Loading...
HomeMy WebLinkAboutPW16-067 - Original - Rodarte Construction, Inc. - James Street Pump Station - 02/29/2016 qua Xk^ I ® r s nt KENT WASX INGION Document x 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: Rodarte Construction, Inc. Vendor Number: JD Edwards Number Contract Number: Piet° Au ` MCI This is assigned by City Clerk's Office Project Name: James Street 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: Kelly Casteel Department: Engineering Contract Amount: $2 329,398.98 Approval Authority: (CIRCLE ONE) Department Director Mayor City Council Detail: (i.e. address, location, parcel number, tax id, etc.): The project consists of installing a 120 inch diameter storm water pump station, standby generator and e ectrica communication syst�he James Street->I ump Station project. — --_— As of: 08/27/14 Iit a 11 � I i. CITY OF KENT IJ KING-COUNTY, WASHINGTON KENT SPECIAL PROVISIONS FOR ,lames Street Pump Station II i " s ,' ', '' ' 'Protect Number: 10-3009 BIDS ACCEPTED UNTIL February 9. 2016 11 A.M. 81© OPENING IMMEDIATELY FOLLOWING DELIVER TO CITY: OF KENT, CITYHALL I 220 4th Avenue S., Kent, WA 98032-5895 TIMOTHY J. LAPORTE, P.E. PUBLIC WORKS DIRECTOR r 40 KENT W A 5 H ! N G T p N i t Funded in part by the Washington State Department of Ecology Stormwater Grant Program PUBLIC WORKS DEPARTMENT TimothyJ. LaPorte, P.E. Public Works Director 400 West Gowe Kent, WA 98032 Fax: 253-856-6500 KE�T PHONE: 253-856-5500 CITY OF KENT KING COUNTY, WASHINGTON James Street Pump Station Project Number: 10-3009 ADDENDUM No. i February 4, 2016 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 The following changes are included in the attached replacement pages 11, 23, 24, and 25 of the Bidder's Document. Bidders must use the replacement page. SCHEDULE IV - STORM SEWER ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 4020 7-04.5 25 Storm Sewer Pipe, 14 Inch $ $ KSP LN FT Diameter, Epoxy Lined, Ductile Per LF Iron, Restrained Joint, CI 50 SCHEDULE VIII - ROADSIDE RESTORATION ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 0 m 9015 8-0 .5 25 Bark or Word Chip Mulch KSP CU YDS Per CY Y 3 3 3 0 MAYOR SUZETTE COOKEI:":a: :ate w.= s. ^ID-m ss .w.: .__..-. au. - =rc -- ^-•-•••^-•-xxema sar„_=aae .:mzzx f SCHEDULE VIII - ROADSIDE RESTORATION ITEM SECTION APPROX. ITEM UNIT TOTAL NO NO. QUANTITY PRICE AMOUNT 8020 8-02.5 3 Smoke Tree KSP EACH (Cotinus obovatus) Per EA (4'® 'helg t) KSP EACH (Tsuga Neyrtensiana) Per EA (4'-5'helg t) 030 -02.5 2 Xrrcense Cedar KSP EACH (C'alocedrrrs ecurr°ens) Per EA (E'-6'heigtrt) 8035 8-02.5 S Compact Stra wherry 'free KSP EACH (Arbutus Llrredo Per EA 'Compacta') (S gallon) 8040 S-02.5 2 California Lilac KSP EACH ( eanothus 'Victofia') per E (5 gallon) 8045 S-02.5 S White Rockrose KSP EACH (Cistus X Hybridus) per EA (2 gallon) 8050 8-02.5 S Purplefeaf Barberry KSP EACH ( erberis Tlrunbergi 'Royal Per EA Clark') (2 gallon) 805.E -0 ZS 4 Compact Surningbuslr KSP EACH (Earouny ors ltratus Per EA 'Compatus') (.2 gallon) 8060 8-02.5 3 Pacific Wax Myrtle KSP EACH (Myrica californica) Per EA (S gallon) 2 SCHEDULE VIII - ROADSIDE RESTORATION ITEM SECTION APPROX. ITEM UNIT TOTAL j NO NO QUANTITY PRICE AMOUNT 807€3 5-02.5 3 Red Flowering Currant KSP EACH (Lobes Sanguinelum `King Per EA Edward V.tl) (2 gallon) 8075 8®02.e 12 Nootka Pose $ KSP EACH (Rosa Nutkana) Per EA (2 gallon) Soso 8-02.5 6 David's Viburnum $ $ KSP EACH (Viburnum Oavidii) Per EA (2 gallon) Ross 8-42.E 16 Spring ,Bouquet Laurestinus $ $ KSP EACH (Viburnum Tinus °Spring Per EA Bouquet') (5 gallon) 8090 S-02.5 21 Emerald Greet Arborvitae $ $ KSP EACH (Thu)a Occidentafis Per EA °Smaragd') (5'--6'height) 8095 S-02.5 280 Kinnilmnick $ $ KSP EACH (Arctostapftyos Elva-Ursi) per EA (4"pat) 3100 -02e 5 48 Creeping 'Taiwan Bramble $ $ KSP EACH (Rebus Pentafabus) Per EA (1 gallon) 8105 S®02.5 1 xrrigation System $ $ KSP LUMP SUM Per LS 3 i II - KENT SPECIAL PROVISIONS Page 1-29 - Section 1-08.5 - Time for Completion ADD the following to the end of this section: The sand fitter vault rrrust he installed prior to June 15, 2016 and the pump station must he fully operational by October 14, 2016. The rontractor shall consider the long lead time to order, fabricate and install the sediment vault, pumps, generator, butterfly valve, actuator motor, and all other long lead time items. Page 7-2 - Section 7-04.5 - Payment DELETE the following payment description in the first paragraph: REVISE the second paragraph as follows: FeStorm Sever P 6L 14 Inch Qlanletera Fpox Lined L�raetdle 1r®n, pestrafra�el 3®irrt, �d Ste" "Storm Sewer Np EL 24 %rich ®iameter, Enoxy Lined Ductile iron Restrained .Yoinf, Ol so- The unit contract price per lineal foot for i ct—mr�t—zY—Ylll—T1T/fQTI-R.lVTY the eta®ve d2erras 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 shall include but not limited to: trench excavation; cutting, removing and disposing of existing utilities; 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 (i.e., elbows); couplings; gaskets; connection to new or existing storm pipes, catch basins, or ditches; pressure testing; coordination for TV inspection, and additional costs for overtime work when working on weekends. The cost for supplying, installing and removing the steel plates over any open trench; draining and disposing of any water within the existing force main, and all other items needed for a complete and fully functional force main from the new James Street Pump Station to the existing manhole at the courthouse shall also be included in this bid item price. Page 8-10 — Section 8-02.5 — Payment ADD the following to this section: The smelt contract price per cubk yard for "Bark or Wood—Ohio— Mulch" constitutes complete compensation for all labor, supplies, materials, tools and equipment necessary to supply and spread the mulch in the areas as directed by the Engineer. 4 "° rrrtrlse Tree fCe�t�rrtrs�Clla�rv�atces a,S'faei�rla�,�°` "Mourn C f-Lm,'ock Tserara d q e_asiana2 f4-s`heitaht)" "Incense jedar tf cedrws fleccurens 5'-6'fa€ai hu" "CoMpAct �jCrawberr°y Tree Arkutu redo 'Coraags ota`C (a alIon " "California lilac (�earaes#�9a tee 'IBiotorCa ��{� €aaCloa��" "l�tlaite Raaekros Cistus X Hf ridus�O gallon " "P€ rpfleaf arlaerrar esberislarin �aaii "B oyal Cloak'7 (� caaCfotaC" "Coma act Sur° jUg arsh (Femur rnus latus 'Co. aatusa1 t2 oallora�" "Pacific Wax N rtle fM rich��J�forraica � aCfoaa7" "l�far`c carpet ir��a S irea 3araoraica 'C�acri��arrsef` � aaallraes;" "Red -lnw—ng Curran Ri�e��anearrinelusaa `/Chao �de� rti "NoatkaRose-(dtosa Nutlranal t.2 gallon °" "David's �!&urnum VihgLn im avidiii t2 gallon9" "s ring oum t ifraarnasraa � rr�r� eira �U;luet'3(5 uallan)" " rneraftf reen Arborvitae Th talls '11rmaragd (!Lk faeiaalat3" 6Cirznff€lrrra®a fc � �t®sta€afaa�os dJara- rs_r� free in aiwsan grramh s Rebus Pentalobusl I oa lion )°' The unit contract price per each for the above items constitutes complete compensation for all labor, materials, tools, supplies, and equipment necessary for planting the shrubs in accordance with the playas and described in the specifications. This item includes but is not limited to; mulch, fertilizer, watering, placating mixture, and for watering and maintaining the plants for a period of not less than two calendar years. The Pump semen bid item for shall be complete compensation for all labor materials, tools, supplies and equipment necessary to install the irrigation system as shorn on the plans and described in the specifications. This item shall include but is not linvited to, all piping, valves, heads, controls, backilow preventor, sleeving, detectable marking tape, and all other items necessary for a complete and fully operational syste III — PLANS REVISE plan sheet C2.00 of 14 with the attached. REVISE plan sheet C2.01 of 14 as follows: Material List Item 4: 4. 14" RESTRAINED FLANGE COUPLING ADAPTER, S.S. BOLTS, NUTS AND WASHERS, ROMAC RFCA OR EQUAL REVISE plan sheet C2.02 of 14 as follows: Material List Item 1: 1. 24" SLIDE GATE, 125 LB FLANGE FACE, NON-RISING STEM, WATERMAN P-30-FF, BRONZE SEAT FACE 5 REVISE plan sheet C2.05 of 14 as follows: Pump Station Discharge Pipe — Profile REVISE plan sheet 1-1.1 of 4 as follows: Planting and Fertilizing Items 8 and 9 8. CONTRACTOR SHALL PROVIDE A 1 2-YEAR GUARANTEE ON ALL PLANT MATERIAL FROM DATE OF FINAL ACCEPTANCE BY THE OWNER OR OWNER'S REPRESENTATIVE. 9. DURING T 2-YEAR GUARANTEE PLANTS SHOWING VISIBLE SIGNS OF DISEASE OR MORE THAN 30% DEFOLIATED SHALL BE REPLACED WITHIN 7 CALENDAR DAYS UPON NOTIFICATION BY THE OWNER. END OF ADDENDUM No. 1 , 41A, da4 & Chad Bieren, P.E. Date City Engineer Attachments: Proposal pages 11, 23, 24, 25 Plan Sheet C2.00 of 14 6 SCHEDULE IV - STORM SEWER ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT I 4020 7-04.5 25 Storm Sewer Pipe, 14 Inch $ $ KSP LN FT Diameter, Epoxy Lined, Ductile Per LF Iron, Restrained Joint, Cl 50 4035 7-04.5 85 Storm Sewer Pipe, 24 Inch $ $ * KSP LN FT Diameter, Epoxy Lined, Per LF Ductile Iron, Cl 50 4036 7-04.5 90 Storm Sewer Pipe, 24 Inch $ $ KSP LN FT Diameter, Epoxy Lined, Ductile Per LF Iron, Restrained Joint, Cl 50 4060 7-04.5 60 Storm Sewer Pipe, $ $ KSP LN FT 72 Inch Diameter, RCP Per LF 4085 7-05.5 2 Catch Basin, Type 2 $ $ * KSP EACH 54 Inch Diameter Per EA 4086 7-05.5 1 Catch Basin, Type 2 $ $ KSP EACH 54 Inch Diameter with Slide Per EA Gate 4096 7-05.5 1 Utility Vault with Butterfly $ $ KSP EACH Valve Per EA 4097 7-05.5 1 120 Inch Diameter Bypass $ $ KSP EACH Manhole Per EA 4099 7-05.5 1 120 Inch Diameter Discharge $ $ KSP EACH Manhole Per EA * Items bearing this description is found in more than one schedule. In accordance with the CONTRACT PROPOSAL - NOTE TO BIDDERS, it is required that the same unit price is entered on corresponding items on each schedule. James St Pump Station/Inouye 11 February 3, 2016 Project Number: 10-3009 SCHEDULE VIII - ROADSIDE RESTORATION ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 8001 8-01.5 60 Seeding, Fertilizing, and $ $ KSP SQ FT Mulching Per SF 8005 8-02.5 30 Topsoil Type A $ $ KSP CU FT Per CF 8010 8-02.5 60 Sod Installation $ $ KSP SQ FT Per SF Bois 02.5 25 Bark €9%" Wo43C1 Olslp Mulch � KSP CU YDS Per C'Y 8020 8®02.5 .3 Smoke Tree � KSP EACH (Corinus Obotratus) Per SA (4'®S'helg nt) 8025 8-02.5 2 Mountain Hemlock $ $ KSP EACH (Tsuga Mertenslana) Per EA (4'-5 height) 8030 S-02,S 2 Incense Cedar $ KSP EACH (C'alocedtus Decurrens) Per, EA (5'm-6'height) S035 -0Z5 S Compact Strawberry Tree $ KSP EACH (Arbutus Unedo Per EA ' ompacta) (, gallon) 8040 5-02.5 2 California Lilac $ $ KSP EACH (0'earnothus 'Victoria') Per EA (S gallon) 8045 5-02.5 S White €1ockruse $ $ KSP EACH (Cistus X Hylnr°idus) Per EA (2 gallon) James St Pump Station/Inouye 23 February 3, 2016 Project Number: 10-3009 SCHEDULE VIII - ROADSIDE RESTORATION ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 8050 8-O2.5 5 PurPleleat Barberry KSP EACH ( erberis T`hurrbergi 'Royal Per EA Clark') (2 gallon) 3055 8-02.a 4 Compact Burrringhusla � KSP EACH (Eucuraymus Natus Per EA 'Compatus') (2 gallon) 8060 8-02.5 ,3 Pacific Wax Myt tie � KSP EACH 04yrica C'aiii'ornica) Per EA (5 gallon) 6065 $-€ Z5 .10 Magic Carpet Spirea h � KSP EACH (SPirea Japonica 'Magic Per EA Carpet') (2 gallon) 8070 -02.E 3 Red Flowering Currant KSP EACH (gibes Sanguinelum, 'King Per EA Edward V11°) (2 gallon) 8075 -O2.E .12 Nootka Rose KSP EACH (Rosa Nutkana) Per EA (2 gallon) 8080 8-02.5 6 David's Viburnum KSP EACH (Viburnuin avidii) Per EA (2 gallon) Boas 8-02.5 16 Spring Bouquet Laurestin us $ KSP EA CH (Viburnum T'inus 'Spring Per EA Bouquet') (5 gallon) 8090 -0Z5 21 Emerald Green Arborvitae KSP EACH (T•hufa Occidentalls Per E 'Smaragd`) f 'a-6 aeiglrt) S095 8-O2. 280 Kinn1knnick $ KSP EACH (Arjctostaphyas Ilya-ursi) Per EA (4„Pot) James St Pump Station/Inouye 24 February 3,2016 Project Number: 10-3009 SCHEDULE VIII - ROADSIDE RESTORATION ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 8100 8-0Z5 4$ Creeping Taiwan Bramble $ KSP EACH (Rubaas entale bus) Per EA (I gallon) BIDS 8-02.5 1 Zrr€gation System KSP LUMP SU14 Per L.S Schedule VIII Total $ I James St Pump Station/Inouye 25 February 3. 2016 Project Number: 10-3009 i a 1 ya -moo Ilq n I w w _ m R Y ai h L < I et SR 6 F ---- ---- -- - P - p a I m � 0000@900800 00o o00 � y m - �= z PUBLIC WORKS DEPARTMENT Timothy J. LaPorte, P.E. _ Public Works Director 400 West Gowe Kent, WA 98032 Fax: 253-856-6500 PHONE: 253-856-5500 ! CITY OF KENT KING COUNTY, WASHINGTON James Street Pump Station Project Number: 10-3009 ADDENDUM No. 2 February 8, 2016 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 - KENT SPECIAL PROVISIONS Page 1-2 - Section 1-01.3 - Definitions REVISE the 6th paragraph as follows: i I The construction of the project, including fleet+or} th—e °r l all subcontracted work, shall conform to the applicable requirements of state and local laws and ordinances. ADD the following after the last paragraph: Xnadver tent DiSCOVery ofAr°cheological Resources The contractor shall obtain a cop) of the Inadvertent Discovery Plan from the Project Owner. The contractor shall keep a copy of the inadvertent discovery plan for the project on the work site at all times. The contractor shall immediately stop all work if human remains, cultural, or archeological resources are discovered in the course of construction. The contractor shall follow the inadvertent discovery plan in dealing with the human remains, cultural, or archeological resources. 0 s C I N y 3 MAYOR SUZETTE COOKE i II — APPENDIX i Appendix 2 - Kent Standard Plans ADD the attached Project Sign Standard Detail. END OF ADDENDUM No. 2 Chad Bieren, P.E. Date City Engineer Attachments; Project Sign Standard Detail i I it I i I i I i i i i • I I A, � 3 �• ` • �+ o i I �iO W � N Q o 0 OLn I LL • • Vl k Cc MImx ' J a • ti i i 1 TABINDEX Tab 1 Bidder's Package Tab 2 Payment and Performance Bond and Contract Tab 3 Table of Contents Tab 4 Kent Special Provisions Tab 5 Pump Station Procurement and nstallation Tab 6 Kent Standard Plans Tab 7 WSDOT Standard Plans Tab 8 Soils Report Tab 9 Manufacturers Details Tab 10 Traffic Control Plans Tab 11 Prevailing Wage Rates CITY OF KENT KING COUNTY, WASHINGTON KE T SPECIAL PROVISIONS FOR ProjectJames Street Pump Station BIDS ACCEPTED UNTIL February 9, 2016 11 A.M. BID OPENING IMMEDIATELY FOLLOWING DELIVER T E Cd CITY OF KENT, CITY HALL 220 4th Avenue S., Kent, WA 98032-5895 TIMOTHY J. LAPORTE, P.E. N C� PUBLIC WORKS DIRECTOR o��°'A �, oral A7 Ce o �DNAtt.�S.Ib440 KENT W A S H t N G T O N Funded in part by the Washington State Department of Ecology Stormwater Grant program jai BIDDER'S NAME Rodarte ConstrUdioc, Inc, CITY OF KENT KING COUNTY, WASHINGTON KENT SPECIAL PROVISIONS FOR James Street Pump Station Project Number: 10-3009 BIDS ACCEPTED UNTIL February 9, 2016 11 A.M. BID OPENING IMMEDIATELY FOLLOWING DELIVER TO CITY OF KENT, CITY HALL 220 4th Avenue S., Kent, WA 98032-5895 TIMOTHY J. 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 Washington State Department of Ecology Utilization of Minority and Women Business Enterprises City of Kent Equal Employment Opportunity Compliance Statement Proposal City of Kent Subcontractor List (over $10OK) Subcontractor List (over $1 million) Contractor's Qualification Statement Proposal Signature Page Bid Bond Form Combined Declaration Form Non-Collusion, Minimum Wage Change Order Bidder's Checklist Payment and Performance Bond Contract Table of Contents Kent Special Provisions Pump Station Procurement and Installation Kent Standard Plans WSDOT Standard Plans Soils Report Manufacturers Details Traffic Control Plans 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 February 9, 2016 up to 11 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 immediately following 11 a.m. for the City of Kent project named as follows: James Street Pump Station Project Number: 10-3009 The project consists of installing a 120 inch diameter storm water pump station with a Total Dynamic Head of 120 feet; diesel standby generator system; electrical/communication system; shelter structures for the pump station generator system and the electrical facility; with 14 inch diameter ductile iron pipe, 24 inch diameter ductile iron pipe and 24 inch diameter ductile iron restrained joint pipe; 84 inch diameter discharge manhole; 84 inch diameter bypass manhole; with associated storm structures and appurtenances. The project also consists of installing a sediment vault that will function as sand filter vaults with 8 inch and 24 inch diameter ductile iron pipe, and associated appurtenances. As James Street is one of three east-west arterials up the East Hill, all work within James Street must be completed before the Kent School District begins its 2016 school year (August 15). In addition, the sand filter vault must be installed prior to June 15, 2016. The Contractor shall consider the long lead time to order, fabricate and install the sediment vault. The Engineer's estimate for this project is approximately $1.85 million. 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 or electronic submittals 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. Paper copies of the plans and Kent Special Provisions may be purchased at a non-refundable cost of $50 for each set. Plans and specifications can also be downloaded at no charge at KentWA aov/procurement. Copies of the WSDOT Standard Specifications are available for perusal only. A cashier's check, cash or surety bond in the amount of 5% of the bid must be included with the bid. 