. An extra contact block shall be provided on the normal-test switch for wiring to the Programmable Controller, if one is required ' FOLLETT ENGINEERING,PLLC 8/16/2011 11 52 AM 16200-11 425-836-3333 , City of Kent(Foster Park Pump Station) POWER GENERATION 7 Exercise Clock- An exerciser clock shall be provided which shall be programmable to exercise the generator set The exerciser shall be adjustable from 15 to 60 minutes once each week The exercise shall be either with or without load If power fads during the exercise cycle, the load shall automatically pick up 8 Programmed Transition- The load transfer control shall be capable of remaining in the neutral position for an adjustable time of 5 to 60 seconds when transferring from one line power source to the other to allow residual voltages to decay before application of the source Set to 3 seconds for less than 50 hp loads. C. Provide the following dry contacts each with terminals for field connection, 2 amp rated at 120 VAC ' 1. Two separate normally open dry auxiliary contacts, one indicating transfer switch is in NORMAL position and one indicating switch is in EMERGENCY position, 2. Four separate normally open dry contacts two indicating "commercial power / normal power" available and two indicating generator/emergency power available I3. Normally open dry contact indicating generator called to run D. Position lights for normal and emergency position indication E Two indication lights, one for emergency power available and one for normal power available ' F. Note. provide push to test type lights or push to test feature for all indication lights. 2.10 GENERATOR BATTERY CHARGER: A. Provide fully automatic constant voltage, current limiting battery charger sized for the generator starting batteries ' B. Charger shall have the following features Protection fuses, DC ammeter, Temperature compensating voltage regulator LED alarm lamps indicating AC power fad, Low battery voltage, High battery voltage Form C contacts for alarm indication, high and low battery alarm adjust pots, float voltage adjustment pot C. Charger shall monitor battery voltage and control the SCR to deliver the optimum current level to the battery The battery shall be permanently connected and when the battery approaches full charge preset voltage, the charging current shall automatically taper to zero amperes or to the steady state load on the battery The battery charger ' shall be mounted in the transfer switch enclosure 2.11 GENERATOR ENCLOSURE: s ' A Enclosure shall be provided for standby generator. B Generator shall be enclosed in a housing which shall be totally weatherproof The unit shall be skid mounted and the walls and roof shall be adequately reinforced to carry all dead and live loads The enclosure shall be sized to contain the generator set, fuel tank, batteries and allow adequate room to service the entire unit FOLLETT ENGINEERING, PLLC 8/16/2011 11 52 AM 16200-12 425-836-3333 r City of Kent(Foster Park Pump Station) POWER GENERATION #11-10 r C. The enclosure shall be a standard outdoor protective housing as manufactured by the r generator manufacturer D. Doors shall be provided on each side of the enclosure and a control panel access door shall be provided on the end. All doors shall be equipped with handles and latches to accommodate a City padlock Each door or opening shall have prewired magnetic type Intrusion switch for alarming unauthorized entry All magnetic switches shall be wired to a common terminal at the main control panel r E. The unit shall be primed and finished in accordance with manufacturer's standards Color shall be approved by Owner. r F. The operating louver assembly, including the louver, motor and guard shall be completely factory assembled Size per generator manufacturer's recommendations The louver shall be equipped with a motor which shall be spring loaded to open the louver when the generator is called to start, and electrically operated to close the louver when the generator is called to stop G. The generator set shall be mounted in the enclosure using spring type vibration , isolators between the generator set mounting skids and the enclosure. PART 3 EXECUTION r 3.1 INSTALLATION: A. The generator set shall be installed by the Contractor or, at the option of the Contractor, by the manufacturer of the generator set in accordance with the installation drawings and instructions prepared by the manufacturer Installation shall be performed by workers who are skilled and experienced in the installation of generator sets and electrical systems r B It is the Contractor's responsibility to provide necessary optional equipment to provide clearance requirements for the entire genset installation and to verify all mechanical and electrical clearance requirements are met r C Install fuel system, ventilation system, and exhaust system in accordance to the requirements of the drawings, specifications, manufacturer, local codes, and the NEC , Any additional requirements or equipment necessary for a complete installation shall be provided by the Contractor at no additional expense to the Owner 3.1.1 CONTROL PANEL&CIRCUIT BREAKER MOUNTING r A. The control panel shall be installed so that there is a minimum of 3 feet clear space in front of the panel and the top of the panel is no more than 6 feet above the finished , floor B Install the control panel for the generator on the generator at a height no more than 6 feet above the finished floor to the top of the control panel If the control panel r mounted on the generator is higher than 6 feet, then the Contractor shall mount the control panel on a separate stand or on the wall The Contractor shall provide all r FOLLETT ENGINEERING,PLLC 8/16/2011 1152 Ann 16200-13 425-836-3333 City of Kent(Foster Park Pump Station) POWER GENERATION #11-10 necessary raceway, wiring, and mounting equipment at no additional cost to the Owner C. The main circuit breaker shall be installed so that there is a minimum of 3% feet clear space in front of the breaker The Contractor shall coordinate the breaker installation with the generator manufacturer to meet this requirement. ' D. The installation and space requirements stated above shall be verified prior to construction. Any discrepancies shall be stated in the submittals E. If the physical size of the structure which the generator is being installed is will not allow for these space requirements, The Contractor shall bring this to the immediate attention of the Engineer 1 3.2 INSPECTION AND VERIFICATION OF INSTALLATION: A. After completion of the installation of generator set, the manufacturer shall inspect the installation and verify that all components and wiring are correctly installed The manufacturer shall determine the exact scope and nature of work required to correct deficiencies and errors in the work and shall supervise the performance of such work ' 1 All components of the generator set shall be calibrated by the manufacturer after completion of installation Each component shall be adjusted to be within the manufacturer's required range and for the specific application Components that cannot be properly calibrated or that are found to exceed the manufacturer's specified range or accuracy shall be removed and replaced 2. After installation of the generator set is completed, the generator set shall be placed into operation by the manufacturer The manufacturer shall revise, modify, adjust and reprogram the various components as required during and following start-up to provide proper operation ' 3.3 ON-SITE OPERATION AND LOAD TEST: A. After the Manufacturer has inspected and verified the generator installation, the I generator set shall be tested by the manufacturer All components of the generator set shall be fully and completely operated and tested under simulated power failure conditions and under a full load for a period of at least four continuous hours. Load ' banks shall be provided by the manufacturer of the generator set as required to supplement the connected facility load and to provide full load conditions Operating temperature, load amperes and voltage shall be recorded every 1/2 hour ' B. The on-site operation testing shall take place in the presence of the Engineer. The Contractor shall inform the Engineer a minimum of 3 days prior to the testing taking place All controls and functions of the generator shall be operable and all auxiliary equipment shall be connected and all field wiring complete before the testing is to take place C. The Contractor shall provide the diesel fuel for the generator testing. At the completion of the load testing, the Contractor shall provide diesel fuel to fill the tank to the full level. FOLLETT ENGINEERING, PLLC 8/16/2011 11 52 AM 16200-14 425-836-3333 City of Kent(Foster Park Pump Station) POWER GENERATION , 3.4 OPERATION AND MAINTENANCE TRAINING: , A The manufacturer of the generator set shall conduct specifically organized training sessions covering operation and maintenance of the unit for personnel employed by the Owner The training sessions shall be conducted to educate and train the personnel in maintenance and operation of all components of the unit Training shall include, but not be limited to, the following 1 Preventative maintenance procedures 2. Trouble-shooting 3 Calibration 4. Testing 5. Replacement of components 6 Automatic mode operation , 7 Manual mode operation 8. Fuel and monitoring system B At least one (1) training session, at least two (2) hours in duration, shall be conducted at the site after start-up of the system The manufacturer shall prepare and assemble , specific instruction materials for each training session and shall supply such materials to the Owner at least two (2) weeks prior to the time of the training 3.5 OPERATION AND MAINTENANCE DATA: A The manufacturer of the generator set shall prepare and assemble detailed operation and maintenance manuals in accordance with the requirements of Section 16010 The , manuals shall include, but not be limited to, the following: 1 Preventive maintenance procedures 2. Trouble-shooting Calibration Testing 1 3 Replacement of components 4. Automatic mode operation 5. Programming 6. Manual mode operation 7 System schematics 8 As-built wiring diagrams of overall system 9 Catalog data and complete parts list for all equipment and control devices. ' 10 Listing of recommended spare parts 11. List of recommended maintenance tools and equipment 12 O & M manuals 13 On-site load test a FOLLETT ENGINEERING, PLLC 8/16/2011 11 52 AM 16200-15 425-836-3333 ' City of Kent(Foster Park Pump Station) POWER GENERATION #11-10 3.6 MAINTENANCE SUPPORT PROGRAM: A. The manufacturer of the generator set shall provide a maintenance support program covering all routine service maintenance and repair of the engine generator set for a 1 period of one year from the date of acceptance The cost of the maintenance support program shall be shown individually, but must be included in the engine generator total bid price. ' B Under the maintenance support program contract, the generator set manufacturer shall be solely and completely responsible for correction of all deficiencies and defects and shall make any and all repairs, replacements, modifications and adjustments as malfunctions or failure occur. C. The contract will cover the furnishing of all material, labor, testing equipment, load banks, tools, and transportation necessary to perform the preventative maintenance work herein described. D The vendor shall stock common replacement parts (i.e filter, etc) for service or repair work for engines, generators, control panels, switchgear, and automatic transfer switches E. The vendor shall be equipped with service technicians, tools, and transportation "on- call", 24 hours a day, 365 days a year, within 25 miles of the site to provide emergency service 1 F. It is the responsibility of the vendor to notify the Owner of the scheduled maintenance interval at least two (2) weeks prior to the actual performance of their contractual obligations The Owner reserves the right to witness the evaluation, testing, and maintenance of the equipment at its discretion It is the responsibility of the vendor to coordinate testing and preventative maintenance on the existing operational system G. Three (3) copies of the evaluation, testing, and preventative maintenance work shall be submitted no later than (14) days following the completion of the service interval All site documentation shall be typed ' H. The reports shall contain but shall not be limited to: 1. Summary of findings and corrective work. 2. Recommendations of repairs, overhauls, and other maintenance work that should be scheduled prior to the next scheduled service interval 3. Complete documentation of all test and inspection results on each significant item 1 (i a engine, generator, transfer switch, and alarm functions I. As a minimum, the maintenance program shall include work as shown on the attached maintenance schedule Any deletions from the schedule must be noted in writing as a part of the bid package END OF SECTION ATTACHMENT: ENGINE-GENERATOR SET MAINTENANCE SCHEDULE. FOLLETT ENGINEERING.PLLC ' 8/16/2011 11 52 AM 16200-16 425-836-3333 City of Kent(Foster Park Pump Station) POWER GENERATION , #11-10 ENGINE-GENERATOR SET MAINTENANCE SCHEDULE ' Page 1 I 6 mos. 1 yr Air Intake Check -for leaks x x -air cleaner restriction x x -piping and connections x x Clean -crankcase breather x x -or change air cleaner element x x Fuel Check -for leaks x x -fuel level/take sample x x -governor linkage x x -fuel lines and connections x x Drain - sediment from tanks &filter x x Change -float tank breather x Clean -float tank breather x Exhaust Check -for leaks x x -for exhaust restriction x x , -turbocharger bearing clearances x Dram -condensate trap x x Torque -exhaust manifold &turbocharger cap-screws x Clean -turbocharger comp wheel and diffuser x Electrical Check -battery charging system x x , - battery electrolyte level and specific gravity/check battery , voltage x x -safety controls and alarms x x Engine Related Check -for unusual vibration x x -tighten mounting hardware x -fan belt wear/cracking , Clean -engine x Grease -fan pillow block bearings x Test - oil analysis or metals and cool- coolant for DCA/pH x Change -oil and filter and fuel filter x 16200-17 8/16/2011 11 52 AM ' City of Kent(Foster Park Pump Station) POWER GENERATION #11-10 ENGINE-GENERATOR SET MAINTENANCE SCHEDULE Page 2 6 mos 1 yr Main Generator Check -air inlet and outlet for -restriction x x -windings &elect connections x -operation of generator heater strips x Grease -bearing x - measure and record generator winding resistance x Check/Clean -generator x x i t 1 16200-18 8/16/2011 11 52 AM City of Kent (Foster Park Pump Station) UTILITY POWER SERVICE #11-10 SECTION 16400 UTILITY POWER SERVICE , PART GENERAL ' Description of Work A Work consists of installation of new 480Y/277V, 3 phase, 125amp service. A pad- mounted utility transformer will be located on site and coordination will be done with PSE to install this and all utility equipment for service and according to utility requirements. , 1.2 SCHEDULING WORK WITH THE UTILITY COMPANY: A. The Contractor shall be responsible for all scheduling and coordination with the utility company The Contractor shall coordinate and schedule power outages, power service for operation and construction, and power service as may be required by the facility prior to Certificate of Occupancy B. The Contractor shall make all necessary applications for service with the utility, and shall notify the owner in writing of any obligations that the owner must fulfill for service to be started, installed, or modified 1.3 CONTRACTOR/UTILITY INTERFACE RESPONSIBILITIES: A. The requirements shown on the drawings for power service to the sites are ' general in nature and the Contractor shall meet all of the serving utilities requirement to deliver a complete electric service B. During design contact was made with PSE service rep - Devendra-Kumar 253 3957053 C. The contractor shall coordinate and provide all required work and equipment to provide service to the site as required by the serving utility D UTILITY CHARGES 1 The Contractor is required to coordinate work with PSE (other utilities) for installation of new underground primary service and station entrance requirements Utility (PSE) charges, including all costs associated with utility meter and/or transformer changes, shall be paid directly by the Owner Contractor is to submit PSE invoices for such work, without markup, to the Owner for payment directly to the utility 1.4 QUALITY ASSURANCE A Comply with all serving utility company standards and requirements. 1.5 STANDARDS AND CODES A. Work involving service installation shall be done in accordance with the serving , utility's standards and the National Electric Code B. Service equipment shall be listed and labeled by UL as "suitable for use as service ' equipment" 16400-1 W16/201 1 11 50 AM City of Kent (Foster Park Pump Station) UTILITY POWER SERVICE ' #11-10 1.6 SUBMITTALS ' A. In conformance with the submittal requirements of Section 16010, submit catalog data showing material information and conformance with these specifications B Prior to submittal to the Engineer, the Contractor shall submit all equipment and ' construction details (such as size, mounting height, location of equipment, etc) to the serving utility for verification of compliance to the utility's requirements. PART 2 PRODUCTS ' 2.1 METER ENCLOSURE A Meter enclosure shall be a Circle AW and as required to meet the requirements of the serving utility Installation shall be in vandal proof NEMA 3R enclosure with a lockable hinged door B. Contractor shall coordinate with PSE on type of metering required and shall provide all labor and material necessary to meet PSE requirements. C. Provide disconnect ahead of the meter if required by the utility Disconnect shall meet utility standards i2.2 C.T. ENCLOSURE A. Utility metering CT enclosures shall meet all requirements of the serving utility and ' shall be located as shown on the drawings 2.3 SURGE ARRESTORS A Provide Surge arrestors, with indicators, at each service entrance and where shown on the one-line diagrams to protect against overvoltage transients JOSLYN J9200 series with protective capacitor GE model 91-18 Select proper components for the application as shown on the drawings PART 3 EXECUTION 3.1 GROUND ELECTRODE SYSTEM A The grounded conductor and ground bus shall be connected to the grounding electrode system, via the grounding electrode conductor as indicated on system one-line diagram. B. The system shall be as indicated in Article 250-81 of the National Electrical Code. 3.2 UNDERGROUND SECONDARY SERVICE A. Install in accordance with Section 16110 ' 3.3 UTILITY REQUIREMENT VERIFICATION The contractor shall coordinate and submit all equipment, materials, etc related to the utility work to the serving utility to verify conformance to the Utility's requirements for service The contractor shall also submit any plans for the installation of the primary and secondary service 16400-2 8116/2011 11 50 AM City of Kent (Foster Park Pump Station) UTILITY POWER SERVICE #11-10 ' for approval by the Utility prior to excavation Any discrepancy between the Utility requirements and the Contract documents shall be brought to the immediate attention of the Engineer , A. Contractor shall obtain permit and obtain L&I inspection prior to connection of power , END OF SECTION 16400-3 8/16/2011 11 50 AM ' ' - - - - - -- - - — - --- - - ---- City of Kent(Foster Park Pump Station) LIGHTING ' #11-10 SECTION 16500 LIGHTING ' PART GENERAL ' 1.1 DESCRIPTION OF WORK A This section covers furnishing and installation of all light fixtures and lamps indicated on the drawings or specified herein ' 1.2 STANDARDS AND CODES A. All materials and equipment specified herein shall within the scope of UL Examination Services, be approved by the Underwriter's Laboratories for the purpose for which they are used and shall bear the UL label. ' B All materials and equipment specified herein shall conform to 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 Electric Code, N E C 1.3 SUBMITTALS A Submit catalog data showing material information and conformance with specifications The intended use of each item shall be indicated PART2 PRODUCTS 2.1 LIGHT FIXTURES A. Fixture Schedule - Provide in accordance with Lighting Fixture Schedule at end of this section or as shown on plans. ' B The fixture catalog numbers listed in the fixture schedule indicate manufacturer, fixture design, quality of design and manufacture, appearance, features and options required Lighting fixtures specified will be the basis for comparison in the consideration of fixtures of other manufacturers Fixtures of lesser quality shall not be considered equivalent C Contractor shall investigate ceiling construction and supply fixtures designed for ' the application D Contractor shall investigate possible interferences of equipment, hatches, overhead cranes, etc and supply fixtures (size and profile) that will not interfere i ' E All fixture component parts shall be manufactured and/or assembled at the manufacturing plant for shipment The shipment from the fixture manufacturer FOLLETT ENGINEERING, PLLC 8/16/2011 11 50 AM 16500-1 425-836-3333 City of Kent(Foster Park Pump Station) LIGHTING shall include integrally mounted and/or remote mounted ballasts where ballasts are required for the proper operation of the fixture lamps 2.2 HARDWARE , A. The Contractor shall provide any necessary hardware for mounting fixtures The , mounting hardware shall be made of materials suitable for the environment installed Provide materials made from aluminum, non-metallic, or stainless steel in outdoor, damp, or corrosive areas , 2.3 BALLASTS A. Ballasts shall be of the high power factor type All ballasts shall be rated for 0 , degree C operation and be equipped with automatic resetting protective devices in accordance with UL requirements B. Ballasts for use in fluorescent fixtures shall be energy efficient GE Maxi-Miser II ballasts or equal 2.4 LAMPS ' A. Provide all lamps as specified Refer to the Lighting Fixture Schedule at end of , this section for the ordering information of lamps Fluorescent lamps shall be energy efficient GE Watt-Miser II or as otherwise indicated Approved manufacturers are WESTINGHOUSE, SYLVANIA and GE Lamps shall be provided for all lighting fixtures 2.5 SPECIAL ACCESSORIES A Provide accessories such as junction boxes, plastic frames, stem, hangers, ' canopies, couplings, cords, toggle bolts, etc , necessary to mount fixture in a proper and approved method. ' 2.6 POLES A. Provide light poles where shown on the drawings Provide all accessories for a ' complete installation as required by the manufacturer 2.7 CONTROLS 2.7.1 PHOTOELECTRIC RELAY A. Photoelectric relay- SPST normally closed, raintight 120V, 2000W TORK Time , Controls Model 2101 or equal B Mount on North side of light pole and avoid locations of possible direct sun light , 2.7.2 OUTDOOR LIGHTING CONTROLS A Provide an HOA switch and wiring to the photoelectric switch so that the lights will ' turn on and off in AUTO based on the photoelectric control and on in HAND FOLLETT ENGINEERING,PLLC ' 8116/2011 11 50 AM 16500-2 425-836-3333 City of Kent(Foster Park Pump Station) LIGHTING #11-10 PART 3 EXECUTION 3.1 RACEWAY & WIRE A. For all lights, switches, and other related devices of the lighting system, provide all necessary raceway and wire per section 16110, 16120 or 16145 for a complete installation ' 3.2 FIXTURE MOUNTING 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 The Contractor shall see that all lighting fixtures designed to be installed throughout the project shall be of the correct size and design to properly suit the requirements of each area prior to ordering fixtures C. Contractor shall install fixtures to avoid access hatches, sky lights, rails, mechanical equipment, etc D Any additional hardware needed for installation of fixtures shall be provided by the ' Contractor, including poles, clamps, brackets, screws, bolts, etc E Fixtures and other equipment installed in hazardous areas shall be rated for the ' environment Provide fittings and seals per NEC F. Properly support and align fixtures and provide all necessary steel shapes for support of the fixtures Coordinate complete fixture installation with the facility construction Clean and mount all lighting fixtures with new lamps immediately prior to final inspection ' G Square and rectangular fixtures shall be mounted with sides parallel to building lines and parallel with ceiling lines H. Install fluorescent fixtures as recommended by the manufacturer or as necessary to provide exact horizontal alignment, preventing horizontal or vertical deflection or angular)omting of fixtures installed in continuous rows. 3.3 POLE INSTALLATION A. Provide pole base per the manufacturers requirements for height and type of pole indicated 3.4 SEE LIGHTING FIXTURE SCHEDULE ON DRAWINGS. i END OF SECTION 1 ' FOLLETT ENGINEERING,PLLC 8/16/2011 11 50 AM 16500-3 425-836-3333 PACE ENGINEERING/ CITY OF KENT SECTION 17000 FOSTER PARK PUMP STATION CONTROL SYSTEM BASIC REQUIREMENTS ' SECTION 17000—CONTROL SYSTEM BASIC REQUIREMENTS ' PART1 GENERAL ' 1.1 DESCRIPTION OF WORK A Work and materials specified in this section include the system for control and monitoring of motor ' driven pumps,and all component instruments and sensing devices. B. Included in this work are the design, provision, integration, programming,testing and startup of the ' Pump Control Panel and associated Variable Frequency Drives,the RTU PLC Control Panel and associated Radio. 1.2 SYSTEM DESCRIPTION A Control system shall include the instruments,control devices, programmable controllers, input and ' output devices, sensors,interfacing devices,cabinets, enclosures,and other components indicated and implied by the Plans,these Specifications, and the Scope of Work Definitions B. Control system shall be designed, assembled and programmed by the Control System Integrator who r shall provide 1. Local and Remote control of motor driven pumps and equipment. ' 2. Local and Remote monitoring operation of motor driven pumps and equipment. 3. Local and Remote indication of operating status of motor driven pumps and equipment. 4. Capabilities indicated and implied by the Plans and Specifications ' 5. Ladder logic programming of a programmable controller per programming instructions included in this section a. Control system shall be designed and assembled by the Control System Integrator to be an integrated system composed completely of components specifically designed and used for in ' conjunction with control and operation of motor-driven pumps and equipment All components shall be standard,catalog-listed products, new and free of defects b Control System Integrator shall revise, modify,adjust,and reprogram the system after ' installation and initial operation as required by the Engineer c. Control system shall be supplied by the Control System Integrator as an integral,complete system with all required components The Control System Integrator shall supply all ' interfacing equipment,appurtenances and accessories and all such devices that may be required for proper interfacing as part of the control system 6 Control system shall include the following major components: a Remote Telemetry Unit Control Panel (RTU)with programmable controller, as shown on the contract drawings and described in this Section Panel shall be located at the Foster Park Pump Station Site. b. Pump Control Panel(s),with Variable Frequency Drives,and interface connections to the RTU Panel, as shown on the contract drawings and described in this Section Panel shall be located at the Foster Park Pump Station Site c One Data Radio Integra TR UHF 450-470 MHz Unlicensed Radio modem. Radio modem shall be mounted inside the RTU Control Panel with lightning/surge arrestor General contractor will be responsible for mounting of antenna and RF wiring from antenna to the RTU control panel as shown on the contract drawings and described in section 17440 ' S11D40 17000-I REV I 06-27-2011 , PACE ENGINEERING/ CITY OF KENT SECTION 17000 ' FOSTER PARK PUMP STATION CONTROL SYSTEM BASIC REQUIREMENTS d High, Lag Pump On, Lead Pump On,All Pumps Off float switches as shown on drawings and described in section 17740 e. Monitoring of contractor supplied generator and transfer switch 1/0 points for power status and monitoring. 7. Control System Integrator a Control System Integrator shall be responsible for final design,assembly,and programming ' of the entire control system The system shall be designed to provide control capabilities and functions indicated and implied by the Plans and these Specifications and trouble-free operation with minimum maintenance The system shall readily enable manual operation of any and all functions in the event of failure of any one component. ' 8. Responsibility of Contractor and Control System Integrator a. Control System Integrator shall be fully and completely responsible for design and assembly of the control system as specified herein and shall be enjoined by the Contractor as a ' subcontractor. The assignment of specific responsibilities herein to the Control System Integrator shall not, in any way, under any conditions,diminish or usurp the Contractor's full and complete responsibility for all work performed and all materials installed under the Contract The Contract between the Contractor and the Control System Integrator shall specifically require that the Control System Integrator conform to and meet all requirements specified herein ' b Control System Integrator's responsibilities include the following: 1. Supply and integration of the RTU and Pump Control Panels. 2. Detailed design of control panels. Drawings show general layout of the control panels ' Integrator shall provide detailed scaled design of all components on and in control panels and determine specific requirements. c. Coordination of interconnecting wiring for control equipment including remote control panels, packaged equipment panels, mechanical equipment with control components, etc. ' d. Communications and alarming to the HQ SCADA system e. Testing of the control panels in Integrator's shop f. Coordinate with the Contractor for specific requirements and locations of raceway penetrations and field wiring in control panels g. Integrator shall supply the Contractor with all necessary detailed installation drawings and/or written instruction for installation of all control components and sensing devices for proper system operation. 9 The Contractor's responsibilities include the following a. Reviewing Integrator's submittals and wiring diagrams for coordination with space requirements, raceway requirements of field wiring, etc ' b. Supplying Integrator with submittals of equipment related to the control system that the Integrator must include in their submittals and integrate This includes items such as motors, packaged control panels,etc which the Integrator does not build ' c. Installation of various control panels,field instrumentation, and antennas supplied by Integrator d Installation of the interconnecting wiring per the integrator's wiring diagrams e. Installation of instruments per detailed contract drawings,drawings or instruction supplied by the Integrator. ' 10. The City of Kent has preselected Systems Interface, Inc to be their electrical systems integrator and will be the sole-source provider for the PLC/Telemetry panel and the Pump Control Panel. Field instrumentation will be bid using the normal bid process. ' 11 Control Systems Engineer S11D40 17000-2 REV 1 Ob-27-2011 _ r PACE ENGINEERING/ CITY OF KENT SECTION 17000 FOSTER PARK PUMP STATION CONTROL SYSTEM BASIC REQUIREMENTS ' a. The Control Systems Engineer responsible for overseeing the control system design conformance and acceptance within the owner's requirements shall be Systems Interface Inc. Contact Thomas Johnston at 425-481-1225 Ext 296 13 STANDARDS AND CODES A All equipment and materials shall conform to the latest revised editions of applicable standards ' published by the following organizations- 1. American National Standards Institute(ANSI). ' 2. Institute of Electrical and Electronic Engineers(IEEE) 3. National Electrical Manufacturers'Association(NEMA) 4 Underwriters' Laboratories(U/L) 5 Instrument Society of America(ISA) , 6. All electrical equipment and materials, and design,construction, installation, and application thereof shall comply with all applicable provisions of the National Electrical Code(NEC),the Occupational Safety and Health Act(OSHA),and any applicable federal,state,and local ordinances,rules and regulations 7. 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 bear a UL label 8. All control panels shall bear a label by UL, ETL,or an approved testing authority for the completed,assembled panel B Shop Drawings 1 Control System Integrator shall develop all shop drawings required for design,fabrication, assembly and installation of the control system Shop drawings shall include all drawings ' required in manufacture of specialized components and for their assembly and installation Shop drawings shall be ACAD 2000 or later drawn and include the following a System schematic diagrams for the entire control system including but not limited to all ' sensors,control panels, Motor Control Center and motor control equipment,with all components and their locations indicated Wire and terminal numbers shall be included on the schematic diagrams. ' b. Technical data sheets for all components with the complete part number of component clearly designated with all required options. c. Arrangement drawings of all front panel and internally mounted instruments,switches, devices,and equipment indicated Show all panel mounting details required Include outer ' dimensions of all panels on the drawing. Deviations from approved arrangements require re-submittal and approval prior to installation. d. Arrangement drawings shall be drawn to scale using standard architectural or engineering ' scales e Detailed dimensional drawings of the installation of all sensors (level, pressure,flow,valve position, motion,etc),mounting brackets and other devices required for installation of ' sensors f Shop drawings shall be provided on sheets no larger that 11"X 17" Shop drawings shall include specific product detail such as rating,size, and number of contacts, etc. Wiring diagrams shall be included for all components in the system including control equipment ' supplied with mechanical devices 2. Wiring diagrams shall. a Be in format per example drawings at the end of this section. ' b Have a minimum of one sheet per each motor controller,or subsystem c. Include wiring diagrams for packaged control panels and other related control equipment supplied with mechanical systems ' S 11 D40 17000-3 REV 1 06-27-2011 ' PACE ENGINEERING/ CITY OF KENT SECTION 17000 ' FOSTER PARK PUMP STATION CONTROL SYSTEM BASIC REQUIREMENTS d Include instrument loop diagrams. e Include for all motor control wiring diagrams both motor power and control wiring in MCC ; bucket and other related control wiring for the motor on the same sheet ' f. Include details of individual PLC input and output cards with card wiring, base,slot, input, output,terminal, and device identification g. Provide wire and terminal numbering per requirements in this specification, and as shown or intended in the contract drawings 3. For shop drawing packages which include more than 10 sheets, provide drawings in a separate 11"X 17" binder with an index for the drawings at the front. 4. Installation details shall include size, number,type and location of interconnecting wiring and conduit, installation of cabinets and enclosures, installation of sensors, instruments, limit switches, and other installation requirements. Shop drawings shall be submitted to the ' Contractor for review and approval After approval by the Contractor,copies of all shop drawings shall be submitted to the Control Systems Engineer C. Submittals 1. In accordance with the requirements of Division 16 and 17 and other related sections of this Specification, Control System Integrator shall develop and submit to the Control Systems Engineer,through the Contractor, the following project data a. All shop drawings when submitted should be E size,otherwise 11x17 is acceptable for working copies b. Descriptive text on wire markers to be used. c. Cut sheets for all products with a bill of materials showing quantity, manufacturer,catalog number, and supplier name and phone number Relate the bill of materials to the submitted product index d At the completion of the programming, a fully annotated printout of the program 2 Nate. The Contractor shall review all shop drawings prior to submittal to the Control Systems Engineer The Contractor's review shall include- a Coordination of wire routing on the wiring diagrams and the raceway system. b. Equipment shall be checked for layout and size for coordination and verification that equipment will fit within designated space c. Coordinate with panel wire entrances and interior wireways and space(size and location)for field connections d. Coordination of equipment mounting and installation. ' D. Warranty 1 As part of the guarantee required by these Specifications,the Contractor shall cause Control System Integrator to make any and all repairs, replacements, modifications and adjustments required to eliminate any and all defects in design, materials and workmanship which are disclosed within the one year guarantee period Control System Integrator shall begin all repairs, replacements, modifications and adjustments within 48 hours of notification by telephone by the Owner and shall complete such repairs, replacements, modifications and adjustments within 96 hours of notification Should the Control Manufacturer fail to begin the work within 48 hours or complete the work within 96 hours,the Owner may proceed to undertake or complete work In such event,the Contractor and his surety shall be liable for all costs incurred by the Owner E. Coordination with Motor Control and Other Equipment 1. Control System Integrator shall be solely and completely responsible for coordination and integration of control system with motor control and other related equipment Control System Integrator shall communicate directly with the manufacturer(s)and supplier(s) of all related control equipment to determine all intended details of the equipment that may influence or affect the control system Control System Integrator shall determine all requirements for and S 11 D40 17000-4 REV I 06-27-2011 PACE ENGINEERING/ CITY OF KENT SECTION 17000 FOSTER PARK PUMP STATION CONTROL SYSTEM BASIC REQUIREMENTS cause integration of the control system and all other control equipment into a unified operating system Control System Integrator shall define all requirements for all interfacing equipment and supply all appurtenances, accessories and all such devices that may be required for proper interfacing as part of the control system 2. The Integrator shall be responsible to obtain submittal information on equipment supplied by other disciplines and to integrate them into the control system to form a complete working package as outlined by the contract documents. 1.4 PRODUCTS A General 1 Design and Assembly a. All equipment and materials utilized in the system shall be products of reputable, experienced manufacturers with at least five years experience in the manufacture of similar equipment Similar items in the system shall be the products of the same manufacturer All equipment shall be of industrial grade and of standard construction,shall be capable of long, reliable,trouble-free service, and shall be specifically intended for control and monitoring operation of motor-driven pumps and equipment. All equipment shall be of modular design to facilitate interchangeability of parts and to assure ease of servicing All equipment,where practical,shall be of solid state, integrated circuit design b. The system shall be completely assembled in the shop by the Control System Integrator All components and equipment shall be pre-wired to the maximum extent possible c. All components,including both internally and face-mounted instruments and devices,shall be clearly identified with phenolic nameplates of white background with black letters. Nameplates on the interior of panels shall be white polyester with printed thermal transfer lettering and permanent pressure sensitive acrylic;TYTON 822 or equal 2. Interconnecting Wiring/terminals a Control System Integrator shall determine all requirements for field-installed interconnecting wiring between control system components,sensors, pumps and equipment Control System Integrator shall determine number,size, and type of wires and the number,size,type,and location of conduits and wireways b Wire and/or conduit shown on the plans shall be considered only as general guidelines for signal and control circuits. Control System Integrator shall determine all specific requirements and shall confirm or modify wiring and conduit shown on the Plans to conform to such requirements c. All interconnecting wires installed by the manufacturer and installer shall be numbered at , each end using custom pre-printed heat shrink sleeve markers Markers shall be T&B, SHRINK-KON HVM or approved equal Terminations shall be made using solderless pressure connectors at all terminations All conductors shall be stranded wire with thermoplastic insulation, be cabled to groups and supported to prevent breaking and to present an orderly arrangement and neat appearance. All outgoing wiring shall be terminated on marked terminal strip capable connection of at least 2#14 wires and all terminal connections shall be numbered consecutively throughout the system d. Provide five spare terminals in each enclosure that has terminals or 10%whichever is greater In addition, provide extra din rail with enough space for 20%more terminals e. Provide an individual fused terminal with appropriate fuse and"blown fuse" indicator light for each circuit for all energized circuits(power and control)powered from the panel and extending outside of the panel f. For all energized circuits powered outside of the panel that extend into the panel,provide a disconnecting terminal to isolate each individual circuit g. All control wiring shall be#14 AWG except PLC 1/0 wiring between PLC cards and terminal strips within the same cabinet shall be#18 AWG S 11D40 17000-5 REV 1 06-27-2011 PACE ENGINEERING / CITY OF KENT SECTION 17000 FOSTER PARK PUMP STATION CONTROL SYSTEM BASIC REQUIREMENTS h. Provide wireways as necessary in the enclosure to contain all internal wiring and all field wiring. Size wireways to provide ample room for wiring required by this contract Wireways shall be filled to a maximum of 70%to allow 30%for future wire. I. Low voltage DC control and signal conductors shall be bundled separately from alternating current circuits Separate raceways and wire gutters shall be dedicated for AC and DC wiring, and labeled as such on the shop drawings Wiring may cross at right angles if necessary Special caution shall be used for PLC 1/0 card wiring and field terminations to accommodate separation of AC and DC circuits Intrinsically safe wiring shall be physically separated from non-intrinsically safe wiring. j. All wiring shall be neatly tied in position with nylon cable ties. Instruments with portable cord connections shall be fed through the instrument panel plug strip located near the top of the panel directly above the instruments. Instrument supply cords shall be the only panel wiring that is not continuously supported and tied. k. All wiring and tubing crossing hinges shall be installed in a manner to prevent chafing. Bundles of similar conductors shall be clamped securely to the door and panel, bundles shall run parallel to the hinge for at least 12 inches. Spiral nylon cable wrap shall be provided in the hinge section of the bundle to fully protect conductors or tubing against chafing. B. Programmable Control Equipment 1. Provide Programmable Controller and 1/0, Remote 1/0 modules,all communication cards, modules,taps,terminating resistors or repeaters,and devices as shown or implied on the contract drawings and as specified in Section 17910 2. Programming of Programmable Controller a The programmable controller equipment shall be programmed by the Systems Integrator. b. The Programmer shall provide a backup CD of the final program, after completion of all revisions and reprogramming,to enable reloading at any time c The programmable controller equipment shall be initially programmed by the Control System Integrator in accordance with the programming instructions included in Section 17920,specifications,schematics, and details shown on the Plans. Programming instructions shall be considered as tentative and preliminary After initial programming,the Control System Integrator shall revise the initial programming or reprogram as required to meet the requirements for control and monitoring of operation that may be specified by the Control Systems Engineer during the test period specified in Section 17920 and after installation of the control system Control System Integrator shall complete all required revisions and reprogramming at no additional cost to the Owner d. The Control System Integrator shall provide a backup CD of the final program,after completion of all revisions and reprogramming,to enable reloading at any time. e. Programming software shall be provided as part of the control system to enable modification of existing programs and creation of new programs for the programmable controller through a microprocessor-based computer All ladder-diagram logic shall be displayed on the computer monitor and the program shall enable on-screen editing of logic. The program shall allow either on-line or off-line programming logic as desired by the operator. The program shall allow ladder-diagram logic to be down-loaded from programmable controller to the computer and up-loaded from the computer to the programmable controller and shall provide documentation of logic, including labels,through the computer printer All timer and set point values in the ladder-diagram logic shall be accessible and adjustable through the computer monitor and keyboard C. Equipment Enclosures 1 Enclosures for Indoor Non-Corrosive Areas a. All local control panels installed in indoor, non-corrosive areas shall be a minimum of NEMA 12 steel or aluminum construction Minimum thickness for aluminum shall be 0 08" Hinges S11D40 17000-6 REV 1 06-27-2011 PACE ENGINEERING/CITY OF KENT SECTION 17000 FOSTER PARK PUMP STATION CONTROL SYSTEM BASIC REQUIREMENTS shall have stainless steel pins and be continuous and spot welded to cabinet. Latches shall be quarter turn,screwdriver operated, on enclosures smaller than 36" On enclosures 36" or larger,the latching mechanism shall be a 3-point draw roller type with a stainless steel handle Enclosure shall be manufactured by Hoffman, Hammond,or approved equal 2. Enclosures for Outdoor and Corrosive Areas a Main PLC and RTU control panels shall be provided as shown on the contract drawings. Panels shall be Wall-Mount, NEMA Type 4, 12 gauge steel,with ANSI 61 gray polyester powder coating outside over phosphatized surfaces Coordinate with manufacturer to provide an additional protective finish to protect against being in a corrosive outdoor setting Door latches shall be 3-point draw roller types with stainless steel handle Hinge pins shall be continuous,heavy gauge stainless steel Enclosure shall be manufactured by Hoffman, Hammond,or approved equal 3. Wireways a Provide molded plastic wireways,slotted for wire connections for all wiring in the panels They shall be complete with covers. Wireways shall be manufactured by Panduit or Taylor 4 Terminals a Provide terminals for all wire connections to field wiring and internal power distribution Connections shall have box type lugs able to terminate 2#14 AWG stranded wires and capable of handling 600 volts AC or DC and 30 amps current minimum Provide end barriers, end stops,terminal jumpers and labels as needed Terminals shall be strip mounted as manufactured by Allen-Bradley(1492-HMI), Entrelec or Phoenix Contact b. Analog loops that are 24 VDC powered shall have fused terminal blocks to disable the loop if necessary Connections shall have box type lugs capable of terminating 2#14 AWG stranded wires and capable of handling 24VDC and 12 amps current minimum. Provide end barriers, end stops,terminal jumpers and labels as needed Fused terminal blocks will provide an LED indication for blown fuses Terminals shall be strip mounted as manufactured by Allen- Bradley(1492-H5), Entrelec or Phoenix Contact c. Supplementary fusing for 120 VAC circuits shall have fused terminal blocks. Connections shall have box type lugs capable of terminating 2#14 AWG stranded wires and capable of handling 120VAC and 12 amps current minimum Provide end barriers, end stops,terminal jumpers and labels as needed. Fused terminal blocks will provide a Neon indication for blown fuses Terminals shall be strip mounted as manufactured by Allen-Bradley(1492-1-14), Entrelec or Phoenix Contact. d. Provide one spare,or 3%,whichever is greater,spare(non installed) replacement terminals for each type used D Pump Control Panel Components 1. VFD Controllers a. Provide Variable frequency drives for pumps Provide drives and accessories per contract drawings and Section 17440. E. Misc, Panel Components 1 Vortex Cooling Equipment a None on this project 2. Air Condition Systems a Each pump control panel shall be supplied with thermostatically-control,filtered,forced air ventilation to minimize heat buildup during operation of the system All enclosure vents shall be fitted with weather protection hoods with at least a NEMA 311 rating. 3. Selector Switches a Selector switches shall be NEMA 4X as required by mounting location. Selector switches shall be 2, 3,or 4 position as required by the application Selector switches installed outdoors shall have knob lever operator handle Selector switches installed indoors shall S I I D40 17000-7 REV 1 06-27-2011 PACE ENGINEERING / CITY OF KENT SECTION 17000 FOSTER PARK PUMP STATION CONTROL SYSTEM BASIC REQUIREMENTS have standard knob operator. Units shall be heavy-duty type,Allen-Bradley 800H or 800T, G E.Series CR104P or approved equal 4. Pushbuttons and Indicating Lights a. Pushbuttons and indicating lights shall be NEMA 4X heavy-duty type with detachable contact blocks Indicating lights shall be press-to-test 24 VDC or 120VAC transformer type as required Units shall be Allen-Bradley 800T or 800H or approved equal. 5. Panel Heating systems a A thermostatically-controlled panel heater will be required for each panel. 6. Receptacles a. Provide both a dual GFCI outlet and dual utility outlet for all control panels. Manufacturer shall be Phoenix or approved equal 1 GFI Dual Utility Outlet shall be touch safe enclosed, rated for 15 amps at 120 VAC, and be din rail mountable The unit shall provide against shock hazards associated with ground shorts Manufacturer part number is 5600462 or equal 2. Dual Utility Outlet shall be touch safe enclosed, rated for 15 amps at 120 VAC,and be din rail mountable Manufacturer part number is 5600461 or approved equal F. Panel Power Distribution 1 Control Panel Circuit Breakers a Supplementary circuit breakers shall be thermal-magnetic type,over current devices Circuit breakers shall be snap-mountable on five different types of mounting rails Circuit breakers shall be sized for actual circuit load,or as shown on the drawings Supplementary circuit breakers shall be Allen-Bradley 1492-CB or 1492-GH, or approved equal b. Branch circuit breakers shall be thermal magnetic type, over current devices. Circuit breakers shall be snap-mountable on five different types of mounting rails Circuit breakers shall be sized for actual circuit load,or as shown on the drawings Provide one spare circuit breaker of each size used Branch circuit breakers shall be Allen Bradly 1489 series or approved equal 2. Fuses a Provide fuses,spares,fuse pullers,etc as specified below. 1 Branch circuit fusing shall be Littlefuse series 313,3AG Slow-Blow type, and rated for actual circuit load and voltage or as shown on the drawings 2. Supplementary circuit fusing shall be Littlefuse series 312,3AG Fast-Acting type,and rated for actual circuit load and voltage or as shown on the drawings. 3. Power Supplies a. Power supplies for 24 VDC power shall be NEC Class 2 Switching type,sized to supply the demand If signal problems with current loops occur,then provide a linear power supply and separate from the other DC loads Linear units shall be open frame type and have overvoltage and overcurrent protection Acceptable manufacturers for switching supplies are Siemens,Automation Direct,Sola, Pulse, Phoenix or approved equal Acceptable manufacturers for linear supplies are Condor, Power-One, Power-Tech or approved equal. 4. Transient Voltage Surge Suppresser a. Provide a transient voltage surge suppresser for clean power to the PLC power supplies, DC power supplies,and other power sensitive equipment and where shown on the drawings. Unit shall provide continuous sine wave active tracking filtration PLUS high energy protection from spikes,transients,and noise to the AC power line Unit shall protect both normal and common modes Unit shall be sized as required for the load being served Unit shall be an Islatrol Elite,model IE-120, 115VAC, 20 Amp UPS protected circuits shall be accepted as an alternate means b. For all analog circuits loop protection may be provided on both the field side as well as the control panel side Provide protection for analog inputs,analog outputs,two or three wire as needed,and rated for the voltage used For the control panel side protection shall be S 1 I D40 17000-8 REV I 06-27-2011 PACE ENGINEERING/ CITY OF KENT SECTION 17000 FOSTER PARK PUMP STATION CONTROL SYSTEM BASIC REQUIREMENTS MTL SD Series or approved equal. For the field side protection shall be MTL TP48 Series or approved equal Where conduits and connections are required for the mounting of the field side protection provided as needed These shall be only installed at the request of the engineer if specific site installation design and application requires it. 5. Three-Pole Power Distribution Block a. 600 V rated, insulated base,90 degrees C, UL listed, rated for copper conductors. b Ilsco PDB type or approved equal c. Identified per UL and NEC requirements. 6. One-Pole Power Distribution Block—Equipment Ground: a 600 V rated, insulated base,90 degrees C, UL listed,rated for copper conductors. b. Ilsco PDB type or approved equal c. Identified per UL and NEC requirements G. Relays 1. Relays For General Purpose a Relays for general purpose use shall have 10 amp contacts with the appropriate cod voltage for the application All relays shall have an integral indicating light to show if there is coil voltage present and a manual push-to-test button Units shall be Allen-Bradley 700 type HA, HB, Idec RH Series,or approved equal. Appropriate relay shall be selected based on application from the control wiring diagrams. H Instrumentation 1 Provide instrumentation as specified in section 17440 1. UPS and Components 1 The panel will not require UPS and associated components. An onsite generator system will provide power to the panel when line power is not available The PLC shall monitor ATS switch status and report generator/line power status to the headquarters SCADA system. J. Spare Parts 1. In addition to spare parts mentioned elsewhere in this section,the Contractor shall supply the following spare parts for use by the Owner- a. Qty 1 Relay of each type used. b. Qty 6 lamps of each type used. c. Qty 6 fuses of each type used d Qty 1 selector switch of each type used e. Qty 1 spare circuit breaker of each type used. f Qty 1 spare power supply of each type used g. Qty 1 intrinsically safe relay. K Provide 5 spare nameplates 3"square or less with 20 letters 1/2"or less to be specified by the Owner is EXECUTION A. Operating Device Location i 1. Operating devices shall be mounted no higher than 6'-6"and no lower than 4'-0"above finished floor when panel is installed unless otherwise approved by the Control Systems Engineer. S11D40 17000-9 REV 1 06-27-2011 PACE ENGINEERING/ CITY OF KENT SECTION 17000 FOSTER PARK PUMP STATION CONTROL SYSTEM BASIC REQUIREMENTS B. Factory Testing 1. Operation of the control system shall be tested in the shop by the Control System Integrator. Testing shall be conducted in two phases Initial testing shall include, but not be limited to, f operation of all input and output(1/0) points, control devices and motor controllers The subsequent testing shall include, but not be limited to, programming of the PLC The program will be provided by System Integrator 2. All motor controllers shall be interconnected with the control system and powered with rated incoming voltage 3. The initial testing of the control system shall include energizing each digital input and output and simulating each analog input and output using a loop simulator and calibrator Circuits not energized shall be tested for continuity Energized circuits shall be tested through all components Initial testing of the control system shall be considered completed upon control systems engineer's acceptance. 4. After completion of initial testing,the Control System Integrator shall conduct subsequent testing for inspection by the Control Systems Engineer Control System Integrator shall provide for time, equipment and support in their shop for the Control Systems Engineer to load and test the program in the control system for a period of up to 5 days All control functions,status and alarm monitoring and indication shall be demonstrated under simulated operating conditions. Simulating equipment shall be provided and wired into the control system for this testing Control System Integrator shall revise, modify, adjust the system as required by the Control Systems Engineer during the testing period Testing shall be continued for the time period required by the Control Systems Engineer to observe and verify any revisions 5. System Integrator shall notify the Control Systems Engineer at least one week prior to completion of the control system for inspection and testing by the Control Systems Engineer. Testing and inspection shall include all control components and the entire Motor Control Center I and shall take place at the Integrator's shop. Motor Control Center, control panels and other control components shall not be shipped to the site until inspection and testing is complete to the satisfaction of the Control Systems Engineer C. Installation 1 The control system panels and Motor Control Center equipment shall not be shipped to the site until a suitable environment is available for installation of the equipment A suitable ' environment for the purposes of this contract for the control panels and motor control center shall be dry,covered and heated to maintain a minimum ambient temperature of 60°F. Prior to shipment of electrical equipment,the Contractor shall contact the Control Systems Engineer for field verification of a suitable environment 2. The control system shall be installed in accordance with the installation drawings and instructions prepared by the Control System Integrator Installation shall be performed by workers who are skilled and experienced in the installation of electrical instrumentation and a control systems a. Installation shall include all elements and components of control system and all conduit and ' interconnecting wiring between all elements, components,sensors and valve operators. All wiring between cabinets, sensors, pumps and equipment shall be multiple color coded for ease of servicing All terminations shall be made with solderless pressure connectors All wiring shall be in accordance with the requirements of this Section iD. Calibration and Start-up 1. All components of the control system shall be calibrated by the Control System Integrator after completion of installation Each component shall be adjusted to be within the Manufacturer's required range and for the specific application 2. Components that cannot be properly calibrated or that are found to exceed the Manufacturer's specified range or accuracy shall be removed and replaced at no additional cost to the Owner S 11D40 17000-10 REV 1 1 06-27-2011 PACE ENGINEERING/ CITY OF KENT SECTION 17000 FOSTER PARK PUMP STATION CONTROL SYSTEM BASIC REQUIREMENTS 3. The control system shall be placed into operation by the Control System Integrator. E. System Validation 1 When installation is substantially complete,the Contractor shall commence integration testing of the control system This shall determine that all system components connect correctly and the system works as designed 2. The Integrator shall calibrate all instruments, indicators, recorders, loops,etc and fill out appropriate test forms provided at the end of this section Test forms shall be received by the Control Systems Engineer prior to validation testing. 3. After integration testing is complete,validation testing shall be by the System Integrator and Contractor,with the Owner and Control Systems Engineer present. Validation testing shall include operation and verification of all control components and features of the entire control system Contractor shall inform the Control Systems Engineer of the testing schedule at least one week prior to the commencement of testing Validation testing shall be considered complete when the Owner and Control Systems Engineer have determined that all of the original system requirements have been met 4 Manufacturer shall revise,modify,adjust and reprogram the system as required during and following start-up to provide the operation required by the Control Systems Engineer. 