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. No bidder may withdraw his/her bid for a period of ninety (90) days after the day of bid opening. It is anticipated that this project will be funded in part by the Washington State Department of Ecology. Neither the State of Washington nor any of its departments or employees are, or shall be, a party to this contract or any subcontract. Dated this 2& day of January, 2016. By. Ronald F. Mo e, Cl lerl< Published in Daily Journal of Commerce on January 26th & February 2Id, 2016 Bond No. 106362744 PAYMENT AND PERFORMANCE BOND T TO CITY OF (CENT W.. KNOW ALL MEN BY THESE PRESENTS: That we, the undersigned, Rodarte Construction, Inc. as Principal, and Travelers Casualty and Surety Company of America a Corporation organized and existing under the laws of the State of Washington, as a Surety Corporation, and qualified under the laws of the State of Washington to become Surety upon bonds of Contractors with Municipal Corporations, as Surety, are jointly and severally held and firmly bound to the CITY OF KENT in the penal sum of $2,32 ,396.99 , together with any adjustments, up or down, in the total contract price because of changes in the contract work, for the payment of which sum on demand we bind ourselves and our successors, heirs, administrators or personal representatives, as the case may be. This obligation is entered into in pursuance of the statutes of the State of Washington, and the Codes and Ordinances of the CITY OF KENT. Nevertheless, the conditions of the above obligation are such that: WHEREAS, under and pursuant to a motion, duly made, seconded and passed by the City Council of the City of Kent, King County, Washington, the Mayor of the City of Kent has let or is about to let to the above bounden Principal, a certain contract, the said contract providing for construction of James Street Pump Station/Project Number, 10-3009 (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, James St Pump Station/frtouye 39 January 20, 201H Project Number: 10.3009 TWO WITNESSES: Rodarte Construction, Inc., _ PRINCIPAL (enter principal's name above) TITLE: DATE: ,6^ DATE: J 01 (0i r = CORPORATE SEALS f 4_. t. . I( t- PRINT NAME DATE: �}" �z,"=�, E,� Travelers Casualty and Surety Company of America SURETY CORPORATE SEAL: BY: Lori McKimmy i DATE: February 16, 2016 TITLE: Attorney-in-Fact ADDRESS: 112 South Fourth Street I, Yakima,WA 98901 CERTIFICATE AS TO CORPORATE SEAL I hereby certify that I am the (Assistant)*Secretary of tote Corporation named as Principal in the within Bond; that , . g t Who signed the said bond on behalf of the Principal - f, "l 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 O ASSISTANT CRETARY James st Pump Station/Inouye 40 January 20, 2016 Project Numbar: 10.3D09 WARNING: s. .vsNE VALIirzi+m.azi^c matmsmmve�a.�.'mx - -. G:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER POWER OF ATTORNEY AVELERSJ Farmington Casualty Company St.Paul Mercury Insurance Company Fidelity and Guaranty Insurance Company Travelers Casualty and Surety Company Fidelity and Guaranty Insurance Underwriters,Inc. Travelers Casualty and Surety Company of America St.Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company St.Paul Guardian Lrsurance Company Attorney-In Fact No. 226181 Certificate No. 006488334 KNOW ALL MEN BY TIIESE PRESENTS: That Farmington Casualty Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company,St.Paul Mercury Insurance Company,Travelers Casualty and Surely Company,Travelers Casualty and Surety Company of America,and United Slates Fidelity and Guaranty Company are corporations duly organized under the laws of the State of Connecticut, that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa,and that Fidelity and Guaranty Insurance Underwriters,Inc„is a corporation duly organized under the laws of the State of Wisconsin(herein collectively called the"Companies"),and that the Companies do hereby make,constitute and appoint Domm S. Martinez,Kenneth J.Frick,Alex B. Hodge,Rodney C.Lewis,and Lot!McKimmy of the City of Yakima ,State of Washington ,their tale and lawful Attorney(s)-in-Fact, each in their separate capacity if more than one is named above,to sign,execute,seal and acknowledge any and all bonds,reeognizances,conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons,guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. IN WITNESS WHEREOF,the Companies have caused this instalment to be signed and their corporate seals to be hereto affixed,this 1301 day of August 2015 Farmington Casualty Company St.Paul Mercury Insurance Company Fidelity and Guaranty Insurance Company Travelers Casualty and Surety Company Fidelity and Guaranty Insurance Underwriters,Inc. Travelers Casualty and Surety Company of America St.Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company St.Paul Guardian Insur«a�nce Company 2 cnsu�rA Ty e o`�N.`yS�S is�e� ssg4 t, a asr axe a� N+w�, ��1rYNy #' ° 1977 wcmwxatto 19X2 £ SP XAaiFOaD ^ da'na�ap�. tam fy°++£rNs n 4.,a ' 1951 �o.` sc nLy�oi $HAL.ar coss 0 u O i m f f. r sr ,,N' �i ibt• "�"„ �s„r:��' �s..:,..%" 'v °�e �'"° �A1Np` ,State of Connecticut By: t City of Hartford ss. 2obnrl L.Raney,.curer Viee Provident On this the 13d1 day of AUgUSI 2015 before me personally appeared Robert L.Raney,who acknowledged himself to be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company,Fidelity and Guaranty Insurance Underwriters,Inc.,St.Paul Fire and Marine Insurance Company,St.Paul Guardian Insurance Company,St.Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of America,and United States Fidelity and Guaranty Company,and that he,as such,being authorized so to do,executed the foregoing u snvarent for the purposes therein contained by signing on behalf of the corporations by hhnself as a duty authorized officer. p•TAJ? In Wr[ncros Whereof,I hereunto set my hand and official sea]. �tpTkq _--\-{,(-�\\ram W_ I! • �.� ___ My Commission expires the 30th day of June,2016. p�"(e q} `Marie G Tchcault _Jatary Public _s, 68440-8-12 Printed in U.S.A. WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER WARNING THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER WPo� � LL S (i This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Farmington Casualty Company,Fidelity and Guaranty Insurance Company,Fidelity and Goaranry Insurance Underwriters,Inc.,St Paid foe and Marine Insurance Company,St. Paul Guardian Insurance I Company,St. Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company,which resolutions are now hit full force and effect,reading as follows: 4 r( RESOLVED,that the Chairman,the President,any Vice Chairman,any Executive Vice President,any Senior'ice President.. any Vice President, any Second Vice President,the Treasurer,any Assistant Treasurer,the Corporate Secretary or any Assistant Secretary may appoint Attorneys-in-Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds,recogn i,antes,contracts of indemnity,and other writings obligatory in the nature of a bond,recognizance,or conditional undenalung,and any $ry$J of said officers or the Board of Directors at any nine may remove any such appointee and revoke the power given him or her;and it is FURTHER RESOLVED,that the Chairman,the President.any Vice Chairman,any, Executive Viet President,any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company,provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary;and it is {r FURI IER RESOLVED,that any bond,recognizance,contract of indemnity,or waiting obligatory in the nature of a bond,recognizance,or conditional undertaking s shall be valid and binding upon the Company when(a)signed by the President,any Vice Chairman,any ExeaM1ive Vice President,any Senior Vice President or any Vice President,any Second Vice Resident,the'R'casuiet,any Assistant Treasurer,the Corporate Secretary or any Assistant Secretary and duly attested and sealed with die i Company's seal by a Secretary or Assistant Secretary;or(b)duly executed(under seal,if required)by one or more Attorneys-in-Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is FURTHER RESOLVED,that the signature of each of the following officers.President any Executive Vice Resident,any Senior Vice President,any Vice President ? any,Assistant Vice President, any Secretary, any Assistant Secretary,and the seal of the Company may he affixed by facsimile to any Power of Attorney or to any certificate relatingthereto a oiutiug Resident Vice Presidents,Resident Assistant Secretaries or Anome s-in-Fact for purposes only of executing pp y p xp y g and attesting bonds and undertakings and other writings obligatory in the nature thereof,and any such Power of Attorney or certificate bearing each facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature,and facsimile seal shall be valid and binding oil 5t the Company in the future with respect to any bond or understanding to which it is attached. ' I,Kevin E.Hughes,the under signed,Assistant Secretary,of Farmington Casualty Company,Fidelity and Guaranty Insurance Company,Fidelity and Guaranty Insurance �f Underwriters,Inc.,St.Paul Fire and Marine Insurance Company,St.Paul Guardian Insurance Company,St.Paul Mercury Insurance Company.Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of Ahherica,and United States Fidelity and Guaranty Company do hereby certify that the above and foregoing 5 3 is a true and correct copy of the Power of Attomey executed by said Cnmpanics,which is in full force and effect and has not been revoked. i k it f lllTESTIMONY WHEREOF,I have hereunto set my hand and affixed the seals of said Companies this 16Ct1 day of February 20 16 5 P s rs ! Kevin E.Hughes,Assistant Seo Lary a E 0�0 �1(TL;S•:. i�y"1 8'c8J ZTi,ec BIC10.99FO5RV9)rDG +A}+� ,"m.+^'"Po g- ��,�\fO s1N5S%e Nn NANtdGJa9�n f'+� S,yJPas�rt.vNo.RY'>SNf?;.�.^t 1JN'atfoF OaM1a�QU+y r Fve9r,+P l'3 o4S u1 1sYe s 2 SEaz ` ANs biry9 � at' A �Pt iS n To verify the authenticity of this Power'of Attorney,call 1-800-421-3880 or contact us at www.travelersboa tumrr.Please refer to the Attorney-In-Fact number',the above-named individuals and the details of the bond to which the power is attached. 7 4 S� �n k� L- R ftI `f R WARNING.THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER CONTRACTOR COMPLIANCE STATEMENT (President's Executive Order #11246) Date (k V\A C\ Vp This statement relates to a proposed contract with the City of Kent named James Street Pump Station Project Number: 10-3009 I am the undersigned bidder or prospective contractor. I represent that - 1. I X 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. Rodarte Construction,tnc. NAME OF BIDDER BY: Signature/Title �1 Gbs— \ (l� 0�� ADDRESS (Note to Bidders: The information required in this Compliance Statement is informational only) James St Pump Station/Inouye 1 January 20, 2016 Project Number: 10-3009 DECLARATION CITY OF KENT EQUAL EMPLOYMENT OPPORTUNITY POLICY The City of Kent is committed to conform to Federal and State laws regarding equal opportunity. As such, all contractors, subcontractors and suppliers who perform work with relation to this contract shall comply with the regulations of the City's equal employment opportunity policies. The following questions specifically identify the requirements the City deems necessary for any contractor, subcontractor or supplier on this specific contract to adhere to. An affirmative response is required on all of the following questions for this contract to be valid and binding. If any contractor, subcontractor or supplier willfully misrepresents themselves with regard to the directives 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, By: /t For: Rodarte Construction, Inc. Title: 10c e_C'\ 6 CYl-�- Date: James St Pump Station/Inouye 2 January 20, 2016 Project Number; 10-3009 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. James St Pump Station/Inouye 3 January 20, 2016 Project Number: 10-3009 '.... WASHINGTON STATE DEPARTMENT OF ECOLOGY UTILIZATION OF MINORITY AND WOMEN BUSINESS ENTERPRISES All bidders are encouraged to utilize certified minority-owned and women-owned businesses to the extent possible in the performance of this contract. All prospective bidders or persons submitting qualifications should take the following steps, when possible. 1. Include qualified minority and women's businesses on solicitation lists. 2. Assure that qualified minority and women's businesses are solicited whenever they are potential sources of services or supplies. 3. Divide the total requirements, when economically feasible, into smaller tasks or quantities to permit maximum participating by qualified minority and women's businesses. 4. Establish delivery schedules, where work requirements permit, which will encourage participation of qualified minority and women's businesses. 5. Use the services and assistance of the State Office of Minority and Women's Business Enterprises (OMWBE) and the office of Minority Business Enterprises of the U.S. Department of Commerce, as appropriate. All prospective bidders must provide a list of the MBE/WBE subcontractors they intend to use during the project. This list must be provided with the bid package. James st Pump Station/Inouye 4 January 20, 2016 Project Number: 10-3009 CITY OF KENT EQUAL EMPLOYMENT OPPORTUNITY COMPLIANCE STATEMENT This form shall be filled out AFTER COMPLETION of this project by the Contractor awarded the contract. a I, the undersigned, a duly representedent of Rodarte Construction, Inc.g Company, hereby acknowledge and declare that the before- mentioned company was the prime contract for the contract known as James Street Pump Station/Project Number: 10-3009 that was entered into on the Date cL 1p 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. By. Rodarte Construction, Inc. Fo r: �{ Title: I Date: James st Pump Station/Inouye 5 January 20, 2016 Project Number: 10-3009 PROPOSAL To the City Clerk City Hall Kent, Washington 98032 The undersigned hereby certifies that Rodarte Construction, Inc. 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 James Street Pump Station/Project Number: 10-3009 for the City of Kent, Washington, and has read and thoroughly understands the plans and specifications and contract governing the work embraced in this improvement and the method by which payment will be made for that work and hereby proposes to undertake and complete the work embraced in this improvement in accordance with the bid and contract, 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. 4) Should bid items with identically worded bid item descriptions, marked with asterisk (*), appear in more than one schedule of the proposal, the bidder must bid the same unit price on corresponding items for each schedule. If the Contractor enters different unit prices on these items, the City will unilaterally revise the bid amounts to the lowest unit price on each corresponding item and recalculate the Contractor's total bid amount. The corrected total bid amount will be used by the City for award purposes and fix the amount of the contract bond. EXAMPLE SCHEDULEI - 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. James St Pump Station/Inouye 6 January 20, 2016 Project Number: 10-3009 SCHEDULEI - STREET ITEM SECTION APPROX. ITEM UNIT TOTAL NO NO. 2UANTITY PRICE AMOUNT 1000 1-09.7 1 Mobilization WSDOT LUMP SUM Per LS 1005 2-01.5 1 Clearing and Grubbing WSDOT LUMP SUM Per LS 1010 2-02.5 60 Remove Existing Asphalt $ ko-. o $ * KSP SQ YDS Concrete Pavement Per SY 1020 2-02.5 25 Remove Cement Concrete $ \C) 00 Uo$ '��6-, KSP SQ YDS Sidewalk Per SY 1025 2-02.5 25 Remove Cement Concrete $ \C7 • $ * KSP LN FT Curb and Gutter Per LF 1040 8-09.5 1 Removal of Raised Pavement $ ux� G� $ _ � KSP LUMP SUM Markers and Painted and/or Per LS Thermoplastic Traffic Markings 1050 2-02.5 150 Saw Cut Existing Asphalt $ .- oo $ `OrZ 63 * KSP LN FT Concrete Pavement Per LF 1055 2-02.5 50 Saw Cut Existing Cement $ \6 .t�� $ cjL� tiO * KSP LN FT Concrete Pavement Per LF 1060 2-03.5 100 Roadway Excavation Incl. $ L1� 00 $ "d,00 .� * WSDOT CU YDS Haul Per CY * Items bearing this description is found in more than one schedule. In accordance with the CONTRACT PROPOSAL - NOTE TO BIDDERS, it Is required that the same unit price Is entered on corresponding Items on each schedule. James St Pump Station/Inouye 7 January 20 2016 Project Number: 10-3009 SCHEDULE I - STREET ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE ��AMOUNT 1065 2-03.5 10 Unsuitable Foundation $�J tV $ �C� b lot WSDOT CU YDS Excavation Incl. Haul Per CY 1070 2-12.5 300 Geotextile Fabric, Woven $ 4 • W $ �aoo'03 * KSP SQ YDS Per SY 1080 4-04.5 200 Crushed Surfacing Top $ $ ��• * KSP TONS Course, 5/8 Inch Minus Per TON ($6.00 Min) 1085 4-04.5 25 Crushed Surfacing Base $ ��• ' $ �`jQ ,�O * KSP TONS Course, 1 1/4 Inch Minus Per TON ($6 00 Min) 1095 5-04.5 50 HMA Class 1/2", PG 64-22 $ $ lG�� * KSP TONS Per TON 1125 5-04.5 25 Cold Plant Mix for Temporary $ V?3b,LC) $ A be KSP TONS Pavement Patch Per TON 1126 5-04.5 25 HMA for Temporary Pavement $ � � $ kA�a5•M KSP TONS Patch Per TON 1145 8-14.5 15 Cement Concrete Sidewalk $ 00 $ �� �T-k -0� KSP SQ YDS Per SY 1205 8-04.5 25 Cement Concrete Curb and $ 46:--DO $ * KSP LN FT Gutter Per LF Items bearing this description is found in more than one schedule. In accordance with the * CONTRACT PROPOSAL - NOTE TO BIDDERS, it is required that the same unit price is entered on corresponding items on each schedule. James St Pump Station/Inouye 8 ]anuary 20, 2016 Project Number: 10-3009 SCHEDULEI - STREET ITEM SECTION APPROX. ITEM UNIT TOTAL NO NOQUANTITY PRICE AMOUNT 1212 8-14.5 250 Concrete Mow Strip $ 7-0 ®v $ '7,pa.-7 ®® KSP LN FT Per LF 1255 8-12.5 200 Remove Existing Fence $ 1 ,PO $ ,00 () ,' KSP LN FT Per LF 1265 2-02.5 50 Removal and Disposal of $ LN co $ L�6w e KSP LN FT Existing Asbestos-Cement Per LF Water Main Pipe 1280 8 12.5 250 Install New Chain Link Fence $ �5 •fit $ ��jL •�`� KSP LN FT Per LF 1282 8-12.5 2 Install New Double Chain Link $ ILW� ,[k. $ � ( KSP EACH Gate Per EA 1284 8-12.5 1 Install New Single Chain Link $ LM to $ LA00 ,0� KSP EACH Gate Per EA 1305 2-02.5 1 Remove Existing Pump $ KSP LUMP SUM Station Pei LS 1310 2-02.5 1 Remove Existing Blind Flange $ 00 o KSP EACH Per EA 1315 8-28.5 10 Pothole Utilities $ r-Co - L) $ KSP EACH Per EA 1320 8-30.5 1 Project Sign $ r`J CD $ rA G1? KSP EACH Per EA James St Pump Station/Inouye 9 January 20, 2016 Project Number: 10-3009 SCHEDULEI - STREET ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT Schedule I Total $ AZO,7TP6-;:r2 James St Pump Station/Inouye 10 January 20, 2016 Project Number: 10-3009 SCHEDULE IV - STORM SEWER ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO, QUANTITY PRICE AMOUNT C 4020 7-04.5 25 Storm Sewer Pipe, 14 Inch $ 156 ,10 $ ��� 15,CC) KSP LN FT Diameter, Epoxy Lined, Ductile Per LF Iron, Restrained Joint, Cl 50 4035 7-04.5 85 Storm Sewer Pipe, 24 Inch $ ,� $ 1�1 lsr5o. p0 * KSP LN FT Diameter, Epoxy Lined, Per LF Ductile Iron, CI 50 4036 7-04.5 90 Storm Sewer Pipe, 24 Inch $ ?�q() ,111.1 $ � ` ,IKI KSP LN FT Diameter, Epoxy Lined, Ductile Per LF Iron, Restrained Joint, Cl 50 4060 7-04.5 60 Storm Sewer Pipe, KSP LN FT 72 Inch Diameter, RCP Per LF 4085 7-05,5 2 Catch Basin, Type 2 $ �r�L .�$ 13 C7po!-D k KSP EACH 54 Inch Diameter Per EA i 4086 7-05.5 1 Catch Basin, Type 2 $ \(;D ick®,"Ds `p A0 00 KSP EACH 54 Inch Diameter with Slide Per EA Gate 4096 7-05.5 1 Utility Vault with Butterfly $ 100,ow ,c� 1W, OOO KSP EACH Valve Per EA 4097 7-05,5 1 120 Inch Diameter Bypass $ L{ tx)O.L� u�'at(3�U .OD KSP EACH Manhole Per EA 4099 7-05.5 1 120 Inch Diameter Discharge $ JLJ tW'1'D$ �C' pro. KSP EACH Manhole Per EA Items bearing this description is found in more than one schedule, In accordance with the * CONTRACT PROPOSAL — NOTE TO BIDDERS, it is required that the same unit price is entered on corresponding items on each schedule. James St Pump Station/Inouye 11 February 3,2016 Project Number: 10-3009 SCHEDULE IV - STORM SEWER ITEM SECTION APPROX. ITEM UNIT TOTAL NO NO UANTITY PRICE AMOUNT 4110 7-05.5 2 Locking Manhole Frame and $ .0--1 $ 1 , KSP EACH Cover Per EA 4150 2-09.5 2,200 Shoring or Extra Excavation $ Z•ev $ 4�4vo•va * WSDOT SQ FT Class B Per SF 4155 7-08.5 50 Foundation Material, $ 'A?