5 Note Control Systems Engineer shall not be called out by the Contractor for validation testing on equipment until all components are installed,all wiring points have been checked, and operation tested by the Contractor F. System Maintenance 1. Control System Integrator shall be responsible for all maintenance of the system from time of start-up to the date of acceptance, by formal action of the Owner,of all work under the contract. Control System Integrator shall correct all deficiencies and defects and make any and all repairs, replacements, modifications,and adjustments as malfunctions or failures occur Control System Integrator shall perform all such work required or considered to be required by the Owner to cause and maintain proper operation of the system and to properly maintain the system 2 Contractor and the Control System Integrator shall anticipate that the Owner may delay acceptance of all work under the Contract if, in the judgment of the Owner, malfunctions or failures in operation of the control system repeatedly occur after start-up Both the Contractor and the Control System Integrator shall not be entitled to an extension of time or to any claim for damages because of hindrances,delays or complications caused by or resulting from delay by the Owner in accepting the work because of malfunctions or failures in operation of the control system G. Operation and Maintenance Training 1. Control System Integrator shall conduct specifically organized training sessions in operation and maintenance of the control system for personnel employed by the Owner Training sessions shall be conducted to educate and train personnel in maintenance and operation of all components of the control system Training shall include, but not be limited to,the following a Preventative maintenance procedures b Trouble-shooting c. Calibration d. Testing e. Replacement of components f Automatic mode operation g Manual mode operation h. Programming of programmable controller i At least one separate training sessions,each at least four hours in duration,shall be conducted at the facility after start-up of the system Control System Integrator shall S l ID40 17000-11 REV 1 06-27-2011 PACE ENGINEERING / CITY OF KENT SECTION 17000 FOSTER PARK PUMP STATION CONTROL SYSTEM BASIC REQUIREMENTS prepare and assemble specific instruction materials for each training session and shall supply such materials to the Owner at least two weeks prior to time of training Control system Integrator shall also provide 16 hours of service during one year warranty period. H. Operation and Maintenance Data 1 Control System Integrator shall prepare and assemble detailed operation and maintenance manuals in accordance with the project general requirements The manuals shall include, but not be limited to,the following a. Preventative maintenance procedures b. Trouble-shooting c Calibration d. Testing ' e Replacement of components f Automatic mode operation g. Programming h. Manual mode operation i. System schematics/shop drawings I. As-built wiring diagrams of cabinet and enclosure contained assemblies I k. As-built wiring diagrams of overall system 1 Note Updated system schematics and wiring diagrams shall be included as described in the Shop drawing and Submittal sections of this Specification I. Catalog data and complete parts list for all equipment and control devices m. Listing of recommended spare parts n. Listing of recommended maintenance tools and equipment I PROGRAMMER WILL PROVIDE: 1 Program documentation printout with tag numbers and descriptive comments 2. Backup program on CD 1.6 WIRING DIAGRAM EXAMPLES A Wiring diagrams shall be drawn and submitted in accordance with the following example drawings. These drawings are for formatting reference only and do not necessarily have any actual application to the facility control system 1.7 INSTRUMENT TEST FORMS A. The following test forms shall be used for all devices requiring calibration Forms shall be submitted to the Control Systems Engineer prior to calling for final acceptance testing 1 Not Required this contract 18 PROGRAMMING INSTRUCTIONS A. The programmable controller shall be programmed by System Integrator in accordance with the operating descriptions provided in Sections, 17100, 17920,and logic presented hereinafter The following operating descriptions are included in the Contract for reference as a written indication of the function of the system END SECTION 17000 S11D40 17000-12 REV 1 1 06-27-2011 PACE ENGINEERING/ CITY OF KENT SECTION 17100 FOSTER PARK PUMP STATION PROGRAMMING SECTION 17100-PLC SYSTEM PROGRAMMING PART1 GENERAL 11 DESCRIPTION OF WORK A. Provide programming,testing,and start-up of an integrated PLC based control system providing data to the headquarters SCADA system B. PLC programming shall be implemented using versions of programming software compatible with that owned by the City of Kent at the time of contract award C Programming includes PLC programming for all equipment control and monitoring and alarm functions D. Provide all programming,configuration,testing,and startup services required to provide a complete system Parts are specified in Instrumentation and Control System specification sections. E. Provide documentation of PLC memory locations for alarm and monitoring data to be transmitted to the headquarters SCADA system 12 DOCUMENTS A The drawings include wiring diagrams and a main control panel layout to provide the programmer with detailed information on the scope of the programming for this project. The programmer should review these documents to augment the information given in this specification section 1.3 DEFINITIONS A. SCADA—head end or headquarters SCADA system. B. 1/0-PLC inputs and outputs. C. SOFT SWITCH—A switch provided in the software that is displayed graphically on the HMI. i D HEAD END/HEADQUARTERS-SCADA system at the owner's office. 1.4 RELATED SECTIONS A. 17000—Control System is SYSTEM DESCRIPTION A The PLC for the pumps will be the main station operations control PLC and shall contain all of the main operation and control logic programming. 1. The system shall be programmed to control both pumps simultaneously. Pump control shall be of a lead/lag pump type, using float switches to govern pump startup and shutdown The system shall alternate the lead pump to minimized pump wear No provision for pump speed control shall be provided S11D40 REV 2 07-27-2011 17100-1 PACE ENGINEERING / CITY OF KENT SECTION 17100 FOSTER PARK PUMP STATION PROGRAMMING 1 B. Critical alarms will be programmed in the main PLC for output to the telemetry system. C. The PLC shall be programmed for the equipment operations of the pumps and also for all of the i station control, monitoring, and alarm functions The PLC shall be programmed for interface to the telemetry. D. The"head end"headquarters SCADA computer located at the City of Kent HQ will NOT be programmed by the integrator 16 DELIVERY,STORAGE AND HANDLING A. Provide an EXCEL spreadsheet with all operator changeable values(timers, level setpoints, lead/lag, alarm setpoints and their acceptable ranges. Spreadsheet shall show a description of the point, its TAG name,the initial setpoint value and the acceptable operator entry range for approval by the Control Systems Engineer jB. Provide an EXCEL spreadsheet with a list of all equipment and all associated alarms and monitoring points for each piece of equipment and the complete alarm description for approval by the Control Systems Engineer C. Provide printouts of PLC Programs and 1/0 Lists 2 weeks prior to Factory demonstration test(FDT)for approval by the Control Systems Engineer D. FDT Documentation for approval by the Control Systems Engineer. E. After installation, provide two sets of system documentation for each PLC Include component hardware and software manuals for approval by the Control Systems Engineer F. Provide final PLC and 1/0 system programs in electronic and printed forms. 1.7 INTELLECTUAL PROPERTY ASSIGNMENTS A. All programming and configuration work supplied shall become the property of the OWNER upon substantial completion of project B. Contractor shall release OWNER from all claims of copyright, patent and trademarks on the electronic and printed forms of this work C. Contractor may retain a copy of all programming and configuration files created for unrestricted use I18 PROGRAM MODIFICATION MANAGEMENT A The Contractor may develop, modify,program,and configure these systems without notice to the CONTROL SYSTEMS ENGINEER or OWNER until the systems have completed the system validation testing B. Following the system validation acceptance,all changes to programming and configuration must be logged in a format that can be reviewed by the CONTROL SYSTEMS ENGINEER or OWNER ' C All changes during startup and commissioning must be coordinated and approved by the CONTROL SYSTEMS ENGINEER or OWNER S11D40 REV 2 07-27-2011 17100-2 PACE ENGINEERING/CITY OF KENT SECTION 17100 FOSTER PARK PUMP STATION PROGRAMMING PART 2 GENERAL PROGRAMMING REQUIREMENTS 2.1 LOCAL CONTROLS A Equipment is provided with HOA switches. With this switch in HAND,The equipment will run. With the switch in AUTO,the equipment is controlled automatically B A"Pump Fault"indicator lamp shall be provided for each pump. This indicator lamp will be controlled directly by the PLC and shall be used only for local indication of various pump failures (overload, check valve failure, etc) C An analog level transducer will be monitored by the PLC,but no local control or indication will be provided. 2.2 SCADA CONTROLS A. The operator can adjust any values shown in "()parentheses"thru the Operator Interface(0/1) or SCADA 2.3 MONITORING A Equipment shall be monitored by the system in HAND and in AUTO The HAND and AUTO positions of the local HOA switch are monitored on all equipment B All equipment has calculated run times and accumulated number of starts. C. Equipment is monitored for"running",in most cases,by monitoring the motor starter or VFD. D. Pump overload conditions will be monitored via the VFD E. Any equipment that cycles on and off(i.e Pumps for level control)shall have a cumulative start counter associated. F Each Pump Check Valve position shall be monitored by the PLC G. The Butterfly Recirculation Valve position will be monitored by the PLC. H The generator status values shall be monitored by the PLC , 1. Generator Not in Auto 2. Generator Fuel Low(if applicable) 3 Generator Fault 4. Generator Running I. Automatic Transfer Switch—The position of the ATS shall be monitored by the PLC J. UPS—The PLC will monitor the following status values from the UPS S 1 I D40 REV 2 07-27-2011 17100-3 PACE ENGINEERING/ CITY OF KENT SECTION 17100 1 FOSTER PARK PUMP STATION PROGRAMMING 1 UPS Line Power Failure 2. UPS Battery Low Charge K. Intrusion-3 normally-closed intrusion circuits will be provided and monitored. 1 Circuit 1 will monitor intrusion switches on the telemetry and pump control panels The panel builder shall provide these switches. 2. Circuit 2 will monitor intrusion switches on the Generator Set The generator manufacturer or supplier shall be responsible for providing these switches. 3. Circuit 3 will monitor intrusion switches located on the access to the wet well. L. Operator In Trouble Switch—The PLC will monitor an"Operator In Trouble"switch to be located in the pump area This switch shall be provided in a separate operator enclosure and shall be rated NEMA 4 or better A protective cover shall be furnished to prevent accidental operation of this switch. 2.4 ALARMING A General 1. All alarms shall be provided with a time delay to prevent false alarming from a short disturbance in operations. 2 Alarming shall be done consistent with the existing ALARM/ACK/RESET scheme. B. PLC 1 Provide alarms for any PLC trouble C Power Fail 1. The station utility service is monitored for power fad 2. All ATS are monitored for power fad to the ATS input D. Equipment 1 All equipment with local HOA switches and RUNNING feedback is monitored in both HAND and AUTO for fad to run when called. IE Video Surveillance 1. Each video camera will have an alarm output contact that will be connected to the PLC. This alarm contact will close when the camera detects motion in the frame For each camera,the PLC will monitor The state of the alarm contact 1 The number of contact closures over a preset interval. 2 The PLC will indicate an alarm condition if the number of alarm contact closures in the preset interval exceeds a preset amount. This alarm will be communicated to the SCADA and HMI systems. S11D40 REV 2 07-27-2011 17100-4 PACE ENGINEERING/ CITY OF KENT SECTION 17100 FOSTER PARK PUMP STATION PROGRAMMING 3 The interval and number of alarm contact closures preset value shall be adjustable from SCADA and the HMI. PART 3 PLC/01/SCADA Programs 3.1 GENERAL A File Structure and Documentation Organize the program in functional blocks related to each piece of equipment,control loop,transmitter,etc monitored and controlled B. Documentation Provide text comments and mnemonic labels for files, ladder elements and rungs, special math calculations, and P&ID loops such that other programmers can maintain and troubleshoot the program C. Functional Requirements. The contract Loop Descriptions and 1/0 List describe the basic functional requirements of the process This information conveys the best understanding of the programming requirements at the final stage of design 3.2 PROGRAMMING CONVENTIONS A. Control Logic 1 All control logic shall be executed in PLC programming only. 2 Analog transmitter values shall be scaled in the PLC to engineering units and transmitted to the SCADA and such that no further scaling is required within those configurations B. Alarms 1 Provide alarm handling logic within the PLC program consistent with existing alarm handling controls. 2 All Alarms shall be provided with filtering and timers to minimize nuisance alarms C. Control Setpoints 1 Store operator adjustable setpoints are stored in PLC memory and communicate current values and operator inputs from SCADA graphics in scaled engineering unit values. 2. Upon power-up or restart,the PLC will be programmed to initialize control setpoints to safe values or their last changed value 3. All operator and supervisor changeable settings shall be programmed with an acceptable range for operator entry. If the operator enters a value outside the acceptable range,the PLC will not accept the value and issue an alarm for invalid data Programmer shall provide a table of all adjustable values with initial setpomt and acceptable range and submit this to the Owner for review of the proposed setpoints and acceptable ranges PART PROGRAMMING DESCRIPTIONS 4.1 PUMPS A General The pumps are called on and off to meet the level demands of the wet well B. Control Programming S11D40 REV 2 07-27-2011 17100-5 PACE ENGINEERING/ CITY OF KENT SECTION 17100 FOSTER PARK PUMP STATION PROGRAMMING 1. The Lead/Lag start set points are governed by the physical adjustment of the Lead and Lag float switches The pump off set point is governed by the physical adjustment of the pump off float switch. 2. With selector switch in HAND the pump runs regardless of float switch status 3 With the switch in AUTO, a. The pumps operate Lead/Lag mode based on the state of the Lead, Lag,and Pump Off float switches b. When the pump off float switch signals both pumps to stop,the lead pump will be alternated in the PLC,to provide for more even pump wear. c. When operating under generator power,the PLC will disable the LAG pump, and prevent more than a single pump to be running at a time. C Monitoring 1 Equipment run and fail status 2. HOA position status 3. Check valve status 4. Accumulated pump run minutes(resolution of 1 minute) S. Accumulated pump starts D. Alarming 1. Equipment fail(fail, overload,called to run and no run feedback,check valve failure) 2 High Float level 3. Control Panel Intrusion 4 Generator Panel Intrusion 5 Power Failure 6. Site Surveillance Alarm from Camera System 42 SCADA COMMUNICATIONS A. Provide PLC register locations for Monitoring and Alarming functions available through the radio system for SCADA use. 4.3 MISCELLANEOUS SYSTEMS A PLC Programming 1. Provide PLC logic programming for all inputs and outputs and equipment shown on control panel a and/or wiring diagrams even if not described in this specification 2. Provide program logic for intrusions system monitoring and alarming Allow for a 30 second entry delay and a 30 second exit delay before alarming. 4.4 SOFTWARE PERFORMANCE AND TESTING A. Factory Demonstration Testing 1 Once the programming is substantially complete,the SCADA system and PLC control panels shall be set up at the system integrators shop for inspection and testing by the Owner and Control Systems Engineer 2. The SCADA graphics shall be shown and functionality demonstrated and modified per the Control Systems Engineers and Owners requirements. The programmer shall allow for up to 6 hours of programming modifications time beyond the scope of the contract documents during this testing period SlID40 REV 2 07-27-2011 17100-6 PACE ENGINEERING/ CITY OF KENT SECTION 17100 FOSTER PARK PUMP STATION PROGRAMMING B. Installed System Testing 1. All functions of the software shall be performance tested by the programmer with the assistance of the general and electrical contractor to verify a. All modes of operation function as specified b. All alarms function properly c All points are monitored and scaled correctly d. All telemetry alarms call out or interface correctly e Power fail does not create false alarms and system restores correctly upon power restore 2. Once all systems, monitoring, alarming etc has been verified by the system programmer,then ' the performance testing shall be repeated for validation with the Control Systems Engineer and the Owner present. C. Special Performance and Testing Requirements 1 Power Failure Tests:This will be simulated during the software FDT.It will be tested in the field by shutting off power to the station,then restoring power after a 10-minute delay a No misleading or untrue alarm conditions should occur b. Control setpoints and modes should not be reset to new values. c Once power is restored all systems should reset to normal operation automatically 4.5 TRAINING A Provide a minimum of 1 training session of at least 4 hours for training of the operations and maintenance staff The system programmer shall provide the training and shall use this time for explaining and demonstrating the operation of the system and also for the operations and maintenance staffs to have the programmer make minor system modifications. 46 O&M MANUAL A. Provide an O&M manual in accordance with section 16921 for all features of the programming This manual shall include- 1. Print outs of all 1/0 2. Print out of PLC program with descriptions 3 Written description of control 4. List of all alarms 5 List of all operator changeable setpomts and their enterable range END OF SECTION 17100 i i S11D40 REV 2 0'7-27-2011 17100-7 PACE ENGINEERS/CITY OF KENT SECTION 17440 I FOSTER PARK PUMP STATION INSTRUMENTATION a SECTION 17440—INSTRUMENTATION FOR PROCESS CONTROL REQUIREMENTS PART1 GENERAL 11 SUMMARY A. section Includes: 1 Basic requirements for complete instrumentation system for process control. B Related Sections include but are not necessarily limited to: 1 Section 16050—Electrical General Conditions 2. section 17000—Control System Basic Requirements 3. Scope Of Work Definitions 1.2 QUALITY ASSURANCE A. Referenced Standards: 1 American Society of Mechanical Engineers(ASME) 2. American Society for Testing and Materials(ASTM). 3. Institute of Electrical and Electronics Engineers(IEEE). a. 518,Guide for the Installation of Electrical Equipment to Minimize Electrical Noise Inputs to Controllers from External Sources b. C62 41, IEEE Guide for Surge Voltages in Low-Voltage AC Power Circuits c. 802 3af-IEEE Standard for Information Technology-Telecommunications and Information Exchange Between Systems- Local and Metropolitan Area Networks-Specific Requirements 4. Instrument Society of America (ISA) a 55.1, Instrumentation Symbols and Identification b S5 2, Binary Logic Diagrams for Process Operations c. S5 3,Graphic Symbols for Distributed Control/Shared Display Instrumentation, Logic, and Computer Systems d. S5 4,Standard Instrument Loop Diagrams e. S20,Specification Forms for Process Measurement and Control Instruments,Primary Elements and Control Valves. f. RFP7 1-56, Pneumatic Control Circuit Pressure Test. 5. National Institute of Standards and Technology(NIST). a. Provide traceable certificates on all instrumentation provided. B Qualifications: 1. Instrumentation subcontractor: a. Shall be the same as the Control Systems Integrator. b Financial capability c. Maintain a qualified technical staff. d. Have design capability e Have a physical plant and fabricating personnel f Have competent service,startup, and authorized training personnel. 2. Reference and experience In bid package include the following additional requirements: a. Experience. S l I D40 REV 3 07-27-2011 17440-1 PACE ENGINEERS/ CITY OF KENT SECTION 17440 FOSTER PARK PUMP STATION INSTRUMENTATION 1. Provide a list of references of three projects of similar size and functional magnitude, which the instrumentation subcontractor has performed Include name and telephone numbers of most knowledgeable Owner and Design Engineer contacts. 2. Provide color photographs of three control panels b Staff- 1 Submit full identification of staff qualifications including design,service,startup and training personnel who will be utilized on project 13 DEFINITIONS A Calibrate: To standardize a device so that it provides a specified response to known inputs. B. SCADA Existing Supervisory Control and Data Acquisition software package (Enables monitoring, control, and data manipulation via computer located in the trailer headquarters.) C. PLC Programmable Logic Controller. (Enables local monitoring and/or control and information sharing via SCADA software) D. RAS Remote Access Service. (Enables incoming and outgoing communication wireless Ethernet E. HMI,Human Machine Interface Specifically,computerized operator interfaces including touch screens and panel mounted PCs 14 SYSTEM DESCRIPTION i A. Unless otherwise required for instrument compatibility,electric control signals shall be 4 to 20 milli- ampere,24 VDC B All signals shall be directly linearly proportional to measured variable unless specifically noted otherwise C Single Instrumentation Subcontractor: 1 Furnish and coordinate instrumentation system through a single instrumentation subcontractor The instrumentation subcontractor will be responsible for functional operations of all systems, performance of control system engineering,supervision of installation, final connections, calibrations, preparation of drawings and operation and maintenance manuals,startup,training, demonstration of substantial completion and all other aspects of the control system The instrumentation subcontractor shall be the same as the Control Systems Integrator. 1.5 SUBMITTALS A. Shop Drawings. 1. Product technical data including• a Acknowledgement that products submitted meet requirements of standards referenced b. Manufacturer's installation instructions. 1 Instrument component technical brochures. 2 Instrument data sheets a) Separate data sheet for each type of instrument 3 Comprehensive set of point-to-point wiring diagrams showing all interconnections between existing systems or equipment control panels, instrumentation and all other electrical equipment as required to depict a complete and functional facilities-wide electrical control system S I 1 D40 REV 3 07-27-2011 17440-2 PACE ENGINEERS/ CITY OF KENT SECTION 17440 FOSTER PARK PUMP STATION INSTRUMENTATION a) Diagrams shall provide the following minimum information: 1) Terminal block identification 2) Wire identification number and size. 3) Wire type 4) Wire shielding insulation and type. 5) Conductor quantities b) Diagrams shall be provided on Drawings of sufficient size so as to minimize the number of drawings 1) Drawing size 11x17 inch for Control System Integrator's working drawings 4. Electrical schematic control diagrams Diagrams shall include. a) Terminal identification b) Unique identification of all control devices and contacts. 1) Utilize Owner's device identification numbers where applicable. c) Wire identification d) Equipment identification e) Indication of remote and local devices and wiring f) Overcurrent protection indication g) Voltage. h) All control logic 5. Panel fabrication drawings and nameplates. 6 PLC equipment drawings. 7 PLC Programs j a) Submittal will include computer CD containing all PLC programs organized in logical file along with hard copies(printouts)for all programs Complete cross-referencing is to be furnished in hard copy format for all memory locations utilized for each program. Provide submittal in three ring binder with tabulations organizing submittal. 8. Startup. >� a) Submittal will include proposed method of startup of each facility for final checkout. Local and Remote control modes,Alarming,Trending, Monitoring Functions, etc are to be included in proposed method Submittal should be received a minimum I of two weeks prior to proposed startup date 9. Training a) Submittal will propose training agenda. Submittal should be received a minimum of two weeks prior to proposed startup date 2. Drawings,systems, and other elements are represented schematically in accordance with ISA standards The nomenclature, tag numbers,equipment numbers, panel numbers,and related series identification contained in the Contract Documents shall be employed exclusively throughout submittals 3. Provide circuit diagrams and certification with the shop drawing indicating how voltage transient protection requirements are met 4 Warranties Provide copies of warranties and list of factory authorized service agents. B. Operation and Maintenance Manuals* 1 Prepare data in form of an instructional manual for use by Owner's personnel 2. Format a Size 8Y2 x 11 IN. b. Paper 20 lb Minimum,white,for typed pages. i c. Text, manufacturer's printed data or neatly typed. d Drawings 1. Provide reinforced punched binder tab,bind in with text. SIID40 REV 3 07-27-2011 17440-3 1 PACE ENGINEERS/ CITY OF KENT SECTION 17440 FOSTER PARK PUMP STATION INSTRUMENTATION 2 11 x 17 folded to 8%x 11 for working copies and E size for submittal copies 3 Where reduction is impractical,fold and place in 8%x 11 IN envelopes bound in text. 4 Suitably identify on drawings and envelopes 5 Provide all drawings and details on CD in AutoCAD format version 2000 or higher. e Provide flyleaf for each separate product,or each piece of equipment. 1 Provide typed description of product and major component parts of equipment. 2 Provide indexed tabs f. Cover- Identify with typed or printed title as follows. 1. "INSTRUMENTATION:OPERATION AND MAINTENANCE MANUAL" 2. Title of Project. 3. identity of general subject matter covered in manual. g Assemble and bind material in same order as specified h. Provide one manual for all equipment provided with appropriate sections. , 3. Binders a Manuals- Commercial quality,substantial, permanent,3-ring or 3-post binders with durable, cleanable, plastic covers 4. Neatly typewritten table of contents for each volume arranged in a systematic order a. Supplier, name of responsible principal, address,and telephone number b List of each product required to be included, indexed to content of volume. c. List with each product name, address, and telephone number of local source of supply for parts and replacement d. Identify each product-by-product name and other identifying symbols. 5 Product Data a. Include only those sheets that are pertinent to specific product. b Annotate each sheet to 1 Clearly identify specific product or part installed. 2. Clearly identify data applicable to installation i 3. Delete references to inapplicable information. 6 Drawings a Supplement product data with drawings as necessary to clearly illustrate: 1. Relations of component parts of equipment and systems. 2. Control diagrams 3 Interlock schemes b. Coordinate drawings with information in shop drawings to assure correct illustration of completed installation 7. Written text, as required to supplement product data for particular installation a Organize in a consistent format under separate headings for different procedures. b. Provide a logical sequence of instructions for each procedure 8. Copy of each warranty a Instances that might affect validity of warranties. 9. Content for each electric and electronic item or system: a. Description of system and component parts. 1 Function, normal operating characteristics and limiting conditions 2 Performance curves, engineering data,and tests 3 Complete nomenclature and commercial number of replaceable parts 4 Complete maintenance requirements in detail. Reference to manual is not acceptable. b Circuit directories 1. Electrical service. 2. Controls c. Operating procedures: 1. Routine and normal operating instructions. S 11D40 REV 3 07-27-2011 17440-4 PACE ENGINEERS/ CITY OF KENT SECTION 17440 FOSTER PARK PUMP STATION INSTRUMENTATION 2. Sequences required. 3. Special operating instructions. d. Maintenance procedures 1. Routine operations 2. Guide to troubleshooting. 3. Adjustment and checking. e Manufacturer's printed maintenance instructions f. Original manufacturer's spare parts list, manufacturer's current prices,and recommended quantities to be maintained in storage P g Other data as required under pertinent sections. 10. Prepare and include additional data when need for such data becomes apparent during instruction of Owner's personnel. 1.6 DELIVERY,STORAGE AND HANDLING A. Do not remove shipping blocks,plugs,caps,and desiccant dryers installed to protect the instrumentation during shipment until the instruments are installed and permanent connections are made. PART 2 PRODUCTS 2.1 PERFORMANCE AND DESIGN REQUIREMENTS A. System Operating Criteria Execution 1. Stability After controls have taken corrective action, as result of a change in the controlled variable or a change in setpoint, oscillation of final control element shall not exceed two cycles per minute or a magnitude of movement of 0 5 percent full travel 2. Response Any change in setpoint or change in controlled variable shall produce a corresponding corrective change in position of final control element and become stabilized within 30 seconds 3. Agreement Setpomt indication of controlled variable and measured indication of controlled variable shall agree within 3 percent of full scale over a 6 1 operating range 4. Repeatability For any repeated magnitude of control signal,from either an increasing or decreasing direction,the final control element shall take a repeated position within 0 5 percent of full travel regardless of force required to position final element 5 Sensitivity. Control shall respond to setpoint deviations and measured variable deviations within 10 percent of full scale 6 Performance. All instruments and control devices shall perform in accordance with manufacturer's specifications B. Equipment Surge Protection: 1. Provide power supplies for electronic equipment to successfully withstand surges in AC power circuits per the waveform,voltage amplitude,current amplitude,and frequency provided in IEEE C62 41. a. Successfully withstanding transients requires that none of the following conditions occur as a result of the transient 1 Erroneous output. 2. Component failure 3. Calibration change exceeding normal tolerances 2. Provide surge suppression on all analog loops excluding thermocouples. This suppression shall be on the field wiring at the Main PLC Control Panel and the field wiring at all analog field devices. SlID40 y REV 3 07-27-2011 17440-5 PACE ENGINEERS/ CITY OF KENT SECTION 17440 FOSTER PARK PUMP STATION INSTRUMENTATION 22 ACCESSORIES A Provide instruments with manufacturer's identification nameplate showing 1 Manufacturer's model number. 2. Manufacturer's serial number 3. Range (English units) 4. Power supply requirement. PART 3 EXECUTION , 31 INSTALLATION A. Install products in accordance with manufacturer's instructions. B. Use bottom entry for all conduit entry to instruments and junction boxes. C. Install electrical components per Division 16. D. Instrument Mounting j 1. Mount all instruments where they will be accessible from fixed ladders,platforms,or grade. 