�> .C�O $ � * KSP TONS Class I and II Per TON 4160 2-12.5 100 Geotextile Fabric, Woven $ -1 >0 $ * KSP SQ YDS Per SY 4165 8-15.5 100 Quarry Spalls $ 50"-;Ix) $ � WSDOT TONS Per TON ID 4170 7-08.5 500 Pipe Zone Bedding $ 4�r0 t $ i * KSP TONS Per TON 4175 4-04.5 100 Crushed Surfacing Top $ $ * KSP TONS Course, 5/8 Inch Minus Per TON ($6.00 Min) 4180 4-04.5 100 Permeable Ballast $ LkU C" $ LA006 : * KSP TONS Per TON 4185 4-03.5 800 Gravel Borrow, Including Haul $ 3d 00 $ a 'wo -t� * KSP TONS and Compaction Per TON ($2.50 Min) Items bearing this description is found in more than one schedule. In accordance with the * CONTRACT PROPOSAL - NOTE TO BIDDERS, it is required that the same unit price is entered on corresponding items on each schedule. James st Pump station/Inouye 12 January 20, 2016 Project Number: 10-3009 SCHEDULE IV - STORM SEWER ITEM SECTION APPROX. ITEM UNIT TOTAL NO NO QUANTITY PRICE AMOUNT 4220 8-34.5 1 120 Inch Diameter Storm Water $ S5vfv00.fg �svvppe�®e KSP LUMP SUM Pump Station Complete, Per LS Including Concrete Landing 4225 8-34.5 1 Generator System Complete, $/3o'ri'GtJ�b$ /3o vpREb KSP LUMP SUM Including Concrete Pad Per L� 4230 8-34.5 1 Electrical/Communication $Zfa o�O�$ ZJO ar�o oc KSP LUMP SUM System Complete, Including Per LS Concrete Pad 4235 8-34.5 1 Pump Station Shelter, $V516Cp '-C'$ KSP LUMP SUM Complete Per LS 4240 8-34.5 1 Generator Shelter, Complete $ Ic�'bt"O"P$ KSP LUMP SUM Per LS G ,� l� 4245 8-34.5 1 Electrical Shelter, Complete $ �, $ KSP LUMP SUM Per LS Schedule IV Total $ 32S, 67,!2 James St Pump Station/Inouye 13 January 20, 2016 '.. Project Number; 10-3009 SCHEDULE IV A - SAND FILTER VAULT ITEM SECTION APPROX. ITEM UNIT TOTAL NO NO QUANTITY PRICE AMOUNT 4010A 2-02.5 400 Remove Existing Asphalt $ 1 ) ,(o $ l` * KSP SQ YDS Concrete Pavement Per SY 4015A 2-02.5 25 Remove Cement Concrete $ VD , $ �S * KSP LN FT Curb and Gutter Per LF 4025A 2-02.5 25 Remove Existing Storm Sewer $ (30 $ r 00 KSP LN FT Pipe or Culvert Per LF 4030A 2-02.5 60 Remove Existing Water Main $ '-A0 W $ )�-koo Im KSP LN FT Pipe Per LF 4040A 8-13.5 1 Remove and Reinstall Survey $k(-)W ,c� $ KSP EACH Monument Per EA 4050A 2-02.5 700 Saw Cut Existing Asphalt $ - • 00 $ pO * KSP LN FT Concrete Pavement Per LF 4055A 2-02.5 5 Saw Cut Existing Cement $ CIE) $ * KSP LN FT Concrete Pavement Per LF 4060A 2-03.5 5 Roadway Excavation Incl. $ Li;( ,' $ 6U * WSDOT CU YDS Haul Per CY 4080A 4-04.5 225 Crushed Surfacing Top $ (Sly $ lo,`JQ Cp * KSP TONS Course, 5/8 Inch Minus Per TON ($6.00 Min) Items bearing this description is found in more than one schedule. In accordance with the * CONTRACT PROPOSAL - NOTE TO BIDDERS, it is required that the same unit price is entered on corresponding items on each schedule. James St Pump Station/Inouye 14 January 20, 2016 Project Number: 10-3009 SCHEDULE IV A - SAND FILTER VAULT UNIT TOTAL ITEM SECTION APPROX. ITEM PRICE AMOUNT NO. NO. QUANTITY 4085A 4-04.5 150 Crushed Surfacing Base $ e� $ * KSP TONS Course, 1 1/4 Inch Minus Per TON ($6.00 Min) 4095A 5-04.5 175 HMA Class 1/2", PG 64-22 $Per ON L® $ * KSP TONS 4150A 8-04.5 25 Cement Concrete Curb and Per�.aq $ * KSP LN FT Gutter LF 4400A 7-04.5 15 Storm Sewer Pipe, 8 Inch KSP LN FT Diameter, Epoxy Lined, Per LF Ductile Iron, Cl 50 4401A 7-04.5 255 Storm Sewer Pipe, 24 Inch $ 2-3Q-e-V$ * KSP LN FT Diameter, Epoxy Lined, Per LF Ductile Iron, Cl 50 4405A 7-12.5 1 24 Inch Gate Valve MJ x FL or $ 30,©004c14 301V6:20•r'o KSP EACH MJ x MJ or FL x FL Per EA 4410A 7-05.5 1 Catch Basin, Type 2 $ �r•� "�$ 3'pca.� KSP EACH 48 Inch Diameter Per EA Catch Basin, Type 2 $ 4415A 7-05.5 4* KSP EACH 54 Inch Diameter Per EA 4416A 7-05.5 1 Catch Basin, Type 2 $71,cV. KSP EACH 72 Inch Diameter Per EA Items bearing this description is found in more than one schedule. In accordance with the * CONTRACT PROPOSAL - NOTE TO BIDDERS, it is required that the same unit price is entered on corresponding items on each schedule. James St Pump Station/Inouye 15 January 20, 2016 Project Number: 10-3009 SCHEDULE IV A - SAND FILTER VAULT ITEM SECTION APPROX. ITEM UNIT TOTAL NO NO QUANTITY PRICE AMOUNT 4420A 7-05.5 1 Grease Interceptor $ S KSP EACH Single Vault System Per ESA 4425A 7-05.5 12 Solid Locking Catch Basin $ 6-00clo$ (or 000.®o KSP EACH Frame and Cover Per EA 4430A 2-09.5 1,900 Shoring or Extra Excavation $ Z•L9d $ * WSDOT SQ FT Class B Per SF 4435A 7-08.5 50 Foundation Material, $ LA ) $ D'NVD0 * KSP TONS Class I and II Per TON 4440A 7-08.5 300 Pipe Zone Bedding $ $ kc) '(Dw0 a3 * KSP TONS Per TON 4450A 4-03.5 200 Gravel Borrow, Including Haul $ ?'0 ,(-)-D $ * KSP TONS and Compaction Per TON ($2.50 Min) 4455A 4-04.5 60 Permeable Ballast $ L10 ,U? $ aLll b� * KSP TONS Per TON 4460A 2-12.5 50 Geotextile Fabric, Non-woven $- ,150 $ KSP SQ YDS Per SY 4500A 8-22.5 250 White Thermoplastic 4 Inch $3 'c�� $ 06-1c C) KSP LN FT Wide Lane Line Per LF * Items bearing this description is found in more than one schedule. In accordance with the CONTRACT PROPOSAL - NOTE TO BIDDERS, it is required that the same unit price is entered on corresponding items on each schedule. James St Pump Station/Inouye 16 January 20, 2016 Project Number: 10-3009 SCHEDULE IV A - SAND FILTER VAULT ITEM SECTION APPROX. ITEM UNIT TOTAL NO NO UANTITY PpRICE AMOUNT 4505A 8-22.5 200 Double Yellow Center Line $ `1 C30 $ �( . KSP LN FT RPM Per LF Schedule IV A Total $ 2��a�ZS: Pa James St Pump Station/Inouye 17 January 20, 2016 Project Number: 10-3009 SCHEDULE V - TRAFFIC CONTROL ITEM SECTION APPROX. ITEM UNIT TOTAL NO NOQUANTITY PRICE AMOUNT 5005 1-10.5 250 Traffic Control Labor $ q� ,(�,, $ I C� 11 KSP HOURS Per HR 5010 1-10.5 25 Construction Signs Class A $ $ WSDOT SQ FT Per SF 5015 1-10.5 75 Traffic Control Supervisor $ L �• $ �co c KSP HOURS Per HR 5020 1-10.5 1 Temporary Traffic Control $ A •u�$ KSP LUMP SUM Devices Per LS 5030 1-10.5 60 Portable Changeable Message $ CAO W $ SCI60 ,Gb KSP DAYS Sign (PCMS) Per DAY 5035 1-10.5 60 Sequential Arrow Sign (SAS) $ 1y .C", $ `� .1,13 KSP DAYS Per DAY 5060 1-10.5 4 Type III Barricade $ 1 1 r� $ lU •ram KSP EACH Per EA 5075 8-22.5 1 Permanent Channelization $ ),Soo "I'$ as(}b 'CO KSP LUMP SUM Per LS 5080 8-23.5 50 Temporary Pavement $ $ \ 5n WSDOT LN FT Marking - Short Duration Per LF 5120 8-22.5 175 Plastic Crosswalk Line $ 'A $ WSDOT SQ FT Per SP James St Pump station/Inouye 18 January 20, 2016 Project Number: 10-3009 SCHEDULE V — TRAFFIC CONTROL ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT Schedule V Total 3,5, >4 James St Pump Station/Inouye 19 January 20, 2016 Project Number: 10-3009 l SCHEDULE VI - ELECTRICAL ITEM SECTION APPROX. ITEM UNIT TOTAL PRICE AMOUNT NO. NO. QUANTITY 6005 8-20.5 1 20 Foot High Luminaire $�Iz�So,op$ 3,2so.�o KSP EACH Per EA 6006 8-20.5 4 Video Surveillance Camera $�Sda,00$ KSP EACH Per EA 6007 8-20.5 300 Installation of 3/4 Inch $ go"T7 $ 9�b�Joo KSP LN FT Diameter Conduit Per LF 6008 8-20.5 200 Installation of 1 Inch $ �N-- o,� $ 7,r ncw•�n KSP LN FT Diameter Conduit Per LF 6009 8-20.5 50 Installation of 1-1/4 Inch $ Z6•61-7 $ IIA-c>®.00 KSP LN FT Diameter Conduit Per LF 6010 8-20.5 50 Installation of 1-1/2 Inch $ ?lb•oo $ 114-oa57,ck7 KSP LN FT Diameter Conduit Per LF 6012 8-20.5 150 Installation of 3 Inch $ Joao $ KSP LN FT Diameter Conduit Per LF 6013 8-20.5 75 Installation of 3-1/2 Inch $ /po-cV $ KSP LN FT Diameter Conduit Per LF i� 6018 8-35.5 400 Utility Trench Excavation - 2 $ H .b $acoo •I� KSP LN FT Feet Wide - 3 Feet of Cover Per LF 6021 8-35.5 100 Sand for Conduit Bedding $ oNU $ at oo , KSP TONS Per James St Pump Station/Inouye 20 January 20, 2016 Project Number: 10-3009 i SCHEDULE VI - ELECTRICAL ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 6022 7-08.5 200 Bank Run Gravel for Trench $ \ IS $ -,Low KSP TONS Backfill Per TON 6023 8-20.5 15 Transformer Pad $ 1�ttl ` $ KSP SQ YDS Per SY Schedule VI Total $ James st Pump station/Inouye 21 January 20, 2016 Project Number: 10-3009 SCHEDULE VII - TEMPORARY EROSION AND SEDIMENTATION CONTROL ITEM SECTION APPROX, ITEM UNIT TOTAL NO NOQUANTITY PRICE AMOUNT 7005 8-01,5 100 Filter Fabric Fence $ $ KSP LN FT Per LF 7010 8-01.5 200 Wattle $ 3 .50 $ -100 .CU WSDOT LN FT Per LF 7015 8-01.5 10 Inlet Protection $ Lis 0-1 $ LlC--�) •� KSP EACH Per EA 7020 8-01.5 300 Straw Mulch $ $ �(-Vso cz� KSP SQ YDS Per SY 7025 8-01.5 300 Clear Plastic Covering $ a ."I $ U,o0 KSP SQ YDS Per SY 7030 8-01.5 300 ESC Lead $ 1G • $ w CXJl7 .C� 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 Baker Tank $30,000.00** $30,000.00 KSP FORCE Per FA ACCOUNT **Common price to all bidders 7065 8-01.5 1 Sand Filtration System $120,000.00** $120,000.00 KSP FORCE Per FA ACCOUNT **Common price to all bidders Schedule VII Total $ `AD, James St Pump Station/Inouye 22 Project Number: 10-3009 SCHEDULE VIII - ROADSIDE RESTORATION ITEM SECTION APPROX. ITEM UNIT TOTAL NO NO QUANTITY PRICE AMOUNT 8001 8-01.5 60 Seeding, Fertilizing, and $ 3 acD $ 7)Cj KSP SQ FT Mulching Per SF 8005 8-02.5 30 Topsoil Type A $ 30 KSP CU FT Per CF 8010 8-02.5 60 Sod Installation $ �`J $ KSP SQ FT Per SF 8015 8-02.5 25 Bark or Wood Chip Mulch $ �0'5• $ tP KSP CU YDS Per CY 8020 8-02.5 3 Smoke Tree KSP EACH (Cotinus Obovatus) Per EA (4'-5'height) 8025 8-02.5 2 Mountain Hemlock KSP EACH (Tsuga Mertensiana) Per EA (4'-5'height) 8030 8-02,5 2 Incense Cedar $ .O L � C KSP EACH (Calocedrus Decurrens) Per EA (5`-6'height) S035 8-02.5 8 Compact Strawberry Tree $ KSP EACH (Arbutus Unedo Per EA 'Compacta') (5 gallon) 8040 8-02.5 2 California Lilac $ t o •CID $ \LAO (.� KSP EACH (Ceanothus `Victoria') Per EA (5 gallon) 8045 8-02.5 5 White Rockrose $ ` 0 tp $ •� KSP EACH (Cistus X Hybridus) Per EA (2 gallon) James St Pump Stationllnouye 23 February 3, 2016 Project Number: 103009 SCHEDULE VIII - ROADSIDE RESTORATION ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 8050 8-02.5 5 Purpleleaf Barberry $50�. $ KSP EACH (Berberis Thunbergi 'Royal Per EA Clark') (2 gallon) 8055 8-02.5 4 Compact Burningbush $ 151� $ aO2 0z) KSP EACH (Euounymus Natus Per EA 'Compatus') (2 gallon) 8060 8-02,5 3 Pacific Wax Myrtle CID $ Fj e0 KSP EACH (Myrica Californica) Per EA (5 gallon) 8065 8-02.5 10 Magic Carpet Spirea l(SP EACH (Spirea Japonica 'Magic Per EA Carpet') (2 gallon) 8070 8-02,5 3 Red Flowering Currant $ 17 to $ \GjL(j C�7 KSP EACH (Ribes Sanguinelum 'King Per EA Edward V%%') (2 gallon) 8075 8-02.5 12 Nootka Rose KSP EACH (Rosa Nutkana) Per EA (2 gallon) 8080 8-02.5 6 David's Viburnum $ ' $ KSP EACH (Viburnum Davidii) Per EA (2 gallon) 8085 8-02,5 16 Spring Bouquet Laurestinus $ $ KSP EACH (Viburnum Tinus 'Spring Per EA Bouquet') (5 gallon) 8090 8-02.5 21 Emerald Green Arborvitae $ \ 1 �bD $ LA kc�,W f KSP EACH (Thufa Occidentalis Per EA 'Smaragd') (5'-6'height) 8095 8-02.5 280 Kinniknnicic $ q ,Co $ )ca v .f KSP EACH (Arctostaphyos Uva-Ursi) Per EA (4"pot) James St Pump Station/Inouye 24 February 3, 2016 Project Number; 10-3009 SCHEDULE VIII - ROADSIDE RESTORATION ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 8100 8-02.5 48 Creeping Taiwan Bramble $ .C1� $ CC . KSP EACH (Rubus Pentalobus) Per EA (.I gallon) S105 B-02.5 .I %rrigation System 6$ KSP LUMP SUM Per LS Schedule VIII Total James St Pump Station/Inouye 25 February 3, 2016 - Project Number! 10-3009 BID SUMMARY Schedule I ;�Ige?'�• �� Schedule IV Schedule IV A � 4 Schedule V � Schedule VI 041OD Schedule VII �� Schedule VIII Sub Total 4� 9.5% WA State Sales Tax -71 tr TOTAL BID AMOUNT Tyke U� 4 s p41+ £3 urn James St Pump Station/Inouye 24 January 20, 2016 Project Number: 10-3009 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: James Street Pump Station Project Number: 10-3009 Subcontractor Name S 6Zt0r?M( Item Numbers 0 6® p Coo 0 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 James St Pump Station/Inouye 25 January 20, 2016 Project Number: 10-3009 SUBCONTRACTOR LIST (Contracts over 1 million dollars) Name of Bidder: Rodarte Construction, Inc, Project Name: James Street Pump Station Project Number: 10-3009 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: Plumbing Subcontractor Name: Electrical Subcontractor Name: /a� Aq& a�f� Signature of Bidder Date J James St Pump Station/Inouye 26 January 20, 2016 Project Number: 10-3009 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. 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 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 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 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 the bidder is not responsible to perform the contract work. James St Pump Statlon/Inouye 27 January 20, 2016 Project Number: 10-3009 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. THIS 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 mnnislleadiccnttg. SUBMITTED BY: t C,c C -k Wti l Sy�L L C11 1 TJ<lC NAME: �o_i ADDRESS: xLI til W C � n PRINCIPAL OFFICE: uY�S i 1,C�Yl -L01� ADDRESS: \ CO\ 0__\_� Y-\ W Cd S�2, PHONE: ac`2) �A?�C1 — 3a FAX: s 7?_ cAaVA ". �c 1 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 unifi(30 ed p identifier number. 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 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 ublic works ontract under RCW 39.06.010 or 39.12.065 (3). 5 � a t CtLh( C James St Pump Station/Inouye 28 January 20, 2016 Project Number: 10-3009 yQ Department of Labor and Industries PO Box 44450 RODARTE CONSTRUCTION-INC Olympia, WA 98504-4450 'Reg: CORODAR"I*225D9 UBI::600-264-803 Registered as provided by Law as: Construction Contractor (CCOl) - GENERAL 'S50 RODARTE CONSTRUCTION INC " Effective Date: 3/29/1978 17 EAST VALLEY HWY E Expiration Date:'6/3/2016 AUBURN WA 98092 y 'BUSINESS LICENSE 57AIE OF WASHINGTON } s" Unified Business ID #: 600 264 803 f Domestic Profit Corporation . Business ID #: 1 Location: 1 Expires: :06-30-2016 RODARTE CONSTRUCTION, INC. ) 17 E VALLEY HWY E i1 AUBURN ,WA 98092 5531 TAX REGISTRATION UNEMPLOYMENT INSURANCE INDUSTRIAL INSURANCE MINOR WORK PERMIT ', 'i (Expires: 03-31-2016) j, ' CITY LICENSES/REGISTRATIONS: BELLEVUE GENERAL BUSINESS #145294 UNIVERSITY PLACE GENERAL BUSINESS (EXPIRES 03-31-2016) MILTON GENERAL BUSINESS (EXPIRES 03-31-2016) j OLYMPIA GENERAL BUSINESS (EXPIRES 03-31-2016) BUCKLEY GENERAL BUSINESS (EXPIRES 03-31-2016) y tka, RUSTON GENERAL BUSINESS (EXPIRES 03-31-2016) COVINGTON GENERAL BUSINESS (EXPIRES 03-31-2016) LAKE STEVENSGENERAL BUSINESS (EXPIRES 03-31-2016) a( SUMMER GENERAL BUSINESS (EXPIRES 03-31-2016) r t, MARYSVILLE GENERAL BUSINESS #0532CON914 (EXPIRES 03-31-2016) ISSAQUAH GENERAL BUSINESS ,'- SAMMAMISH GENERAL BUSINESS (EXPIRES 03-31-2016) u i� DUTIES.. OF MINORS: Washing trucks and equipment, sweeping shop (clean-.up) LICENSING RESTRICTIONS: Y' i, Minors employed in construction must be at least 16 years of age. 17 WAC 296-125-033 (4) ; l21 Court permission and a variance from L&I is required to hire minors under the age of 14 .in non-agriculture jobs. Call 360-902-5316 or i email teens afety@Lni.wa.gov for information: ',.... r7� �F+ mll This documentliststhe registrations,endorsements,,and licenses authorized for the business. 7' y namedabove.By aeceptingthis document,the licensee certifiesthe infomiationon the application, }` 31 was complete,true,and accurate to the best of his or her knowledge,and that business will be 7 conducted in compliance withal l applicable Wash in6tonstate,county and city regulatir, s Director,Department of Revenue i 7- L -_--- -----A�,`�""----- -- ------ ----- T UCTI+C�►N, Inc. 17 E. Valley Highway East — Auburn, WA 98092 February 8, 2016 To whom it may concern: Rodarte Construction, Inc is not or has not been disqualified from bidding on any public works contract under RCW 36.06.010 or 39.12.065(3). If you have any questions or need additional information please contact or office at the number below. Sincerely, JR Rodarte President Office (253) 939-0532 Fax (253) 939-0557 RODARTE*225D9 2. ORGANIZATION 2.1 How many years has your organization been in business as a Contractor? )� yect,(,� 2.2 How many years has your organization been in business under its present business name? -��A 2.2.1 Under what other or former names has your organization operated? \� 2.3 If your organization is a core ration, answer the following: 2.3.1 Date of incorporation: 2.3.2 State of incorporation: 6:)CC5,\1wvl li - 2.3.3 President's name: �ti C`\'� Ko kvH ' ) v 2.3.4 Vice-president's name(s): ���L� VjocVC�_O-L 2.3.5 Secretary's name: � 1�\Y\Ql� ACLY -C. 2.3.6 Treasurer's name: Ck"A-L 2.4 If your organization is a partnership, answer the following: t1 , 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: V) Pt- 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. �"•� Y�� C�bN­�-Arr­C_.C_hzr�ci —l>,3WSV-\\r q�- "— VZ_()0(-V 3.2 List jurisdictions in whiph your orgahization's partnership or trade name is filed. �,i7C,LS1�\�ClG}�y�l 4. EXPERIENCE 4.1 List the categories of work that your organization normally performs with its own forces. Huk\til �-t'lG�1r1V�C���i lit ltlL" Yt���hGr l l ri� L 4�-cs ecc��eLk t _i s�lL �()i 4.2 Claims and Suits. (If the ansCwe� to any of the questions below is yes, please attach details.) YN\v�v 4.2.1 Has your organization ever failed to complete any work awarded to it? n� 4.2.2 Are there any judgments, claims, arbitration proceedings or suits pending or outstanding against your organization or its officers? n0 4.2.3 Has your organization filed any law suits or requested arbitration with regard to construction contracts within the last five years? James St Pump Station/Inouye 29 January 20, 2016 Project Number: 10-3009 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.) 4.4 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. �,e � h 4.4.1 State total worth of work in progress and u der contra t: 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. i e 4.5.1 State average annual amount of construction work performed during the past five years: r-_ I a(171 4.6 On a separate sheet, list the construction experience and present commitments of the key individuals of your organization. ce CUA-(;�O—le di �y 4.7 On a separate sheet, list your major equipment. �?e CX,kk(KC \r\e_C S. REFERENCES 1 _� 5.1 Trade References: 5�>— 5.2 Bank References: 5.3 Surety: '—Vyt, 5.3.1 Name of bonding company: Le AD�3 COA6 5.3.2 Name and address of agent: C,\kn: 1 F 6. FINANCING kV" cl 6.1 Financial Statement. �t ry Ck W C�61 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: Current Assets (e.g., cash, joint venture accounts, accounts receivable, notes receivable, accrued income, deposits, materials inventory and prepaid expenses); James St Pump Station/Inouye 30 January 20, 2016 Project Number: 10-3009 m m c m m e mtNEE yoE Y�oQ raamUpp.DNo (J 2 of u 2w c cE c — a wo :w �"ccp 2EEEp I0mcC pD°c EuEo°otNi ° d o d E E K o e— NCc O O ; m ° o 0 n yE pi naY3= 12 Eo NEE `mJEN p 9 C c E d NE �W b ._ TOO2Ef UCa O1 k � O > abO OCNUCO -a Oi N GJ 3 2L° V .