2. Mount all local indicating instruments with face forward toward the normal operating area, within reading distance, and in the line of sight 3. Mount instruments level, plumb, and support rigidly 4. Mount to provide a. Protection from heat,shock, and vibrations. b Accessibility for maintenance c. Freedom from interference with piping,conduit, and equipment 5 Do not mount current-to-pressure transducers on the control valves unless the transducers are received from the Manufacturer already valve mounted and tubed,or specific instructions to valve mount the transducers are given on the Drawings E. Connect surge arresters to ground. F. Panel-Mounted Instruments: 1 Mount and wire so removal or replacement may be accomplished without interruption of service to adjacent devices 2 Locate all devices mounted inside enclosures so terminals and adjustment devices are readily accessible without use of special tools and with terminal markings clearly visible. G. Wire and Cable see Section 16120. 3.2 FIELD QUALITY CONTROL A Maintain accurate daily log of all startup activities, calibration functions,and final setpoint adjustments B Instrumentation Calibration: 1 Verify that all instruments and control devices are calibrated to provide the performance required by the Contract Documents. 2. Calibrate all field-mounted instruments,other than local pressure and temperature gauges, after the device is mounted in place to assure proper installed operation S 11 D40 REV 3 07-27-2011 17440-6 i� PACE ENGINEERS/ CITY OF KENT SECTION 17440 FOSTER PARK PUMP STATION INSTRUMENTATION 3. Calibrate in accordance with the manufacturer's specifications. 4 Bench calibrate pressure gauges Field mount gauge within 1 day of calibration. 5. Calibrate each transmitter and gauge across its specified range at 0, 25, 50,75,and 100 percent. Check for both increasing and decreasing input signals to detect hysteresis 6. Replace any instrument that cannot be properly adjusted 7. Mark range, date,setpoint and calibrator's initials on each instrument by means of blue or black ink on a waterproof tag affixed to the instrument 8. Certify calibration equipment by an independent agency with traceability to NIST immediately prior to utilization of the equipment on this Project Re-certify equipment if the Engineer questions the accuracy of the equipment 9. Dead weight calibrate precision test gauges and use a secondary calibration standards Recalibrate precision test gauges on a weekly basis or as requested by Engineer Provide a dead weight tester certified with traceability to NIST. C. Loop checkout requirements are as follows: 1. Check control signal generation, transmission, reception and response for all control loops under simulated operating conditions by imposing a signal on the loop at the instrument connections. Use actual signals where available Closely observe controllers, alarm and trip units, remote setpoints, ratio systems,and other control components Make corrections as required Following any corrections,retest the loop as before 2. Stroke all control valves and start all pumps from the local control panel and then from SCADA computers 3. Check all interlocks to the maximum extent possible. 4. In addition to any other as-recorded documents, record all setpoint and calibration changes on all affected Contract Documents and turn over to the Owner iD. Provide verification of system assembly,power,ground,and 1/0 tests. E. Verify existence and measure adequacy of all grounds required for instrumentation and controls. F. During the demonstration period, observe each signal circuit for the existence of electrical noise. 1. Utilize noise suppression techniques given in Section 6 5"Suppressive Techniques,"of IEEE 518 for all circuits for which electrical noise introduces an error greater than the instrumentation accuracy iPART LEVELSWITCHES ' 4 1 LEVEL SWITCH—FLOAT TYPE A. General:Level switch shall use the movement of afloat,the weight of whose moving parts is less than that of the displaced process liquid,to actuate switches as the level changes.The switch(es)shall be integrally mounted within the float and connected to the control panel by a waterproof electric cable. B. Cable• 1. 16-gauge,two-or three-conductor SJOW,oil-resistant CPE. 2. Provide cable length as necessary for a continuous cable with no breaks or splices from the float switch to the control panel. C. Dry Temperature Rating 0 to 90 degrees C. S11D40 REV 3 07-27-2011 17440-7 PACE ENGINEERS/ CITY OF KENT SECTION 17440 1 FOSTER PARK PUMP STATION INSTRUMENTATION D Tether Method 2.5 pounds weight. E. The float covering shall be an impact-and corrosion-resistant ABS shell. , F. Switches: 1. SPST,Form C 2. Contact Rating:13 A at 120/240 Vac, 1/2 hp 3. Non-mercury G. Provide intrinsically safe relays(ISR)for switches H. Manufacturer, 1. Warrick Series M mechanical tilt float switch or approved equal. I. Cable Length 1 As required J. Provide five floats:1(one) High float, 1(one)Lag Pump ON float, 1(one) Lead Pump ON Float, 1(one) Pump(s)OFF Float, and 1(one) low-level float K. Float switches shall be installed in a manner that will prevent cable slippage or any other condition that will result in an unwanted level position change Float switches shall be installed in such a position as to prevent unwanted actuation due to water current flows or turbulence Float switches shall be installed in such a position as to prevent tangling of cables or obstruction of movement by other devices. 4.2 HYDROSTATIC LEVEL TRANSDUCER-MEASUREMENT SYSTEM A. General 1 The system shall measure pressure 2 The system shall communicate to external devices via industry standard two-wire,4-20 mA protocol B Service Conditions: 1 Location—Transducer: a. Transducer shall be installed within a stilling well within a wet well as shown on Drawings. b NEC Area Electrical Classification Class I, Division 1,Group D. 1 S IID40 REV 3 07-27-2011 17440-8 r r PACE ENGINEERS/ CITY OF KENT SECTION 17440 FOSTER PARK PUMP STATION INSTRUMENTATION C. Provide continuous length of cable between transducer and PLC. C Transducer 1. Measuring Range 0—15PSI vented gauge reference. j2. Operating Temperature Range-Minus 5 degrees C to plus 70 degrees C. 3. Material:316 stainless steel with Viton/Teflon wire seals. 4. Cable. Integrated cable of sufficient length to connect to transmitter with no splices or breaks. D. Manufacturer and Type: 1. Transducer. Instrumentation Northwest model PS-9 Series PS9800 Submersible Pressure Transducer. —no equal 2. Transducer Mounting. Kellem stainless steel heavy duty single eye, split mesh rod closing in two- inch perforated stilling well 3. Moisture Protection.Series 815 Aneroid Bellows. 4. Lightning protection as recommended by manufacturer 4.3 INTRUSION SWITCHES FOR WET WELL jA. General: 1. A switch will be required for each possible ingress point to the wet well. The system integrator shall provide this item to be installed by the site electrician. 2. Contacts rated for a minimum 1.OA @ 24VDC. 3. Switch shall be factory pre-wired with cable of sufficient length to connect to a junction box located outside the Class 1, Division 1 area 1 B. Service Conditions: 1. NEC Class 1, Division 1, Group D. 2 Shall be rated NEMA 4 or better 3. Operating temperature 0'C to 80°C without the presence of freezing moisture or water C. Manufacturer and Type Allen Bradley 802M or equivalent. 4.4 OPERATOR IN TROUBLE SWITCH A. General: 1. A single momentary pushbutton switch shall be provided in a suitable enclosure that maybe post-mounted in the pump area S 11 D40 REV 3 07-27-2011 17440-9 PACE ENGINEERS/ CITY OF KENT SECTION 17440 FOSTER PARK PUMP STATION INSTRUMENTATION 2. The enclosure and switch combination shall berated NEMA 4 or better. 3. The enclosure shall include an engraved faceplate 4. The switch shall be provided with a cover to prevent accidental operation. B. Service Conditions: 1. NEC Class 1 Division 1 location C. Manufacturer and Type* 1. Allen Bradley 800H series. PART 5 RADIOS 5.1 TELEMETRY RADIO A. General 1. Shall be Data Radio Integra TR 48/96 Kbaud, 12.5khz along with antenna, adapters,cabling, and connectors as shown in contract drawings and specifications —no equal. 2. 406-476 MHz Licensed Frequency 3 1-5 Watt RF Output Power 4 9600 bps RF Data Rate 5. 10+Mile Range B. Modes of Operation 1. Serial Networks a. Point-to-point b Point-to-multipoint c. Repeater Mode d Client Modes(Mobile) C. Technical Specifications 1. LED Indicators a Power On/Off b. Receiver On/Off c. Carrier Detect On/Off d Transmitter On/Off e. Link Status On/Off 2 1/0 Connectors a. RS-232C Port S11D40 REV 3 07-27-2011 17440-10 ' PACE ENGINEERS / CITY OF KENT SECTION 17440 FOSTER PARK PUMP STATION INSTRUMENTATION r1. DB-9 Female b RS-232C Programming Port 1. DB-9 Female c. Antenna Input/Output 1. SMA Female d. Input Power 1. 4-pin round snap and lock,12 V DC 3A nominal. 3. Transmitter ' a. Frequency of Operation 1. 450 to 470 MHz ' 2. Software Selectable b. RF Data Rate 1. 9600 bps c. Tx Output Power 1. 1-5 Watt d. RF Output Impedance 1. 50 ohms I4. Power a. Power Connector on Unit 1 10 to 16 VDC b. Receive 1. <220 ma @ 13 3 VDC c. Transmit 1. <26A@133VDC S. Case a. Dimensions 1 20in Hx4.5m.Wx4.gin.L 6. Other a. Warranty 1 1 Year b. Temperature Range 1. -30'to+600 C c. Humidity 1. 95%Non-condensing S11D40 REV 3 07-27-2011 17440-11 r PACE ENGINEERS/ CITY OF KENT SECTION 17440 ' FOSTER PARK PUMP STATION INSTRUMENTATION d. FCC Type Acceptance 1. EOTMCUB5R e. Industry Canada Type Acceptance 1. 773195561A PART 6 CAMERAS AND SURVEILLANCE SYSTEMS I 6.1 CAMERAS A. General 1. Up to four(4)cameras will be required 2 cameras will be mounted on a utility pole to provide r overall site surveillance.The other 2 cameras will be mounted under the eaves of the electrical enclosure shed and point to the pump area and generator set. 2. Cameras must be color and provide low-light capabilities. 3. Cameras must be network compatible. 4. Cameras must provide a minimum 720p HD resolution. 5. Cameras must support motion detection with alarm output contacts that will connect to the PLC and DVR device. B. Technical Specifications 1 Ethernet network compatible. Must support IPv4,TCP, HTTP, HTTPS, DHCP, DNS protocols. 2. Minimum resolution HD 720p at 30fps. 3 Low Light Sensitivity.O.Siux minimum illumination 4. Lens Variable focus lens,with minimum 2X optical zoom capabilities capable of providing at least 90 degrees horizontal viewing angle. S. Automatic Gam Control 6. CODEC support-H 264, MPEG-4,JPEG 7. Alarm output*x1 relay output for interface with PLC and DVR. B. Power: Power over Ethernet(PoE).(IEEE 802 3af-2003) 9. Operating temperature minus 10 degrees C to plus 50 degrees C. 10. SonySNC-CH120. 6.2 CAMERA ENCLOSURES&MOUNTING , A. General 1. Camera enclosure should be NEMA 4 or IP66 rated or better. 2. Enclosure shall be equipped with defroster and thermostatically-controlled heater. Power will be supplied from the PLC/Telemetry panel (120V 3A total) 3. Sun shade shall be provided for camera housings that will be exposed to direct sunlight. S 11D40 REV 3 07-27-2011 17440-12 ' PACE ENGINEERS/CITY OF KENT SECTION 17440 FOSTER PARK PUMP STATION INSTRUMENTATION 4. Tamper-resistant fasteners shall be used to secure enclosure access and mounting. 5. Consult site plan drawings for mounting method required for each camera. 6. If Ethernet wiring will be coexisting in the same conduit as control and power supply wiring,600V rated CAT6 shielded communications cable shall be used for camera connections 6.3 ETHERNET NETWORK SWITCH A General 1. One or more Ethernet network switches shall be provided for Ethernet connections to each IP camera,the DVR,the PLC,field service personnel,and future devices ' 2. A minimum of 4 PoE(Power over Ethernet) ports shall be provided, rated for the power demand of the IP cameras (see section 6.1) 3. A minimum of 4 non-PoE ports shall be provided for connections to the PLC, DVR,field service personnel, and future devices. 4 If multiple switches are used,the ports needed for interconnection of the switches should not be included in the above counts. B. SPECIFICATIONS 1. Network Speed: 100Mbps/10 Mbps,autosensing 2. Media Type: CATS,CAT5e,CAT6 cabling,8138C connectors 1 3. Power Supply 120VAC or 24VDC Other supply voltages may be used, but the appropriate power supply must be provided 4. Power over Ethernet(PoE) Must meet IEEE 802 3af-2003 standard for PoE. 5. Environmental Operating Temperature of-10 degrees C to 85 degrees C. 6 Manufacturer/Model: N-Tron 100-POE4 or equivalent. r6.4 DIGITAL VIDEO RECORDER A. General 1. A digital video recorder will be required to record 4 network(IP)cameras The DVR shall be located in the PLC telemetry panel ' 2. The DVR shall have the capability of monitoring at least 4 digital inputs. 3. The DVR shall be mounted in the PLC Telemetry panel. 4. The DVR shall support viewing of all cameras via a web client. 5 The DVR shall support the download of video files over USB or Ethernet to a PC running Windows XP,Windows Vista, or Windows 7 6. The DVR shall support downloading of files to an external USB hard drive B. Technical Specifications 1 CODEC support H 264, MPEG-4,1PEG. SlID40 REV 3 07-27-2011 17440-13 J 9 PACE ENGINEERS/CITY OF KENT -- --- --- -- SECTION 17440 FOSTER PARK PUMP STATION INSTRUMENTATION 2. Storage Capacity:At least 1T 3. Operating Temperature. 5 degrees C to 40 degrees C. 4. Power 120VAC 5. Manufacturer.Sony NSR-S10/1T i END OF SECTION 17440 i I 1 t 1 t 1 1 1 r S 11D40 REV 3 07-27-2011 17440-14 PACE ENGINEERS/ CITY OF KENT SECTION 17910 FOSTER PARK PUMP STATION PLC HARDWARE SECTION 17910—PROGRAMMABLE LOGIC CONTROLLER HARDWARE PART1 GENERAL 1.1 RELATED DOCUMENTS A. 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. Section Includes, 1 Programmable logic controller(PLC)control system(s), including: a. Hardware,installation,field testing,and training. B. Related Sections include the following: 1. Section 17920-Programmable Logic Controller(PLC)Programming 2. Scope Of Work Definitions 1.3 REFERENCES A. Referenced Standards: I 1. National Electrical Manufacturer's Association (NEMA): a ICS 1, General Standards for Industrial Control and Systems. b. ICS 11,Safety Guidelines for the Application, Installation and Maintenance of Solid State Control c. ICS 4,Terminal Blocks for Industrial Use. d ICS 6, Enclosures for Industrial Controls and Systems. e. Publication No 250, Enclosures for Electrical Equipment(1000V maximum). 2. National Fire Protection Association(NFPA) a. National Electric Code(NEC) i1.4 SYSTEM DESCRIPTION A Design Requirements 1 The system includes brick,central processing units(CPUs), input/output(1/0)modules, communication modules, power supplies, and associated accessory items to provide a complete and functional process control system for the facility fB. Performance Requirements 1 The installed system performs the functional and operational algorithms required for control of the process 1.5 SUBMITTALS 1 A. Product Data 1. Manufacturer's data sheets for hardware components including specific model numbers for each device,and size of memory provided in each CPU SlID40 REV 1 07-27-2011 17910-1 s PACE ENGINEERS / CITY OF KENT SECTION 17910 FOSTER PARK PUMP STATION PLC HARDWARE 2. Manufacturer's installation,and operation maintenance manuals. B. Shop Drawings 1. Drawings a. System diagram showing the arrangement, connection,and interconnection of PLC system components. b. Wiring diagrams for the PLC equipment,showing devices,wiring internal to the control panel,terminal blocks, and distinguishing field wiring from wiring internal to the enclosure. 2. Schedule of system I/O including the following data. a. 1/0 point,with name,tag number,and indication of type and the characteristics of the 1/0 signal. 3. Factory(shop)test results. 4. Listing of spare parts provided with the system. C. Operation&Maintenance Manuals: 1 See Section 17000"Submittals" 2 Provide specific information including• a Manufacturer's published operation and maintenance manual and troubleshooting guide. b Information for obtaining assistance and troubleshooting, parts ordering information, and field service personnel requests 3. Include final system drawings and final 1/0 lists 1.6 QUALITY ASSURANCE A. Qualifications 1. Installer has experience successfully installing and starting up a minimum of three installations of similar size and scope. PART 2 PRODUCTS 21 MANUFACTURERS i A Subject to compliance with the requirements, provide products by the following manufacturers: ■ 1 Siemens S7-300 series. 2.2 EQUIPMENT , A. See Section 17920 for operational descriptions to be met by the PLC system. B Conform to NEMA ICS 1.1 for installation and application of the PLC system C. The equipment consists of fully integrated microprocessor units specifically designed for operation in unconditioned audible noise and high vibration areas 1. Includes analog,digital, and communications interfaces for interface directly with ISA or other industry standard transducers,actuators,and communications equipment without the need for intervening conditioning devices. D Equipment operates in 32 to 140 degrees F temperature and 0 to 95 percent relative humidity Equipment may require cooling fans or other heating or conditioning equipment to operate in this environmental range. Provide if necessary. S11D40 REV 1 07-27-2011 17910-2 PACE ENGINEERS / CITY OF KENT SECTION 17910 I FOSTER PARK PUMP STATION PLC HARDWARE E. Where multiple trains of equipment are controlled by the PLC,components(such as 1/0 modules, power supplies,etc)shall be assigned or arranged so that the failure of one component does not affect equipment on all trams Unless specifically shown otherwise or required for safety reasons, group 1/0 points for each train on a single 1/0 module. F. Include the following minimum safety measures: 1. External watchdog function to monitor. a Internal processor clock failure b. Processor memory failure. c. Loss of communication between processor and 1/0 modules. d Failure to execute logic program. 2. Safe wiring: ' a. Equipment failure mode is such that the loss of power or control signal to the equipment results in the equipment either shutting down or operating safely. b. Stopping of equipment results from de-energizing control circuits rather than energizing control circuits 3 PLC Fault relay: a. Opening of PLC fault contact occurs with the following conditions: 1 Loss of memory 2. Processor fault. 3. Power supply fault. 4. Isolation failure. S Communications failure. 6 Scan time overrun. 7. Module failure 4. Monitoring of internal faults and display a Internal PLC system status and faults shall be monitored and displayed on the processor module or rack Monitored items shall include 1 Memory OK/loss of memory 2 Processor OK/processor fault. 3. Battery OK/battery low 4 Power supply OK/power supply fault. 5. Scan time overrun 6. Module failure. ' G. Monitoring of Internal Processor Faults: 1. An internal watchdog shall time out and shut down the processor upon detection of a problem. Problems include a. Processor fails to correctly address input modules. b Processor ceases to execute the logic program c. Input modules fail to read current status values of inputs. d. Processor memory failure. H. Logic Protection. 1. Interlocks shall be provided which prohibit modifying the processor's logic online or changing +� pres-set parameters, unless a valid software security code is entered and/or a hardware key is set 2. Upon power up,the processor's RAM memory is automatically uploaded from a Flash(non- volatile memory storage)memory cartridge 2.3 COMPONENTS SIID40 REV 1 07-27-2011 17910-3 i PACE ENGINEERS/ CITY OF KENT SECTION 17910 FOSTER PARK PUMP STATION PLC HARDWARE A Provide components as indicated B Provide all incidental materials and equipment required for a complete,functional,and successfully , operating PLC system These items include,but are not limited to 1 Power supplies 2. Filters 3. Isolation Transformers 4. Relays 5. Delay or Suppression Devices 6. Interconnecting Devices 7. 1/0 isolation modules 8. Other items ordinarily furnished as part of a complete system C. PLC System Central Processor Unit(CPU) 1. Solid-state electronic CPU capable of providing the required control functions. 2. Memory: a. Battery-backed RAM b Flash memory program backup. c. Provides 20 percent minimum spare useable memory capacity after required programming is in place and operating. 3. Uses ladder logic style programming. 4. Scan times a. Program scan 1mSec/K maximum. b. Complete 1/0 scan 100mSec maximum. 5 Able to communicate with other CPUs, remote 1/0 devices, and PLC's,as specified or indicated. a. Includes bi-directional communication port for interface with other control systems 6 Able to communicate with computer hosting HMI (Human-Machine Interface)software a Communicates using PROFIBUS using serial cable and radio modem 7. On-line configurable 8. Illuminated status indicators for"RUN"and "FAILURE" D Input/Output(1/0) Modules. 1. General requirements. a. Solid state design with status lights for each channel and module failure. b Electric isolation between logic and field device c. Power provided through rack chassis d. 1500 volt common mode transient withstand capability. e Meet or exceed electrical noise tests in NEMA ICS 1 2. Spare Inputs and Outputs a. There shall be at least two(2)spare, unused digital inputs available for future use. b There shall be at least one(1)spare,unused digital output available for future use. 3. Discrete 1/0 modules a Input modules b. Voltage rating to match circuit voltage. c. Output module 1 Relay outputs where possible with rating to match maximum circuit current draw. Minimum 2A/point for 120 VAC applications 2 Provide diode protection and interposing relays where relay outputs or output rating requirements cannot be met S l ID40 REV 1 07-27-2011 17910-4 PACE ENGINEERS/ CITY OF KENT SECTION 17910 1 FOSTER PARK PUMP STATION PLC HARDWARE d. Provide isolated modules for applications where one module interfaces with devices utilizing different sources of power e. Individually fused outputs with blown fuse indication,for outputs to devices outside of the PLC panel 4. Analog 1/0 modules: a Isolated and floating analog signal input and output modules unless specifically shown otherwise b. 12 bit resolution,minimum. c. Suitable for standard process signals of 4-20mA or 1-5volts unless specifically indicated otherwise d. Individual D/A converter for each output module. e. Individual A/D converter for each input module. ' f. Provide surge suppression modules on all field wiring,(twisted pairs),for analog 1/0 devices excluding thermocouples. The modules shall conduct surges to ground at voltage levels of 30 to 36 VDC E. Power Supply Units: 1. Each unit sized to supply the connected PLC system components operating at full capacity, plus an additional 20%spare capacity,minimum. 2. Input is 120 VAC,60 HZ,single phase a Provide power supplies to successfully withstand surges in AC power circuits without I affecting normal operation of processor and 1/0 modules. 3. Provide an uninterruptible power supply(UPS)for each load listed below which is capable of maintaining power to that load for a minimum of 10 minutes following loss of normal power The optional relay card shall be provided for UPS system input status into the PLC as shown in the drawings. a UPS powered loads ' 1 PLC 2. RADIO 3. SURVEILLANCE DVR and CAMERAS 4. ETHERNET SWITCH 5. HMI 6. 24V CONTROL WIRING b. Input is 120VAC,60 Hz. c. Output is 120VAC,60 Hz. ' d. Shall be sized with capacity sufficient to operate powered loads for a period of 10 minutes e. Maintenance free lead-acid type battery. f. Relay outputs shall be provided to signal loss of line power and battery low conditions. 1 g. Approved Manufacturers 1. Sola 2. APC ' F. PLC System Enclosure. 1. The PLC System is mounted in the control panel as shown on the drawings 1 2. Component placement a. Comply with NEMA ICS-6 for mounting,ventilation,and grounding b. Locate power supplies with sufficient clearance for circulation of cooling air S l I D40 REV 1 07-27-2011 17910-5 r PACE ENGINEERS/ CITY OF KENT SECTION 17910 , FOSTER PARK PUMP STATION PLC HARDWARE c. Do not place CPU or 1/0 racks directly above the power supply. d. Locate devices supplied with line power(transformers, power supplies,surge suppressors, etc)to keep power wire runs within the enclosure as short as possible e. Place circulating fans or cooling equipment,as required,close to major heat generating devices f. Group input/output modules by type 3. Wiring a. Run wiring within the enclosure in wireways and label wires at both ends. 1. Wireways have removable covers b. Separate AC power wiring from low-level DC wiring, 1/0 power supply wiring, and 1/0 rack interconnect cables c. Separate AC signal wires from DC signal wires. d. Grounding. 1. Ground the rack to an instrument ground bus. 2. Ground the enclosure to an equipment ground bus e. Factory wire all 1/0 module points to labeled screw type terminals. f. Termination requirements 1. Make device connections to 1/0 modules by terminating all field wiring on labeled terminals within the enclosure 2. Terminals are suitable for terminating#12 through#18 AWG conductors. 3 Provide minimum 20%spare unlabeled terminals 4. Provide terminals for individual termination of each signal shield g Provide two electrical outlets and one fluorescent or LED light fixture(with switch)in each RTU enclosure. 2.4 ACCESSORIES A. Provide all accessories required,whether indicated or not,for a complete PLC control system to accomplish the requirements of the Drawings and Specifications. 2.5 SOURCE QUALITY CONTROL A. Factory(shop)test 1. Provide a shop test after factory completion and prior to shipment a Conduct a burn-in period(minimum of 2 days)where the system is operated continuously and checked for proper operation. b Utilize dummy I/Os to verify proper operation c Provide a computer and software for the testing to allow viewing of system parameters and entering of parameters simulating operator entries of parameters such as set points and ' alarm values d. Allow for Owner and/or Control Systems Engineer representatives to witness the shop test. Provide a minimum of 15 days notice prior to test e Do not ship the system prior to successful completion of this testing. 2. Submit a shop test plan indicating how the test will be conducted and how system operation will be verified 26 EXTRA MATERIALS A. Provide the following extra materials: 1. Provide one spare 1/0 module of each type of module installed. 2. Provide one spare communication or specialty module for each type of module furnished. SIID40 REV 1 07-27-2011 17910-6 PACE ENGINEERS/ CITY OF KENT SECTION 17910 FOSTER PARK PUMP STATION PLC HARDWARE 3. Provide a list of the manufacturer's recommended spares for maintenance purposes Include in the list any special tools and test equipment necessary or recommended by the manufacturer for the maintenance for the complete system 4. Provide one spare Remote 1/0 communications module for every 5 modules,or fraction thereof, of each module installed Provide one spare block 1/0 for every 5 blocks,or fraction thereof,of each type of block installed Provide one spare block 1/0 communication module for every 5 modules, or fraction thereof, of each module installed. PART 3 EXECUTION 3.1 INSTALLATION rA. Install PLC control system in accordance with manufacturer's written instructions. B. Test,verify and demonstrate access to and functionality of PLC system. 32 FIELD QUALITY CONTROL A. Provide the services of the equipment manufacturer's field service representative(s)to: 1 Inspect equipment covered by these Specifications. 2 Supervise adjustments and installation checks 3. Maintain and submit an accurate daily or weekly log of all commissioning functions. a. All commissioning functions maybe witnessed by the Control Systems Engineer. b All reports shall be cosigned by Contractor and the Control Systems Engineer if witnessed. 4. Conduct startup of equipment and perform operation checks S. Provide Owner with a written statement that manufacturer's equipment has been installed properly,started up, and is ready for operation by Owner's personnel. 3.3 DEMONSTRATION A. Demonstrate the system in accordance with Section 17100"Control System Basic Requirements." tB. On-Site Training. 1. Provide the following formal training sessions at the owner's facility for Owner's operating and maintenance personnel by a factory authorized instructor after the system has successfully undergone all field testing and acceptance procedures a. Initial 2-day training session at the time of startup END OF SECTION 17910 SIID40 REV 1 07-27-2011 17910-7 PACE ENGINEERING/ CITY OF KENT SECTION 17920 FOSTER PARK PUMP STATION PLC PROGRAMMING SECTION 17920—PROGRAMMABLE LOGIC CONTROLLER:PROGRAMMING PART 1 GENERAL 1.1 RELATED DOCUMENTS A Drawings and general provisions of the Contract,including General and Supplementary Conditions and Division 16 Specification Sections,apply to this section. 1.2 SUMMARY A Section Includes: r 1. Programmable logic controller(PLC)control system(s),including- a. Software, programming,installation,field testing,and training. B Related Sections include the following 1 Section 17910—Programmable Logic Controller(PLC) Hardware. 2. Scope Of Work Definitions. 1.3 SYSTEM DESCRIPTION A. Design Requirements: 1 The system includes programmed algorithms that run on the PLC hardware to provide a complete and functional process control system for the facility. B Performance Requirements: 1. The installed system performs the functional and operational algorithms required for control of the process 1.4 SUBMITTALS A. Product Data: 1 Manufacturer's information for software components including specific version or release numbers for each program,module,driver,or similar software >� 2 Manufacturer's programming manual. B. Shop Drawings 1. Flow chart of process algorithms to be implemented in the PLC programming,submitted prior to beginning of programming 2 Annotated copies of PLC software programs with cross reference and 1/0 and register lists,as described in Paragraph C2b below C Operation&Maintenance Manuals. 1. See Section 17000-1 5-H "Operation and Maintenance Data". 2. Provide specific information including a. The manufacturer's programming manual. b Include final annotated hard copies of system programming,final cross reference,and final 1/0 and register lists. 1 Annotations include the following: S l ID40 REV 1 17920-1 07-27-2011 PACE ENGINEERING/ CITY OF KENT SECTION 17920 FOSTER PARK PUMP STATION PLC PROGRAMMING a) Written description of each rung's function. b) Description of each coil,contact,timer,counter,or similar function block component. c) Reference to name,control loop or instrumentation tag number(s)of 1/0 devices for each rung where applicable 2. Cross reference includes register addresses indicating where each register,cod,contact, timer,counter,or similar function block is used 3. Schedule of system 1/0 including internal register address of each 1/0 point. 4 Listing of auxiliary registers and values such as setpoints, operating parameters,control loop tuning parameters, and similar registers or values used, including the following associated data a) Each value or parameter with its register type,register address,descriptive name, ' and function in the program or algorithm c. Include information for obtaining assistance from the programmer. d. Electronic copy of final PLC logic. ' 1.5 QUALITY ASSURANCE A. Qualifications 1. Programmer has experience successfully programming PLC's for a minimum of two projects of similar size and complexity. Utilize one programmer for the entire project 1.6 SEQUENCING AND SCHEDULING A. Installation and Startup. 1 Sequence the installation and startup of the PLC program in coordination with the scheduled startup of portions of the facility. This sequencing may involve startup and operation of portions of the facility under the new control system while other portions remain in operation under the old control system. Provide for operation of the added portions of the plant under the new control system,while maintaining operation of other parts of the facility under construction PART 2 PRODUCTS 2.1 MANUFACTURERS A. Subject to compliance with the requirements, provide products by the following manufacturers- 1. Siemens ' B. The PLC software must be of the same manufacturer as the PLC of Section 17910 and must be compatible with that PLC hardware Software shall be Siemens Step 7 The version of software used for programming shall be the same version as owned by the City of Kent at project start. 2.2 COMPONENTS A. Provide the manufacturer's complete system programming software package that uses a high level language with pre-programmed software algorithms that may be linked to perform the functions specified and/or required. ' 1 Software operates on a personal computer under Microsoft Windows XP Windows Vista and 7 compatibility may be provided through the use of virtual machines. 2. Software is capable of downloading and monitoring programs on a PLC processor locally via serial link and via an Ethernet link S I I D40 REV 1 07-27-2011 17920-2 PACE ENGINEERING/ CITY OF KENT SECTION 17920 FOSTER PARK PUMP STATION PLC PROGRAMMING 3. Software capabilities include a. Full documentation capability b. On/Off line programming. c. Program over network capability d. Two-step commands requiring operator verification prior to deletion of any programming. 4. License the software to the Owner and provide copies of the license agreement to the Owner. 2.3 SOURCE QUALITY CONTROL A. Testing 1 Test programming after completion of programming and prior to loading on PLC at the project site. a. System is operated continuously and checked for correct operation including program ' operation, loop controls, indications,alarm responses,noise immunity,and on/off sequencing control b. Utilize dummy I/Os to verify proper operation of programming. , c. Provide a computer and software for the testing to allow viewing of system parameters and entering of parameters simulating operator entries of parameters such as set points and alarm values 2. Notify the Control Systems Engineer at least two weeks prior to testing of the program Submit a test plan prior to testing. PART EXECUTION 31 APPLICATION A Create program using manufacturer's software specified in Part 2, 1. Provide programming to accomplish all control and monitoring requirements indicated or specified 2. Provide PLC system programming(if any) required for communication with the operator interface specified under Section 17930 B. Interlocks and protection Include the following minimum interlock and protective measures: 1 External watchdog function to monitor, a. Internal processor clock failure b. Processor memory failure c. Loss of communication between processor and 1/0 modules. d. Failure to execute logic program. 2 Functional wiring a Equipment is started by the energizing of coils with resultant closing of a normally open contact b Loss of control signal to equipment results in the equipment shutting down. 3. Monitoring of internal faults and display a. Internal PLC system status and faults shall be monitored and displayed on the processor module or rack Monitored items shall include 1. Memory OK/loss of memory 2. Processor OK/processor fault 3. Batter OK/battery low 4. Power supply OK/power supply fault 5 Module failure 4. Operator intervention. S11D40 REV 1 07-27-2011 17920-3 PACE ENGINEERING/ CITY OF KENT SECTION 17920 FOSTER PARK PUMP STATION PLC PROGRAMMING a Safety shutdown of equipment or a system requires manual operator intervention before the equipment or system operation may be re-established C. Logic Protection: 1 Software interlocks prohibit modifying the processor's logic online or changing pre-set parameters, unless a valid security code is entered or a hardware key is set. 2. Upon power up,the processor's RAM memory is automatically uploaded from the Flash (non- volatile memory storage) memory cartridge D. Program Organization 1. Organize and format the PLC programs in the processor consistently. a. The programming and annotation for any given alarm,timer, counter, control loop,function, etc, in any given processor shall be programmed,formatted, and organized similarly to other comparable alarm,timer,counter,control loop,function, etc,in any other processor in the system 2. All 1/0 points to be monitored by the HMI shall be buffered into intermediate memory registers. 3. All registers to be monitored by or written to the HMI shall be ordered into consecutive blocks 4. Create the program to utilize system memory and register space in an efficient and logical manner. a. Organize code sections logically. b. Assignor use register and memory space to minimize complexity,scan time,and memory space, but not at the expense of logical order 3.2 PROGRAM ALGORITHM DESCRIPTIONS I A General—The following algorithms and functions shall be provided in the PLC programming- 1 The following information shall be available to the HMI If the HMI cannot directly access data from the PLC,then the information shall be transferred to a PLC from which the HMI can access data a The following information shall be provided for facility equipment controlled by the PLC 1. The amount of time that the equipment is running(in minutes) 2. The number of equipment starts b. All discrete 1/0 and analog 1/0 wired to the PLC's and Remote 1/0 devices• c. All additional information noted in the algorithms below. 2. Where the algorithm for a piece of equipment indicates that a parameter is configurable, provisions shall be made for the parameter to be adjustable from the HMI. In particular, changing the value of the parameter shall not require editing PLC code In addition,the value of the parameter shall be maintained through loss of power to the PLC. 3. Upon a power interruption to the facility, PLC calls to equipment are removed Upon restoration of power, equipment is restarted after a delay given by its restart stage Data from the UPS shall be used to indicate power failures 1 4. Where multiple items of equipment are specified to operate only one at a time,the PLC shall have provisions for either.1) placing the pumps in a prmary/backup order and alternating the primary/backup order after each cycle of operation, or 2) placing the equipment in a fixed order of operation without alteration. Selection of option 1(alternation)or 2(fixed order)shall be made by the operator via the Scada In the case of option 2(fixed order),the operator shall also be able to designate which pump is to operate. B. Control System Interlocks S11D40 REV 1 07-27-2011 17920-4 PACE ENGINEERING/CITY OF KENT SECTION 17920 FOSTER PARK PUMP STATION PLC PROGRAMMING 1. Write control system algorithms within the PLC logic program based upon the below interlock list Provide methods of controlling these functions at the operator interface as well as the HMI computer. C Level 1. Monitor analog inputs for level readings. Provide means to change set points and alarm set points Scale accordingly per the different operating ranges for each piece of equipment defined by the contract D Emergency Stop , 1 Provide logic to shutdown all equipment and terminate all functions when any of the emergency stops is activated. E. Level Alarms , 1. Program level alarms for the following: a Wet Well High Float. 3.3 FIELD QUALITY CONTROL A Test,verify and demonstrate access to and functionality of PLC system. 1 Test,verify and demonstrate access to and functionality of all 1/0 in the PLC system through the plant computer B. Provide for programming personnel to be present on site at startup of the system(s) 1. Conduct startup of program applications and perform operational and functional checks. 2. Coordinate the startup and testing of the software application(s)with the PLC hardware ' installation (Section 17910)and OIT(Section 17930) 3 Provide Owner with a written statement that software program application has been properly started up, operates per requirements,and is ready for operation by Owner's personnel 3.4 DEMONSTRATION A. Demonstrate the system in accordance with Section 17000"Control System Basic Requirements." , B. On-Site Training, 1. Provide the following formal training sessions at the owner's facility for Owner's operating and ' maintenance personnel by an instructor familiar with both the manufacturer's commercially available applications provided and the specific programmed applications provided for this project,after the system has successfully undergone all field testing and acceptance procedures Each training session shall be a minimum of 4 hours. Use any time that remains after each training session (up to the 4 hour minimum)to provide minor adjustments to the system per the Owner's request for easier or more convenient operator use of the system. a Initial 2-day training session at the time of startup END OF SECTION 17920 S11D40 REV 1 07-27-2011 17920-5 PACE ENGINEERING/ CITY OF KENT SECTION 17930 IFOSTER PARK PUMP STATION OPERATOR INTERFACES SECTION 17930-OPERATOR INTERFACES PART1 GENERAL An operator interface(HMI) unit shall be provided. Unit will be mounted to the swing-out panel located inside the Telemetry panel. PART2 HARDWARE 21 DISPLAY A The HMI shall be equipped with a 12.1"color, backlit,TFT touchscreen display. Touch screen sensor ' shall be of the capacitive or resistive type B Shall be capable of 800x600 pixel resolution, 64K colors. 2.2 MEMORY A. At least 6 Mb integrated user memory with capability for expansion using PC/CF cards 23 INTERFACES A. One(1) RS422/485 port. B. Two(2) USB 2 0 ports C. Two(2) Ethernet ports capable of interfacing with S7 PLC via MPI or Profibus DP. 2.4 MOUNTING A. HMI shall be panel-mounted on swing-out panel located in the telemetry panel. HMI shall be I mounted vertically 25 POWER SUPPLY A. 24 VDC operation,13A typical current draw,1.8A maximum constant current B Permissible voltage range 19 2-28 8 VDC. I 2.6 OPERATING ENVIRONMENT A. Since unit will be housed inside a sealed enclosure,no specific NEMA rating is required. B. TEMPERATURE RANGE 1 0°C to 50°C ambient 2. 10-90%relative humidity, non-condensing. 2.7 MANUFACTURER A. Siemens MP377 P/N:6AV6 644 OAA012AXO -no equivalent. PART 3 SOFTWARE The system integrator shall supply operator interface(HMI) configuration software. Software should be capable of running m Windows XP or a Windows XP virtual machine environment Software shall be Siemens SIMATIC WInCC Flexible ES Software and License shall be delivered to Owner at time of panel delivery PART4 PROGRAMMING 41 GENERAL A The programming of the operator interface shall be done by the system integrator. B Programming shall be done in accordance to standards set forth in section 17920 of this specification. 4.2 EQUIPMENT STATUS A All equipment status monitored by the PLC as well as telemetry communication status shall be shown on the operator interface. 4.3 ALARM STATUS A. All alarm conditions monitored by the PLC shall be shown on the operator interface. B. All alarms maybe acknowledged using the operator interface C All alarm delay periods shall be capable of being set using the operator interface. 44 SET POINT ADJUSTMENT A. All alarm delay set points shall be configurable using the operator interface B. All alarm enable/disable functions shall be configurable using the operator interface C. Camera motion detection set points shall be capable of being set using the operator interface. 4.5 PUMP CONTROL A. No provision for control of pumps from the HMI will be provided. END OF SECTION 17930 Sl ID40 REV 1 07-27-2011 17930-1 PACE ENGINEERING / CITY OF KENT SECTION 17999 FOSTER PARK PUMP STATION ITEM LIST SECTION 17999—ITEM LIST L PART 1 GENERAL , The following is a list of field instruments and components inside the PLC/Telemetry and Pump Control panels This list is provided as a convenience and should not be construed to be all-inclusive. FIELD-MOUNTED INSTRUMENTS CITY Description 4 IP Cameral 4 Enclosure,Camera' 4 Sun Shade, Enclosure' 4 Heater, Blower,Defroster Unit,Enclosure' 2 Ceiling Mount, Enclosure, Medium Duty' 2 Pole Mount, Enclosure, Medium Duty' 4 Mounting Hardware,Tamper-Proofs 1 Antenna,Telemetry(see specification) 1 Operator In Trouble pushbutton w/enclosure and cover , 1 Well Intrusion Switch 802M 1 Mounting hardware,antenna,pole-mount,tamper proof 100ft Cable, RF,Antenna(est qty) 5 Float switch,see specification' 500ft Cable,float switch(est. qty) 1 Intrusion switch, NC, Pump Station(one switch per monitored door) 1 Intrusion switch, NC, Generator Set(one switch per monitored door) 1 Level Transducer,4-20ma loop-powered,0-15P51' 100ft Cable, Level transducer,vented(est.qty) '—item is not considered part of the PLC or Pump control panel and is subject to open bidding t S l ID40 REV 2 07-27-2011 17999-1 PACE ENGINEERING/ CITY OF KENT SECTION 17999 tFOSTER PARK PUMP STATION ITEM LIST PLC/TELEMETRY PANEL CITY Description 1 PLC,SIEMENS,S7-300 48 PLC, Digital input 1 PLC, Ethernet Communications Port _=_ I _ 1 PLC, RS-232 Communications Port 8 PLC, Digital output 1 PLC,Analog input,4-20ma 1 DIGITAL VIDEO RECORDERi _ 1 Switch, Ethernet,8 port w/4 port PoE 1 = Power Supply, Ethernet switch - ' 1 Radio,Telemetry(see specification) - 1 _ Power Supply, 12VDC, Radio 1 Power Supply,24VDC 1 _ Lightning Arrestor,Telemetry Radio- 1 Cable,Telemetry Radio to PLC, RS-232 2 Patch Cord, Ethernet,CAT5e _- 1 -1 Surge Suppressor - 2-=- Receptacle, 120VAC -1 Circuit Breaker,single-phase,25A,Main 1 -__ Circuit Breaker,single-phase,5A, PLC Power __- 1_ Circuit Breaker,single-phase,2A, PLC Digital Output 1-_ Circuit Breaker,single-phase,10A, Pump Panel Fans/Heaters - 1 Circuit Breaker, single-phase,SA,Telemetry Radio Power Supply 1 Circuit Breaker,single-phase, 5A, 24VDC Power Supply `= 1 Circuit Breaker,single-phase,3A, IP Camera Heaters/Blowers/Defrosters 1 Circuit Breaker,single-phase,2A, Ethernet Switch Power Supply 1 _ _Circuit Breaker,single-phase,3A,Siemens HMI 1 Fuse Holder and Fuse,3A, Radio Power Supply output 1 -Fuse Holder and Fuse,5A,24VDC power Supply output —_ I 1 Fuse Holder and Fuse, 1A, PLC Digital inputs 4 Fuse Holder and Fuse,1/4A, PLC Analog inputs 1 Fuse Holder and Fuse, 1A,Analog Intrinsic barrier 1 Fuse Holder and Fuse,1A,Spare _ - 1 Fuse Holder and Fuse,3A,Radio Power Supply output 1 Fuse Holder and Fuse,XA, Ethernet Switch Power supply output -14 Control Relay, 24V 1 Intrinsic Barrier, Analog , 1 Ground Bar - 5 Intrinsic Safety Relay 1 Heater, Forced Air = -_ 2 Breather Vent 1 Switch,NC, Panel Intrusion 1 Enclosure,Wall Mount,w/back pan and swing-out panel,48HX36WX12D ` 1- Aneroid Bellows,Series 815, Level Transducer Cable 1 - Siemens MP377 Color touchscreen HMI I 1 APC 1500VA UPS with dry relay contact output module As required Engraved nameplates -,- As required Terminal Blocks SlID40 REV 2 07-27-2011 17999-2 PACE ENGINEERING/CITY OF KENT SECTION 17999 FOSTER PARK PUMP STATION _ ITEM LIST '—item is not considered part of the PLC or Pump control panel and is subject to i open bidding PUMP CONTROL PANEL QTY Description 1 Enclosure,Wall Mount,w/backpan 48Hx36Wx12D 1 Swing Out Panel 2 Ventilation Hood 2 Ventilation Fan and Grill Kit 2- Disconnect Switch 12 - Switch,3 position,HOA - 2 Indicator,Green,w/push to test ` 2 Indicator,Red,w/push to test , 1 , Thermostat,ventilation fan 2 Soft Starter,30HP,480V 3-phase 4 Power distribution block 2 Circuit Breaker,3-pole,50A Thermal Magnetic Type 1 Heater, Forced air with integral thermostat 1 Switch, NC, panel intrusion 1 Relay, Phase Fad As required - Engraved nameplates As required- Terminal Blocks " -END OF SECTION 17999- ' S11D40 REV 2 07-27-2011 17999-3 ' KENT STANDARD PLANS The following Kent Standard Plans supplement all other plans, which have been prepared for this project and are considered to be a part of the project plans. SEWER 4-5 Manhole Grade Ring, Safety Steps & Ladder STORM 5-1 Catch Basin Type I 5-2 Catch Basin Type II 5-3 Misc. Details for Drainage Structures 5-4 18" x 24" Catch Basin Frame t5-6 18" x 24" 2-Way Vaned Grate STREET 6-34 Curb and Sidewalk Joints 6-35 Expansion and Contraction Joints 6-44 Industrial Cement Concrete Driveway Approach 6-48 Residential Driveway Slopes 6-73 Typical RPM Lane Markings 6-82 Sign Installation 6-83 Street Name Sign Installation Foster Park Pump Station/Inouye A - 2 August 17, 2011 Project Number 09-3005 12"MIN. � � 12"MIN. � � 3 1/2" 1"RADIUS _ E 3" 3" 6 1/2" MIN. L � 12 O f DROP RUNG HANDHOLD MANHOLE STEP 12 MIN. � 11 3/4"MIN. � CENTER TO CENTER 6" 91J2" :=Ij MIN. MANHOLE STEP GALVANIZED DROP RUNG MANHOLE STEP AND PREFABRICATED LADDER 6 12" ' 11 1/2" 12" • 6"FOR STEP �cY 11 3/4"MIN. 1 3"FOR HANDHOLD l J CENTER TO CENTER 9 1/8" FOR STEP 6 1/8" FOR HANDHOLD 6 POLYPROPYLENE DROP RUNG MANHOLE STEP AND PREFABRICATED LADDER NOTES: 1 MANHOLE STEPS CONFORMING TO SECTION R,ASTM C-478.AASHTO M-199 REQUIREMENTS AND REQUIREMENTS OF ASTM D-4101 FOR POLYPROPYLENE AND ' ASTM A-615 FOR 1/2"GRADE 60 DEFORMED REINFORCING BAR FOR POLYPROPYLENE 5 24" 5" STEPS,AND ALL WISHA AND OSHA SPECIFICATIONS,ARE ACCEPTABLE PROVIDED THEY ARE PRE-APPROVED BY THE DIRECTOR OF PUBLIC WORKS `v 2. DROP RUNG STEPS ARE TO BE#8 GALVANIZED DEFORMED REBAR. �-- 1"CLEARANCE #4 BAR 3 PREFABRICATED LADDERS ARE TO BE#7 GALVANIZED SMOOTH STEEL. 4, MANHOLE PREFABRICATED LADDER STEPS SHALL BE PARALLEL OR APPROXIMATELY GRADE RING RADIAL AT THE OPTION OF THE MANUFACTURER, EXCEPT THAT ALL STEPS IN ANY MANHOLE SHALL BE THE SAME, OS PENETRATION OF OUTER WALL 8Y A NOTE: THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT STEP LADDER OR LADDER LEG IS BUT AN ELECTRONIC DUPLICATE THE ORIGINAL,SIGNED BY THE ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON PROHIBITED USE FLANGED END FOR BOLTING TO WALL IN STORM DRAINAGE SOSEPj�r FILE AT THE CITY OF KENT A COPY MAY BE OBTAINED UPON APPLICATIONS. � oF WASjHy REQUEST. EMBED FOOT OF LADDER IN CONCRETE tiP P� ,z CITY OF KENT ENGINEERING DEPARTMENT IN POURED AND/OR CHANNELED FLOOR. N MANHOLE GRADE RING, A 21483 �KE SAFETY STEPS dt LADDER 7. MANHOLE STEPS OR LADDERS ARE NOT %, �F�lSTER � oEsicwED __ REQUIRED WHEN THE COVER TO F DRAWN BB SCALE NONE STANDARD PLAN BOTTOM OF MANHOLE IS LESS THAN 4'. TONAL E� CHECKED DATE 4-5 APPROVED ' NOTES: 1. CATCH BASIN TO BE CONSTRUCTED IN ACCORDANCE WITH AASHTO M 199, (ASTM C 478,&ASTM C 890)UNLESS OTHERWISE SHOWN ON PLANS OR NOTED IN THE WSDOT STANDARD SPECIFICATIONS. 2. AS AN ACCEPTABLE ALTERNATE TO REBAR,WELDED WIRE FABRIC HAVING A MINIMUM AREA OF 0.12 SQUARE INCHES PER FOOT MAY BE USED. FRAME AND GRATE WELDED WIRE FABRIC SHALL COMPLY TO AASHTO M 221 (ASTM A 497) SEE STANDARD PLANS 5-4 THRU 5-8 AND 5-12 WIRE FABRIC SHALL NOT BE PLACED IN THE KNOCKOUTS 3. PRECAST BASES SHALL BE FURNISHED WITH CUTOUTS OR KNOCKOUTS. THE KNOCKOUT DIAMETER SHALL NOT EXCEED 20". KNOCKOUTS SHALL 3R" a 300 HAVE A WALL THICKNESS OF 2"MINIMUM, PROVIDE A 1.5" MINIMUM GAP tia 30•• BETWEEN THE KNOCKOUT WALL AND THE OUTSIDE OF THE PIPE. ' 4. ALL JOINTS IN THE BRICKS,GRADE RINGS,RISERS AND CASTINGS SHALL 5° S+ BE SEATED IN MORTAR.PICK HOLES,CRACKS AND ANY OTHER JOINTS SHALL BE FINISH GROUTED TO PROVIDE A WATERTIGHT STRUCTURE. 6•• 5. THE MAXIMUM DEPTH FROM THE FINISHED GRADE TO THE LOWEST of I PIPE INVERT SHALL BE 5' ONE#3 BAR HOOP FOR 6"HEIGHT TWO#3 BAR HOOPS FOR 12"HEIGHT RECTANGULAR ADJUSTMENT SECTION (WEIGHT-200 LBS.-6") (WEIGHT-580 LBS.-12") ' PIPE ALLOWANCES MAXIMUM PIPE MATERIAL INSIDE 1 R Ml�l�el DIAMETER 3 44„ REINFORCED OR 12" PLAIN CONCRETE #3 BAR EACH CORNER 21" ALL METAL PIPE 15" MIN #3 BAR SOLID WALL PVC EACH SIDE (WSDOT STD SPEC 9-05.12(1)) 15" #3 BAR EACH WAY 4" ' PRECAST BASE SECTION (WEIGHT-2170 LBS.) NOTE THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT �SEPt, AN ELECTRONIC DUPLICATE THE ORIGINAL, SIGNED BY THE S i7 ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT �� of WAS&I LQ THE CITY OF KENT.A COPY MAY BE OBTAINED UPON REQUEST. CITY OF KENT rn M Z -3 NT\`1jllll//� ENGINEERING DEPARTMENT-3 H �] KENT CATCH BASIN TYPE I ' 10 ,Q 21493 O w++x ixorax FGIST DEIGNED DWN SCALE F INAL EN DRAWN- BB NONE STANDARD PLAN CHECKM ' APPROVE u1urkm 5-1 l!1 Z d C O W 0<i> z`^ Qd'UW .-. um J M l!I lfl 0Q2 N N M M M M Z Q Z V H {yam. Z m Z x ll1 O O I/) V I Q in Z F C V W U ¢Z J J O W m w >N - I}L O V U m¢ti O U' Z g K O ¢a -� O w w N d =tom D Q�'A W � Z l7 ii d 3 In Ln U Q�N = b a 5 2: V O O J -�� _ w a n ¢ _ 0 (n VI W J Q Ow �2, ?� _d ¢ ODO DD MAX. ©�©odw 12" u - - O 4 o w Q 12' 1"MIN. m w o u MIN `v a o v(TYP) 2.5"MAX w d z 16„ m w MAX iv w a 24"MIN u m ¢ 0 28"MAX. J z 0 wu ¢d w W/ w W Q rl N N N N J z OL w m O O O O O O Q Z '8"12 U '-0"MAX.(FOR MAINTENANCE) a o x L- z ¢ d N O Z w F 1 w O O O O O O g: In O J J m W ~O 9 W m e U1 zz � Nrnx m iv �FF-� } a Q o � uwn ¢ mow z � }, zJJ _zd x Ln 00 -tizwo Q O W0<- w U U � m O Uz Uu co z W _ Q0 mUw VIY • > 2! Q O co � . w UQ u W < << ¢ a J ¢^ U F Q x U N b N OD O tV [t Z O m Z J 0 3: U V (n d Z ow U J W } 0 of 2 pFW-O tI 3 . j W ¢ � wm z; dZ¢ Q Z 5' Y N OC Z d 0 W W wU W =Ud� U m - G] d ' OEO d' ZZ d� = XZF� ¢ Zo .H. ¢ O W - w w< Q Y O U C J o I n Z ma 3 aa = : ww0�re w - Kow ¢Uw Q Y ip o� al ti x yrn OQ U1NZ ¢ ..d Ziym UO H ins W o � ^zw 00 H_ � w QOtn �0 = m('Jw ¢ W J E J F z e d K W F- ~ J O (n = 0wtn pww� Omw ��mx3Z mwow � N ¢ Y ul F m x0 Z > > V wO oZd~ d < JKJ UZ � � u C FF 4 Q FH Q ¢ Q� J Z .+ Qw QF JF- Q F- 2 U ¢ Ovj 2=x .. �tn Y �l70Um Qtnx dii� F z .-' N M V ui b == Z U m d' kkk n W T ' NOTE THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT OSEPt, AN ELECTRONIC DUPLICATE THE ORIGINAL, SIGNED BY THE S <7 ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT �� of WAsy L THE CITY OF KENT A COPY MAY BE OBTAINED UPON REQUEST y Z CITY OF NGI ERINNG KENT ENT � y N H- CATCH BASIN TYPE II 2149 �OF FGIST ER�G\��� DRAWN BB SCALE NONE STANDARD PLAN TONAL E� \ CHECKED DATE c_n uxom J L ' � APPROVE] #6 BARS @ 7"CENTERS I {� BOTTOM FACE WITH 11"x 24",OR I 1"MIN.COVER 24"DIAM. 2"CLR TYPI 640R1?� 20" — { 2"TYP. ONE#3 BAR HOOP FOR 6" I I TWO#3 BAR HOOPS FOR 12" AS AN ACCEPTABLE ALTERNATIVE TO REBAR,WIRE MESH HAVING —r A MINIMUM AREA OF 0 12 SQUARE INCHES PER FOOT MAY BE 96"TOP SLAB 1"MIN. USED FOR ADJUSTMENT SECTIONS, ' 2 1/2"MAX. RECTANGULAR ADJUSTMENT SECTION 20"x 24",OR #5 BARS @ 6"CENTERS 24"DIAM. BOTTOM FACE WITH 34" y ��l 1"MIN,COVER 2"CLR TYR l �{� / / ONE#3 T ' 4 201� � 2"TYP. BAR HOOP . . . . . .4 CIRCULAR ADJUSTMENT SECTION 72"TOP SLAB L 1"MIN, / \ 2 1/2"MAX. / 20"24'DIAM.R Wl BOTTOM FACE WITH #4 BARS @ 6"CENTERS 2"CLR' 1"MIN.COVER 2'MIN, TYP. 20" -j z"TYP. _ _ I TYPICAL ORIENTATION ' —7 FOR ACCESS AND STEPS 48"&54" TOP SLAB NOTES: ' 1. SLAB OPENING SHALL BE 24"X 20" NOTE:THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT FOR RECTANGULAR AND 24" ()S Ptr AN ELECTRONIC DUPLICATE.THE ORIGINAL,SIGNED BY THE 5 `I ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT DIAMETER FOR ROUND. � pF WASH �p, THE CITY OF KENT.A COPY MAY BE OBTAINED UPON REQUEST 2. SEE STANDARD PLAN 4-5 FOR STEP, �v� co FOO CITY OF KNT LADDER AND GRADE RING �-+ � � z � ENdNEERINGNG) E DEPARTMENT H � � 3.ONLY ONE STYLE OF CATCH BASIN {! �1 r KENT MISC. DETAILS FOR DRAINAGE STEPS MAY BE USED IN A CATCH -O P 21493 p w.." ..,.. STRUCTURES BASIN. DO NOT MIX STYLES �O FGISTER� F� EN DRAW;- BBOSCALESF NONE STANDARD PLAN F�ONAL CHECKED DATE 5-3 ' APPROVED 41 1 5/8"-11 UNC-2B HOLE (2 PLCS.TYP.) ^' 3/8" M TYP ' 3/4" 1 ' TOP VIEW 18" 7/8"TYP. 1" 1 5/8"TYP.MIN. 41/2" ' P77/il I I V/77a� 16" 3/4" 1 5/8" � 17 3/4" 1 25" SECTION A-A NOTES. 1, MATERIAL USED FOR THE FRAME SHALL BE CAST IRON ONLY.(PER ASTM A48 CL30 H-20 LOADING). 2. TOP OF FRAME SHALL BE ADJUSTED EVEN WITH ROADWAY SECTION ' NOTE THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT C)SEpr AN ELECTRONIC DUPLICATE.THE ORIGINAL, SIGNED BY THE t S `Z ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT "l pF ftuylP THE CITY OF KENT A COPY MAY BE OBTAINED UPON REQUEST cz � CENGINEERING FEPK�ENT [- V KENT 18"X 24" 10 RF 2103 �o �� ••"" •" "" CATCH BASIN FRAME /0. GISTER C � �NAL �NG\� DRAVMDESIGNm BB SCALE NONE STANDARD PUN CHECKED DATE 5-4 G_4 APPROVED v+cuu3n A OUW NO POI11RAtf5 OURET m SWA B B �3/4" T T I� I � F�-1/2� SLOT DETAIL SLOT FORMED AND RECESSED FOR 5/8"-11 NC x 2"S.S.SOCKET HEAD(ALLEN HEAD)CAP SCREW ' A 15JB" 17 3J4" �1 5/8" HEX SOCKET SECTION A-A ' 2 1/4° � � 15/16" 23 3/4" �� N ' 3 R.SECTION B-B 5/16"R NOTES: 5/8"-11 UNC-2A STAINLESS STEEL 1. PROVIDE FRAME SHOWN STANDARD PLAN 5-4. SECURING BOLT ' 2. FOR THRU CURB INLETS AT LOW POINTS,USE 2-WAY VANED GRATE 3 GRATE SHALL BE STAMPED"DUMP NO ' POLLUTANTS", "OUTLET TO STREAM". NOTE:THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT ()SEP AN ELECTRONIC DUPLICATE,THE ORIGINAL,SIGNED BY THE 4. ALL LETTERING SHOWN SHALL BE 1/2" S i7 ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT AND SHALL BE RECESSED. �� of WASgI� �� THE CITY OF KENT.A COPY MAY BE OBTAINED UPON REQUEST. 5 DUCTILE IRON ASTM A-536 GRADE O tiP� ` co O CITY OF KENT 80-55-06 H-20 RATED Z ENGINEERING DEPARTMENT �" " — `p 6 GRATE SHALL 8E LOCKING. HF 21403 E� wKE�NT18" „2—WAY VANED GRATE 7. PROVIDE 2-5/8"DIAMETER STAINLESS 01 SISTER DEicNEo RWH STEEL ALLEN TYPE BOLTS COUNTER FONAL ti�G\� DRAWN ea S HONE STANDARD PLAN SUNK FLUSH WITH COVER CHECKED DATE 5-6 o warn MPRDYID 1 - - 1 1 1/4""V"GROOVE 3/8"EXPANSION JOINT 3/8"EXPANSION JOINT CBtJOINT UMMY JOINT 4" i i w 1"'V'GROOVE SECTIONS-B U DUMMY JOINT DU "V"GROOVE 3/8"EXPANSI DUMMY]DINT CB 1 3/8"EXPANSION JOINT 1"'V'GROOVE DUMMY JOINT B VERTICAL CURB&SIDEWALK 1 NOTES: ' 1. AN EXPANSION JOINT CONSISTING OF 3/8"x FULL DEPTH OF PREMOLDED 5. AS ALTERNATIVE TO EXPANSION JOINTS AROUND JOINT MATERIAL SHALL BE PLACED AROUND FIRE HYDRANTS; POLES, POSTS, STRUCTURES,REINFORCING BARS MAY BE EMBEDDED IN AND UTILITY CASTINGS AND ALONG WALLS OR STRUCTURES IN PAVED CONCRETE ON FOUR SIDES OF STRUCTURES AREAS,JOINT MATERIAL SHALL CONFORM TO THE REQUIREMENTS OF AASHTO M33(ASTM D994). 6. INTERFACE BETWEEN CURB AND ADJACENT SIDEWALK ON INTEGRAL POUR CONSTRUCTION SHALL BE FORMED WITH 2 AN EXPANSION JOINT CONSISTING OF 3/8"OR 1/4"x FULL DEPTH OF 1/4"RADIUS EDGING TOOL ON SEPARATE POUR PREMOLDED JOINT MATERIAL SHALL BE PLACED IN CURBS AND SIDEWALKS CONSTRUCTION AN EXPANSION JOINT CONSISTING OF 3/8" 1 AT A MINIMUM OF 15 FOOT INTERVALS AND AT SIDES OF DRAINAGE INLETS. OR 1/4"x FULL DEPTH OF PREMOLDED JOINT MATERIAL WHEN CURBS AND/OR SIDEWALKS ARE PLACED BY SLIP-FORMING,A SHALL BE PLACED BETWEEN THE CURB OR THICKENED EDGE PREMOLDED STRIP UP TO 1/2"THICK AND UP TO FULL DEPTH MAY BE USED. AND THE ADJACENT SIDEWALK. 3. EXPANSION JOINTS IN SIDEWALK 7. A 1"EDGED GROOVE MAY REPLACE THE 3/8"EXPANSION SHALL BE LOCATED SO AS TO MATCH JOINT AT INTERFACE BETWEEN CURB AND ADJACENT THE JOINTS IN THE CURB WHETHER SIDEWALK FOR SEPARATE POUR CONSTRUCTION. SIDEWALK IS ADJACENT TO CURB OR SEPARATED BY PLANTING STRIP 1 OSEPtT 1 +I NOTE:THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT of WASy AN ELECTRONIC DUPLICATE,THE ORIGINAL,SIGNED BY THE 4. CONTRACTION)DINTS CONSISTING OF �� ` be � ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT 1/4"V-GROOVES SHALL BE MADE IN Q O ti z THE CITY OF KENT A COPY MAY BE OBTAINED UPON REQUEST SIDEWALK AT FIVE FOOT INTERVALS, � y 1 INTERMEDIATE TO THE EXPANSION .— 7 CITY OF ENT ]DINTS. � C=J ENGINEERING I{DEPARTMENT Ado �FG s+re'F'to F``� �/ ICItNT CURB AND SIDEWALK JOINTS `TONAL EN DESIGNED DWH SCALE NONE STANDARD PLAN DRAWN DD CHECKED DATE - 6-34 NCNDT ' APPROVED 15'MAX 5' S' S' BROOMED FINISH EXPANSION JOINT Fjyq( A (qs spTFR EXPANSION JOINT CONTRACTION JOINT(TYP.) EXPANSION gFQo (TYP) SEE DETAIL"A" SEE DETAIL"B" JOINT ) CURB& GUTTER 15' 4" a e 2" 3/8"x FULL DEPTH 2" CONTRACTIO1 JOINT,5'0 C. EXPANSION JOINT, (SEE NOTE 2 ) 15'0 C. (MATERIAL SEE NOTE(D) DETAIL"A" DETAIL"B" EXPANSION JOINT CONCTRACTION JOINT 1%(MIN) 4"CONCRETE PER WSDOT 2% STD.SPECIFICATION 8-14 3/8"x FULL DEPTH EXPANSION MATERIAL(SEE NOTE O1 ) VEWAY SIDEWALK 2"CRUSHED SURFACING TOP COURSE DRI1 3/8"x FULL DEPTH EXPANSION MATERIAL(SEE NOTE 4„ CURB,GUTTER&SIDEWALK tT6" CROSS SECTION 4"MIN, CEMENT CONCRETE DRIVEWAY APRON AND 2 NOTES: GUTTER FOR RESIDENTIAL DRIVEWAYS. 1 EXPANSION JOINT MATERIAL TO BE 3/8"x FULL DEPTH AND SHALL BE PLACED AT 15' 8"REINFORCED CEMENT CONCRETE APRON AND 0 C. SPACING.ELASTOMETRIC JOINT MATERIAL SHALL BE IN CONFORMANCE WITH GUTTER FOR COMMERCIAL DRIVEWAYS WSDOT STD.SPECIFICATION SECTION 9-04 1 (4) AN ALTERNATE OF PLASTIC BOND BREAKER MATERIAL WILL BE ALLOWED. DRIVEWAY CROSS SECTION 2 CONTRACTION JOINT SHALL BE 1/4" WIDE BY 2"DEEP AT S'SPACING. 3, EXPANSION JOINTS SHALL BE INSTALLED �oSEPk NOTE THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT P.0 &P T.AT ALL CURB RETURNS AND WAsy� IN CURB&GUTTER AND SIDEWALK AT AN ELECTRONIC DUPLICATE,THE ORIGINAL, SIGNED BY THE ,�� of ALL ANGLE POINTS h �O tics �o ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT O i THE CITY OF KENT A COPY MAY BE OBTAINED UPON REQUEST 4, FORM&SUB-GRADE INSPECTION r y CITY OF KENT REQUIRED BEFORE POURING CONCRETE. N Czj ENGINEERING DEPARTMENT 5. EXPANSION JOINTS IN SIDEWALKS AND A�� RF m+T9E 'j• o � V j�E]1j EXPANSION AND CURBS SHALL BE ALIGNED WITH EACH �(� C\� w... ..,e. CONTRACTION JOINTS OTHER AND NOT OFFSET. 01VONAL DESIGNED DWFI SCIAE NONE SUNWARD PIAN 6. DESIGN SIDEWALK CROSS GRADE SHALL DRAWN a BE 1.5% CHECKED DATE 6-35 APPRUVID j M I'12 v� SIOpF Sp4C�FOY°ppRO 6 Cie s Np�sh�r 4� OTH �-pq�FO FqN ORI�F q IIMl OFprh gyTgp V op, TSF°j jOTHT°MgTFpr >pFrpgys , X�I rO�SIG)V lhs ylCYO qT°HSI.TOM SFFNOprryjON OfNrrNstONslOpFhIFIF Rr`Fy'gy OFwgl�R4 ORIp F�(�'p s Trp�O �/RFegR MplFryGgY � H 1/2"TYP. PF°tiG�3A�� 2-#4 BARS SEE STANDARD �FS�O��°gS�Fsr3 S 4"CLEAR(TYP. PLAN 6-48 FOR dIGGY Fp q G Tp 1%MIN. 8• DRIVEWAY SLOPES GFyr9MC�FSG�/y�FT 2�/` °MAXI c�FST rF�ST��`fC yT 1� fyG 'yF 'k 6 1'-6" 1"CLEAR MP.) a CRUSHED SURFACING TOP EXPANSION JOINT WITH COURSE(4"MIN. DEPTH) Y8"EXPANSION MATERIAL #4 BARS AT 12"EACH WAY SECTION A-A NOTES: 1O. EXPANSION JOINTS SHALL BE PLACED 5. DESIGN SIDEWALK CROSS GRADE SHALL BE 1.5%. AT 15'MAXIMUM SPACING. ELASTOMETRIC JOINT MATERIAL SHALL ®DRIVEWAYS SHALL BE PAVED FROM THE BACK OF THE BE IN CONFORMANCE TO SECTION SIDEWALK TO THE GARAGE OR 40'BEHIND THE 9-04 1 (4)OF THE WSDOT STANDARD RIGHT-OF-WAY LINE,WHICHEVER IS LESS. SPECIFICATIONS. 2. SEE STANDARD PLAN 6-48 DRIVEWAY JOSE NOTE:THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT SLOPES y� of WAsq AN ELECTRONIC DUPLICATE.THE ORIGINAL,SIGNED BY THE 3. THE DRIVEWAY APPROACH WIDTH 1c� ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT O tiP le+ o THE CITY OF KENT A COPY MAY BE OBTAINED UPON REQUEST AND THE DRIVEWAY WIDTH ARE h a ETERMINED BY APPROVED .