- LL� En ,o � - moo._ ° maaL} o � Sa'Cic mc2 EE3o � p9 caE E w a > 2 o m U E n N V c N a m o CJ N N N (O [+1 N O � 1 N � i a N O V N m V Q N V N N V W n W m` CN N N O N (9 t° N U N �• ,�' �` o Y U 2` U U U 4 U U U C E 6 U N Q -Ji LL ¢ O 3 i LL O o'i z n UO Q N N 1(1 N fA M fA (n H3 Y W N Z O c a E N wm a� m da` E o � m r o m E Z O C LL d p > 6 a C 2 .�.-° O E E N a x n vl w m� A En "= o U c 20 i E N m � :o � >. c ° N N Vj J t6 U N m m m g 3 LL v ? U K � r U - o « m dao3 @E c n3w v = aY m .@. � c�py '� ac c �'' voc« o mNo � c � 16 odo" co 0 3 nO « 0 w „dc. c y c � 3 oa o@ o U@ o c@ v m o, of.Y E N N c m a vvi c n.K °a 'K o .vc _ w e m 3 o c c c 3 o a o d� v c� v w .° a 6 OI T C n'E' > N N N" E T U O@ d S@] N @ U m X @ N �'d O w m C C U - E' c35myu'Ea � mm `w 3o dm 2E .a � � � ° '� °'� �.Q ° o7 � 10 cEw 2a m 'm a ,o .. w 13y v d c :o a@ a °.gc E °� 0 OJ O Oi C U OI UJ @ O C 6 ` 49 a a Q m c U > J E « m o v a g o « in E c « w c a v `m m E Q'0 . d v c v 3 E c @ r x `o m W �°n c m o"p �� v o p n c m v � o c 5 v o U .E m y � a w m avi @ @ C � V Y N N N N N N M a d w m m2r N N VMJ 16 N N N h O y Q N N N N N N N U U U d U U U U a L N « O O i � .E N > 6 S G Q CC C U LL m c 3 \ m m � a o ao o o N a 3LL Z 16 0 0 0 0 0 ai td r U G M .- v3 N 0 J U O E O �N K o a '� m @ v E E o c U m o d v `m_ O Od . 0 ". @ p N C L Lo O x 10 « m T m d o o L .a O F nC `w U d .0 U N p @ D ? LL N a O N d O a a ? z @ `E a v m co aY0oS S3vo CaaPo awNu ooff o "„'c°Yi p �omvm a a 3c c av tiui mE o voe maFt - av =m0000 w c oUOc �>om ccN •O52), �mv Ev Eno m E a o o ooa o °aco•' L a � � N > ✓� E N O N O � C �J Y N L (J N a O >�N N C � N a N 'a0- � I y N C L C 3 C nL„ 'C c5'nmc mwmo v bc xab c � � ;9 om oN 3 �3 vc as EWF_ o �•m '0 E 'c a 'o ',. - � vcc� v oyvcoTioc >, 0D occ vt9 � « a c3u a E .0 .wu avE 0L0. c m0 05E mc oU � 5U ° a mE - ° v - r In ro N O t0 c0 O � O 4'! c m m c� v co v t ppj m r a+ N N Ui T O O W a d � N y J N ❑ Y� � - � m � � `m K U -v, � ❑ u a 10 N N O (O m O N O N O M O i0(1 M N N N N V' N N h m c �° - a •- c E d a Y c o12 o m Z Q o N K Q p m m m m� d o CJ U U U U U y G � m m LL O a o U w O Z w 33 � 0 yN� o o e o e o Q o e Y 3 LL O O O O O O O O 00 O O a r O N n m N Q Q N N O M E9 f9 N 49 E9 f9 M Yi F/! C � O o v v 0 v c r a c c r K c v o m E c m myom NEB' v �� m K2 � c2❑ 2 � m a rnc � c H >,yv > co a a 'G'S c v c m o �j Q m m c v o u o U m .0a 3 � a U Tfi Y =U w c '� r U w d' U r m = d m `m 0 m v '° a o v mma Cy Uc mEm •ac uno) ac uno) zm > c m odi 2t Uma 0 m m 0 m E o c ¢amod mf � y E am> c o�vod I w oCL v .t � v 'd } So, c QnE ` aa 3EZ 0Eo. � MM � Ea En o vc 0 o v 0 'c o - o 0 0 0 EU mKa mom ❑ Zd M) W n0 !n au) w a` Ml Na` rn Rodarte Construction, Inc Work Under Contract Job Description Contract Total Job Start Job Completion 1401 $ndgeport,U ay 2,663,696� 7/1/2014 2/1/2016 14 2 R5 D8 1�11 BUlid �'„ ?.� 5.652,956 3/19/2014 4/1/2016 �141 �1're Idi=n S R@SIC 41 Ce pS ' 808,229 7/1/2014 2/1/2016 1503 Ry6ivly� P rkBrlge Replaoement 708,000 3/1/2015 3/1/2016 15D42$kh. tWR�dds 5,076,815 5/1/2015 9/30/2016 150"4RO(PPP,c Sthaa Tlalmprovements 249,004 7/1/2015 2/28/2016 714,980 6/1/2015 5/31/2016 1507 TokUl Road noCU�lmle r 4,284,719 6/22/2015 9/30/2016 1508 E e 1,402,821 6/1/2015 3/31/2016llotBrltgR r 1510 ;Easy S inner Regtanal Fond <i t° 2,253.000 8/1/2015 9/30/2016 1511xSoundvleMano;h" 139,954 8/1/2015 z/z9/2o16 1512 A�1 Palle s Slte Jrr�prp;; r t 213;916 8/1/2015 2/29/2016 15.13 715t;Rds F edrnOnd.. , 196,118 10/1/2015 2/29/2016 24,364,208 c O p O Z 0 9 N 73 .o O O N N O N 2 0 ai o 'pa_ axi d m c o d o ° ° c m = •=° 0 ems, •y- 2 3 -0N U N (] C a N `.K' N E C c E S E E o o °c' C C O O 0 M.B. a 3 B .° O U y o N N c amrn � NLa c- E c c E c ;a E m N U •� N ;aX _ E � a m Of w � N N O N a r C O L ro W r I a N N N Ol C L N C O O N N c r > 3 w o E N F v of `oE oQ. `0E p U Q U Q U Q O F (6 � w o 0 0 0 O o u> co - e W co 06 o � o o �? Q Z H O= m o N 7 O Q N E» ua ea N V J C O. O t6 C C U J C (n U a v w a o m o cn a o a a o c v LLO m M Key Personnel Construction Experience Present Commitments From 1991 to 1997 JR filled the role of Lead Estimator and Current Projects: Project Manager, developing estimates, managing projects City of Edmonds personnel, equipment, material coordination and working ASR 222 in Kent, WA with Owners. From 1997 to 2012 he became the Vice City of Mill Creek JR Rodarte President of the company overseeing all company President's Residence, operations, becoming the lead compnay representative of Bellivue, WA Native American Projects, and the Senior Manger of of SR-9,Marysville, WA corporate legal and financial decisions. From 2012 to the present he serves as the President of the company. From 1998 to 2005 Jared worked in the field as a equipment Current Projects: operator and field supervisor. From 2006 to 2012 he City of Edmonds worked as a project manager coordinating with Owners, ASR 222 in Kent, WA developing schedules, and managing personnel, equipment, City of Mill Creek Jared Rodarte and materials for a wide range of projects. 2012 to the SR-9,Marysville, WA present he is the Vice President of the company. Lead estimator for all building and bridge construction Current Projects: projects Project Manager on building, bridge and in water Riverview Park Bridge- work projects Broad experience in public,private and Renton, WA Kevin Durrant Native American contracts Issaquah Pump Station, Certified Erosion and Sediment Control lead (CESCL) since Issaquah,WA 2005 RODARTE CONSTRUCTION,INC. MAJOR EQUIPMENT OWNED ITEM OWNERSHIP AGE IN CONDITION QUANTITY YEARS OF EQUIPMENT 2008 MACK DUMP TRUCKS 5 w/2 Drop Axles"Granite"W Columbia High Lift Dump Boxes OWNED 7 VERY GOOD 1 2012 Komatsu PC228USLC-8 Excavator with Thumb OWNED 3 NEW 1 2012 Komatsu PC228USLC-8 Excavator OWNED 3 NEW 1 2008 CAT 420 E 4 x 4 CAT Backhoe- OWNED 7 VERY GOOD 1 2013 KOMATSU 270 LOADER OWNED 2 NEW 1 2013 KOMATSU WA250PZ6-LOADER OWNED 2 NEWI. 2000 MACK TRACTOR '.. 1 w/Drop Axle"Elite"(LOW MILES under 5,000 miles) OWNED 15 GOOD 2008 RELIANCE PUP TRAILERS 4 Steel Boxes w/High Lift Gate OWNED 7 GOOD 2 2004 CAT 320CU EXCAVATOR w/pin grabber&aux hyd OWNED 11 VERY GOOD 1 2003 CAT 320CU EXCAVATOR w/pin grabber&aux hyd OWNED 12 VERY GOOD 1 2007 CAT 312C-3 EXCAVATOR w/pin grabber&thumb OWNED 8 VERY GOOD 1 2006 CAT 312-3 EXCAVATOR w/pin grabber&thumb OWNED 9 VERY GOOD 1 2006 CAT 308CCR EXCAVATOR w/ in grabber&thumb OWNED 9 VERY GOOD 1 2005 CAT 305CR MINI-EXCAVATOR OWNED 10 VERY GOOD 1 2000 HITACHI EX345 EXCAVATOR OWNED 15 GOOD 2 2014-CAT 328D LCR EXCAVATOR W 1 NEW 1 2014-KOMATSU PC 138US-8 EXCAVATOR OWNED 1 NEW 1 2005 CAT 924G LOADER w/Quick Disc&Forks OWNED 10 VERY GOOD 1 2003 CAT 924G LOADER w/Quick Disc&Forks OWNED 12 VERY GOOD 5 2006 CAT 420E HLS BACKHOES OWNED 14 VERY GOOD 1 2005-4 CAT D4H DOZER OWNED 10 GOOD 1 2004 CAT D51-1 DOZER OWNED 11 GOOD '... 1 11997 JOHN DEERE 772BH GRADER OWNED 18 GOOD '..., 1 2005 CAT CB224E ROLLER OWNED 10 VERY GOOD LJ RO ARTE ------------N TF�IJ-----TION, Inc. 17 E. Valley Highway East — Auburn, WA 98092 Trade References Ferguson Waterworks Nicole Bogrand-Credit Manager 425-586-9600 Nicole,bogrand@ferguson.com CHS Bob Brewster- Credit Manager 253-833-7220 Bob.brewster@chsinc.com Granite Construction Anna Neal- Credit 425-551-3131 Anna.neal@gcinc.com Office (253) 939-0532 Fax(253) 939-0557 RODARTE*225D9 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 r 7.1 Dated at this "1�day of ? 2016. Name of Organization: CkC�X�P C C`Y1S l lCBYtT.YtiL By: Title: C- 7.2 '6Tt1tiVL E-CAW �f �'being duly sworn, deposes and says that the information provided herein is true and sufficiently complete so as not to be misleading. Subscribed and sworn before me this aV"1day of 2016. Notary Public: � !� r4r1 M Commission Expires: Y p = NOTARY �= PUBLIC C James st Pump station/Inouye 31 January 20, 2016 Project Number: 10-3009 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 ninety (90) calendar days after the day of bid opening. The required bid security consisting of a bid bond, cashier's check or cash in an amount equal to 5% of the total amount is hereto attached. Notice of acceptance of this bid or request for additional information shall be addressed to the undersigned at the address stated below. Receipt of Addendum No.'s 1-41 , 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 accept all contract forms and documents included within the bid packet and 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:�('.`7Y1 C 1 CI VI I I 9,()rl a C \rN�A- 1,A( A-16 I l AMTV E�! BIDDER —�2 _� Signature of AuthoHz Representative (Print Name and Title) 1 -I tiSk ya LOA+ - Address Ouhurn U")A- ctw�a James St Pump Station/Inouye 32 January 20, 2016 Project Number: 10-3009 BID BOND FORM KNOW ALL MEN BY THESE PRESENTS: That we, Rodarte Construction, Inc. as Principal, and Travelers Casualty and Surety Company of America as Surety, are held and firmly bound unto the CITY OF KENT, as Obllgee, in the penal sum of Five percent of total amount bid 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 Obiigee shall make any award to the Principal for James Street Pump Station/Project Number: 10-3009 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 AND DATED THIS 4th DAY OF February 2016. Rodarte Construction, Inc. PRINCIPAL �— Traveler�s Casualty and Surety Company of America V Ial A 1 ' L9 //y1 SURETY Lori McKimmy,G ttorney-in-Fact 20 Received return of deposit in the sum of $ James St Pump Station/Inouye 33 January 20, 2016 Project Number: 10-3009 WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER I POWER OF ATTORNEY TR QVEL`F RS " Farmington Casualty Company St.Paul Mercury Insurance Company Fidelity and Guaranty Insurance Company Travelers Casualty and Surety Company Fidelity and Guaranty Insurance Underwriters,Inc. Travelers Casualty and Surety Company of America St.Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company St.Paul Guardian Insurance Company Attorney-In Fact No. 226181 Certificate No. 006488076 KNOW ALL MEN BY THESE PRESENTS: That Farmington Casualty Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company,St.Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of America,mid United States Fidelity and Guaranty Company are corporations duly organized under the laws of the State of Connecticut, that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa,and that Fidelity and Guaranty Insurance Underwriters,Inc.,is a corporation duly organized under the laws of the State of Wisconsin(herein collectively called the"Companies"),and that the Companies do hereby make,constitute and appoint Donna S.Martinez,Kenneth J.Frick,Alex B.Hodge,Rodney C,Lewis,and Lori McKintrny Yakima Washington of the City of ,State of P ,their true and]awful Attomey(s)-in-Fact, each in their separate capacity if more than one is named above,to sign,execute,sea]and acknowledge any and all bonds,r'ecognizaaces,conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons,guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. IN WITNESS WHEREOF,the Companies have caused this instrument to be signed and then corporate seals to be hereto affixed,this 13th day of August 2015 - Farmington Casualty Company St.Paul Mercury Insurance Company Fidelity and Guaranty Insurance Company, 'Travelers Casualty and Surety Company Fidelity and Guaranty Insurance Underwriters,Inc. Travelers Casualty and Surety Company of America St.Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company St.Paul Guardian Insurance Company e�G rF ..P9�TM E0.Ey y^ ((['Q`rJ INSG,DY tupf.M..... 9a�SY NNo Sr/yp i'N yf 4`p41ntY'VyO ' 1982�a 197� WCA4Fgtg1ED� w nqe i°�iaxvoNAtf;nS Y HAaiFOaD H49rFDf9, 11il0 S q ,FS+yO 1951 2®0 56AI yo1 58RL1e3/j: �xx s90 6v Rq`/896 FHe •�• "/Aft State of Connecticut By: City of Hartford ss, Ruben L.Ramey,Vitior Vice President 13th August 2015 On this the day of ,before me personally appeared Robert L.Rancy,who acknowledged himself to be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company,Fidelity and Guaranty Insurance Underwriters,Inc.,St.Paul Fire and Marine Insurance Company,St.Paul Guardian Insurance Company,St.Paul Mercury Hnsurance Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of America,and United States Fidelity and Guaranty Company,and that he,as such,being authorized so to do,executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. In Witness Whereof,I hereunto set my hand and official seal. \ _\W w" 1. • �� My Commission expires the 30th day of June,2016. P * Mvie C.Tneault,Notary Pabtic 58440-8-12 Printed in U.S.A. alp WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Farmington Casualty Company,Fidelity mid Guaranty Insurance Company,Fidelity and Guaranty Insurance Underwriters,Inc.,St. Paul Fire and Marine Insurance Company,St.Paul Guardian Insurance Company,St.Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company,which resolutions me now in full force acid effect,reading as follows: RESOLVED,that the Chairman,the President,any Vice Chairman,any Executive Vice President,any Senior Vice President,any Vice President,any Second Vice President,the Treasurer,any Assistant Treasurer,the Corporate Secretary or any Assistant Secretary may appoint Attorneys-in-Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and scud with the Company's seal bonds,recognizaams,contracts of indemnity,and other writings obligatory in the nature of a bond,recognizance,or conditional undermldng,and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her;and it is FURTHER RESOLVED,that the Chairman,the President,arty Vice Cbmintan,any Executive Vice President,any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company,provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary;and it is FURTHER RESOLVED,that any bond,recognizance,contract of indemnity,or writing obligatory in the nature of a bond,recognizance,or conditional undertaking shall be valid and binding upon the Company when(a)signed by the President,any Vice Chairman,any Executive Vice President,any Senior Vice President or any Vice President,any Second Vice President,the Treasurer,any Assistant Treasurer,the Corporate Secretary or any Assistant Secretary and duly attested and scaled with the Company's seal by a Secretary or Assistant Secretary;or(b)duly executed(under seal,if required)by one or more Attomeys-in-Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is FURTHER RESOLVED,that the signature of each of the following officers:President,any Executive Vice President,any Senior Vice President,any Vice President, any Assistant Vice President,any Secretary,any Assistant Secretary,and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating fact eto appointing Resident Vice Presidents,Resident Assistant Secretaries or Attorneys-in-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof,and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power m executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding m which it is attached. I,Kevin E.Hughes,the undersigned,Assistant Secretary,of Farmington Casualty Company,Fidelity and Guaranty Insurance Company,Fidelity and Guaranty Insurance Underwriters,Inc.,St.Paul Fire and Marine Insurance Company,St.Paul Guardian Insurance Company,St.Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casualty acid Surety Company of America,and United States Fidelity and Guaranty Company de hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies,which is in full force and effect and has not been revoked. IN TESTLMONY WHEREOF,I have hereunto set my hand and affixed the weals of said Companies this-_4th day of FebruaT'y ,20 16. 'Ke-e�l ghesista 7 [ar C^5 ^ aura jH Yjj,a 5,N- ,Pitt allo Y` �y q�, C P(.vOq,T l � � ((�Q)pµ�'^rCH J P 9q a 3 F'F�tY i �r� BC �1cn � T�z lam( FCp AVOPF?'C 3! �19.82�p 0 1977 '^ £ f- oe XARiFOPD Fn5—+.6 -'� 4a*'+cct^' i ' 195i ; sC[iL o' s SaAL es° tarn so � cavu €g rays y F� AS''F a'rM7)Aµ To verify the authenticity of this Power of Attorney,call 1-800-421-3880 or contact us at www.tmvelersbond.crm.Please refer to the Attorney-In-Pact number,the above-named individuals and the details of the bond to which the power is attached. WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER CITY OF KE NT COMBINED DECLARATION FORM: NON—COLLUSION, MINIMUM WAGE NON-COLLUSION DECLARATION I, by signing the proposal, hereby declare, under penalty of perjury under the laws of the United States that the following statements are true and correct: 1. That the undersigned person(s), firm, association or corporation has (have) not, either directly or indirectly, entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free competitive bidding in connection with the project for which this proposal is submitted. 2. That by signing the signature page of this proposal, I am deemed to have signed and to have agreed to the provisions of this declaration. AND MINIMUM WAGE AFFIDAVIT FORM I, 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. James Street Pump Station Project Number: 10-3009 NAME OF PROJECT Rodarte Construction,Inc. NAME OF BIDDER'S FIRM SIGNATURE OF AUTHORIZED REPRESENTATIVE OF BIDDER James st Pump station/Inouye 34 January 20, 2016 Project Number: 10-3009 This change order form is for example purposes only. By submitting a bid, the bidder agrees to be bound by the terms of this change order form for any change orders. CHANGE ORDER NO. [Enter # 1, 2, 3, etc.] NAME OF CONTRACTOR: rInsert Company Namel ("Contractor") CONTRACT NAME & PROJECT NUMBER:rInsert Name of Original Contract & Project #, if applicablel ORIGINAL CONTRACT DATE: rInsert Date Original Contract was Signedl This Change Order amends the above-referenced contract; all other provisions of the contract that are not inconsistent with this Change Order shall remain in effect. For valuable consideration and by mutual consent of the parties, the project contract is modified as follows: 1. Section I of the Agreement, entitled "Description of Work," is hereby modified to add additional work or revise existing work as follows: In addition to work required under the original Agreement and any prior Amendments, Contractor shall provide all labor, materials, and equipment necessary to: [Insert detailed description of additional materials, services, etc., that are needed which necessitate this change order - Be as detailed as possible. You may also refer to an attached exhibit, but clearly identify the exhibit by title and date] 2. The contract amount and time for performance provisions of Section II "Time of Completion," and Section III, "Compensation," are hereby modified as follows: Original Contract Sum, $ (including applicable alternates and WSST) Net Change by Previous Change Orders $ (incl. applicable WSST) Current Contract Amount $ (incl. Previous Change Orders) Current Change Order $ Applicable WSST Tax on this Change $ Order Revised Contract Sum $ James St Pump Station/Inouye 35 January 20, 2016 Project Number: 10-3009 Original Time for Completion (insert date) Revised Time for Completion under prior Change Orders (insert date) Days Required (f) for this Change working days Order Revised Time for Completion (insert date) In accordance with Sections 1-04.4 and 1-04,5 of the Kent Special Provisions and WSDOT Standard Specifications, and Section VII of the Agreement, the Contractor accepts all requirements of this Change Order by signing below. Also, pursuant to the above-referenced contract, Contractor agrees to waive any protest it may have regarding this Change Order and acknowledges and accepts that this Change Order constitutes final settlement of all claims of any kind or nature arising from or connected with any work either covered or affected by this Change Order, including, without limitation, claims related to contract time, contract acceleration, onsite or home office overhead, or lost profits. This Change Order, unless otherwise provided, does not relieve the Contractor from strict compliance with the guarantee and warranty provisions of the original contract, particularly those pertaining to substantial completion date. All acts consistent with the authority of the Agreement, previous Change Orders (if any), and this Change Order, prior to the effective date of this Change Order, are hereby ratified and affirmed, and the terms of the Agreement, previous Change Orders (if any), and this Change Order shall be deemed to have applied. The parties whose names appear below swear under penalty of perjury that they are authorized to enter into this contract modification, which is binding on the parties of this contract. 