-+ ,'� CITY KENT VEHICULAR MANEUVERING DIAGRAMS. [` � CrJ ENGINEERINGNG DEPARTMENT SEE SECTION 6 6.Q. 0 21403 �O RFGISTERF� <�� KENT INDUSTRIAL CEMENT CONCRETE 4O ALL DRIVEWAYS ARE TO BE ON NAL �NG�� WA�H,MQ10M DRIVEWAY APPROACH SYMMETRICAL, DESIGNED DWH SCALE NONE STANDARD PI DRAWN CHECKED NT DATE 6-44 APPROVED i i RIGHT-OF-WAY STREET LINE DRIVEWAY GARAGE i 1 CURB BEGIN VERTICAL CURVE 1%MIN -2%MAX, 1201,MAX,SLOPE 2O SIDEWALK LENGTH GARAGE FLOOR END VERTICAL CURVE CREST VERTICAL CURVE RIGHT-OF-WAY STREET LINE DRIVEWAY GARAGE LENGTH GARAGE FLOOR I CURB i ✓ END VERTICAL CURVE 10A MIN 2%MAX 12%MAX.SLOPE 2O SIDEWALK BEGIN VERTICAL CURVE SAG VERTICAL CURVE NOTES: 1. MINIMUM VERTICAL CURVE LENGTH SHALL BE: CREST VERTICAL CURVES' 10 FT. SAG VERTICAL CURVES. 15 FT, 2O FOR BACK-IN ACCESS ONLY,MAX SLOPE IS 10% 3. DESIGN SIDEWALK CROSS GRADE SHALL BE 1 5%.S()sy,p NOTE.THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT of WASyl � AN ELECTRONIC DUPLICATE,THE ORIGINAL,SIGNED BY THE ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT yQ �l i THE CITY OF KENT.A COPY MAY BE OBTAINED UPON REQUEST. 'd CITY OF KENT .. ENGINEERING DEPARTMENT A �F TE�` ��4 KENT RESIDENTIAL F` 0 AL ENS\� wAYY YOTOY DRIVEWAY SLOPE DESIGNED-OWN SCALE NONE STPNDARD PLAN DRAWN BB CHECKED DATE 6-48 APPROVED w0'� I 1 42' 12' 30' z' . 0000000000000000000000000000 00000000000000-000-000000000 ❑ 0000 ❑ 0000 ❑ 0000 ❑ 0000 VARIES (300'MAX.) 5' _ram 2,5' TWO WAY LEFT TURN LANE ❑ 0000 ❑ 0000 ❑ 000 ❑ 0000 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 +4"GAP 0 0 0 0 0 0 0 0 0 0 0 0 0 21' TYPE lY RPM TYPE 2YY RPM TRAFFIC DIRECTION TWO WAY LEFT TURN LINES TRAFFIC DIRECTION TRAFFIC DIRECTION 21' I I o TYPE 2W OR Y RPM ❑ 0 0 0 0 00000000000 , o : a[ TYPE 1W OR Y RPM 00g00000 00 000 0000 0 0 jL 21' TYPE IY RPM 4"GAP � 3' TYPE 2YY RPM 8 8 81 8 g 8 6 1 8 6 8 8 8 B 8 8 88 8- -NO GAP TRAFFIC DIRECTION DOUBLE YELLOW CENTER LINE WIDE LINE TRAFFIC DIRECTION TRAFFIC DIRECTION 42' 42' 12' 30 12' 30' 3' 3 g o a o ❑o 0 0 0 o ❑❑�o0 �� TYPE 1W RPM TYPE 2W RPM TYPE 1W RPM TYPE 2W RPM TRAFFIC DIRECTION TRAFFIC DIRECTION LANE LINE SKIP CENTER LINE TYPE 2Y RPM 6' 21 TYPE 1Y RPM 91 3 e B8'�Be Be es •Bs Be ee ❑ o0000000 000a0000a00 El 0 0 0 0 0 00 0 0 0 0 00 0 0 0 0 0 0 TYPE IWRPM 0 ❑0 000000000000000000000000 000000000000 °❑ TYPE 2WRPM 18"-RPM'S EQUALLY SPACED TRAFFIC DIRECTION BARRIER LINE DOTTED WIDE LINE 42' 12' 15' _ 6� a B8 0 0 0 0 o 0 0 0 00 0 0 ❑0 0 0 0 o TYPE 2W RPMTYPE 1W RPM TYPE 2W RPM TYPE 1W RPM t DROP LANE LINE TRAFFIC DIRECTION EDGE LINE S�SEP17 NOTE THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT �� of WASH �q AN ELECTRONIC DUPLICATE.THE ORIGINAL,SIGNED BY THE ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT 0 THE CITY OF KENT.A COPY MAY BE OBTAINED UPON REQUEST CITY OF I{ENT ENGINEERING DEPARTMENT 21493 �r/]�ENT TYPICAL RPM LANE F ON AL ECG\� WAYN YOiON MARKINGS DESIGNED DWH SCALE NONE STANDARD PLAN DRAWN BB CHECKED GATE 6-73 APPROVED J Lu a oo < LD �z r Ln w Q p O X J 3 W p J Z a inQ CD Z Q \a V¢ U O O in C7 Ln Q O w Y W 2 Z O 0 Z p m > ° J p w O ri w n. O J O O Z O p, J O O �p p Q Q = Zm W 0 4 y. Q � ti N o V 1 m O W Z C7 CK z n m J d — CK O Q � ° W W C� r oc W = Q W W m z < > v m Qx Go ix 'rw' o o F- M Z J M ~ V l p m ON lx/lwO > p ✓F7 Z 0 w w > Z > z Q E 0 OU Vwi a — — O O O m m Z O N u Q w F w Q K O N En N ~ M Z Z Z Q W m W J Z J _Z Q = x R I W W KN V = Z C70 ul 0 p � w Z ~ � Q > cQ7 �az O w� � � w Qi� .�-, o oc� N Jo = � � c� _ = T` W p Q Q, F-0 ti w Z Z Q O V Q H J K I n N� �+ �� Z = O O <Y J J a p 0 z < u / Y aQwoY 00'O t=rI U') o w } O 0 2 V) w Vf M n 41 ' d ° w a= O Q W 000000 !(Lbje 0 000000 oil' P % N. wd zpw 5 a z .w-. p W Q W 00 1ti cC o-Nr � Q Z Jmc— b Zi F u z as 3� mQ Q< O•c O FN- � a p wp J J w o vnioa NbZ F o ¢ o� in vwi QLDa O W O M Q = _ W W ry p m 0 J J W H M J dw m > W Fa-N {a � KU V� w Qw O Z W 1 N # K K O F �i 11 0 R p VI VI a O w V) Q U .ti N M Q Q 8 m a o OSEPt, ® S 17 NOTE:THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT of WASH,, AN ELECTRONIC DUPLICATE.THE ORIGINAL,SIGNED BY THE �c �� ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT z0 THE CITY OF KENT A COPY MAY BE OBTAINED UPON REQUEST J y CITY OF KENT ENGINEERING DEPARTMENT RF?�� R�o �F� `� KENT SIGN INSTALLATION FG\ WAAN�NOTOY `��NAL EN DESIGNED DWH SCALE NONE SfANDPAD PLAN DRAWN BB CHECKED D47E OL C_p n V APPROVED GpW � T i ve S E p T oww ®U 1 r NOTES: NQ - 1 SEE STANDARD PLAN 6-82 FOR STREET NAME SIGN DETAILS. O 0 2. PRIVATE STREET NAME SIGNS AND PRIVATE SIGN POSTS ARE PIPE CAP MAINTAINED BY THE PROPERTY OWNERS 0 0 3 3. SQUARE METAL POST,SEE STANDARD PLAN 6-82. SQUARE 0 0 4. "NO OUTLET"SIGNS SHALL HAVE AN ARROW SHOWING METAL P`� O 0 WHICH DIRECTION DOES NOT OUTLET, 0 w O Z O 0 � I o� z SIDEWALK O 0 2'MIN, CLEARANCE FROM FACE 0 FINISHED OF CURB(10'MIN CLEARANCE GRADE cD IF NO CURB) O ESD w x CEMENT CONCRETE 0 0 e 0 0 b a e e � 0 0 /� / 0 0 O 0 / 0 0 / i i y 4 NOTE:THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT b n i S(0)SE Pt r AN ELECTRONIC DUPLICATE THE ORIGINAL,SIGNED BY THE / 1Z7 ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT WAsHiti �� THE CITY OF KENT.A COPY MAY BE OBTAINED UPON REQUEST CITY OF KENT h Z ENGINEERING DEPARTMENT iz^ / RF 21493 �o KENT STREET NAME SIGN INSTALLATION o�FONAL91 Ea DRAWN� BB SCALE NONE STANDARD PLAN CHECKED DATE C—p Z APPROVED omwoR V vJ i WSDOT STANDARD PLANS DRAINAGE STRUCTURES AND HYDRAULICS B-55.20-00 Pipe Zone Bedding and Backfill i i i i Foster Park Pump Station/Inouye A - 3 August 17, 2011 Project Number 09-3005 c .�.mvGgi �gb G J � F o N W a LLo 3 "o ci o =M 6 w N @ a 3NOZ3dld W d�. pRz d O a Q 6 � m m o y = �� m N a A a 3SIN%W o A $ C6 5 0 a 0� 00 f/J n n W m m $. oc U y N iz Q jWZ vW@ gQ of S2 L y `. am p IL W UA l F- � N Q C N 2 N Y < W S 00 �o`L=Q�jo o Z 'oc r� mLU U a J �wW 00 ILsGJ Q Jo LL 9L d N rONV �Ny a E �u D �a O Q LL { 1 3NOZ 3dld a' I 0g o 0. � 3NOZ 3dld 3N023d1d i aov ao FL .9 O O A A %OS %09 A A -0 LLI a �o a W o�[5 oY4 � a ^ DD` r O�I 1IL I ` O p OW o W w ogo° o°o o`$ m y f H _W Lu ozF U o.0 F ai _�1�y� bEd oo LLA oiF mW LLm1�y _ W !g LL3, 9 WW <ZW 0 Z UO j8z 2 ZN m,N O pb F 0z O Ny yW�N Q JNV pa Yl U=WW pa R >d j >i 2 OM` RAM 2 LL OLL 0 a �a ' TRAFFIC CONTROL PLANS Z I i t t I 1 I i Foster Park Pump Station/Inouye A - 4 August 17, 2011 Project Number 09-3005 W IL W u 1 Io S apt/4�S J �_maZ -------------- v a£ W 0 z� i � � w w - LL 9 o Q -a ; M r " rozM :fie u sg VNq I y n p6 `W I J Z 9 P b-OZM .o z i in Z w LL oa� Zak O W JREMAIN a` } a 2qq I-. O .0 V LL I W I z ll .Il uegmjalul J > w 3 aw EL-OZM I H z C) O I O F 6ou c_a a U W c S S S n~Qi u O a {{- ¢ O J W pJ V W K 2 W w z ( o� a Zi o zQ= H u I J 3 LL VI y UN E•E } = o CEW E J OLL I - o> Z -49 h I oo� U J cq mvf V 3 W ^a- 3 Vl N N N L Y W U $'7 "� en n W $ ry •1 LL O u cn o ~ gam p � bad � Ir �. Q ..LL s `� ,n ii "o �! O 1��N A YYid I �\ 5 e n O ry i- ti c m N ¢i .n c N N 3 c U rtsCN� NO d Q N W > Q Cd O c b Y p ONa� �W~ " OY � V/ r• •r ,� c n a rn` 4 11 ..f v 1 V N o > m - Y J 'O N L > O \ J J W .d LL C N C V O dJ c 4 0 QQ Z dY�IHJ� ¢ CE 7'} $® FN ~ W •H34y-W¢WQ H YlIayy 6 W H C O 3 4 W <U zz o � two gd <<~aYo wx rrh oo z oganyy;til o KaHOH W✓I �n a� o I-03 a'O a i'O 2 2 O Q£Q Q o+N H J¢ t o � A� Z NVI�SOOo'\N .-r�0 a0 yz� • --O J Z W CtY NOC2ml1 .60 JO W V V1H HW CO> V�W\� V1 A Z �Q WV1JF-atW mZOZ ZO W X E ,- C N N N •E O O O E V Z Y Y Vi W H m Z IHJ OO V IJ ut 3 W IL p> O CE O �nP O � Jp H2W0>JQ QIJ{-.Q2pW Q J Il: CO O1 MANUFACTURERS DETAILS Waterman Industries, Inc. - PF-25W Flap Valve Sony Electronics, Inc. - High-Quality 720p HD Security Camera U.S. Pipe - Protecto 401 f t f I f 1 I t Foster Park Pump Station/Inouye A - 5 August 17, 2011 Project Number 09-3005 { PF-25W FLAP VALVE — POSITIVE STOP -cam L------- -- 0 7 0 PLCS E 45' \ 2 C ,'/ ' P-25W RED WATERMAN mr4-1 —� T— F 1Ner 1 ner vA1yL i LIFT N(oiA,) LUG toEP.1 r r �r — 45' i y B SEE SEAT I DETAIL 7 R 2 J t Nw>< I H E WES' LENTSEATP-25W IN COVER 3G MACHINED IRONACHINED IRON a[G WATERMAN too i SEAT BODY � „ D /90 RESILIENT SEAT LCOVF RONZE SEAT IN COVER. R & BODY BRONZE SEAT B � IN Boot. R ALTERNATE SEATS AVAILABLE 1. Oeslgned for ust on pump discharge lines. GATE DIMENSIONS IN INCHES G SATEIZE 1 4 5 6 6 10 12 14 A PARTS LIST B 51A 6',4 0 94 12Ya 14%z 16 No, Name C 6 74 9'4 10u. 12 i BODY(standard) D 4h 2 COVER E 5°+ 5'h 6 Th 0V. 912 toY F 9 916 10 12'/, 14'/a 17 16'/2 3 HINGE PIN G 7 03e 9v± 11 a 14 15'/z 10 Y. 4 SPRNQ PIN H 5'/a 5Vi 5't 6'A Bk 1 7'h 6 WASHER 245 29'M2Y� 2ti 6 FOII DW REG 43 5:u Gig 0. 10fie7 RING RQI T,NUT&WASHER 3 3 d 1 4 PIPE SEAL GASKET R9?e 11'.4 13'4 0 (Compression gasket) NOM FOR PRELIMINARY PE616N PURPOSES ONLY DO NOT USE FOR INSTALLATION Q 0 UNLESS PART OF CCRTINEO 6 APPROVED 6URMITTAL INDUSTRIES , ,INC 'I 1 29 ! .x � 1 • • AT • •• • 1 • vz =_ • • - • • a • • -• r Key Features • Easy Focus function for easy installation. DEPATA° Intelligent Video Analytics • Optical Day/Nighf function to switch to Day or Night system can be set up with a DEPA- ., mode depending on the light level, enabled recorder • Recording software (RealShot Manager Lite) is bundled -�D' EPA to start recording and monitoring instantly. e;IX • Stream Squared function allows simultaneous streaming . Analog monitor output(phono tack). of two 4 3 aspect ratio videos in user selectable SD resolutions User can select the entire image or a portion • Powered by PoE(Power over Ethernet) of the image from the original field of view and resize to for simple Installation. SD resolution or lower for each stream With this feature, the SNC-CHI20 can replace two SD cameras installed in • ONVIFTm (Open Network Video Interface the some line of view Forum)software that ensures greater interoperability and more flexibility in Example building multiple-vendor systems. 3 CnVIF (Simulated Images) - Dual Streaming f Fj .y^�kt LvY+i'3 Rm `yP_E• x`•-?. crY k�' l st streaming 2nd Streaming VGA video of a whole VGA video of a cropped area i � -� SPECIFICATIONS SYSTEM CONFIGURATION i r # . , t_ - HO+nonitot lnwyedevwe --, 1l3 type progressive seen Exmw CMOS sensor — _--- `Minimum f lummailon ;Color 0 501x BW 0 301x - _ ,(F17/AGC 42dB/SO IRE IP 7 SIVOCn120 —L]) _— 'Number ofefleclrve peels ' 14 Meaopeel y e _ Isto x1000s Elegy ct act-rot sped -,is to I/I OOOOs Goa wcon�rol -Auto RECo7rLOg$CfVd" " Fxoosure corirol AUIO,FV Compensation Aula Slow Shuller r-- __ AJ$R-lOC-0Serles ;� 'While balance mode__ Auto 1A1W AM'PR_OZPresel,One push WB Manual - — - = 'k Lens type Voa ens lomll _ NElWorw Rna^prd10'Zj Sp(iworE'"' 7ao-nratio _Optcal29X �- IMZNS100 Series HonFanfal wevnngargle 965 to 339 degrees Fraud length_ f=28mmto8mm - ;"` Fnumber - =Fl 2(Vlde)F1 9(fele) =- - - - -- krumumobJecddlslarce�300 min SNC-0H120 _„_ Parered Focus` Yes Easy Focus PC ILW sp�lHighl" - - Yes £NOfsereduclron - Yes Codec image size(H x '1280 x 1024,1280 x 960 1280 x 500 1280 x 720 1024 x 768 1024 x 576 800 x 480,768 x 576 720 x 576 -_ -_' 720 x A80 704 x 576,640 x 480 640 x 368 384 x 28B 320 x 240 320 x 192(H 264 MPEG 4 JPEG) ,yweo compressmrt format,H 264 MPEG 4 JPEG :DOdea s'aoming Calm6l Dual sirooming DIMENSIONS Una Inches(man) �ygxlmum tome role H 264 2Dfps(128o x 1024)/30 fps(l28O x 720) MPFG 4 25fps(12BO x 1024)/30 fps(1280 x 720) ;---= JPFG30fps 12Bax1024 /30f s 1280x720 21/8(52) 53/4(145) lnlellgecr1md11ondelearen Yes $5/8(14D) ND16-ols _ - IPA IW6 TCP UDP ARE,ICMP,IGMP FMP HFTPS FTP(client only),SMTP DHCP,DNS NTP RTP/RTCP, r RTSP SNMP `ONVIFso(Iwcre _ Yes _ BNumborafclients _ 5 rAuthenHcohan- 1EPE8021X ® nh�C3 G-.m i . •.. °8gnal system a MSC/PAL ,Elnameb IOBASE-T/IGOBASE TX(RJ 45) -Anrlogto•p0lpul PM1onoiaekxl(1 OVp R75 ohms unbalanced sync negative) 2718(72' Alarm In mam--i 7 x l make contact break contact Alarm output z124VAC'DC IA mechanical relay outputs elecincally isolated from the cumem We ld 1 lb3oz(550g)wdh lens Dimensions, t 27/8 niches x 212 inches x 5 374 inches(72 minx 63 minx 145 mm)not including the projecting pods ivl )` 27/einchesx212lnchesx77/8inches(72mmx63mmx 197 min)with lens not including the projecting pods 'P�}renegwremenls <RDE(IFEE802 3of comolli PmAer cpnsumphon 5OW now _ 7"1"7empemfure 32°F1o122'F(G°Cto50°C) Woriang ie ape%atues 114°F to 122'F(l O°C to+5Ta �ftmijj_e lunperafurq ,.,�4°F to+140 F-20°C1o+60°C)_� SafetyreQulalwn U12044 FCC 15B Class A IC Class A.E0609501 FN55022(A)+EN55024+EN50130 4 VCCf Clai C Tick Class A Operating sysiem Microsoft Windows AP*"Windowe'Alto'-^ 32b10.Wndows•7(32bi0 Processor Intel Core2 Duo 2 GHz or higher ?Meravy 1 GB ar more Web browser 'Mlcrosoll Internet Explorer'Ver 6 D Ver 7 0 Ver 8 0 ` Faefox"Ver 35(Plug n freevieweronly) Safaris Ver 4 0(Plug in nee viewer arty) -'Go les'Chrome Ver40 Viug'n freevreweronly r CD ROM(Users Guides,and supplied pragrarl(1) Wire ri(1) _ rScrew M4(1) Installonon Manual(1) •1 Perri IR rr'Finer r •the SNCCH120 includes sa rs desdi W the OpenS%Roject for use In the OWSSkfoalbt(hap/Aw,warsnssl 0i 1 _ 1 - 1 • - • - e - • •o e m • - - -k • e • - • •• o • ;� R" u�S_ FEATURES IN Four-channel Network Surveillance Recorder IS Web Client The NSR-S10 connects to a maximum of four SD and Using dedicated web client software,It's easy to build 1080p/720p HD network cameras single-server and multi-clienf systems i Stabile ■Three Codecs H 264,MPEG-4,JPEG ■ 1 OSOp/720p HD Recording with High Stability ( ) The NSR-S10 records 1080p//20p I ID videos and The NV S10 records video using three Codecs H 264, reproduces extremely clear and detailed images to MPEG-4,and JPEG provide crucial visual information when needed ® IR Remote Controller ■ Selectable Storage Capacity An IR remote controller is supplied with each recorder, The NSR-S10 has two choices The one has a storage capacity of 1 TB,and the other is without an internal ® Multiple Language Support hard disk drive The recorder supports a variety of languages such as English,French,Simplified Chinese,and more ® Wide Ranges of Camera/Encoder Choices The NSR-S10 can be used with a variety of Sony's ® Compact Design (9 3/4"x 6 3/8"x 2 1/1 network cameras and encoders The compact design of the recorder enables installation even in space-restricted areas ® Plug & Play As soon as it detects cameras in a local area network (LAN) the NSR-S10 starts recording - SPECIFICATIONS Video/Recording Number of cameras supported Max 4 _ Video compression H 264/MPEG-4/JPEG _....-_W_______ ______ is Hard disk dnves(physical capacity) - f 1TB Hard disk dnves Onterface) __ _ Serial ATA(XI) ' Expansion storage(interface) _ e-SATA(xl)) --- _T--^ ---- -y_ a)/ideo 'ti* D iR', �..-.._.......__.._ __M._ �..._...___u»... Monitor out D-sub 15-pin(xi) Di spluy resolution 1024 x 768 _ Audio output :6k,t' - _ -5' ':F`-*,v,: x" - ,F-�_-4 ,-- - _ - Audio output -� � Terminal connecter(xll) _ Senson nput/Alarm output "-rs"'_ `•n^a—z_ .-.- .a._.._...__._. - Se_nsor Input - _ Terminal connector(x4) Alarm L output_ My _ Terminal connecter(xl)FOtherinterfdcesTA _Ethernet - — RJ-45(x2) (1000Base-T)� use _ USB 2 0(xi)(front)/USB 2 0(x2)(rear) General Dimenslonm HD I _ 9 3/4 z 6 3/8 x 2 1/8 Inches(245 x 160 x 53 min) Power Requirement DC+12 V AC_Adapter AC 100 V to 240 V 5( D Hz/60 Hz) v - ---' -- Weight 1 81 (0 8 Kg 3 1 Ib 1 Kg) �^ Operating temperature _ _ 41'F to 104'F(5_C to 40_C) ___ operating humidity —'------------- -_---` 2056 to BOO/ SYSTEM CONFIGURATIONS DIMENSIONS Nob CIienI PG 0 �'� •ter t SNC-CH210 e - " Ond.inches'(mri The NSR-S10 can be used with the following products SNC-CH 140/SNC-DH 140/SNC-DH 140T/SNC-CH 180/SNC-DH 180/SNC-CH 240/SNC-DH240/SNC-DH240T/SNC-CH280/SNC-DH280/ SNC-CH120/SNC-DH120/SNC-DH120T/SNC-CH160/SNC-DH160/SNC-CH220/SNC-DH220/SNC-DH220T/SNC-CH260/SNC-DH260/ SNC-CH210/SNT EX101/SNT-EX104/SNT-EP104/SNC-RZ25/SNC-RZ50 Please check with your local Sony Sales Representatives for any updates 1 ea - 1 e i R 1 / I -t I z �� uv {t4i err r All I �•i'a4a'.dC`} 1 k� i LLI i TM CL:� PROTECTO 401 � to 2010 EDITION P 2 Table of Contents PROTECTO 401 3 Suggested Specification for PROTECTO 401 5 Procedures for Sealing and Repairing ___ _- 8 Technical Data 9 Products for Water,Waste Water end Fire Protection 10 i 1 U.S.PIPE AND FOUNDRY CO. PROTECTO 401 Pipe BRO-068 REVISED 11.10 i ' W TM 0 PROTECTO 401 o`0F7 2010 EDITION P 3 PROTECTO 401 Gray iron pipe preceded Ductile Iron pipe by well over 100 years Its intended use was to convey water as well as wastewater Continuous tests and field experience have brought the production and use of Ductile Iron pipe to maturity It has replaced gray Iron pipe in practically all applications Ductile Iron is a high strength,tough material used in water and sewer ' systems in all states within the U S and in many other areas of the world Because of this inherent strength,U.S.Ductile Iron pipe is ideally suited to deep buries prevalent in gravity sewer systems In addition to the elimination of infiltration/exfiltration,TR FLEX'Pipe and Fittings and FIELD LOK 35V Gaskets used with MON JOINTO Pipe will provide restraint to prevent joint separation. -� t!�yi U.S.Pipe's PROTECTO 401 Lined Ductile Iron Pipe and Fittings provide excellent protection and YY the strength necessaryto clothe job in tough sewer pipe applications PROTECTO 401 has been successfully used in thousands of sanitary sewer applications and has been p,oven with both laboratory testing and two decades of actual sewer service on all sizes of Ductile Iron pipe and fittings iPROTECTO 401 Ceramic Epoxy Lining was designed specifically for protection of Ductile Iron for sanitary sewer service by providing a reliability similar to cement mortar lining in drinking water service but having the excellent chemical resistance of a novalac epoxy for septic sewer service Easily recognized brownish red bells and spigots,as well as stenciling showing"for sewer only", ensure that the correct lined pipe is used for sewer service This concentration of design and formulation effort has resulted in a Ductile Iron pipe lining system wan excellent durability,resistance to undercutting,and resistance to chemical attack. PROTECTO 401 Ceramic Epoxy Lined Ductile Iron Pipe may be diametrically deflected up to 5% without damage to either the pipe or the lining 1 TR FLEX®&FIELD LON3500are Registered Trademarks of l/S Pipe and foundry Company. i i U S PIPE AND FOUNDRY CO. PROTECTO 401 Pipe BRO-068 REVISED 09 06 �I W ' TM PROTECTO 401 C00 '* 2010 EDITION P 4 Protecto 401(cont.) PROTECTO 401 Has Been Tested And Withstood The Following: Salt Spray Two years with no undercutting on a scribed Ductile Iron panel when measured using ASTM B 117 and when rated using ASTM D 714 evaluating degrees of blistering 20%Sulfuric Acid Two years with no effect when rated using ASTM D 714 evaluating degree of blistering. 25%Sodium Hydroxide Immersion At140°F two years with no effect when rated usingASTM D 714 evaluating degree of blistering 1 Distilled Water Immersion At 160°F two years with no effect when rated using ASTM D 714 evaluating degree of blistering. Abrasion Resistance Less than.075mm(3 mils)loss after one million cycles on a plus 22 5°to minus 22.5°slid- ing aggregate slurry abrasion tester using a sharp natural sihceous gravel with a particle size between 2 mum and 10 mm.This text conforms with European Standard EN598,Section 7.8 PROTECTO 401 is also resistantto a wide range of oils,greases,solvents,detergents and fuels which may be introduced into a sewer line PROTECTO 401 is applied to the interior of Ductile Iron pipe and fittings utilizing specialized application equipment and a stringent specification The Immg is designed to be applied at a nominal 40 mils thickness A non-destruetiVE pinhole detection test and a thickness test are performed to ensure a sound,chemically resistant protective lining for U S Pipe's Ductile Iron ' pipe and fittings PROTECTO 401 is intended for use in domestic sanitary sewage lines Chemical injection for odor control may damage pipe,gaskets and/or protective linings Requests for individual recom- mendations for industrial sewer applications of PROTECTO 401 Lined Pipe and Fittings should be made to a U S Pipe Sales Representative NOTE ContactyourUS Pipe Sales Representative for special guidelines if field welding is required U.S.PIPE AND FOUNDRY CO. PRDTECTO 401 Pipe BRO-068 REVISED 1110 W fZ PROTECTO 401 "" cc 2010 EDITION P 5 1 Suggested Specification For PROTECTO 401 Interior Lining For Ductile Iron Pipe And Fittings I.Condition Of Ductile Iron Prior To Surface Preparation All Ductile Iron pipe and fittings shall be delivered to the application facility without asphalt, ' cement lining,or any other lining on the interior surface Because complete removal of old linings may not be possible,the intent of this specification is that the ertire interior of the Ductile Iran pipe and fittings shall not have been lined with any substance prior to the application of the specified Immg material and no coating shall have been applied to the first six inches of the exterior of the spigot ends, 11.Lining Material The standard of quality is PROTECTO 401 Ceramic Epoxy The material shall be an amine cured novalac epoxy containing at least 20%by volume of ceramic quartz pigment Any request for substitution must be accompanied by a successful history of Immg pipe and fittings for sewer service,a test report verifying the following properties and a certification of the test results A.A permeability rating of 0 00 when tested according to the procedure described in Method A of ASTME 96,Procedure A with a test duration of 30 days B.The following tests must be run on coupons from factory lined Ductile Iron pipe, 1.ASTM B 117 Salt Spray(scribed panel) Results to equal 0 0 undercutting after two years, 2.ASTM G 95 Cathodic Dishondment 0.5 volts at 77°F) Results to equal no more than 0 5 min undercutting after 30 days. 3.Immersion Testing ' Rated using ASTM D 714 a.20%Sulfuric Acid No effect after two years b 140'F 25%Sodium Hydroxide No effect after two years c,160°F Distilled Water(scribed panel) No effect after two years, it.120OF Tap Water(scribed panel) 0 0 undercutting after two years with no effect. C.Abrasion Resistance Less than 075 min(3 mils)loss after one million cycles on a±22 5°sliding aggregate slurry abrasion tester using a sharp natural siliceous gravel with a particle size between 2 Rum and 10 min(European Standandard SN598) ' NOTE:Contact y0or U.S.Pipe Sales Representative for special guidelines if field welding is required ' U,S PIPE AND FOUNDRY CO. PROTECTO 401 Pipe BRO-068 REVISED 1110 { W TM i PROTECTO 401 co 2010 EDITION p 6 Suggested Specification For PROTECTO 401 ' Interior Lining For Ductile Iron Pipe And Fittings (cont.) III.Application A.Applicator The lining shall be applied by a certified firm with a successful history of applying linings to the interior of Ductile Iron pipe and fittings B.Surface Preparation Prior to abrasive blasting,the entire area to receive the protective compound shall be inspected for nil,grease,etc Any areas where nil or grease is present,or any substance which can be removed by solvent,shall be solvent cleaned to remove these substances After the surface has been made free of grease,oil or other substances,all areas to receive the protective compounds shall be abrasive blasted using compressed au nozzles with sand or grit abrasive material The entire surface to be Imed shall be struck with the blast media so that all rust,loose oxides,etc, are removed from the surface.Only slight stains and tightly adhe,ing oxide may be left on the surface Any area where rust reappears before lining must be reblasted C.Lining After surface preparation,the interior of the pipe shall receive 40 mils nominal dry film thickness of PROTECTO 401 No lining shall be applied when the substrate or ambient temperature is below 40°F The surface also must be dry and dust free If flange pipe or fittings are included in the project,the lining shall not be used on the face of the flange 0.Coating of Bell Sockets and Spigot Ends Due to the tolerances Involved,bell interior and spigot exterior up to 6 inches back from the ' end of the spigot end must be coated with 6 mils nominal,10 mils maximum PROTECTO Joint Compound The Joint Compound shall be applied by brush to ensure coverage Care should be taken that the Joint Compound is smooth without excess buildup in the gasket seat or on the spigot ends Coating of the gasket seat and spigot ends shall be done after the application of the linings E.Number of Coats The number of coats of lining material applied shall be as recommended bythe lining manufao- turer However,in no case shall this material be applied above the dry thickness per coat recom- mended by the Immg manufacturer in printed literature The maximum or minimum time between coats shall be that time recommended by the lining material manufacturer No material shall be used for lining which is not indefinitely recoatable with itself without roughening of the surface r F.Touch-Up&Repair PROTECTO Joint Compound shall be used for touch-up or repair in accordance with manufac- turer's recommendations NOTE:Contact your US.Pipe Sales Representative for special guidelines if field welding is required U S PIPE AND FOUNDRY CO. PROTECTO 401 Pipe BRO-068 REVISED 1110 h W TM 0 PROTECTO 401 C-6 -7 ca 2010 EDITION P 7 ao Suggested Specification For PROTECTO 401 ' Interior Lining For Ductile Iron Pipe And Fittings (cant.) G.High Pressure Cleaning Guidelines for Pressure Cleaning The Internal Diameter of Ductile Iron Pipe The Ductile Iron Pipe Research Association(and its Member Companies),Federal Signal Corporation(and Its subsidiaries Vector,Elgin,Guzzler,Jetstream&Rove),and Induron Coatings Inc.participated in a pressure cleaning research program which was conducted by the Missouri University of Science and Technology—High Pressure Waterjet Laboratory The test program included asphaltic seal coated cement-mortar lined and Protecto 401 lined ductile iron pipe which resulted in guidelines for the pressure cleaning of the inside diameters of ductile iron pipe.Through a collaborative effort with the organizations above and the City of _ Moline,Illinois,field tests were conducted and the guidelines verified as effective and safe for cement-mortar and Protecto 401 lined ductile iron pipe Guidelines are as follows: 1. The nozzle shall be configured with fan Jets only(no round jets). 2. The fan jets should be oriented at a maximum angle of 30 degrees to the pipewall. 3. The nozzle shall be a minimum of 2-inches standoff from the pipe surface 4. The nozzle assembly shall be self-rotating and incorporate a rotational control mechanism target speed of 30 rpm. 5. The water pressure at the nozzles shall be no more than 1,800 psi. 8. The nozzle assembly shall have non-abrasive wheels and/or UHMW(ultra-high molecular weight) polyethylene skids positioned so that at no time does the nozzle assembly contact the lining of the pipe. 1. The nozzle assembly shall continually move when pressure washing with no hesitation in the pipe. 8. All hose couplings,hoses,etc shall be smooth so as to facilitate movement across the pipe joints without creating damage to the lining Pipe diameters of 24-inch and larger may require additional passes for effective cleaning. Vactor Blue Twister Nozzle(or equal)and appropriate assembly Although research shows no significant damage in testing,the decision to pressure wash,if ' made by the customer,engineer,or installer,may present some risk of damage to the Protecto 401 Any such risk is dependent on water pressure,speed,jet design and angle to the lining,distance of the jet from the lining,type of lining,and other factors DIPRA does not warrant or guarantee the result or assume any risk associated with pressure washing. U 5 PIPE AND FOUNDRY CO PR07ECTO 401 Pipe BRO-068 REVISED 1110 CL TM i PROTECTO 401 "Mo 2010 EDITION P 8 Suggested Specification For PROTECTO 401 Interior Lining For Ductile Iron Pipe And Fittings (cont.) IV.Inspection And Certification ' A Inspection 1 All Ductile Iron pipe and fitting linings shall be checked for thickness using a magnetic film thickness gauge The thickness testing shall be done using the method outlined in SSPC PA-2 Film Thickness Rating 2 The interior lining of all pipe and barrels and fittings shall be tested for pinholes with a nondestructive 2,500 volt test Any defects found shall be repaired prior to shipment 3.Each pipe joint and fitting shall be marked with the date of application of the lining system along with its numerical sequence of application on that date and records maintained by the applicator of his work B.Certification The pipe orfitting manufacturer must supply a certificate attesting to the fact that the applica- tor met the requirements of this specification and thatthe material used was as specified. C.Handling PROTECTO 401 Lined Pipe and Fittings must be handled onlyfrom the outside of the pipe and fit- tings No forks,chains,straps,hooks,etc shall be placed inside the pipe and fittings for lifting, positioning,or laying 1 1 1 Note Contact}rour U.S.Pipe Sales Representative for special gwdelines if field welding is required ' U S PIPE AND FOUNDRY CO. PRDTECTO 401 Pipe BRO-068 REVISED 1110 W CL 0TM PROTECTO 401 t � ca co 2010 EDITION P 9 Procedures for Sealing and Repairing ' Procedures for Sealing Cat Ends And Repaving field Damaged Areas of PROTECTO 401 Lined Pipe And fittings 1.Remove burrs caused by field cutting of ends or handling damage and smooth out the edge of the lining if rough 2.Remove all traces of oil,grease,asphalt,dust,dirt,etc, 3.Remove any damaged lining caused by field cutting operations or handling and clean any exposed metal by sanding or scraping Sandolastmg or power tool cleaning roughening is also acceptable It is recommended that any loose lining be removed by chiseling,cutting or scraping into well adhered lined area before patching Be sure to cverlap at least one inch of lining m the area to be repaired. ' 4.With the area to be sealed or repaired absolutely clean and suitably roughened,apply a coat of PROTECTO Joint Compound using the following procedure. a.Mixing Procedure—The repair kit for PROTECTO 401 contains two small cans of PROTECTO Joint Compound.PROTECTO Joirt Compound is a two component epoxy and the contents of thesmall container shall be mixed with the contents of the large container.If less than the full contents of each can is to be mixed,the material may be mixed using the mixing ratio printed on the labels After Part B is added to Part A,the mixture shall be thoroughly agitated All activated material must be used within one hour of mixing ' b.Application of Material—After the material has been thoroughly mixed,it can be applied to the prepared surface by brush Brushing is usually best due to the fact that most of the areas to be repaired are small It is recommended that the patch material not completely over the roughened area This permits a field inspector to verify that proper surface preparation was performed before application of the patching material Practices conducive to a good coating are contained in the technical data sheet for PROTECTO Joint Compound 5.It is important to coatthe entire freshly cut exposed metal surface of the cut pipe end To ensure proper sealing,overlap at least one inch of the lining with this repair material. a U.S.PIPE AND FOUNDRY CO PROTECTO 401 Pipe BRO.068 REVISED 1110 W TM PROTECTO 401 cc2010 EDITION P 10 Technical Data Description A brushable novalac epoxy designed for sealing cut ends and repairs when pipe are lined with PROTECTO 401 Ceramic Epoxy. Limitations This material should be used on spigots and in bell sockets only after the pipe or fitting is lined with PROTECTO 401 Ceramic Epoxy.PROTECTO Joint Compound can be used over PROTECTO 401 or on bare substrate. ' NOTE.Do not applyPROTECTO401 over PROTECTOJomtCompound Surface Preparation The surface preparation shall be equal to the specifications for the project or as outlined in the ' touch-up procedure Do not apply PROTECTO Joint Compound over wet or frozen surfaces Dry Film Thickness As outlined in specifications Application Data Brush,roll or airless spray, Thin or clean up with Methyl Ethyl Ketone Physical Data Volatile Organic Contents.<1.40lbs per gallon mixed unthinned, Safety Data See individual product label for safety and health data information.individual Material Safety Data Sheets are available upon request i t U.S PIPE AND FOUNDRY CO PROTECTO 401 Pipe BRO-068 REVISED 1110 W 0 PROTECTO 401 TM o�0 2010 EDITION P 11 ' Products for Water, Wastewater and Fire Protection Ductile Iron Pipe SIZE RANGE TYTON JOINT®Pipe 4'-64" Mechanical Joint Pipe 4"-12- - - -- ------ ---- - ---------- TR FLEX°Pipe _ 4"-36" ' HP LOKTM Restrained Joint Pipe— - �- — 30"_64" Flanged Pipe 3"-64" USIFLEX°Boltless Flexible Ball Joint Pipe 4"4 8" Restrained Joints TR FLEX"Pipe 4"-36" HP LOKTm Restrained Joint Pipe 30"-64" T ' MJ FIELD LOK'Gaskets 4"-24" FIELD LOK 350'Gaskets 4"-24" FIELD LOK'Gasket 30"&36' _ T TR FLEX GRIPPER"Rings 4"-36" TR TELE FLEX"Assemblies 4"-24" 1 Fittings TRIM TYTON®Fittings 4"-12' TYT010 Fittings --------�--- _ ---14"-64" TR FLEX®Fittings and TR FLEX®Telescoping Sleeves 4"-64" Mechanical Joint Fittings CIIO 30"-48 - Flanged Fittings 30"-64" �_- ' XTRA FLEX®Couplings --_ _—_`- 4"-24" Miscellaneous Products PROTECTO 401'"Lined Ductile Iron Pipe for 4"-64"Ductile Iron Domestic Sewage and Industrial Wastes RING FLANGE-TYTE®Gaskets 4"-36" - - ----- -----------------. ---__._______ Our products are manufactured in conformance FULL FACE FLANGE-TYTE®Gaskets 4"-64" _ with National Standards so that our customers Polymeric Linings _ For all pipe sizes may be assured of getting the performance and - ---- longevity they expect Use of accessories or ' Saddle Outlets Various Ductile Iron - -- - -- -- -- — — - other appurtenances that do not comply with elded Outlets _ _ Various Ductile Iron recognized standards may/eopardize the Polyethylene Encasement— 4" - -64" ^_ -� performance and longevity of the project. ' U S.PIPE AND FOUNDRY CO. PROTECTO 401 Pipe BRO-068 REVISED 11.10 F7 ACV-- 4p 1"", W-4 '5e o'l 4 W ,lik -1 �li'I'- I" 1 n' ar--Za' "IA Z 'YW k'Vz -,p- -r^g 4'v 'A Rry Air A Mg WN -MP La5M ....... �40 lee -, MOM t4l"' 'Al NMI ;g AMT1, U6 Wil 57 EN Vwl ra TT II PREVAILING WAGE RATES 1 t t i 1 t i 1 t 1 t 1 i t 1 1 Foster Park Pump Station/Inouye A - 6 August 17, 2011 Project Number 09-3005 1 State of Washington ' Department of Labor & Industries Prevailing Wage Section - Telephone 360-902-5335 PO Box 44540, Olympia, WA 98504-4540 iWashington State Prevailing Wage The PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate of fringe tenefits. On public works projects, worker's wage and benefit rates must add to not less than this total. A brief description of overtime calculation requirements are provided on the Benefit Code Key. Journey Level Prevailing Wage Rates for the Effective Date: 09/13/2011 untyl Trade Job Classification Wage Holiday Overtime Note King 1Asbestos Abatement Workers Journey Level $40.03 5D 1 H ng Boiler_makers Journey Level $57.99 5N 1C Ting Brick Mason Brick And Block Finisher $41.01 5A 1M ing Brick Mason Journey Level $47.87 5A 1M ng Brick Mason Pointer-Caulker-Cleaner $47.87 5A 1M King Budding Service Employees Janitor $18.91 55 2F ng Building Service Employees Traveling Waxer/shampooer $19.32 5S 2F Ring Building Service Employees Window Cleaner(non-scaffold) $22.65 5S 2F ing Cabinet Makers (In Shop) Journey Level $22.74 1 j ng Carpenters Acoustical Worker $48.63 5D 1M King Carpenters Bridge, Dock And Wharf Carpenters $48.47 5A 1M Ong Carpenters Carpenter $48.47 5D 1M ng Carpenters Creosoted Material $48.57 5D 1M King Carpenters tRoor Finisher $48.60 5D 1M ng Carpenters oor Layer $48.60 5D 1M %ng Carpenters oor Sander $48.60 5D 1M ng Carpenters wfiler $48.60 5D 1M ng Carpenters hingler $48.60 5D 1M King Carpenters Stationary Power Saw Operator $48.60 5D 1M ng lCarpenters Stationary Woodworking Tools $48 60 5D 1M ng Cement Masons Journey Level $49.15 7A 1M King Divers Et Tenders Diver $100.28 5D 1M 8A ng Divers E* Tenders Diver On Standby $56.68 5D 1M King Divers & Tenders Diver Tender $52.23 5D 1M rs Et Tenders Surface Rcv it Rov Operator $52.23 5D 1M rs Et Tenders Surface Rcv Et Rov Operator Tender $48.67 5A 1B :KKlnqgDredge Workers Assistant Engineer $49.57 5D 1T 8L dge Workers Assistant Mate(deckhand) $49.06 5D 1T 8L dge Workers Engineer Welder $49.62 5D 1T 8L King Dredge Workers Leverman, Hydraulic $51.19 5D 1T 8L ng Dredge Workers Maintenance $49.06 5D 1T 8L King Dredge Workers Mates And Boatmen $49.57 5D 1T 8L ng Dredge Workers Oiler $49.19 5D 1_T 8L King Drywall Applicator Journey Level $48.471 5D 1M King Drywall Tapers Journey Level $48 79 5P 1E King Electrical Fixture Maintenance Journey Level $25.34 5L 1E Workers King Electricians - Inside Cable Splicer $61 93 7C 2W King Electricians - Inside Cable Splicer (tunnel) $66.55 7C 2W King Electricians - Inside Certified Welder $59.831 7C 2W King Electricians - inside Certified Welder (tunnel) $64.23 7C 2W King Electricians- Inside Construction Stock Person $31.83 7C 2W King Electricians - Inside Journey Level $57.72 7C 2W King Electricians - inside Journey Level (tunnel) $61.93 7C 2W King Electricians - Motor Shop Craftsman $15.37 1 King Electricians_-Motor Shop Journey Level $14.691 1 King Electricians - Powerline Construction Cable Splicer $63.04 5A 4A King Electricians - Powerline Construction Certified Line Welder $57.61 5A 4A King Electricians - Powerline Construction Groundperson $41.06 5A 4A King Electricians - Powerline Construction Head Groundperson $43.33 5A 4A King Electricians - Powerline Construction Heavy Line Equipment Operator $57.61 5A 4A King Electricians - Powerline Construction Jackhammer Operator $43.331 5A 4A King Electricians - Powerline Construction Journey Level Lineperson $57 61 5A 4A King Electricians - Powerline Construction Line Equipment Operator $48.64 5A 4A King Electricians - Powerline Construction Pole Sprayer $57.61 5A 4A King Electricians - Powerline Construction Powderperson $43.33 5A 4A King Electronic Technicians Journey Level $31.00 1 King Elevator Constructors Mechanic $72.01 7D 4A King Elevator Constructors Mechanic In Charge $78.13 7D 4A King Fabricated Precast Concrete All Classifications - In-Factory Work $13.85 5B 2K Products Only King Fence Erectors Fence Erector $15.18 1 King Flaggers Journey Level $33.93 7A 2Y King Glaziers Journey Level $50.91 7L 1Y King Heat B Frost Insulators And Asbestos Journeyman $55.68 5J 1S Workers King Heating Equipment Mechanics Journey Level $67.82 7F 1E 'King Hod Carriers 8t Mason Tenders Journey Level $41.28 7A 2Y King Industrial Engine And Machine Journey Level $15.65 1 Mechanics King Industrial Power Vacuum Cleaner Journey Level $9.24 1 King Inland Boatmen Boat Operator $51.951 5B 1K King Inland Boatmen Cook $48.621 5B 1K King Inland Boatmen Deckhand $48.62 5B 1K King Inland Boatmen Deckhand Engineer $49.60 5B 1K King Inland Boatmen Launch Operator $50.80 5B 1K King Inland Boatmen Mate $50.80 513 1K , King Inspection/Cleaning/Seating Of Cleaner Operator, Foamer Operator $31.49 1 Sewer Ft Water Systems By Remote Control King Inspection/Cleaning/Seating Of Grout Truck Operator $11.48 1 Sewer a Water Systems By Remote Control + rrr n r • • r ... • • nr• + r�n+ + �ng Inspection/C leaning/Seahng-Of Head Operator $24.91 1 Sewer Et Water Systems By Remote Control �ng inspection/Cleaning/Seating Of Technician $19.33 1 Sewer Et Water Systems By Remote Control ng Inspection/Cleaning/Seating Of Tv Truck Operator $20.45 1 Sewer Et Water Systems By Remote Control ing Insulation Applicators Journey Level $48 67 5D 1M .ng Ironworkers Journeyman $57.52 7N 10 King Laborers Air, Gas Or Electric Vibrating Screed $40 03 7A 2Y sing Laborers Airtrac Drill Operator $41 28 7A 2Y Wing Laborers Ballast Regular Machine $40.03 7A 2Y ling Laborers Batch Weighman $33.931 7A 2Y Ming Laborers Brick Pavers $40.03 7A 2Y King Laborers Brush Cutter $40.03 7A 2Y rig Laborers Brush Hog Feeder $40.03 7A 2Y rig Laborers Burner $40.03 7A 2Y King Laborers Caisson Worker $41.28 7A 2Y ng Laborers Carpenter Tender $40.03 7A 2Y Wing Laborers Caulker $40.03 7A 2Y ing Laborers Cement Dumper-paving $40.77 7A 2Y ng Laborers Cement Finisher Tender $40.03 7A 2Y King Laborers Change House Or Dry Shack $40.03 7A 2Y rig Laborers Chipping Gun (under 30 Lbs.) $40.03 7A 2Y Bing Laborers Chipping Gun(30 Lbs. And Over) $40.77 7A 2Y King Laborers Choker Setter $40.03 7A 2Y ng Laborers Chuck Tender $40.03 7A 2Y Ting Laborers Clary Power Spreader $40.77 7A 2Y ing Laborers Clean-up Laborer $40.03 7A 2_Y rig Laborers Compressed Air Worker 0-30 psi $52.08 7A 2Y 8Q King Laborers Compressed Air Worker 30.01-44.00 $57.08 7A 2Y 8Q psi mg Laborers Compressed Air Worker 44.01-54.00 $60.76 7A 2Y 8Q psi rig Laborers Compressed Air Worker 54.01-60.00 $66.46 7A 2Y 88Q i psi King Laborers Compressed Air Worker 60.01-64.00 $68.58 7A 2Y 880 psi rig Laborers Compressed Air Worker 64.01-68 00 $73.68 7A 2Y 84 psi �ng Laborers Compressed Air Worker 68.01-70.00 $75.58 7A 2Y 8Q psi King Laborers Concrete Dumper/chute Operator $40.771 7A 2Y rig I Laborers Concrete Form Stripper $40.031 7A 2Y Ong Laborers Concrete Placement Crew $40.77 7A 2Y King Laborers Concrete Saw Operator/core Driller $40.77 7A 2Y ng Laborers Crusher Feeder $33.93 7A 2Y 1ng Laborers Curing Laborer $40 03 7A 2Y ng Laborers Demolition. Wrecking Et Moving $40.03 7A 2Y (incl. Charred Material) King Laborers Ditch Digger $40.03 7A 2Y King Laborers Diver $41.28 7A 2Y King Laborers Drill Operator (hydraulic,diamond) $40.77 7A 2Y King Laborers Dry Stack Walls $40.03 7A 2Y King Laborers Dump Person $40 03 7A 2Y King Laborers Epoxy Technician $40.03 7A 2Y King Laborers Erosion Control Worker $40.03 7A 2Y King Laborers Faller Et Bucker Chain Saw $40 77 7A 2Y King Laborers Fine Graders $40.03 7A 2Y King Laborers Firewatch $33.931 7A 2Y King Laborers Form Setter $40.03 7A 2Y King Laborers Gabian Basket Builders $40.03 7A 2Y 'King Laborers General Laborer $40.03 7A 2Y King Laborers Grade Checker Et Transit Person $41.28 7A 2Y King Laborers Grinders $40.03 7A 2Y King Laborers Grout Machine Tender $40.03 7A 2Y King Laborers Groutmen (pressure)including Post $40 77 7A 2Y Tension Beams King Laborers Guardrail Erector $40.03 7A 2Y King Laborers Hazardous Waste Worker (level A) $41.28 7A 2Y King Laborers Hazardous Waste Worker (level B) $40 771 7A 2Y King Laborers Hazardous Waste Worker (level C) $40.03 7A 2Y 'King Laborers High Scaler $41.28 7A 2Y King Laborers Jackhammer $40.77 7A 2Y King Laborers Laserbeam Operator $40.77 7A 2Y King Laborers Maintenance Person $40.03 7A 2Y King Laborers Manhole Builder-mudman $40.771 7A 2Y King Laborers Material Yard Person $40.03 7A 2Y King Laborers Miner $41.28 7A 2Y , King Laborers Motorman-dinky Locomotive $40.77 7A 2Y King Laborers Nozzleman (concrete Pump, Green $40.77 7A 2Y Cutter When Using Combination Of High Pressure Air Et Water On Concrete Et Rock, Sandblast, Gunite, Shotcrete, Water Bla King Laborers Pavement Breaker $40.77 7A 2Y King Laborers Pilot Car $33.93 7A 2Y King Laborers Pipe Layer Lead $41.28 7A 2Y King Laborers Pipe Layer/tailor $40.77 7A 2Y King Laborers Pipe Pot Tender $40.77 7A 2Y King Laborers Pipe Rehner $40.771 7A 2Y King Laborers Pipe Wrapper $40.77 7A 2Y King Laborers Pot Tender $40.03 7A 2Y King Laborers Powderman $41.28 7A 2Y King Laborers Powderman's Helper $40.03 7A 2Y King Laborers Power Jacks $40.77 7A 2Y King Laborers Railroad Spike Puller - Power $40.771 7A 2Y King Laborers Raker - Asphalt $41.28 7A 2Y , King Laborers Re-timberman $41.281 7A 2Y iiing Laborers Remote Equipment Operator $40.77 7A 2Y ng Laborers Rigger/signal Person $40.77 7A 2Y King Laborers Rip Rap Person $40.03 7A 2Y ing Laborers Rivet Buster $40.77 7A 2Y King Laborers Rodder $40.77 7A 2Y ing Laborers Scaffold Erector $40.03 7A 2Y Bing Laborers Scale Person $40.03 7A 2Y King Laborers Sloper (over 20") $40.77 7A 2Y ing Laborers Sloper Sprayer $40.03 7A 2Y 'Ring Laborers Spreader (concrete) $40.77 7A 2Y l ing Laborers Stake Hopper $40 03 7A 2Y Bing Laborers Stock Piler $40.03 7A 2Y King Laborers Tamper Et Similar Electric, Air Et Gas $40.77 7A 2Y Operated Tools ing Laborers Tamper (multiple Et Self-propelled) $40.77 7A 2Y King Laborers Timber Person - Sewer (lagger, $40.77 7A 2Y Shorer Et Cribber) ing Laborers Toolroom Person (at Jobsite) $40.03 7A 2Y King Laborers Topper $40 03 7A 2Y ng Laborers Track Laborer $40.03 7A 2Y rig Laborers Track Liner (power) $40.77 7A 2Y ing Laborers Truck Spotter $40.03 7A 2Y Bing Laborers Tugger Operator $40.77 7A 2Y King Laborers Tunnel Work-Guage and Lock Tender $41.38 7A 2Y 8Q rig Laborers Tunnel Work-Miner $41.381 7A 2Y 8Q sing Laborers Vibrator $40.77 7A 2Y King Laborers Vinyl Seamer $40.03 7A 2Y ling Laborers Watchman $30.84 7A 2Y "Ring Laborers Welder $40.77 7A 2Y ing Laborers Well Point Laborer $40.77 7A 2Y ling Laborers Window Washer/cleaner $30.84 7A 2Y King Laborers - Underground Sewer Et General Laborer Et Topman $40.03 7A 2Y Water rig Laborers-_Underground Sewer Et Pipe Layer $40.77 7A 2Y Water ng Landscape Construction Irrigation Or Lawn Sprinkler $13.56 1 Installers King Landscape Construction Landscape Equipment Operators Or $28.17 1 Truck Drivers ing Landscape Construction Landscaping or Planting Laborers $17.87 1 King ILathers Journey Level $48 74 5D 1H ing Marble Setters Journey Level $47.87 5A 1M %ng Metal Fablcation_(In Shop) Fitter $15.861 1 ling Metal Fabrication (in Shop) Laborer $9.78 1 Brig Metal Fabrication (In Shop) Machine Operator $13.04 1 King Metal Fabrication (in Shop) Painter $11.10 1 ng Metal Fabrication (In Shop) Welder $15.48 1 ng Millwright Journey Level $49 47 5D 1M King Modular Buildings lCabinet Assembly $11.56 1 rig Modular Buildings jElectrician $11.56 1 a ubv v va a i King Modular Buildings Equipment Maintenance $11.561 1 King Modular Buildings Plumber $11.56 1 King Modular Buildings Production Worker $9.40 1 King Modular Buildings Tool Maintenance $11.56 1 King Modular Buildings Utility Person $11.56 1 King Modular Buildings Welder $11.56 1 King Painters Journey Level $35.701 6Z 2B King Pile Driver Journey Level $48.67 5A 1M King Plasterers Journey Level $46.63 7Q 1R King Playground Et Park Equipment Journey Level $8.67 1 installers King Plumbers Et Pipefitters Journey Level $70.84 6Z 1G King Power Equipment Operators Asphalt Plant Operators $50.391 7A 1T 8P King Power Equipment Operators Assistant Engineer $47.12 7A 1T 8P King Power Equipment Operators Barrier Machine (zipper) $49.90 7A 1T 8P King Power Equipment Operators Batch Plant Operator, Concrete $49.90 7A 1T 8P King Power Equipment Operators Bobcat $47.12 7A 1T 8P King Power Equipment Operators Brokk - Remote Demolition $47.12 7A 1T 8P Equipment King Power_Equipment-Operators Brooms $47.12 7A 1T 8P King Power Equipment Operators Bump Cutter $49.90 7A 1T 8P King Power Equipment Operators Cableways $50.39 7A 1T 8P King Power Equipment Operators Chipper $49.90 7A 1T 8P King Power Equipment Operators Compressor $47.12 7A 1T 8P King Power Equipment Operators Concrete Pump: Truck Mount With $50.39 7A 1T 8P , Boom Attachment Over 42 M King Power Equipment Operators Concrete Finish Machine -laser $47.12 7A 1T 8P Screed King Power Equipment Operators Concrete Pump - Mounted Or Trailer $49.48 7A 1T 8P High Pressure Line Pump, Pump High Pressure. King Power Equipment Operators Concrete Pump: Truck Mount With $49.90 7A 1T 8P Boom Attachment Up To 42m King Power Equipment Operators Conveyors $49 48 7A 1T 8P King Power Equipment Operators Cranes: 20 Tons Through 44 Tons $49 90 7A 1T 8P With Attachments Overhead, Bridge Type Crane: 20 Tons Through 44 Tons King Power Equipment Operators Cranes: 100 Tons Through 199 Tons, $50.94 7A 1T 8P or 150' of boom (including jib with ' attachments); Overhead, bridge type, 100 tons and over; Tower crane up to 175' in height, base to boom. King Power Equipment Operators Cranes: 200 Tons To 300 Tons, Or $51.51 7A 1T 8P 250' Of Boom (including Jib With Attachments) King Power_Equipment Operators Cranes: 45 Tons Through 99 Tons, $50.39 7A 1T 8P Under 150' Of Boom (including Jib With Attachments) King Power Equipment-Operators Cranes: A-frame - 10 Tons And Under $47 12 7A 1T 8P King Power Equipment Operators Cranes: Friction 100 Tons Through $51.51 7A 1T 8P 199 Tons rig Power Equipment Operators Cranes: Friction Over 200 Tons $52.07 7A 1T 8P %ng Power Equipment Operators Cranes: Over 300 Tons Or 300' Of $52.07 7A 1T 8P Boom (including Jib With Attachments) rig Power Equipment Operators Cranes: Through 19 Tons With $49.48 7A 1T 8P Attachments A-frame Over 10 Tons ; rig Power Equipment Operators Crusher $49.901 7A 1T 8P %ng Power Equipment Operators Deck Engineer/deck Winches $49 90 7A 1T 8P (power) ng Power Equipment Operators Derricks, On Building Work $50.39 7A 1T 8P King Power Equipment Operators Dozer Quad 9, HD 41, D10 and Over $50.39 7A 1T 8P ; Ing ng Power Equipment Operators Dozers D-9 Et Under $49.48 7A 1T 8P Power Equipment Operators Drill Oilers: Auger Type, Truck Or $49 48 7A 1T 8P Crane Mount ing Power Equipment Operators Drilling Machine $49.90 7A 1T 8P ling Power Equipment Operators Elevator And Man-lift: Permanent $47.12 7A 1T 8P And Shaft Type rig Power Eouia_ment Operators Finishing Machine, Bidwell And $49.90 7A 1T 8P Gamaco Et Similar Equipment King Power Equipment Operators Forklift- 3000 Lbs And Over With $49.48 7A 1T 8P Attachments rig Power Equipment_Operators Forklifts Under 3000 Lbs. With $47.12 7A 1T 8P Attachments Ing Power Equipment Operators Grade Engineer: Using Blue Prints, $49.90 7A 1T 8P Cut Sheets, Etc King Power Equipment Operators Gradechecker/stakeman $47 12 7A 1T 8P Ong Power Equipment Operators Guardrail Punch/Auger $49.90 7A 1T 8P rig Power Equipment Operators Hard Tail End Dump Articulating Off- $50 39 7A 1T 8P Road Equipment 45 Yards. Et Over Ing Power Equipment Operators Hard Tail End Dump Articulating Off- $49.90 7A 1T 8P road Equipment Under 45 Yards King Power-Equipment Operators Horizontal/directional Drill Locator $49.48 7A 1T 8P ng Power Equipment Operators Horizontal/directional Drill Operator $49.90 7A 1T 8P %ng Power Equipment Operators Hydralifts/boom Trucks Over 10 $49.48 7A 1T 8P Tons rng Power Equipment Operators Hydralifts/boom Trucks, 10 Tons And $47.12 7A 1T 8P Under ing Power Equipment Operators Loader, Overhead 8 Yards. Et Over $50.94 7A 1T 8P ng Power Equipment Operators Loader, Overhead, 6 Yards. But Not $50.39 7A 1T 8P Including 8 Yards ng Power Equipment Operators Loaders, Overhead Under 6 Yards $49.901 7A 1T 8P i rig Power Equipment Operators Loaders, Plant Feed $49.90 7A 1T 8P King Power Equipment Operators Loaders: Elevating Type Belt $49.48 7A 1T 8P Ong Power Equipment Operators Locomotives, All $49.90 7A 1T 8P Wing Power Equipment Operators Material Transfer Device $49.90 7A 1T 8P King Power Equipment Operators Mechanics, All (leadmen - $0.50 Per $50.94 7A 1T 8P Hour Over Mechanic) %ng Power Equipment Operators Mixers Asphalt Plant $49.90 7A 1T 8P l ing Power Equipment Operators Motor Patrol Grader - Non-finishing $49.48 7A 1_T 8P ng Power Equipment Operators Motor Patrol Graders, Finishing $50.39 7A 1T 8P King Power Equipment Operators Mucking Machine, Mole, Tunnel Drill, $50.39 7A 1T 8P ` Boring, Road Header And/or Shield King Power Equipment Operators Oil Distributors, Blower Distribution $47.12 7A 1T 8P Et Mulch Seeding Operator King Power Equipment Operators Outside Hoists (elevators And $49.48 7A 1T 8P Manlifts), Air Tuggers,strato King Power Equipment Operators Overhead, Bridge Type: 45 Tons $50.39 7A 1T 8P Through 99 Tons King Power Equipment Operators Pavement Breaker $47.12 7A 1T 8P King Power Equipment Operators Pile Driver (other Than Crane Mount) $49.901 7A 1T 8P King Power Equipment Operators Plant Oiler - Asphalt, Crusher $49.48 7A 1T 8P King Power Equipment Operators Posthole Digger, Mechanical $47.12 7A 1T 8P King Power Equipment Operators Power Plant $47.12 7A 1T 8P King Power Equipment Operators Pumps - Water $47.12 7A 1T 8P King Power_Equipment Operators Quick Tower - No Cab, Under 100 $47.12 7A 1T 8P Feet In Height Based To Boom King Power Equipment Operators Remote Control Operator On Rubber $50.39 7A 1T 8P , Tired Earth Moving Equipment King Power Equipment Operators Rigger And Bellman $47.121 7A 1T 8P King Power Equipment Operators Rollagon $50.39 7A 1T 8P King Power Equipment Operators Roller, Other Than Plant Mix $47.12 7A 1T 8P King Power Equipment Operators Rolter, Plant Mix Or Multi-lift $49.48 7A 1T 8P Materials King Power Equipment Operators Roto-mill, Roto-grinder $49.90 7A 1T 8P King Power Equipment Operators Saws - Concrete $49.481 7A 1T 8P King Power Equipment Operators Scraper, Self Propelled Under 45 $49.90 7A 1T 8P Yards King Power Equipment Operators Scrapers - Concrete Et Carry All $49.48 7A 1T 8P King Powei Equipment Operators Scrapers, Self-propelled 45 Yards $50.39 7A 1T 8P And Over King Power Equipment Operators Service Engineers - Equipment $49 48 7A 1T 8P King Power Equipment Operators Shotcrete/gunite Equipment $47.12 7A 1T 8P King Power Equipment-Operators Shovel , Excavator, Backhoe, $49.48 7A 1T 8P Tractors Under 15 Metric Tons. King Power-Equipment Operators Shovel, Excavator, Backhoe: Over 30 $50.39 7A 1T 8P Metric Tons To 50 Metric Tons King Power Equipment Operators Shovel, Excavator, Backhoes, $49.90 7A 1T 8P Tractors: 15 To 30 Metric Tons King Power Equipment Operators Shovel, Excavator, Backhoes: Over $50.94 7A 1T 8P 50 Metric Tons To 90 Metric Tons King Power Equipment Operators Shovel, Excavator, Backhoes: Over $51.51 7A 1T 8P 90 Metric Tons King Power Equipment Operators Slipform Pavers $50.39 7A 1T 8P King Power Equipment Operators Spreader, Topsider Et Screedman $50.39 7A 1T 8P King Power Equipment Operators Subgrader Trimmer $49.90 7A 1T 8P King Power Equipment Operators Tower Bucket Elevators $49 48 7A 1T 8P King Power Equipment Operators Tower Crane Over 175'in Height, $51.51 7A 1T 8P Base To Boom King Power Equipment Operators Tower Crane Up To 175' In Height $50.94 7A 1T 8P Base To Boom King Power Equipment Operators Transporters, All Track Or Truck $50.39 7A 1T 8P Type King Power Equipment Operators Trenching Machines $49 48 7A 1T 8P King Power Equipment Operators Truck Crane Oiler/driver - 100 Tons $49.90 7A 1T 8P , . ubv i va a i And Over %ng Power Equipment Operators Truck Crane Oiler/driver Under 100 $49.48 7A 1T 8P Tons Brig Power Equipment Operators Truck Mount Portable Conveyor $49.90 7A 1T 8P Ting Power Equipment Operators Welder $50.39 7A 1T 8P rig Power Equipment Operators Wheel Tractors, Farman Type $47.12 7A 1T 8P ing Power Equipment Operators Yo Yo Pay Dozer $49.90 7A 1T 8P King Power Equipment Operators- Asphalt Plant Operators $50.39 7A 1T 8P Underground Sewer £t Water ing Power Equipment Operators- Assistant Engineer $47.12 7A 1T 8P Underground Sewer Et Water rig Power Equipment Operators- Barrier Machine (zipper) $49.90 7A 1T 8P Underground Sewer 8t Water King Power Equipment Operators- Batch Plant Operator, Concrete $49.90 7A 1T 8P Underground Sewer Et Water ing Power Equipment Operators- Bobcat $47.12 7A 1T 8P Underground Sewer Et Water rig Power Equipment Operators- Brokk - Remote Demolition $47.12 7A 1T 8P Underground Sewer Et Water Equipment King Power_Equipment Operators- Brooms $47 12 7A 1T 8P Underground Sewer Et Water rig Power Equipment Operators- Bump Cutter $49 90 7A 1T 8P Underground Sewer Et Water �ng Power Equipment Operators- Cableways $50.39 7A 1T 8P Underground Sewer Et Water King Power Equipment Operators- Chipper $49.90 7A 1T 8P Underground Sewer tt Water rig Power Equipment Operators- Compressor $47.12 7A 1T 8P Underground Sewer Et Water rig Power Equipment Operators- Concrete Pump: Truck Mount With $50.39 7A 11 SP Underground Sewer Et Water Boom Attachment Over 42 M King Power-Equipment Operators- Concrete Finish Machine -laser $47.12 7A 1T 8P Underground Sewer 6t Water Screed ing Power Equipment Operators- Concrete Pump - Mounted Or Trailer $49.48 7A 1T 8P Underground Sewer Et Water High Pressure Line Pump, Pump High Pressure. rig Power Equipment Operators- Concrete Pump- Truck Mount With $49.90 7A 1T 8P Underground Sewer 8t Water Boom Attachment Up To 42m rig Power Equipment Operators- Conveyors $49.48 7A 1T 8P Underground Sewer Et Water King Power Equipment Operators- Cranes: 20 Tons Through 44 Tons $49.90 7A 1T 8P ' Underground Sewer 8 Water With Attachments Overhead, Bridge Type Crane: 20 Tons Through 44 Tons ing Power Equipment Operators- Cranes: 200 Tons To 300 Tons, Or $51.51 7A 1T 8P Underground-Sewer Et Water 250' Of Boom (including Jib With Attachments) King Power Equipment Operators- Cranes: 45 Tons Through 99 Tons, $50.39 7A 1T 8P Underground Sewer Et Water Under 150' Of Boom (including Jib With Attachments) King Power Equipment Operators- Cranes: A-frame - 10 Tons And Under $47,12 7A 1T 8P Underground Sewer 8: Water rig Power Equipment Operators- Cranes: Friction 100 Tons Through $51.51 7A 1T 8P Underground Sewer 8: Water 199 Tons rig Power Equipment Operators- Cranes. Friction Over 200 Tons $52.07 7A 1T 8P Underground Sewer >t Water King Power Equipment Operators_- Cranes: Over 300 Tons Or 300' Of $52 07 7A 1T 8P Underground Sewer Et Water Boom (including Jib With Attachments) King Power Equipment Operators- Cranes. Through 19 Tons With $49.48 7A 1T 8P Underground Sewer Et Water Attachments A-frame Over 10 Tons King Power Equipment Operators- Crusher $49.90 7A 1_T 8P Underground Sewer It Water King Power Equipment Operators- Deck Engineer/deck Winches $49.90 7A 1T 8P Underground Sewer Et Water (power) King Power Equipment Operators- Derricks, On Building Work $50.39 7A 1T 8P Underground_Sewer Et Water King Power Equipment Operators- Dozer Quad 9, HD 41, D10 and Over $50.39 7A 1T 8P Underground Sewer Et Water King Power Equipment Operators- Dozers D-9 Et Under $49.48 7A 1T 8P Underground Sewer Et Water King Power Equipment Operators- Drill Oilers: Auger Type, Truck Or $49.48 7A 1T 8P Underground Sewer Et Water Crane Mount King Power Equipment Operators- Drilling Machine $49 90 7A 1T 8P Underground Sewer Et Water 'King Power Equipment Operators- Elevator And Man-lift: Permanent $47.12 7A 1T 8P Underground_Sewer Et Water And Shaft Type King Power Equipment Operators- Finishing Machine, Bidwell And $49.90 7A 1T 8P Underground Sewer Et Water Gamaco Et Similar Equipment King Power Equipment Operators- Forklift: 3000 Lbs And Over With $49.48 7A 1T 8P Underground Sewer Et Water Attachments King Power Equipment Operators- Forklifts: Under 3000 Lbs. With $47.12 7A 1T 8P Underground Sewer Et Water Attachments 'King Power Equipment Operators- Grade Engineer- Using Blue Prints, $49.90 7A 1T 8P Underground Sewer Et Water Cut Sheets, Etc King Power Equipment Operators- Gradechecker/stakeman $47.12 7A 1T 8P Underground Sewer Et Water King Power Equipment Operators- Guardrail Punch/Auger $49.90 7A 1T 8P Underground Sewer Et Water King Power_Equipment Operators- Hard Tail End Dump Articulating Off- $50.39 7A 1T 8P Underground Sewer Et Water Road Equipment 45 Yards. Et Over King Power Equipment Operators- Hard Tail End Dump Articulating Off- $49 90 7A 1T 8P Underground Sewer Et Water road Equipment Under 45 Yards King Power Equipment Operators- Horizontal/directional Drill Locator $49.48 7A 1T 8P Underground Sewer Et Water King Power Equipment Operators- Horizontal/directional Drill Operator $49.90 7A _1_T 8P Underground Sewer Et Water King Power Equipment Operators- Hydrahfts/boom Trucks Over 10 $49.48 7A 1T 8P Underground Sewer Et Water Tons King Power Equipment_Operators- Hydrahfts/boom Trucks, 10 Tons And $47.12 7A 1T 8P Underground Sewer EtWater Under King Power Equipment Operators- Loader, Overhead 8 Yards. Et Over $50.94 7A 1T 8P Underground Sewer Et Water King Power Equipment Operators- Loader, Overhead, 6 Yards. But Not $50.39 7A _1_T 8P Underground Sewer Et Water Including 8 Yards King Power Equipment Operators- Loaders, Overhead Under 6 Yards $49.90 7A 1T 8P Underground Sewer Et Water King Power Equipment Operators- Loaders, Plant Feed $49.90 7A 1T 8P Un-derground Sewer Et Water King Power Equipment Operators- Loaders: Elevating Type Belt $49.48 7A 1T 8P Underground Sewer & Water t Ring Power Equipment Operators- Locomotives, All $49.90 7A 1T 8P Underground Sewer Et Water ing Power Equipment Operators- Material Transfer Device $49.90 7A 1T 8P Underground Sewer & Water King Power Equipment Operators- Mechanics, All (leadmen - $0.50 Per $50.94 7A 1T 8P Underground Sewer & Water Hour Over Mechanic) ing Power Equipment Operators- Mixers: Asphalt Plant $49.90 7A 1T 8P Underground Sewer & Water ing Power Equipment Operators- Motor Patrol Grader - Non-finishing $49.48 7A 1T 8P Underground Sewer a Water King Power Equipment Operators- Motor Patrol Graders, Finishing $50.39 7A 1T 8P Underground Sewer & Water ing Power Equipment Operators- Mucking Machine, Mole, Tunnel Drill, $50 39 7A 1T 8P Underground Sewer Et Water Boring, Road Header And/or Shield Fing Power Equipment Operators- Oil Distributors, Blower Distribution $47.12 7A 1T 8P Underground Sewer Et Water Ft Mulch Seeding Operator King Power Equipment Operators- Outside Hoists (elevators And $49.48 7A 1T 8P Underground Sewer Et Water Manlifts), Air Tuggers,strato ing Power Equipment Operators- Overhead, Bridge Type. 45 Tons $50.39 7A 1T 8P Underground Sewer Et Water Through 99 Tons ing Power Equipment Operators- Pavement Breaker $47.12 7A 1T 8P U Underground Sewer Et Water King Power Equipment Operators- Pile Driver (other Than Crane Mount) $49.90 7A 1T 8P Underground Sewer Et Water ing Power-Equipment Operators_- Plant Oiler - Asphalt, Crusher $49.48 7A 1T 8P j Underground Sewer Ft Water ing Power Equipment Operators- Posthole Digger, Mechanical $47.12 7A 1T 8P Underground Sewer Et Water King Power Equipment Operators- Power Plant $47.12 7A 1T 8P Underground Sewer Et Water ing Power Equipment Operators- Pumps - Water $47.12 7A 1T 8P Underground Sewer Et Water ing Power Equipment Operators- Quick Tower - No Cab, Under 100 $47.12 7A 1T 8P Underground Sewer Et Water Feet In Height Based To Boom King Power Equipment Operators- Remote Control Operator On Rubber $50.39 7A 1T 8P Underground Sewer& Water Tired Earth Moving Equipment rig Power Equipment Operators- Rigger And Bellman $47.12 7A 1T 8P Underground Sewer & Water ing Power Equipment Operators- Rollagon $50.39 7A 1T 8P Underground Sewer & Water King Power Equipment Operators- Roller, Other Than Plant Mix $47.12 7A 1T 8P Underground Sewer & Water ing Power Equipment Operators- Roller, Plant Mix Or Multi-lift $49.48 7A 1T 8P Underground_Sewer Et Water Materials ing Power Equipment Operators- Roto-mitt, Roto-grinder $49 90 7A 1T 8P Underground Sewer Et Water King Power Equipment Operators- Saws - Concrete $49.48 7A 1T 8P Underground Sewer E< Water rig Power Equipment Operators- Scraper, Self Propelled Under 45 $49.90 7A 1T 8P Underground Sewer & Water Yards ing Power Equipment Operators- Scrapers - Concrete Et Carry All $49.48 7A 1T 8P Underground Sewer & Water King Power Equipment Operators- Scrapers, Self-propelled: 45 Yards $50.39 7A 1T 8P Underground Sewer & Water And Over King Power Equipment Operators- Service Engineers - Equipment $49.48 7A 1T 8P Underground Sewer Et Water King Power Equipment Operators- Shotcrete/gumte Equipment $47.12 7A 1T 8P Underground Sewer Et Water King Power Equipment Operators- Shovel , Excavator, Backhoe, $49 48 7A 1T 8P Underground Sewer Et Water Tractors