3. The Contractor will adjust the amount of its performance bond (if any) for this project to be consistent with the revised contract sum shown in section 2, above. IN WITNESS, the parties below have executed this Agreement, which will become effective on the last date written below. CONTRACTOR: CITY OF KENT: By: By: (signature) (signature) Print Name: Print Name: Timothy J. LaPorte P.E. Its Its Public Works Director (title) (title) DATE: DATE: lames St Pump Station/Inouye 36 January 20, 2016 '......... Project Number: 10-3009 APPROVED AS TO FORM: (applicable if Mayor's signature required) Kent Law Department James St Pump Station/Inouye 37 January 20, 2016 Project Number; 10-3009 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 ....................❑ Orderof Contents.................................................................................❑ Invitationto Bid...................................................................................❑ ContractorCompliance Statement........................................................El Date............................................................................................❑ Have/have not participated acknowledgment...........................-11 Signatureand address ................................................................❑ Declaration - City of Kent Equal Employment Opportunity Policy ........❑ Dateand signature .....................................................................❑ AdministrativePolicy ...........................................................................❑ WA State Dept, of Ecology Utilization of Minority & WBEs....................❑ Proposal...............................................................................................❑ First line of proposal - filled in ...................................................El Unit prices are correct ................................................................❑ Bid the same unit price for asterisk (*) bid items.......................❑ Minimum bid prices are correct...................................................❑ Subcontractor List (contracts over $100K) ..........................................❑ Subcontractors listed properly....................................................❑ Signature ....................................................................................❑ Subcontractor List (contracts over $1 million).....................................El Subcontractors listed properly....................................................El Dateand signature .....................................................................❑ Contractor's Qualification Statement ...................................................El Completeand notarized ..............................................................❑ ProposalSignature Page......................................................................❑ All Addenda acknowledged .........................................................❑ Date, signature and address .......................................................❑ BidBond Form .....................................................................................❑ Signature, sealed and dated .......................................................El Powerof Attorney.......................................................................❑ (Amount of bid bond shall equal 50/o of the total bid amount) CombinedDeclaration Form .................................................................❑ Signature ....................................................................................❑ ChangeOrder Form..............................................................................❑ 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 its 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. James St Pump Station/Inouye 38 January 20, 2016 Project Number: 10-3009 CONTRACT THIS AGREEMENT, is entered i to between.the CITY F KENT, a Washington municipal corporation ("City"), and Vic° , organized under the laws of the Sta e of i !I located and doing business at ontractor"). WITNESS: In consideration of the terms and conditions contained in this Agreement and in the project documents, plans, and specifications all of which are 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: James Street Pump Station/Project Number: 10-3009 in accordance with and as described in the Contract and shall perform any alterations in or additions to the work provided under the Contract and every part thereof. The Contract shall include all project specifications, provisions, and plans; the City's general and special conditions; the 2014 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. The Contractor is responsible to obtain copies of the 2014 WSDOT Standard Specifications including the latest amendments issued by WSDOT as of the date of bid opening. Unless otherwise directed by the City, work shall 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 all the work provided for in the Contract, except where the specifications allocate that responsibility to 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 and the terms and conditions herein contained and hereby contracts to pay for the same according to the Contract 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. 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. James St Pump Station/Inouye 41 January 2o, 2016 Project Number: 10-3009 5. Contractor shall defend, indemnify, and hold the City, its officers, officials, employees, agents, volunteers and assigns harmless from any and all claims, injuries, damages, losses or suits, including all legal costs and attorney fees, arising out of or in connection with the performance of this contract, except for injuries and damages caused by the sole negligence of the City. The City's inspection or acceptance of any of Contractor's work when completed shall not be grounds to avoid any of these covenants of indemnification. Should a court of competent jurisdiction determine that this contract is subject to RCW 4.24.115, then, in the event of liability for damages arising out of bodily injury to persons or damages to property caused by or resulting from the concurrent negligence of the Contractor and the City, its officers, officials, employees, agents and volunteers, the Contractor's liability hereunder shall be only to the extent of the Contractor's negligence. IT IS FURTHER SPECIFICALLY AND EXPRESSLY UNDERSTOOD THAT THE INDEMNIFICATION PROVIDED HEREIN CONSTITUTES THE CONTRACTOR'S WAIVER OF IMMUNITY UNDER INDUSTRIAL INSURANCE, TITLE 51 RCW, SOLELY FOR THE PURPOSES OF THIS INDEMNIFICATION. THE PARTIES FURTHER ACKNOWLEDGE THAT THEY HAVE MUTUALLY NEGOTIATED THIS WAIVER. The provisions of this section shall survive the expiration or termination of this contract. 6. Contractor agrees, upon the City's written demand, to make all books and records available to the City 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. B. 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. James St Pump Station/Inouye 42 January 20, 2016 Project Number: 10-3009 CITY OF KENT ._ BY: SU,ZETT /C OKE, MAYOR DATE E ATTE RONALD F. ORE„CITY CLERK APP VED AS T,0 FORM ° KENT LAW DEPARTMEN CONTRACTOR BY: PRINT NAME: DATE: i James St Pump Station/Inouye 43 January 20, 2016 Project Number: 10-3009 EXH I I T A INSURANCE REQU I REMENTS FOR CONSTRUCTION PROJECTS Insurance The Contractor shall procure and maintain for the duration of the Agreement, insurance against claims for injuries to persons or damage to property which may arise from or in connection with the performance of the work hereunder by the Contractor, their agents, representatives, employees or subcontractors. A. Minimum Scope of Insurance Contractor shall obtain insurance of the types described below: 1 . Automobile Liability insurance covering all owned, non-owned, hired and leased vehicles. Coverage shall be written on Insurance Services Office (ISO) form CA 00 01 or a substitute form providing equivalent liability coverage. If necessary, the policy shall be endorsed to provide contractual liability coverage. 2. Commercial General Liability insurance shall be written on ISO occurrence form CG 00 01 and shall cover liability arising from premises, operations, independent contractors, products-completed operations, personal injury and advertising injury, and liability assumed under an insured contract. The Commercial General Liability insurance shall be endorsed to provide the Aggregate Per Project Endorsement ISO form CG 25 03 11 85. There shall be no endorsement or modification of the Commercial General Liability insurance for liability arising from explosion, collapse or underground property damage. The City shall be named as an insured under the Contractor's Commercial General Liability insurance policy with respect to the work performed for the City using ISO additional insured endorsement CG 20 10 11 85 or a substitute endorsement providing equivalent coverage. 3. Workers' Compensation coverage as required by the Industrial Insurance laws of the State of Washington. 4. Builders Risk insurance covering interests of the City, the Contractor, Subcontractors, and Sub-subcontractors in the work. Builders Risk insurance shall be on a all-risk policy form and shall insure against the perils of fire and extended coverage and physical loss or damage including flood and earthquake, theft, vandalism, malicious mischief, collapse, temporary buildings and debris removal. This Builders Risk insurance covering the work will have a maximum deductible of $5,000 for each occurrence, which will be the responsibility of the Contractor. Higher deductibles for flood and earthquake perils may be accepted by the City upon written request by the Contractor and written acceptance by the City. Any increased deductibles accepted by the City will remain the responsibility of the Contractor. Builders Risk-insurance shall be maintained until final acceptance of the work by the City. James St Pump Station/Inouye 44 January 20, 2016 '. Project Number: 10-3009 ',. i i i EXH I B I T A (Continued) 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 $2,000,000 products- completed operations aggregate limit. 3. Builders Risk insurance shall be written in the amount of the completed value of the project with no coinsurance provisions. C. Other Insurance Provisions The insurance policies are to contain, or be endorsed to contain, the following provisions for Automobile Liability, Commercial General Liability and Builders Risk insurance: 1 . The Contractor's insurance coverage shall be primary insurance as respect the City. Any insurance, self-insurance, or insurance pool coverage maintained by the City shall be excess of the Contractor's insurance and shall not contribute with it. 2. The Contractor's insurance shall be endorsed to state thAt coverage shall not be cancelled by either party, except after thirty (30) days prior written notice by certified mail, return receipt requested, has been given to the City. D. Contractor's Insurance For Other Losses The Contractor shall assume full responsibility for all loss or damage from any cause whatsoever to any tools, Contractor's employee owned tools, machinery, equipment, or motor vehicles owned or rented by the Contractor, or the Contractor's agents, suppliers or contractors as well as to any temporary structures, scaffolding and protective fences. E. Waiver of Subrogation The Contractor and the City waive all rights against each other any of their Subcontractors, Sub-subcontractors, agents and employees, each of the other, for damages caused by fire or other perils to the extend covered by Builders Risk insurance or other property insurance obtained pursuant to the Insurance Requirements Section of this Contract or other property insurance applicable to the work. The policies shall provide such waivers by endorsement or otherwise. F. Acceptability of Insurers Insurance is to be placed with insurers with a current A.M. Best rating of not less than A:VII. James St Pump Station/Inouye 45 January 20, 2016 Project Number: 10-3009 EXHI B IT A Continued i 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. Before any exposure to loss may occur, the Contractor shall file with the City a copy of the Builders Risk insurance policy that includes all applicable conditions, exclusions, definitions, terms and endorsements related to this project. 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. I James St Pump Station/Inouye 46 January 20, 2016 Project Number: 10-3009 RODACONS3 DATE IMMIDDIYYYY) ACORD„. EVIDENCE OF PROPERTY INSURANCE 02/1912016 THIS EVIDENCE OF PROPERTY INSURANCE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE '.,. ADDITIONAL INTEREST NAMED BELOW. THIS EVIDENCE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS EVIDENCE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE ADDITIONAL INTEREST. AGENCY PHONE 253 759-2200 COMPANY Propel Insurance c Ne Ext:a --- Travelers Property Casualty Insurance Tacoma Commercial Insurance Company of America 1201 Pacific Ave,Suite 1000 Tacoma,WA 98402 FAC N0l1866.577.1326 .ADDRESS:Leah.Shamberg@propellnsurance.com CODE: SUB CODE: AGENCY 155388 _ CUSTOMER I_D({,_ _. .. _. _. -- LOAN NUMBER POLICY NUMBER INSURED Rodarte Construction, Inc. City of Kent I BINDER1070453 AndEFFECTIVE DATE EXPIRATION DATE 17 E Valley of Every Tier � CONTINUED UNTIL 17 E Valley Hwy East 03/01118 11101/16 rR%INATED IF CHECKED Auburn,WA 98092 THIS REPLACES PRIOR EVIDENCE DATED: PROPERTY INFORMATION LOCATIO NIDESCRIPTION E James Street&Woodford Ave N,Kent,WA 98030 James Street Pump Station Project410-3009 THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS EVIDENCE OF PROPERTY INSURANCE 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, COVERAGE INFORMATION COVERAGEIPERILSIFORMS AMOUNT OF INSURANCE DEDUCTIBLE Builders Risk, Including Earthquake $2,329,399 $5,000 Earthquake Deductible: 2%1$50,000 Excluding Flood m-Ot-- e. "g Property In Storage: $250,000 '... Property In Transit: $250,000 '... i I i I REMARKS(Including Special Conditions) Completed Value Form; Permission To Occupy; CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. ADDITIONAL INTEREST NAMEAND ADDRESS M11ORTGAGEE ADDITIONAL INSURED City of Kent i DSS PAYEE X Owner 400 W Gowe Street LOAN# Kent,WA 98032 _ AUTHORIZED REPRESENTATIVE ACORD 27(2009112) 1 of 1 M 87700 ©1993.2009 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD LJS00 Client#: 166388 RODACONS3 DATE(MMIDDIYYYY) ACORDrs CERTIFICATE OF LIABILITY INSURANCE 1 2/16/2016 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). CONTACT - - 866 577.1326 PRODUCER NAME; Leslie Burleson Pro el insurance PHONE 800 499-0933 P AIC No Est: IAIC No): Tacoma Cor orate E- ADMAILDRESS: P P Les_lie. v _Burleson//11 r0 elinsurance.com P 1201 Pacific Ave,Suite 1000 INSURERS)AFFORDING COVERAGE _ NAIC N Tacoma,WA 98402-WA _ _ INSURER A:Bitco National Insuance Company 20109 INSURED INSURER B;Navigators Insurance Company 42307 Rodarte Construction Inc. -- - INSURER C 17 E Valley Hwy East -- - - INSURERD: Auburn,WA 98092 INSURERE: INSURER F: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVEBEEN ISSUED TO THE INSURED NAMEDABOVE FORTHE 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 TYPE OF INSURANCE ADDL SUBR POLICY EFF POLICY EXP LIMITS LTR SR WVD POLICY NUMBER MMIOD/YVYV MMIDDIYYYY _._ A GENERAL LIABILITY X X CLP3622475 ,% 6120/201506/2012016 EACHOCCURRENCF $1,006000 X COMMERCIAL GENERAL LIABILITY II DAMAGE T RENTED 'PRIES Ea occurrence 5160,000 I MED EXP(Any one person) $10,000 X PDDeds$2,500 X IPERSONAL&ADVINJURY $1,000,000 I OCCUR I GENERAL AGGREGATE $2,096r669 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMP/OP AGG $2,000,0 00 PRO- $ POLICY Xl JECT LOC -_ --- -- COMBINED SINGLE LIMIT p.. AUTOMOBILE LIABILITY x x CAP3622476 0612012015 06/20/201 Laaeddam). $11,190,000 X ANY AUTO BODILY INJURY(Per person) $ _ - ALL OWNED LOU LED BODILY INJURY(per acrdent) $ AUTOS NONAUT�OWNED PROPERTY DAMAGE $ X HIRED AUTOS X AUT09 (Pei ecc tlontl X rive Oth Car - A "; X UMBRELLA LIAR X OCCUR CUP2808325 6/2012015061201201 EACHOCCURRENCE $1,000000 EXCESS LIAR CLAIMS-MADE AGGREGATE_ $1 000,000 ll DED X RETENTION$10 000 __ — $ -- A WORKERS COMPENSATION CLP3622475 6/20/2015 06/20/201 bVCS[ATU-S - GTH- TORY EMPLOYERS'LIABILITY ANY PROPRIETOR/PARTNERIEXECUTIVEY/N WA Stop Gap E.L.GCH ACCIDEN T $1000,000 OFFICERIMEMBER EXCLUDED? NIA (Mandatory In NHl E.L.DIGEASE-EA EMPLOYEE 51960,000 1(yes,describe under E.L.DISEASE-POLICY LIMIT $1,000,000 DESCRIPTION OF OPERATIONS below - B Excess Liability SE15EXC8476751V 06/20/2015 06/20120161 $7,000,000 Occurence $7,000,000 Aggregate A Install. Floater CLP3622475 06120/2015 06/20/2016 $250K Limit/$1K Ded. DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES(Attach ACORD 101,Additional Remarks Schedule,K mare space le required) RE:James Street Pump Station Project Number: 10-3009 The City of Kent is included as additional insured as per the attached endorsements CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE City of Kent THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN Public Works Department ACCORDANCE WITH THE POLICY PROVISIONS. 400 West Gowe Kent,WA 98032 AUTHORIZED REPRESENTATIVE in se, ©1988-2010 ACORD CORPORATION.All rights reserved, ACORD 25(2010105) 1 of 1 The ACORD name and logo are registered marks Of ACORD #S2070997IM1792783 LRB01 Policy Number: COMMERCIAL AUTO THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - SPECIFIC ENTITIES This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM WHO IS AN INSURED is changed to include as an "insured" the person or organization named in this endorsement. However, the additional insured is an "insured" only for "bodily injury" or "property damage" arising out of work or operations performed by you or on your behalf for the additional insured and resulting from the ownership, maintenance or use of a "covered auto," by: 1. You, or 2. Any of your employees or agents; or 3. Anyone other than the additional insured or any employee or agent of the additional insured, while using with your permission a covered "auto"you own, hire or borrow. ADDITIONAL INSURED: City of Kent Public Works Department 400 West Crowe Kent , WA 98302 I A-2931 (11/99) THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. uilU7Y CONTRACTORS BUENDED UABWTY COVERAGE This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE FORM It is agreed that the provisions listed below apply only upon the entry of an OX in the box next to the caption of such provision. A [_] Partnership and Joint Venture Extension M. [:X] Construction Project General Aggregate Limits B. OX Contractors Automatic Additional Insured N. 0 Fellow Employee Coverage Coverage-Ongoing Operations O. 0 Property Damage to the Named Insured's Work C. F-Y-1 Automertic Waiver of Subrogation P. OX Care,Custody or Control D. [T Extended Notice of Cancellation, Nonrenewal Q. OX Bectronic Data Liability Coverage ' E. Unintentional Failure to Disclose Hazards R. ' X Consolidated Insurance Program Residual F. 0 Broadened Mobile Equipment Liability Coverage G. EX] PersonalandAdvertisingInjury-Contractual S. X AtomaticAdditionalInsureds-Managersor Coverage Lessors of Prerrvses H. U Nonemployment Discrimination T. Automatic Additional Insureds-State or Governmental Agency or Political I. Liquor Liability Subdivisions-Permts or Authorizations J. Broadened Conditions U. [X] Contractors Automatic Additional Insured Coverage-Completed Operations K EX Automatic Additional Insureds-Equipment Leases V. Additional Insured-Engineers, Architects or Surveyors L. F_XI Insured Contract Edension-Railroad Property and Construction Contracts A PARTNERSHIP AND JOINT VENUREEXTENSION I The following prov sion is added to SECTION II-WHO IS AN INSURED The last full paragraph which reads as follows: No person or organization is an insured with respect to the conduct of any current or past partnership, joint venture or limited liability company that is not shown as a Named Insured in the Declarations. is deleted and replaced with the following: Wth respect to the conduct of any past or present joint venture or partnership not shown as a Named Insured in the Declarations and of which you are or were a partner or member, you are an insured, but only with respect to liability arising out of 'your work" on behalf of any partnership or joint venture not shown as a Named Insured in the Declarations, provided no other simlar liability GL-3085(09/11) -1- insurance is available to you for "your work' in connection with your interest in such partnership or joint venture. B CONTRACTORS AUTOMATIC ADDITIONAL INSURED COVERAGE—ONGOING OPERATIONS SECTION 11 —WHO IS AN INSURED is amended to include as an additional insured any person or organization who is required by written contract to be an additional insured on your policy, but only with respect to liability for "bodily injury" "property damage" or "personal and advertising injury' caused, in Mole or in part, by: 1. Your acts or omissions;or 2. The acts or omissions of those acting on your behalf; in the performance of your ongoing operations for the additional insured(s) at the project(s)designated in the written contract. With respect to the insurance afforded to these additional insureds, the following additional exclusions apply: This insurance does not apply to"bodly injury'or"property damage"occurring after: 1. Al work, including materials, parts or equipment furnished in connection with such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insured(s)at the location of the covered operations has been completed;or 2. That portion of "your work" out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in perforating operations for a principal as a part of the same project. This insurance is excess of all other insurance available to the additional insured,whether primary, excess, contingent or on any other basis, unless the written contract requires this insurance to be primary. In that event, this insurance will be primary relative to insurance policy(s) which designate the additional insured as a Named Insured in the Declarations and we will not require contribution from such insurance if the written contract also requires that this insurance be non-contributory. But with respect to all other insurance under which the additional insured qualifies as an insured or additional insured, this insurance will be excess. C. AUTOMATIC WAIVER OF SUBROGATION Item 8. of SECTION IV-COMMERCIAL GENERAL LIABILITY CONDITIONS, is deleted and replaced with the following: 8. Transfer of Rights of Recovery Against Others to Us and Automatic Waiver of Subrogation. a. If the insured has rights to recover all or part of any payment we have made under this Coverage Form, those rights are transferred to us. The insured must do nothing after loss to impair those rights. At our request, the insured will bring "suit" or transfer those rights to us and help us enforce them. b. If required by a written contract executed prior to loss, we waive any right of recovery we may have against any person or organization because of payments we make for injury or damage arising out of"your work"for that person or organization. D. B( ENDED NOTICE OF CANCELLATION,NONRENEWAL Item A.2.b. of the COMMON POLICY CONDITIONS , is deleted and replaced with the following: A.2.b. 60 days before the effective date of the cancellation if we cancel for any other reason. GL-3085(09/11) -2- i I Item 9. of SECTION IV-COMMERCIAL GENERAL LIABILITY CONDITIONS, is deleted and replaced with the following: 9. WHEN WE DO NOT RENEW a. If we choose to nonrenew this policy, we will mail or deliver to the first Named Insured shown in the Declarations written notice of the nonrenewal not less than 60 days before the expiration date. b. If we do not give notice of our intent to nonrenew as prescribed in a. above, it is agreed that you may extend the period of this policy for a maxirnum additional sixty(60) days from its scheduled expiration date. Where not otherwise prohibited by law, the exsting terms, conditions and rates will remain in effect during that extension period. It is further agreed that so long as it is not otherwise prohibited by law, this one time sixty day extension is the sole remedy and liquidated damages available to the insured as a result of our failure to give the notice as prescribed in 9.a above. E UNINTENTIONAL FAILURETO DISCLOSE HAZARDS Although we relied on your representations as to existing and past hazards, it unintentionally you should fail to disclose all such hazards at the inception date of your policy, we will not deny coverage under this Coverage Form because of such failure. F. BROADENED MOBILE E(OUIPMENT Item 12b. of SECTION V-DEFINITIONS , is deleted and replaced with the following: 12b. Vehicles maintained for use solely on or next to premises, sites or locations you own, rent or occupy. G. PERSONAL AND ADVERTISING INJURY-CONTRACTUAL COVERAGE Exclusion 2.e. of SECTION I,COVERAGE B is deleted. H. NONENPLOYNENT DISCRIMINATION Unless"personal and advertising injury" is excluded from this policy: Item VL of SECTION V-DEFINITIONS , is amended to include: "Personal and advertising injury' also means embarrassment or humiliation, mental or emotional distress, physical illness, physical impairment, Ices of earning capacity or monetary loss, which is caused by"discrimination." SECTION V-DERNITIONS , is amended to include: "Discrimination" means the unlawful treatment of individuals based on race,color, ethnic origin,age, gender or religion. Item 2.Exclusions of SECTION 1,COVERAGE B , is amended to include: "Personal and advertising injury' arising out of "discrimination" directly or indirectly related to the past employment, employment or prospective employment of any person or class of persons by any insured; "Personal and advertising injury' arising out of "discrimination" by or at your, your agents or your "employees"direction or with your,your agents or your"employees" Imowledge or consent; GL-3085(09/11) -3- "Personal and advertising injury' arising out of "discrimination" directly or indirectly related to the sale, rental, lease or sub-lease or prospective sale, rental, lease or sublease of any dwelling, permanent lodging or premises by or at the drection of any insured;or Fines, penalties, specific performance or injunctions levied or imposed by a governmental entity, or governmental code, law, or statute because of"discrirination." I. LIQUOR LIABILITY Exclusion 2.c. of SECTION I,COVERAGE A , is deleted. J. BROADENED CONDI71ONS I Items 2.a. and 2.b. of SECTION IV- COMMERCIAL GENERAL LIABILITY CONDITIONS, are deleted and replaced with the following: 2 Duties In The Event Of Occurrence,Offense,Claim Or Suit: a. You must see to it that we are notified of an"occurrence" or an offense which may result in a claim as soon as practicable after the "occurrence" has been reported to you, one of your officers or an"employee"designated to give notice to us. Notice should include: (1) How,when and where the"occurrence"or offense took place; (2) The names and addresses of any injured persons and witnesses;and (3) The nature and location of any injury or damage arising out of the "oocurrence" or offense. b. If a claim is made or"suit"is brought against any insured,you must: (1) Record the specifics of the claim or"suit" and the date received as soon as you, one of your officers, or an"employee"designated to record such information is notified of it; and (2) Notify us in writing as soon as practicable after you, one of your officers, your legal department or an "employee" you designate to give us such notice learns of the claims or"suit." Item 2.e. is added to SECTION IV-COMMERCIAL GENERAL LIABILITY CONDITIONS 2e. If you report an "occurrence" to your workers compensation insurer which develops into a liability claim for which coverage is provided by the Coverage Form,faiture to report such "occurrence" to us at the time of "occurrence" shall not be deemed in violation of paragraphs 2a., 2.b., and 2.c. However, you shall give written notice of this "oocurrence" to us as soon as you are made aware of the fact that this "occurrence" may be a liability claim rather than a workers compensation claim. K AUTOMAnC ADDITIONAL INSUREDS-EQUIPMENT LEASES SECTION II -WHO IS AN INSURED is amended to include any person or organization with whom you agree in a written equipment lease or rental agreement to name as an additional insured with respect to liability for"bodily injury', "property damage" or"personal and advertising injury' caused, at least in part, by your maintenance, operation, or use by you of the equipment leased to you by such person or organization, subject to the following additional exclusions. The insurance provided to the additional insured does not apply to: 1. "Bodily injury'or"property damage"occurring after you cease leasing the equipment. GL-3085(09/11) -4- 2. "Bodily injury"or"property damage"arising out of the sole negligence of the additional insured. 3. "Property damage"to: a. Property owned, used or occupied by or rented to the additional insured; or b. Property in the care, custody or control of the additional insured or over which the additional insured is for any purpose exercising physical control. This insurance is excess of all other insurance available to the additional insured,whether primary, excess, contingent or on any other basis, unless the written contract requires this insurance to be primary. In that event, this insurance will be primary relative to insurance policy(s) which designate the additional insured as a Named Insured in the Declarations and we will not require contribution from such insurance if the written contract also requires that this insurance be non-contributory. But with respect to all other insurance under which the additional insured qualifies as an insured or additional insured, this insurance will be excess. L INSURED CONTRACT EXTENSION-RAILROAD PROPERTY AND CONSTRUCTION CONTRACTS Item 9.of SECTION V-DERNITIONS , is deleted and replaced with the following. 9. "Insured Contract'means: a. A contract for a lease of premises. I-lowever, that portion of the contract for a lease of premises that indermifies any person or organization for damage by fire to premises while rented to you or temporarily occupied by you with permission of the owner is not an "insured contract' b. A sidetrack agreement; c. Any easement or license agreement; d. An obligation, as required by ordinance, to indemnify a nunicpality, except in connection with work for a municipality; e. An elevator maintenance agreement; f. That part of any other contract or agreement pertaining to your business (including an indemnification of a municipality in connection with work performed for a municipality) under Mich you assume the tort liability of another party to pay for "bodily injury' or "property damage" to a third person or organization. Tort liability means a liability that would be imposed by law in the absence of any contract or agreement. Paragraph f.does not include that part of any contract or agreement: (1) That indemnities an architect, engineer or surveyor for injury or damage arising out of: (a) Preparing, approving, or failing to prepare or approve, maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications;or (b) Giving directions or instructions, or failing to give them, if that is the primary cause of the injury or damage; or (2) Under Mich the insured, if an architect, engineer or surveyor, assumes liability for an injury or damage arising out of the insureds rendering or failure to render professional services, including those listed in (1) above and supervisory, inspection, architectural or engineering activities. GL-3085(09/11) -5- K CONSTRUCnON PRQIECT GENERAL AGGREGATE UNITS This modifies SECTION III-UNITS OF INSURANCE . A For all sums which can be attributed only to ongoing operations at a single construction project for which the insured becomes legally obligated to pay as damages caused by an"occurrence" under SECTION I-COVERAGE A, and for all medical expenses caused by accidents under SECTION -COVERAGE C: 1. A separate Construction Project General Aggregate Lint applies to each construction project, and that limit is equal to the amount of the General Aggregate Lirrt shown in the Declarations. 2. The Construction Project General Aggregate Limit is the most we will pay for the sum of all damages under COVERAGE A, except damages because of "bodily injury' or "property damage" included in the "products-completed operations hazard," and for medical expenses under COVERAGE C regardless of the number of: a. Insureds; b. Claims made or"suits"brought;or c. Persons or organizations making claims or bringing"suits." 3. Any payments made under COVERAGE A for damages or under COVERAGE C for medical expenses shall reduce the Construction Project General Aggregate Lint for that construction project. Such payments shall not reduce the General Aggregate Unt shown in the Declarations nor shall they reduce any other Construction Project General Aggregate Lint for any other construction project. 4. The lints shown in the Declarations for Each Occurrence, Fire Damage and Medical Expense continue to apply. However, instead of being subject to the General Aggregate Limit shown in the Dedarations, such lints will be subject to the applicable Construction Project General Aggregate Lint. 13. For all sums which cannot be attributed only to ongoing operations at a single construction project for which the insured becomes legally obligated to pay as damages caused by an "occurrence" under SECTION 1 - COVERAGE A, and for all medical expenses caused by accidents under SECTION I-COVERAGE C : 1. Any payments made under COVERAGE A for damages or under COVERAGE C for medical expenses shall reduce the amount available under the General Aggregate Limit or the Products-Completed Operations Aggregate Lint, whichever is applicable; and 2. Such payments shall not reduce any Construction Project General Aggregate Limit. C. Payments for damages because of "bodily injury' or"property damage" included in the "products- completed operations hazard" will reduce the Products-Completed Operations Aggregate Limit, and not reduce the General Aggregate Lint nor the Construction Project General Aggregate Limit. D. If a construction project has been abandoned, delayed, or abandoned and then restarted, or if the authorized contracting parties deviate from plans, blueprints, designs,specifications or timetables, the project will still be deemed to be the same construction project. E The provisions of SECTION III - UNITS OF INSURANCE not otherwise modified by this endorsement shall continue to be applicable. N. FELLOW EUPLOYEE COVERAGE GL-3085(09/11) -6- I Exclusion 2e. Employers Liability of SECTION I, COVERAGE A, is deleted and replaced wfth the following: 2e. 'Bodily injury'to (1) An"employee"of the insured arising out of and in the course of: (a) Employment by the insured;or (b) Performing duties related to the conduct of the insured's business;or (2) The spouse, child, parent, brother or sister of that"employee"as a consequence of paragraph (1)above. This exclusion applies: (1) Whether the insured may be liable as an employer or in any other capacity;and (2) To any obligation to share damages with or repay someone else who must pay darriages because of the injury. I This exclusion does not apply to: (1) Liability assumed by the insured under an"insured contract";or (2) Liability arising from any action or omission of a co-"employee" while that co-"employee" is either in the course of his or her employment or perforning duties related to the conduct of your business. Item 2.a.(1)(a) of SECTION II-WHO IS AN INSURED , is deleted and replaced with the following: 2a.