Under 15 Metric Tons. King Power Equipment Operators- Shovel, Excavator, Backhoe: Over 30 $50.39 7A 1T 8P Underground Sewer Et Water Metric Tons To 50 Metric Tons King Power Equipment Operators- Shovel, Excavator, Backhoes, $49.90 7A 1T 8P Underground Sewer Et Water Tractors: 15 To 30 Metric Tons King Power Equipment Operators- Shovel, Excavator, Backhoes: Over $50.94 7A 1T 8P Underground Sewer Et Water 50 Metric Tons To 90 Metric Tons King Power Equipment Operators- Shovel, Excavator, Backhoes: Over $51.51 7A 1T 8P Underground Sewer Et Water 90 Metric Tons King Power Equipment Operators- Shpform Pavers $50.39 7A 1T 8P Underground Sewer Et Water King Power Equipment Operators- Spreader, Topsider Et Screedman $50.39 7A 1T 8P Underground Sewer Et Water King Power Equipment Operators- Subgrader Trimmer $49.90 7A 1T 8P ' Underground Sewer & Water King Power Equipment Operators- Tower Bucket Elevators $49 48 7A 1T 8P Underground Sewer Et Water King Power Equipment Operators- Tower Crane Over 175'in Height, $51.51 7A 1T 8P Underground Sewer Et Water Base To Boom King Power Equipment Operators- Tower Crane Up To 175' In Height $50.94 7A 1T 8P Underground Sewer Et Water Base To Boom King Power Equipment Operators- Transporters, All Track Or Truck $50.39 7A 1T 8P Underground Sewer & Water Type King Power Equipment Operators- Trenching Machines $49 48 7A 1T 8P Underground Sewer Et Water King Power Equipment Operators- Truck Crane Oiler/dnver - 100 Tons $49.90 7A 1T 8P Underground Sewer Et Water And Over King Power Equipment Operators- Truck Crane Oiler/dnver Under 100 $49.48 7A 1T 8P Underground Sewer & Water Tons King Power Equipment Operators- Truck Mount Portable Conveyor $49.90 7A 1T 8P Underground Sewer Et Water King Power Equipment Operators- Welder $50.39 7A 1T 8P Underground Sewer Et Water King Power Equipment Operators- Wheel Tractors, Farmall Type $47.12 7A 1T 8P Underground Sewer Et Water King Power Equipment Operators- Yo Yo Pay Dozer $49.90 7A 1T 8P Underground Sewer Et Water King Power Line Clearance Tree Trimmers Journey Level In Charge $41.95 5A 4A King Power Line Clearance Tree Trimmers Spray Person $39.83 5A 4A King Power Line Clearance Tree Trimmers Tree Equipment Operator $40.361 5A 4A King Power Line Clearance Tree Trimmers Tree Trimmer $37.53 5A 4A King Power Line Clearance Tree Trimmers Tree Trimmer Groundperson $28.35 5A 4A King Refrigeration Et Air Conditioning Journey Level $69.96 6Z 1G , Mechanics King Residential Brick Mason Journey Level $47 87 5A 1M King Residential Carpenters Journey Level $28.20 1 King Residential Cement Masons Journey Level $22.64 1 King Residential Drywall Applicators Journey Level $38.08 5D 1M King Residential Drywall Tapers Journey Level $48.79 5P 1E ing Residential Electricians Journey Level $30.331 1 11ing Residential Glaziers Journey Level $34.601 7L 1H King Residential Insulation Applicators Journey Level $26.28 1 l Bing Residential Laborers Journey Level $23.03 1 King Residential Marble Setters Journey Level $24.09 1 ing Residential Painters Journey Level $24.46 1 Bing Residential Plumbers Et Pipefitters Journey Level $34.69 1_ King Residential Refrigeration Et Air Journey Level $69.96 6Z 1G Conditioning Mechanics ing Residential Sheet Metal Workers Journey Level $40.04 7F 1__R King Residential Soft Floor Layers Journey Level $41.95 5A 2Z ing Residential_Sprinkl_er Fitters (Fire Journey Level $41.31 5C 211 Protection) King Residential Stone Masons Journey Level $47.87 5A 1M ing Residential Terrazzo Workers Journey Level $43.93 5A 1M King Residential Terrazzo/Tile Finishers Journey Level $21.46 1 ing lResidential Tile Setters Journey Level $25.17 1 ing Roofers Journey Level $43.65 5A 1R King Roofers Using Irritable Bituminous Materials $46.65 5A 111 ing Sheet Metal Workers Journey Level $67.82 7F 1E ing Shipbuilding Et Ship Repair Boilermaker $34.13 7M 1H ing Shipbuilding Et Ship Repair Carpenter $34.99 70 1B ing Shipbuilding Et Ship Repair Electrician $34.90 70 1B King Shipbuilding Et Ship Repair Heat Et Frost Insulator $55.681 5J 1s Ong Shipbuilding Et Ship Repair Laborer $33.62 70 1B ing Shipbuilding Et Ship Repair Machinist $34.62 70 1B King Shipbuilding Et Ship Repair Operator $37.04 70 1B ing Shipbuilding Et Ship Repair Painter $36.21 70 1B Ting Shipbuilding Et Ship Repair Pipefitter $34.64 70 1B ing Shipbuilding Et Ship Repair Rigger $34.67 70 1B ing Shipbuilding Et Ship Repair Sandblaster $33.62 70 1B King Shipbuilding Et Ship Repair Sheet Metal $34.59 70 1B rig Shipbuilding Et Ship Repair Shipfitter $34.67 70 1B 11ing Shipbuilding Et Ship Repair Trucker $34 49 70 1B King Shipbuilding Et Ship Repair Warehouse $34.55 70 1_B ing Shipbuilding Et Ship Repair Welder/burner $34.67 70 1B Ting Sign Makers Et Installers (Electrical) Sign Installer $22.92 1 ing Sign Makers Et Installers (Electrical) Sign Maker $21.36 1 € ing Sign Makers Et Installers (Non- Sign Installer $27.28 1 Electrical) rig Sign Makers Et Installers (Non- Sign Maker $33.25 1 Electrical) King Soft Floor Layers Journey Level $41.951 5A 2Z rig Solar Controls For Windows Journey Level $12.44 1 rig Sprinkler Fitters (Fire Protection) Journey Level $68.79 5C 1X King Stage Rigging Mechanics (Non Journey Level $13.23 1 Structural) ng IStone Masons Journey Level $47.87 5A I 1M ing Street And Parking Lot Sweeper Journey Level $19.09 1 ' Workers King Surveyors Assistant Construction Site Surveyor $49.48 7A 1T 8P King Surveyors Chainman $48.96 7A 1T 8P King Surveyors Construction Site Surveyor $50.39 7A 1T 8P King Telec_o_mmunication Technicians Journey Level $22 76 1 King Telephone Line Construction - Cable Splicer $34.20 5A 2B Outside King Telephone Line Construction - Hole Digger/Ground Person $18.72 5A 2B Outside King Telephone Line Construction--- Installer (Repairer) $32.78 5A 2B Outside King Telephone Line Construction - Special Aparatus Installer 1 $34 20 5A 2B Outside King Telephone Line Construction - Special Apparatus Installer 11 $33.51 5A 2B Outside King Telephone Line Construction - Telephone Equipment Operator $34.21 5A 2B Outside (Heavy) King Telephone Line Construction - Telephone Equipment Operator $31.81 5A 2B Outside (Light) King Telephone Line Construction - Telephone Lineperson $31.81 5A 2B Outside King Telephone Line Construction - Television Groundperson $18.16 5A 2B Outside King Telephone Line Construction - Television Lineperson/Installer $24.09 5A 2B Outside King Telephone Line Construction - Television System Technician $28.72 5A 2B Outside King Telephone Line Construction Television Technician $25 81 5A 2B Outside King Telephone Line Construction - Tree Trimmer $31.82 5A 2B Outside King Terrazzo_Workers Journey Level $43.93 5A 1M King Tile Setters Journey Level $21.65 1 King Tile, Marble fr Terrazzo Finishers Finisher $40.76 5A I King Traffic Control Stripers Journey Level $39.90 7A 1 K King Truck Drivers Asphalt Mix Over 16 Yards (W. WA- $46.72 5D 3A 8L Joint Council 28) King Truck Drivers Asphalt Mix To 16 Yards (W. WA- $45.88 5D 3A 8L Joint Council 28) King Truck Drivers Dump Truck Et Trailer $46.72 5D 3A 8L King Truck Drivers Dump Truck (W. WA-Joint Council $45.88 5D 3A 8L 28) King Truck Drivers Other Trucks (W. WA-Joint Council $46.72 5D 3A 8L 28) King Truck Drivers Transit Mixer $23.45 1 King Well Drillers If Irrigation Pump Irrigation Pump Installer $17.71 1_ Installers King Well-Drillers 8 Irrigation Pump Oiler $12 97 1 Installers King Well Dnllers Ft_Irrigation Pump Welt Driller $18.00 1 Installers ,,, BENEFIT CODE KEY-EFFECTIVE 08-31-2011 THRU 03-02-2012 ***s*s*s****s**xa*trs**ssr***s*******x***********************************************************s*******•***rs**�srt+as* � OVERTIME CODES OVERTIME CALCULATIONS ARE BASED ON THE HOURLY RATE ACTUALLY PAID TO THE WORKER. ON PUBLIC WORKS PROJECTS,THE HOURLY RATE MUST BE NOT LESS THAN THE PREVAILING RATE OF WAGE MINUS THE HOURLY RATE OF THE COST OF FRINGE BENEFITS ACTUALLY PROVIDED FOR THE WORKER. ' 1 ALL HOURS WORKED IN EXCESS OF EIGHT(8)HOURS PER DAY OR FORTY(40)HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE B ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE C THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST TEN(10)HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE ALL OTHER OVERTIME HOURS AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE D. THE FIRST TWO(2) HOURS BEFORE OR AFTER A FIVE - EIGHT(8)HOUR WORKWEEK DAY OR A FOUR - TEN (10) HOUR WORKWEEK DAY AND THE FIRST EIGHT (8) HOURS WORKED THE NEXT DAY AFTER EITHER WORKWEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE ALL ADDITIONAL ' HOURS WORKED AND ALL WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE E THE FIRST TWO (2) HOURS AFTER EIGHT(8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST EIGHT (8) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE ALL OTHER HOURS WORKED MONDAY THROUGH SATURDAY, AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE F. THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST TEN(10)HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE ALL OTHER OVERTIME HOURS WORKED. EXCEPT LABOR DAY, SHALL BE PAID AT DOUBLE THE HOURLY 1 RATE OF WAGE ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT THREE TIMES THE HOURLY RATE OF WAGE G THE FIRST TEN(10)HOURS WORKED ON SATURDAYS AND THE FIRST TEN (10)HOURS WORKED ON A FIFTH CALENDAR WEEKDAY IN A FOUR - TEN HOUR SCHEDULE, SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED IN EXCESS OF TEN (10) HOURS PER DAY MONDAY THROUGH SATURDAY AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE H ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS IF WORK IS LOST DUE TO INCLEMENT WEATHER CONDITIONS OR EQUIPMENT BREAKDOWN) SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED MONDAY THROUGH SATURDAY OVER TWELVE(12) HOURS AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE I. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL ALSO BE PAID AT ONE AND DOUBLE THE HOURLY RATE OF WAGE J THE FIRST TWO (2) HOURS AFTER EIGHT(8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST TEN(10)HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED OVER TEN (10) HOURS MONDAY THROUGH SATURDAY, SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE K ALL HOURS WORKED ON SATURDAYS AND SUNDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE ' L. ALL HOURS WORKED IN EXCESS OF TEN (10) HOURS PER DAY MONDAY THROUGH SATURDAY AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE M ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS IF WORK IS LOST DUE TO INCLEMENT WEATHER CONDITIONS) SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY"RATE OF WAGE N ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS) SHALL BE PAID AT ONE AND ONE-HALF ' TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE BENEFIT CODE KEY-EFFECTIVE 08-31-2011 THRU 03-02-2012 -2- O THE FIRST TEN (10) HOURS WORKED ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE , HOURLY RATE OF WAGE ALL HOURS WORKED ON SUNDAYS, HOLIDAYS AND AFTER TWELVE(12) HOURS, MONDAY THROUGH FRIDAY, AND AFTER TEN (10) HOURS ON SATURDAY SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE P ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS IF CIRCUMSTANCES WARRANT) AND SUNDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE 1 Q THE FIRST TWO (2)HOURS AFTER EIGHT(8) REGULAR HOURS MONDAY THROUGH FRIDAY AND UP TO TEN , (10)HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED IN EXCESS OFTEN(10) HOLRS PER DAY MONDAY THROUGH SATURDAY AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS (EXCEPT CHRISTMAS DAY) SHALL BE PAID AT DOUBLE , THE HOURLY RATE OF WAGE ALL HOURS WORKED ON CHRISTMAS DAY SHALL BE PAID AT TWO AND ONE- HALF TIMES THE HOURLY RATE OF WAGE R ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE S THE FIRST TWO (2) HOURS AFTER EIGHT(8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST , EIGHT (8) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED ON HOLIDAYS AND ALL OTHER OVERTIME HOURS WORKED, EXCEPT LABOR DAY, SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT THREE TIMES THE HOURLY RATE OF WAGE T WORK PERFORMED IN EXCESS OF EIGHT (8) HOURS OF STRAIGHT TIME PER DAY, OR TEN (10) HOURS OF STRAIGHT TIME PER DAY WHEN FOUR TEN (10) HOUR SHIFTS ARE ESTABLISHED, OR FORTY (40) HOURS OF STRAIGHT TIME PER WEEK, MONDAY THROUGH FRIDAY, OR OUTSIDE THE NORMAL SHIFT, AND ALL WORK ON SATURDAYS SHALL BE PAID AT TIME AND ONE-HALF THE STRAIGHT TIME RATE HOURS WORKED OVER TWELVE HOURS(12) IN A SINGLE SHIFT AND ALL WORK PERFORMED AFTER 6 00 PM SATURDAY TO 6 00 AM MONDAY AND HOLIDAYS SHALL BE PAID AT DOUBLE THE STRAIGHT TIME RATE OF PAY THE EMPLOYER SHALL HAVE THE SOLE DISCRETION TO ASSIGN OVERTIME WORK TO EMPLOYEES PRIMARY , CONSIDERATION FOR OVERTIME WORK SHALL BE GIVEN TO EMPLOYEES REGULARLY ASSIGNED TO THE WORK TO BE PERFORMED ON OVERTIME SITUATIONS AFTER AN EMPLOYEE HAS WORKED EIGHT(8)HOURS AT AN APPLICABLE OVERTIME RATE, ALL ADDITIONAL HOURS SHALL BE AT THE APPLICABLE OVERTIME RATE UNTIL SUCH TIME AS THE EMPLOYEE HAS HAD A BREAK OF EIGHT(8)HOURS OR MORE , U ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS (EXCEPT LABOR DAY) SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT THREE TIMES THE HOURLY RATE OF WAGE V ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS(EXCEPT THANKSGIVING DAY AND CHRISTMAS DAY) SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED ON THANKSGIVING DAY AND CHRISTMAS DAY SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE W ALL HOURS WORKED ON SATURDAYS AND SUNDAYS (EXCEPT MAKE-UP DAYS DUE TO CONDITIONS BEYOND THE CONTROL OF THE EMPLOYER)) SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY , RATE OF WAGE ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE X THE FIRST FOUR(4) HOURS AFTER EIGHT(8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST TWELVE (12)HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED OVER TWELVE (12) HOURS MONDAY THROUGH SATURDAY, SUNDAYS .AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE WHEN HOLIDAY FALLS ON SATURDAY OR SUNDAY, THE DAY BEFORE SATURDAY, FRIDAY, AND THE DAY AFTER SUNDAY. MONDAY, , SHALL BE CONSIDERED THE HOLIDAY AND ALL WORK PERFORMED SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE Y ALL HOURS WORKED OUTSIDE THE HOURS OF 5 00 AM AND 5.00 PM (OR SUCH OTHER HOURS AS MAY BE ' AGREED UPON BY.ANY EMPLOYER AND THE EMPLOYEE)AND ALL HOURS WORKED IN EXCESS OF EIGHT(8) HOURS PER DAY (10 HOURS PER DAY FOR A 4 X 10 WORKWEEK) AND ON SATURDAYS AND HOLIDAYS (EXCEPT LABOR DAY)SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE (EXCEPT FOR EMPLOYEES WHO ARE ABSENT FROM WORK WITHOUT PRIOR APROVAL ON A SCHEDULED WORKDAY DURING THE WORKWEEK SHALL BE PAID AT THE STRAIGHT-TME RATE UNTIL THEY HAVE WORKED 8 HOURS IN A DAY (10 IN A 4 X 10 WORKWEEK) OR 40 HOURS DURING THAT WORKWEEK) ALL HOURS WORKED MONDAY THROUGH SATURDAY OVER TWELVE (12) HOURS AND ALL HOURS WORKED ON SUNDAYS AND LABOR DAY SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE BENEFIT CODE KEY-EFFECTIVE 08-31-2011 THRU 03-02-2012 -3- 1. Z ALL HOURS WORKED ON SATURDAYS AND SUNDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID THE STRAIGHT TIME RATE OF PAY"IN ADDITION TO HOLIDAY PAY 2 ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY(40)HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE B ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE C. ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF ' WAGE ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE F THE FIRST EIGHT (8) HOURS WORKED ON HOLIDAYS SHALL BE PAID AT THE STRAIGHT HOURLY RATE OF WAGE IN ADDITION TO THE HOLIDAY PAY ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS ON ' HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY"RATE OF WAGE G ALL HOURS WORKED ON SUNDAY SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED ON PAID HOLIDAYS SHALL BE PAID AT TWO AND ONE-HALF TIMES THE HOURLY RATE OF WAGE ' INCLUDING HOLIDAY PAY H. ALL HOURS WORKED ON SUNDAY SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE i K ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE IN ADDITION TO THE HOLIDAY PAY O ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE 2 R ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS AND ALL HOURS WORKED OVER SIXTY (60) IN ONE WEEK SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE U. ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED OVER 12 HOURS IN A DAY, OR ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE i W THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST EIGHT (8) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE ALL OTHER HOURS WORKED MONDAY THROUGH SATURDAY, AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE ON A FOUR-DAY, TEN- HOUR WEEKLY SCHEDULE,EITHER MONDAY THRU THURSDAY OR TUESDAY THRU FRIDAY SCHEDULE,ALL HOURS WORKED AFTER TEN SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE THE FIRST EIGHT(8) FLOURS WORKED ON THE FIFTH DAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE ALL OTHER HOURS WORKED ON THE FIFTH, SIXTH,AND SEVENTH DAYS AND ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE Y. ALL HOURS WORKED ON SATURDAYS(EXCEPT FOR MAKE-UP DAYS)SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED MONDAY THROUGH SATURDAY OVER TWELVE I (12) HOURS AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE Z ALL HOURS WORKED MONDAY THROUGH FRIDAY BETWEEN THE HOURS OF 6 00 P M AND 6 00 A M AND ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE, EXCEPT FOR COMMERCIAL, OCCUPIED BUILDINGS WHERE FLOOR COVERING WORK CANNOT BE PERFORMED IN THE REGULAR DAYTIME HOURS DUE TO OCCUPANCY FOR SUCH OCCUPIED,COMMERCIAL BUILDINGS, THE EMPLOYEE MAY AGREE TO WORK BETWEEN THE HOURS OF 6 00 PM TO 6 00 AM MONDAY ' THROUGH SATURDAY MORNING AT 6 00 AM AT AN OVERTIME PAY RATE OF 10%OVER THE STRAIGHT TIME RATE ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE 3 A WORK PERFORMED IN EXCESS OF EIGHT (8) HOURS OF STRAIGHT TIME PER DAY, OR TEN (10) HOURS OF STRAIGHT TIME PER DAY WHEN FOUR TEN(10)HOUR SHIFTS ARE ESTABLISHED, OR FORTY (40) HOURS OF STRAIGHT TIME PER WEEK, MONDAY THROUGH FRIDAY,OR OUTSIDE THE NORMAL SHIFT, AND ALL WORK ON SATURDAYS SHALL BE PAID AT TIME AND ONE-HALF THE STRAIGHT TIME RATE HOURS WORKED OVER TWELVE HOURS (12)IN A SINGLE SHIFT AND ALL WORK PERFORMED AFTER 6 00 PM SATURDAY TO 6 00 AM MONDAY AND HOLIDAYS SHALL BE PAID AT DOUBLE THE STRAIGHT TIME RATE OF PAY ANY SHIFT BENEFIT CODE KEY-EFFECTIVE 08-31-2011 THRU 03-02-2012 ' -4- STARTING BETWEEN THE HOURS OF 6 00 PM AND MIDNIGHT SHALL RECEIVE AN ADDITIONAL ONE DOLLAR (SI 00)PER HOUR FOR ALL HOURS WORKED THAT SHIFT THE EMPLOYER SHALL HAVE THE SOLE DISCRETION TO ASSIGN OVERTIME WORK TO EMPLOYEES PRIMARY CONSIDERATION FOR OVERTIME WORK SHALL BE GIVEN TO EMPLOYEES REGULARLY ASSIGNED TO THE WORK TO BE PERFORMED ON OVERTIME SITUATIONS AFTER AN EMPLOYEE HAS WORKED EIGHT(8) HOURS AT AN APPLICABLE OVERTIME RATE, ALL ADDITIONAL HOURS SHALL BE AT THE APPLICABLE ' OVERTIME RATE UNTIL SUCH TIME AS THE EMPLOYEE HAS HAD A BREAK OF EIGHT(8)HOURS OR MORE 4 ALL HOURS WORKED IN EXCESS OF EIGHT(8)HOURS PER DAY OR FORTY(40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE A ALL HOURS WORKED IN EXCESS OF EIGHT(8)HOURS PER DAY OR FORTY(40)HOURS PER WEEK SHALL BE PAID ' AT DOUBLE THE HOURLY RATE OF WAGE ALL HOURS WORKED ON SATURDAYS, SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE B ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS IF WORK IS LOST DUE TO INCLEMENT WEATHER CONDITIONS) SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED MONDAY THROUGH SATURDAY OVER TWELVE (12) HOURS AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE 1 HOLIDAY CODES 5 A HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, , FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(7) B HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, , FRIDAY AFTER THANKSGIVING DAY,THE DAY BEFORE CHRISTMAS,AND CHRISTMAS DAY(8) C HOLIDAYS NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(8) D HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY. INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AND SATURDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(8) H HOLIDAYS NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,THANKSGIVING DAY,THE DAY AFTER THANKSGIVING DAY,AND CHRISTMAS(6) I HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, AND CHRISTMAS DAY(6) J HOLIDAYS NEW YEAR'S DAY,MEMORIAL DAY, INDEPENDENCE DAY, THANKSGIVING DAY,FRIDAY AFTER THANKSGIVING DAY,CHRISTMAS EVE DAY,AND CHRISTMAS DAY(7) K HOLIDAYS NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY,FRIDAY AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS,AND CHRISTMAS DAY(9) L HOLIDAYS NEW YEAR'S DAY, MARTIN LUTHER KING JR DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY,THANKSGIVING DAY,FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(8) N HOLIDAYS NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, , VETERANS'DAY,THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(9) P HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, ' FRIDAY AND SATURDAY AFTER THANKSGIVING DAY,THE DAY BEFORE CHRISTMAS,AND CHRISTMAS DAY (9) IF A HOLIDAY FALLS ON SUNDAY,THE FOLLOWING MONDAY SHALL BE CONSIDERED AS A HOLIDAY R PAID HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY,DAY AFTER THANKSGIVING DAY,ONE-HALF DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY (7 1/2) 5 S PAID HOLIDAYS NEW YEAR'S DAY,PRESIDENTS'DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY, THANKSGIVING DAY,AND CHRISTMAS DAY(7) ' BENEFIT CODE KEY-EFFECTIVE 08-31-2011 THRU 03-02-2012 -5- T PAID HOLIDAYS NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, AND THE DAY BEFORE OR AFTER CHRISTMAS(9) V PAID HOLIDAYS SIX(6)PAID HOLIDAYS Z HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS DAY, THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(8) ' 6 A PAID HOLIDAYS NEW YEAR'S DAY,PRESIDENTS' DAY,MEMORIAL DAY,INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(8) E. PAID HOLIDAYS NEW YEAR'S DAY, DAY BEFORE OR AFTER NEW YEAR'S DAY, PRESIDENTS DAY, MEMORIAL DAY,INDEPENDENCE DAY.LABOR DAY,THANKSGIVING DAY,DAY AFTER THANKSGIVING DAY, CHRISTMAS DAY,AND A HALF-DAY ON CHRISTMAS EVE DAY (9 1/2) G PAID HOLIDAYS NEW YEAR'S DAY, MARTIN LUTHER KING JR DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS' DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY.CHRISTMAS DAY,AND CHRISTMAS EVE DAY(11) H. PAID HOLIDAYS NEW YEAR'S DAY,NEW YEAR S EVE DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, THE DAY AFTER CHRISTMAS,AND A FLOATING HOLIDAY(10) I. PAID HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY,FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(7) 6 Q PAID HOLIDAYS NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,VETERANS DAY,THANKSGIVING DAY,THE DAY AFTER THANKSGIVING DAY AND CHRISTMAS DAY(8) UNPAID HOLIDAY_ PRESIDENTS'DAY T PAID HOLIDAYS NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, THE LAST WORKING DAY BEFORE CHRISTMAS DAY,AND CHRISTMAS DAY(9) Z HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (7) IF A HOLIDAY FALLS ON SATURDAY, THE PRECEDING FRIDAY SHALL BE CONSIDERED AS THE HOLIDAY IF A HOLIDAY FALLS ON SUNDAY,THE FOLLOWING MONDAY SHALL BE CONSIDERED AS THE HOLIDAY 7 A HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AND SATURDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY(8) ANY HOLIDAY WHICH FALLS ON A SUNDAY SHALL BE OBSERVED AS A HOLIDAY ON THE FOLLOWING MONDAY IF ANY OF THE LISTED HOLIDAYS FALLS ON A SATURDAY,THE PRECEDING FRIDAY SHALL BE A REGULAR WORK DAY B HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AND SATURDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(8) ANY HOLIDAY WHICH FALLS ON A SUNDAY SHALL BE OBSERVED AS A HOLIDAY ON THE FOLLOWING MONDAY ANY HOLIDAY WHICH FALLS ON A SATURDAY SHALL BE OBSERVED AS A HOLIDAY ON THE PRECEDING FRIDAY C. HOLIDAYS NEW YEAR'S DAY, MARTIN LUTHER KING JR DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY,THANKSGIv ING DAY,THE FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(8) ANY HOLIDAY WHICH FALLS ON A SUNDAY SHALL BE OBSERVED AS A HOLIDAY ON THE FOLLOWING MONDAY ANY HOLIDAY WHICH FALLS ON A SATURDAY SHALL BE OBSERVED AS A HOLIDAY ON THE PRECEDING FRIDAY ' D PAID HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERAN'S DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8) UNPAID HOLIDAYS PRESIDENT'S DAY ANY PAID HOLIDAY WHICH FALLS ON A SUNDAY SHALL BE OBSERVED AS A HOLIDAY ON THE FOLLOWING MONDAY ANY PAID HOLIDAY WHICH FALLS ON A SATURDAY SHALL BE OBSERVED AS A HOLIDAY ON THE PRECEDING FRIDAY E. HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, ' THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (7) ANY HOLIDAY WHICH FALLS ON A BENEFIT CODE KEY-EFFECTIVE 08-31-2011 THRU 03-02-2012 ' -6- SUNDAY SHALL BE OBSERVED AS A HOLIDAY ON THE FOLLOWING MONDAY ANY HOLIDAY WHICH FALLS ON A SATURDAY SHALL BE OBSERVED AS A HOLIDAY ON THE PRECEDING FRIDAY , F HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY. THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, THE LAST WORKING DAY BEFORE CHRISTMAS DAY AND CHRISTMAS DAY (8) ANY HOLIDAY WHICH FALLS ON A SUNDAY SHALL BE OBSERVED AS A HOLIDAY ON , THE FOLLOWING MONDAY ANY HOLIDAY WHICH FALLS ON A SATURDAY SHALL BE OBSERVED AS A HOLIDAY ON THE PRECEDING FRIDAY G HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, AND CHRISTMAS DAY (6) ANY HOLIDAY WHICH FALLS ON A SUNDAY SHALL BE OBSERVED AS A HOLIDAY ON THE FOLLOWING MONDAY H HOLIDAYS NEW YEAR'S DAY, MARTIN LUTHER KING JR DAY, INDEPENDENCE DAY, MEMORIAL DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, THE LAST WORKING DAY BEFORE CHRISTMAS DAY AND CHRISTMAS DAY (9) ANY HOLIDAY WHICH FALLS ON A SUNDAY SHALL BE OBSERVED AS A HOLIDAY ON THE FOLLOWING MONDAY ANY HOLIDAY WHICH FALLS ON A SATURDAY SHALL BE OBSERVED AS A HOLIDAY ON THE PRECEDING FRIDAY I HOLIDAYS NEW YEAR'S DAY, PRESIDENT'S DAY, INDEPENDENCE DAY, MEMORIAL DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS DAY AND CHRISTMAS DAY (9) ANY HOLIDAY WHICH FALLS ON A SUNDAY SHALL BE OBSERVED AS A HOLIDAY ON , THE FOLLOWING MONDAY ANY HOLIDAY WHICH FALLS ON A SATURDAY SHALL BE OBSERVED AS A HOLIDAY ON THE PRECEDING FRIDAY J HOLIDAYS NEW YEAR'S DAY, INDEPENDENCE DAY, MEMORIAL DAY, LABOR DAY, THANKSGIVING DAY , AND CHRISTMAS DAY(6) ANY HOLIDAY WHICH FALLS ON A SUNDAY SHALL BE OBSERVED AS A HOLIDAY ON THE FOLLOWING MONDAY ANY HOLIDAY WHICH FALLS ON A SATURDAY SHALL BE OBSERVED AS A HOLIDAY ON THE PRECEDING FRIDAY K HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, THANKSGIVING DAY, THE FRIDAY AND SATURDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY(8) ANY HOLIDAY WHICH FALLS ON A SUNDAY SHALL BE OBSERVED AS A HOLIDAY ON THE FOLLOWING MONDAY ANY HOLIDAY WHICH FALLS ON A SATURDAY SHALL BE OBSERVED AS A HOLID AY ON THE PRECEDING FRIDAY L. HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, LABOR DAY, INDEPENDENCE DAY, THANKSGIVING DAY, THE LAST WORKDAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY(7) ANY HOLIDAY WHICH FALLS ON A SUNDAY SHALL BE OBSERVED AS A HOLIDAY ON THE FOLLOWING MONDAY ANY HOLIDAY WHICH FALLS ON A SATURDAY SHALL BE OBSERVED AS A HOLIDAY ON THE PRECEDING FRIDAY 7 M PAID HOLIDAYS NEW YEAR'S DAY, THE DAY AFTER OR BEFORE NEW YEAR'S DAY, PRESIDENT'S DAY, , MEMORIAL DAY INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, AND THE DAY AFTER OR BEFORE CHRISTMAS DAY 10) ANY HOLIDAY WHICH FALLS ON A SUNDAY SHALL BE OBSERVED AS A HOLIDAY ON THE FOLLOWING MONDAY , ANY HOLIDAY WHICH FALLS ON A SATURDAY SHALL BE OBSERVED AS A HOLIDAY ON THE PRECEDING FRIDAY N HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, , THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (7) ANY HOLIDAY WHICH FALLS ON A SUNDAY SHALL BE OBSERVED AS A HOLIDAY ON THE FOLLOWING MONDAY WHEN CHRISTMAS FALLS ON A SATURDAY,THE PRECEDING FRIDAY SHALL BE OBSERVED AS A HOLIDAY O PAID HOLIDAYS NEW YEAR'S DAY THE DAY AFTER OR BEFORE NEW YEAR'S DAY, PRESIDENT'S DAY, , MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, THE DAY AFTER OR BEFORE CHRISTMAS DAY, AND THE EMPLOYEES BIRTHDAY 11) ANY HOLIDAY WHICH FALLS ON A SUNDAY SHALL BE OBSERVED AS A , HOLIDAY ON THE FOLLOWING MONDAY ANY HOLIDAY WHICH FALLS ON A SATURDAY SHALL BE OBSERVED AS A HOLIDAY ON THE PRECEDING FRIDAY P HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY,LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(7) ANY HOLIDAY WHICH FALLS ON A SUNDAY SHALL BE OBSERVED AS A HOLIDAY ON THE FOLLOWING MONDAY Q. HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, THE LAST WORKING DAY BEFORE CHRISTMAS DAY AND CHRISTMAS DAY (8) ANY HOLIDAY WHICH FALLS ON A SUNDAY SHALL BE OBSERVED AS A HOLIDAY ON THE FOLLOWING MONDAY IF ANY OF THE LISTED HOLIDAYS FALLS ON A SATURDAY, THE PRECEDING FRIDAY SHALL BE A REGULAR WORK DAY ' BENEFIT CODE KEY-EFFECTIVE 08-31-2011 THRU 03-02-2012 -7- { NOTE CODES ' 8 A IN ADDITION TO THE HOURLY WAGE AND FRINGE BENEFITS,THE FOLLOWING DEPTH PREMIUMS APPLY TO DEPTHS OF FIFTY FEET OR MORE OVER 50'TO 100'-S2 00 PER FOOT FOR EACH FOOT OVER 50 FEET OVER 100'TO 150'-$3 00 PER FOOT FOR EACH FOOT OVER 100 FEET ' OVER 150'TO 220'-$4 00 PER FOOT FOR EACH FOOT OVER 150 FEET OVER 220'-$5 00 PER FOOT FOR EACH FOOT OVER 220 FEET C. IN ADDITION TO THE HOURLY WAGE AND FRINGE BENEFITS, THE FOLLOWING DEPTH PREMIUMS APPLY TO ' DEPTHS OF FIFTY FEET OR MORE OVER 50'TO 100'-$1 00 PER FOOT FOR EACH FOOT OVER 50 FEET OVER 100'TO 150'-$1 50 PER FOOT FOR EACH FOOT OVER 100 FEET OVER 150'TO 200'-$2 00 PER FOOT FOR EACH FOOT OVER 150 FEET OVER 200'-DIVERS MAY NAME THEIR OWN PRICE D WORKERS WORKING WITH SUPPLIED AIR ON HAZMAT PROJECTS RECEIVE AN ADDITIONAL$1 00 PER HOUR L WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS-LEVEL A SO 75, LEVEL B $0 50 AND LE'v EL C $0 25 M WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS LEVELS A& 131 $1 00,LEVELS C&D $0 50 N WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS -LEVEL A $1 00, LEVEL B $0 75,LEVEL C $0 50,AND LEVEL D $0 25 8 P WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS - CLASS A SUIT: $2 00,CLASS B SUIT $1 50, CLASS C SUIT $1 00,AND CLASS D SUIT$0 50 Q THE HIGHEST PRESSURE REGISTERED ON THE GAUGE FOR AN ACCUMULATED TIME OF MORE THAN FIFTEEN(15)MINUTES DURING THE SHIFT SHALL BE USED IN DETERMINING THE SCALE PAID. I REQUEST FOR MAYOR'S SIGNATURE • Please Fill in All Applicable Boxes KENT W ASHINGTON This form must be printed on cherry paper Routing information (ALL REQUESTS MUST FIRST REROUTED THROUGH THE LAW DEPARTMENT) Originator. Garrett Inouye Phone (Originator) 5548 Date Sent 16/3/1l Date Required to/+o/o Return Signed Document to Nancy Yoshitake CONTRACT TERMINATION DATE: 120 working days VENDOR NAME: Road Construction Northwest, Inc DATE OF COUNCIL APPROVAL: 9/20/11 Brief Explanation of Document The attached construction agreement is for Road Construction Northwest to install a 120 inch diameter storm water pump station, standby generator system, electrical/communication system, shelter structures for the pump station generator system and electrical facility and associated storm structures and appurtenances for the Foster Park Pump Station project 4 All Contracts Must Be Routed Through the Law Department (This Area to be Completed By the Law Department) Received- RECEIVED Approval of Law Dept OCT 0 ¢ 2011 / Law Dept Comments KENT LAW DEPT. Date Forwarded to Mayor dLA L <v' � < / Shaded Areas to Be Completed by Administration Staff O C T t0l r 2 01; Received City of Kent Office of the Mayor Recommendations & Comments: Disposition: /C,,1y I .J6 /Iui�IL /-0 Date Returned: 5 t,, _ I �� Vige5BT0_tem ebase 2107