(1)(a) To you, to your partners or members (if you are a partnership or joint venture) or to your members (if you are a limited liability company), or to your "volunteer workers" while performing duties related to the conduct of your business. O. PROPERTY DAMAGE TO THE NAMED INSUREDS WORK Exclusion 1 of SECTION I,COVERAGEA . is deleted and replaced with the following: I. Damageto Your Work "Property damage" to "your work" arising out of it or any part of it and included in the "products completed operation hazard." This exclusion applies only to that portion of any loss in excess of $50,000 per occurrence if the damaged work and the work out of which the damage arises was performed by you. This exclusion does not apply if the damaged work or the work out of which the damage arises was performed on your behalf by a subcontractor. P. CARE,CUSTODY OR CONTROL Exclusion 2j.4 of SECTION I,COVERAGE A is deleted and replaced with the following: 2.j.4 Personal property in the care, custody or control of the insured. However,for personal property in the care, custody or control of you or your"employees," this exclusion applies only to that portion of any Ices in excess of$25,000 per occurrence, subject to the following terms and conditions; I GL-3085(09111) -7- (a) The most that we will pay under this provision as an annual aggregate is $100,000, regardless of the number of occurrences. (b) This provision does not apply to "employee" owned properly or any properly that is missing Mere there is not physical evidence to show what happened to the property. (c) The aggregate lint for this coverage provision is part of the General Aggregate Lint and SECTION III-UMTS OF INSURANCE is changed accordingly. (d) In the event of damage to or destruction of property covered by this exception, you shall, if requested by us, replace the property or furnish the labor and materials necessary for repairs thereto, at actual cost to you, exclusive of prospective profit or overhead charges of any nature. (e) $2,500 shall be deducted from the total amount of all sums you became obligated to pay as damages on account of damage to or destruction of all property of each person or organization, including the loss of use of that property, as a result of each "occurrence." Our lint of liability under the endorsement as being applicable to each "occurrence' shall be reduced by the amount of the deductible indicated above; however, our aggregate lint of liability under this provision shall not be reduced by the amount of such deductible. The conditions of the policy, including those with respect to duties in the event of "occurrence," claims or "suit" apply irrespective of the application of the deductible amount. We may pay any part or all of the deductible amount to effect settlement of any dim or "suit" and, upon notification of the action taken, you shall promptly reimburse us for such part of the deductible amount as has been paid by us. Q ELECTRONIC DATA LIABILITY COVERAGE 1. Exclusion 2p. Electronic Data of SECTION 1, COVERAGE A, is deleted and replaced with the following: 2.p. Damages arising out of the loss of, loss of use of, damage to, corruption of, inability to access, or inability to manipulate"electronic data"that does not result from physical injury to tangible property. 2. The following definition is added to SECTION V—DEFINl10NS: "Electronic data" means information, facts or programs stored as or on, created or used on, or transntted to or from computer software (including systems and applications software), hard or floppy disks, CAROMS, tapes, drives, cells, data processing devices or any other media which are used with electronically controlled equipment. 3. For the purposes of this coverage, the definition of "property damage" in SECTION V — DEFW IONS is replaced by the following: "Property damage"means: a. Physical injury to tangible property, including all resulting loss of use of that property. All such loss of use shall be deemed to occur at the time of the physical injury that caused it; b. Loss of use of tangible property that is not physically injured. All such loss of use shall be deemed to occur at the time of the"occurrence"that caused it;or C. Loss of, loss of use of, damage to, corruption of, inability to access, or inability to properly manipulate "electronic data", resulting from physical injury to tangible property.All such loss of"electronic data"shall be deemed to occur at the time of the"occurrence"that caused it. For the purposes of this insurance, "electronic data" is not tangible property. GL-3085(09/11) -8- i I R CONSOLIDATED INSURANCE PROGRAM RESIDUAL LIABILITY COVERAGE With respect to"bodily injury'. "property dannage", or'personal and advertising injury'arising out of your ongoing operations; or operations included within the"products-corrpleted operations hazard',the policy to which this coverage is attached shall apply as excess insurance over coverage available to "you" under a Consolidated Insurance Program (such as an Owner Controlled Insurance Program or Contractors Controlled Insurance Program). Coverage afforded by this endorsement does not apply to any Consolidated Insurance Program involving a "residential project" or any deductible or insured retention, specified in the Consolidated Insurance Program. The following is added to Section V—Definitions "Residential project' means any project where 300/o or more of the total square foot area of the structures on the project is used or is intended to be used for human residency. This includes but is not limited to single or multifamily housing, apartments, condominiums. townhouses, co-operatives or planned unit developments and appurtenant structures (including pools, hot tubs, detached garages, guest houses or any similar structures). A"residential project'does not include military owned housing, oollege/university owned housing or dormitories, long term care facilities, hotels, motels, hospitals or prisons. All other terms, provisions, exclusions and lintitations of this policy apply. S. AUTOMATIC ADDITIONAL INSUREDS-MANAGERS OR LESSORS OR PREMISES SECTION II—VVHO IS AN INSURED is amended to include: Any person or organization with whom you agree in a written contract or written agreement to name as an additional insured but only with respect to liability arising out of the ownership, maintenance or use of that part of the premises, designated in the written contract or written agreement, that is leased to you and subject to the following additional exclusions: This insurance does not apply to: 1. Any"oocurrence"which takes place after you cease to be a tenant in that premises. 2. Structural alterations, new construction or demolition operations performed by or on behalf of the additional insured listed in the written contract or written agreement. This insurance is excess of all other insurance available to the additional insured,whether primary, excess, contingent or on any other basis, unless the written contract requires this insurance to be primary. In that event, this insurance will be primary relative to insurance policy(s) which designate the additional insured as a Named Insured in the Declarations and we will not require contribution from such insurance if the written contract also requires that this insurance be non-contributory. But with respect to all other insurance under which the additional insured qualifies as an insured or additional insured, this insurance will be excess. T. AUTOMATIC ADDITIONAL INSUREDS — STATE OR GOVERNMENTAL AGENCY OR POLITICAL SUBDIVISIONS—PERMITS OR AUTHORIZATIONS SECTION II — VMO IS AN INSURED is amended to include any state or governmental agency or subdivision or political subdivision with whom you are required by written contract, ordinance, law or building code to name as an additional insured subject to the following provisions: This insurance applies only with respect to operations performed by you or on your behalf for which the state or governmental agency or subdivision or political subdivision has issued a permit or authorization. GL-3085(09/11) -9- This insurance does not apply to: 1. `Bodily injury', "property damage" or "personal and advertising injury' arising out of operations performed for the federal government,state or municipality;or 2. `Bodily injury'or"property damage"included within the"products-completed operations hazard'. This insurance is excess of all other insurance available to the additional insured,whether primary, excess, contingent or on any other basis, unless the written contract requires this insurance to be primary. In that event, this insurance will be primary relative to insurance policy(s) which designate the additional insured as a Named Insured in the Declarations and we will not require contribution from such insurance if the written contract also requires that this insurance be non-contributory. But with respect to all other insurance under which the additional insured qualifies as an insured or additional insured, this insurance will be excess. U. CONTRACTORS AUTOMATIC ADDITIONAL INSURED COVERAGE—COWHIFED OPERATIONS SECTION II — WHO IS AN INSURED is amended to include as an additional insured any person or organization who is required by written contract to be an additional insured on your policy for completed operations, but only with respect to liability for"bodily injury'or"property damage"caused, in whole or in part, by "your work" at the project designated in the contract, performed for that additional insured and included in the"products-completed operations hazard". This insurance is excess of all other insurance available to the additional insured, whether primary, excess, contingent or on any other basis, unless the written contract requires this insurance to be primary. In that event, this insurance will be primary relative to insurance policy(s) which designate the additional insured as a Named Insured in the Declarations and we will not require contribution from such insurance if the written contract also requires that this insurance be non-contributory. But with respect to all other insurance under which the additional insured qualifies as an insured or additional insured, this insurance will be excess. v. ADDITIONAL INSURED—ENGINEERS,ARCHITECTS OR SURVEYORS SECTION II — VN-IO IS AN INSURED is amended to include as an additional insured any architect, engineer or surveyor who is required by written contract to be an additional insured on your policy, 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 ornissions of those acting on your behalf; in the performance of your ongoing operations performed by you or on your behalf. This includes such architect, engineer or surveyor, who may not be engaged by you, but is contractually required to be added as an additional insured to your policy. With respect to the insurance afforded to these additional insureds, the following additional exclusion applies: This insurance does not apply to "bodily injury", "property damage" or "personal and advertising injury' arising out of the rendering of or the failure to render any professional services, including: 1. The preparing, approving, or failing to prepare or approve maps, drawings, opinions, reports, surveys,change orders, designs or specifications;or 2 Supervisory, inspection or engineering services. GL-3085(09/11) -10- This insurance is excess of all other insurance available to the additional insured, whether primary, excess, contingent or on any other basis, unless the written contract requires this insurance to be primary. In that event, this insurance will be primary relative to insurance policy(s) which designate the additional insured as a Named Insured in the Declarations and we will not require contribution from such insurance if the written contract also requires that this insurance be non-contributory. But with respect to all other insurance under which the additional insured qualifies as an insured or additional insured, this insurance will be excess. I I� i i GL-3o85(09/11) -11- i THIS ENDORSBVIENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. EXTENDED LIABILITY COVERAGE This endorsement modifies insurance provided under the following: CONMERCIAL GENERAL UP BILITY COVERAGE FORM It is agreed that the provisions listed below apply only upon the entry of an OX in the box next to the caption of such provision. A [X] Broad Form Named Insured F. ❑X Chartered Aircraft B. ❑X Bodily Injury Extension G. [ Coverage Territory Broadened C. ❑X Employee As Insureds-Health Care Services H. 0 Medical Payments-Increased Limits D. ❑X Non-Omed Watercraft Liability I. OX E)panded Expected or Intended Exception E. [ liberalization J. 0 Property Perils Legal Liability K [:X] Broadened Sipplementary Payments A BROAD FORM NAKED INSURED SECTION II-WHO IS AN INSURED , Paragraph 3 is deleted and replaced by the following: 3. Any organization you newly acquire or form, except for a partnership, joint venture or limited liability company, and over which you maintain majority, ownership or interest (51%or more) or for which you have assumed the active management, will qualify as a Named Insured if there is no other similar insurance available to that organization. However: a Coverage under this provision is afforded only until the end of the policy period or the 12- month anniversary of the policy inception date,whichever is earlier; b. Coverage A does not apply to "bodily injury" or"property damage" that occurred before you acquired or formed the organization; C. Coverage B does not apply to"personal and advertising injury' arising out of an offense committed before you acquired or formed the organization. B. BODILY INJURY EXTENSION SECTION V-DEFINITIONS , Paragraph 3,is deleted and replaced by the following: 3. "Bodily injury' means bodily injury, sickness or disease sustained by a person, including mental anguish or death resulting from any of these, at any time. Mental anguish means any type of mental or emotional illness or disease. C. EMPLOYEES AS INSUREDS- HEALTH CARE SERVICES SECTION 11-WHO IS AN INSURED , Item Za(1)(d) is deleted. GL-2784(09/11) -1- D. OWNED WATERCRAFr LIABILITY SECTION I-COVERAGES,COVERAGE A,2.EXCLUSIONS Item g.(2) is replaced with: (2) A watercraft you do not own that is: (a) Less than 51 feet long; and (b) Not being used to carry persons or property for a charge. E. LIBERALIZATION SECTION IV-CONDITIONS , is amended to include: 10. Liberalization If we adopt a change in our forms or rules which would broaden the coverage of this policy without an additional premium charge, the broader coverage will apply. This extension is effective upon the approval of such broader coverage in your state of domicile. F. CHARTERED AIRCRAFT SECTION I-COVERAGES , Coverage A, Exclusions, Item g.(6) is added: (6) An aircraft in which you have no ownership interest and that you have chartered with crew. G. COVERAGE TERRITORY BROADENED SECTION V-DEFINITIONS , Item 4.a. is replaced with: a The United States of America (including its territories and possessions), Canada, Bermuda, the Bahamas,the Cayman islands, British Virgin Islands and Puerto Rico. H. IVEDICAL PAYMENTS-INCREASED LIMITS Unless COVERAGE C.-MEDICAL PAYMENTS is excluded from this policy: SECTION 1-COVERAGES , Coverage C, Insuring Agreement , Item c, is added: C. The medical expense limit provided by this policy shall he the greater of: (1) $10,000;or (2) The amount shown in the declarations. I. EXPANDED EXPECTED or INTENDED EXCEPTION SECTION I-COVERAGES 2 Exclusions Item a. is amended as follows: a Expected or Intended Injury - "bodily injury" or "property damage" expected or intended from the standpoint of the insured. This exclusion does not apply to "bodily injury" or "property damage" resulting from the use of reasonable force to protect persons or property. it GL-2784(09/11) -2- . .. ...__..____.._..__ J. F"PERLS LEGAL LIABILITY A SECTION I - COVERAGES, COVERAGE A, 2. Exclusions, the last paragraph following exclusion q. is replaced with: Exclusion a through n., do not apply to damage by fire, explosion, smoke, water damage, sprinkler leakage, or lightning to premises while rented to you or temporarily occupied by you With the permission of the owner. A separate limit of insurance applies to this coverage as described in SECTION III-LIMITS OF INSURANCE . B. SECTION III-LIMITS OF INSURANCE , Item 6. is replaced with: 6. Subject to 5. above, the Damage to Premises Rented to You Lint is the most we will pay under Coverage A for damages because of "property damage" to any one premises Mile rented to you, or in the case of damages by fire, explosion, smoke, water damage, sprinkler leakage or lightning, while rented to you or temporarily occupied by you with the permission of the owner, arising out of any one fire, explosion, smoke, water damage, sprinkler leakage or lightning incident. The Damage to Premises Rented to You Unit provided by this policy shall be the greater of: 1. $300,000 or 2 The amount shown in the declarations. C. SECTION IV - COMMERCIAL GENERAL LIABILITY CONDITIONS, Item 4.b.(1)(a)(ii) is replaced with: (ii) That is fire, explosion, smoke, water damage, sprinkler leakage or lightning insurance for prenses while rented to you or temporarily occupied by you with the permission of the owner, D. SECTION V-DEFINITIONS , Item 9.a. is replaced with: a. A contract for a lease of prenses. However, that portion of the contract for a lease of prenses that indemnifies any person or organization for damage by fire, explosion, smoke, water damage, sprinkler leakage or lightning to promises while rented to you or temporarily occupied by you with the permission of the owner is not an"insured contract." K BROADENED SUPPLEMENTARY PAYMENTS SECTION I - OVERAGES, SUPPLEMENTARY PAYMENTS - (:overages A and B, Item 1.11o. and 1.d. are replaced with: 1.b. The cost of bail bonds required because of accidents or traffic law violations arising out of the use of any vehicle to which the Bodily Injury Liability Coverage applies. We do not have to furnish these bonds. 1.d. Al reasonable expenses incurred by the insured at our request to assist us in the investigation or defense of the claim or "suit," including actual loss of earnings up to$500 a day because of time off from work GL-2784(09/11) -3- POLICY NUMBER: CLP3 622475 COMMERCIAL GENERAL LIABILITY CG 20 10 04 13 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - SCHEDULED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Or anization s Locations Of Covered Operations James Street Pump Station City of Kent Project Number 10-30009 Public Works Department 400 West Gowe Kent, WA 98032 Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. Section II — Who Is An Insured is amended to B. With respect to the insurance afforded to these include as an additional insured the persons) or additional insureds, the following additional organization(s) shown in the Schedule, but only exclusions apply: with respect to liability for "bodily injury", "property This insurance does not apply to "bodily injury' or damage" or "personal and advertising injury' "property damage" occurring after: caused, in whole or in part, by: 1. All work, including materials, parts or 1. Your acts or omissions; or equipment furnished in connection with such 2. The acts or omissions of those acting on your work, on the project (other than service, behalf; maintenance or repairs) to be performed by or in the performance of your ongoing operations for on behalf of the additional insured(s) at the the additional insured(s) at the location(s) location of the covered operations has been designated above. completed; or However: 2. That portion of "your work" out of which the injury or damage arises has been put to its 1. The insurance afforded to such additional intended use by any person or organization insured only applies to the extent permitted by other than another contractor or subcontractor law; and engaged in performing operations for a 2. If coverage provided to the additional insured is principal as a part of the same project. required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. CG 20 10 0413 © Insurance Services Office, Inc., 2012 Page 1 of 2 till C. With respect to the insurance afforded to these 2. Available under the applicable Limits of additional insureds, the following is added to Insurance shown in the Declarations; Section III—Limits Of Insurance: whichever is less. If coverage provided to the additional insured is This endorsement shall not increase the required by a contract or agreement, the most we applicable Limits of Insurance shown in the will pay on behalf of the additional insured is the Declarations. amount of insurance: 1. Required by the contract or agreement; or II i I Page 2 of 2 © Insurance Services Office, Inc., 2012 CG 20 10 04 13 i KENT SPEC I AL PROV I S I ONS 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........................................ 1-6 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 .................................................. 1-26 1-09 Measurement and Payment ............................................... 1 -30 1-10 Temporary Traffic Control ................................................. 1-32 DIVISION 2 EARTHWORK........................................................... 2-1 2-02 Removal of Structures and Obstructions.............................. 2-1 2-03 Roadway Excavation and Embankment ............................... 2-4 2-06 Subgrade Preparation ....................................................... 2-5 2-07 Watering ........................................................................ 2-5 2-09 Structure Excavation ........................................................ 2-6 2-12 Construction Geosynthetic................................................. 2-7 DIVISION 4 BASES..................................................................... 4-1 4-03 Gravel Borrow ................................................................. 4-1 4-04 Ballast and Crushed Surfacing ........................................... 4-2 DIVISION 5 SURFACE TREATMENTS AND PAVEMENTS ............... 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 ................................................................. 7-1 7-05 Manholes, Inlets, Catch Basins, and Drywells....................... 7-3 7-08 General Pipe Installation Requirements ............................... 7-7 7-12 Valves for Water Mains ..................................................... 7-13 DIVISION 8 MISCELLANEOUS CONSTRUCTION .......................... 8-1 8-01 Erosion Control and Water Pollution Control ......................... 8-1 8-02 Roadside Restoration........................................................ 8-9 8-04 Curbs, Gutters, and Spillways............................................ 8-10 8-09 Raised Pavement Markers ................................................. 8-11 8-12 Chain Link Fence and Wire Fence ....................................... 8-12 8-13 Monument Cases ......... .................................................... 8-14 8-14 Cement Concrete Sidewalks .............................................. 8-14 8-20 Illumination, Traffic Signal Systems, and Electrical ............... 8-16 James St Pump Station/Inouye January 20, 2016 Project Number: 10-3009 KENT SPECIAL PROVISIONS TABLE OF CONTENTS PAGE DIVISION 8 MISCELLANEOUS CONSTRUCTION 8-22 Pavement Marking ........................................................... 8-18 8-28 Pothole Utilities ............................................................... 8-20 8-30 Project Signs................................................................... 8-21 8-32 Vertical Turbine Pumps and Motors..................................... 8-22 8-33 Coating Systems.............................................................. 8-25 8-34 Pump Station Procurement and Installation ......................... 8-26 8-35 Undergrounding of Electrical Facilities ................................. 8-28 8-36 Valve Actuator and Backup Power ...................................... 8-31 DIVISION 9 MATERIALS............................................................. 9-1 9-03 Aggregates ..................................................................... 9-1 9-14 Erosion Control and Roadside Planting ..................... 9-2 9-16 Fence and Guardrail ......................................................... 9-4 9-30 Water Distribution Materials .............................................. 9-5 PUMP STATION PROCUREMENT AND INSTALLATION....................... A-1 KENT STANDARD PLANS .................................................................. A-2 WSDOT STANDARD PLANS............................................................... A-3 SOILSREPORT................................................................................. A-4 MANUFACTURERS DETAILS.............................................................. A-5 TRAFFIC CONTROL PLANS ............................................................... A-6 PREVAILING WAGE RATES............................................................... A-7 James St Pump Station/Inouye January 20, 2016 Project Number: 10-3009 i KENT SPECIAL PROVISIONS The Kent Special Provisions ("Kent Special Provisions" or "KSP") modify and supersede any conflicting provisions of the 2014 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 ("WSDOT Standard Specifications"), Otherwise all provisions of the WSDOT Standard Specifications shall apply. All references in the WSDOT Standard Specifications to the State of Washington, its various departments or directors, or to the contracting agency, shall be revised appropriately to include the City and/or City Engineer, except for references to State statutes or regulations. Finally, all of these documents are a part of this contract. DIVISION 1 - GENERAL REQUIREMENTS 1-01 DEFINITIONS AND TERMS SECTION 1-01. 1 IS SUPPLEMENTED BYADDING THE FOLLOWING: 1-01.1 General When these Kent Special Provisions make reference to a "Section," for example, "in accordance with Section 1-01", the reference is to the WSDOT Standard Specifications as modified by these Kent 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 NIC Not In Contract SF Square Feet SECTION 1-01.3, "CONTRACT'DEFINITION, IS DELETED AND REPLACED WITH THE FOLLOWING: 1-01.3 Definitions Contract The written agreement between the Contracting Agency and the Contractor. It describes, among other things: 1 . What work will be done, and by when; 2. Who provides labor and materials; and James St Pump Station/Inouye 1 - 1 January 20, 2016 Project Number: 10-3009 3. How Contractors will be paid. The Contract includes the Contract (agreement) Form, Bidder's completed Proposal Form, Kent Special Provisions, Contract Provisions, Contract Plans, WSDOT Standard Specifications (also including amendments to the Standard Specifications issued by WSDOT as of the later date of bid advertisement or any subsequent addenda), Kent Standard Plans, Addenda, various certifications and affidavits, supplemental agreements, change orders, and subsurface boring logs (if any). Also incorporated in the Contract 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; 4. The current edition of the "National Electrical Code." Responsibility for obtaining these publications rests with the Contractor. It is anticipated that this project will be funded in part by the Washington State Department of Ecology. Neither the State of Washington nor any of its departments or employees are, or shall be, a party to this contract or any subcontract. All parties agree that the State of Washington shall be, and is hereby, named as an express third-party beneficiary of this contract, with full rights as such. The construction of the project, including the letting of subcontracts in connection therewith, shall conform to the applicable requirements of state and local laws and ordinances. The Contractor shall provide for the safe access to the construction site and to the contractor's records by Washington State Department of Ecology personnel. The Contractor shall maintain accurate records and accounts to facilitate the Owner's audit requirements and shall ensure that all subcontractors maintain auditable records. These project records shall be separate and distinct from the Contractor's other records and accounts. All such records shall be available to the Owner and to Washington State Department of Ecology personnel for examination. All records pertinent to this project shall be retained by the Contractor for a period of three (3) years after the final audit. James St Pump Station/Inouye 1 - 2 January 20, 2016 Project Number: 10-3009 SECTION 1-01.3, "DEFINITIONS" IS SUPPLEMENTED BY ADDING THE FOLLOWING DEFINITION: Incidental Work The terms "incidental to the project," "incidental to the involved bid item($)," etc., as used in the Contract 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. 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. The City reserves the right to take any action it deems necessary to ascertain the ability of the Bidder to perform the work satisfactorily. This action includes the City's review of the qualification information in the bid documents. The City will use this qualification data in its decision to determine whether the lowest 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, up to ten (10) copies of the plans and Kent Special Provisions. If the Contractor requests more than ten (10) copies, the City may require the Contractor to purchase the additional sets. SECTION 1-02.4(2) IS SUPPLEMENTED BYADDING 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. Based on the geotechnical investigation conducted for this project, it is anticipated that construction of the underground vaults will require excavation and dewatering to about elevation 20 feet over an approximately 90-foot by 15- James St Pump Station/Inouye 1 - 3 January 20, 2016 Project Number: 10-3009 foot area. This will likely require temporary shoring and lowering of the groundwater table during construction. The Contractor shall be responsible for any and all cribbing, sheet piling, dewatering, storm drain bypasses or other construction methods or procedures that may be necessary to complete the project. No additional compensation will be allowed. A subsurface exploration was performed to develop geotechnical recommendations for the project. The Contractor shall implement the recommendations listed in the Geotechnical Report (see Appendix 4). Costs to implement these recommendations, and to prepare and implement the shoring and dewatering plan shall be incidental to the project. SECTION 9-02.5 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 upon furnishing a non-refundable payment as specified in the "Invitation to Bid" or by downloading at no charge at KentWA.gov/procurement; however, a prospective bidder remains responsible to obtain Bid Documents, even if unable to download all or any part of the documents, whether or not inability to access is caused by the bidder's or the City's technology. 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 REVISED BY DELETING THE THIRD PARAGRAPH AND REPLACING WITH THE FOLLOWING: 1-02.6 Preparation of Proposal It is the Bidder's sole responsibility to obtain and incorporate all issued addenda into the bid. In the space provided on the Proposal Signature Page, the Bidder shall confirm that all Addenda have been received. All blanks in the proposal forms must be appropriately filled in. SECTION 1-02.6 IS SUPPLEMENTED BY ADDING THE FOLLOWING TO THE LAST PARAGRAPH: Proposals must contain original signature pages. FACSIMILES OR OTHER FORMS OF ELECTRONIC DELIVERY ARE NOT ACCEPTABLE AND ARE CONSIDERED NON-RESPONSIVE SUBMITTALS. SECTION 9-02.7 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-02.7 Bid Deposit A deposit of at least 5 percent of the total Bid shall accompany each Bid. This deposit may be cash, cashier's check, or a proposal bond James St Pump Station/Inouye 1 - 4 January 20, 2016 Project Number: 10-3009 (Surety bond). Any proposal bond shall be on the City's bond form and shall be signed by the Bidder and the Surety. A proposal bond shall not be conditioned in any way to modify the minimum 5-percent required. The Surety shall: (1) be registered with the Washington State Insurance Commissioner, and (2) appear on the current Authorized Insurance List in the State of Washington published by the Office of the Insurance Commissioner. The failure to furnish a Bid deposit of a minimum of 5 percent with the Bid shall make the Bid nonresponsive and shall cause the Bid to be rejected by the Contracting Agency. 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. SECTION 1-02. 10 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-02.10 Withdrawing, Revising, or Supplementing Proposal After submitting a Bid Proposal to the Contracting Agency, the Bidder may withdraw or revise it if: 1 . The Bidder submits a written request signed by an authorized person, and 2. The Contracting Agency receives the request before the time for opening Bids. The original Bid Proposal may be revised and resubmitted as the official Bids Proposal if the Contracting Agency receives it before the time for opening Bids. SECTION 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, 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 disqualified from submitting a subproposal or quoting prices to other bidders or from making a prime proposal. James St Pump Station/Inouye 1 - 5 January 20, 2016 Ili Project Number: 10-3009 III SECTION 1-02. 13 IS REVISED BY DELETING ITEM 1(a) AND REPLACING ITEM 1(a) WITH THE FOLLOWING: 1-02.13 Irregular Proposals a. The bidder is not prequalified when so required. SECTION 1-02. 14 IS REVISED BY DELETING ITEM 3 AND REPLACING WITH THE FOLLOWING: 1-02.14 Disqualification of Bidders 3. The bidder is not qualified 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 INSERTING THE FOLLOWING PARAGRAPH AFTER THE SECOND PARAGRAPH IN THAT SECTION: 1-03.1 Consideration of Bids The City also reserves the right to include or omit any or all schedules or alternates of the Proposal and will award the Contract to the lowest responsive, responsible bidder based on the total bid amount, including schedules or alternates selected by the City. SECTION 1-03.2 IS REVISED BY REPLACING "45 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 No claim for delay shall be granted to the Contractor due to its failure to submit the required documents to the City in accordance with the schedule provided in these Kent Special Provisions, SECTION 1-03.7 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-03.7 Judicial Review Any decision made by the City 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 King County Superior Court, located in Kent, Washington. James St Pump Station/Inouye 1 - 6 January 20, 2016 Project Number: 10-3009 i 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 8 ITEMS: 1-04.2 Coordination of Contract Documents, Plans, Special Provisions, Specifications, and Addenda 1 . Approved Change Orders 2. The Contract Agreement 3. Kent Special Provisions 4. Contract Plans 5. Amendments to WSDOT Standard Specifications 6. WSDOT Standard Specifications 7. Kent Standard Plans 8, WSDOT Standard Plans SECTION 1-04.4 IS REVISED BY DELETING THE THIRD PARAGRAPH (INCLUDING SUBPARAGRAPHS A AND B). 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 1-04.4 IS REVISED BY DELETING THE EIGHTH PARAGRAPH (NEXT TO THE LAST PARAGRAPH) AND REPLACING WITH THE FOLLOWING: Within 14 calendar days of delivery of the change order the contractor shall endorse and return the change order, request an extension of time for endorsement or respond in accordance with Section 1-04.5. The James St Pump Station/Inouye 1 - 7 January 20, 2016 Project Number: 10-3009 Contracting Agency may unilaterally process the change order if the Contractor fails to comply with these requirements. Changes normally noted on field stakes or variations from estimated quantities, will not require a written change order. These changes shall be made at the unit prices that apply. The Contractor shall respond immediately to changes shown on field stakes without waiting for further notice. SECTION 1-04.6 IS DELETED AND REPLACED WITH THE FOLLOWING; 1-04.6 Variation in Estimated Quantities Payment to the Contractor will be made only for the actual quantities of Work performed and accepted in conformance with the Contract. SECTION 1-04.9 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-04.9 Use of Private Properties It is the Contractor's sole responsibility to obtain all necessary permits/approvals to use any private property, specifically including, without limitation, all permits or approvals subject to State Environmental Policy Act, Shoreline Management Act, and critical areas regulations. Before using any property as a staging or storage area (or for any other use), the Contractor shall thoroughly investigate the property for the presence of critical areas, buffers of critical areas, or other regulatory restrictions as defined in Kent City Code, county, state or federal regulations, and the Contractor shall provide the City written documentation that the property is not subject to other regulatory requirements or that the Contractor has obtained all necessary rights of entry, permits and approvals needed to use the property as the Contractor intends. Upon vacating the private property, the Contractor shall provide the City written verification that it has obtained all releases and/or performed all mitigation work as required by the conditions of the permit/approval and/or agreement with the property owner. The Contractor shall not be entitled to additional compensation or an extension of the time of completion of the Contractor for any work associated with the permitting, mitigation or use of private property. SECTION 1-04.11 ITEM 2 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-04.11 Final Cleanup 2. Remove from the project all unapproved and/or unneeded material left from grading, surfacing, paving, or temporary erosion control measures. James St Pump Station/Inouye 1 - 8 January 20, 2016 Project Number; 10-3009 1-05 CONTROL OF WORK SECTION 1-05.4 IS REVISED BY DELETING THE LAST FOUR PARAGRAPHS. 1-05.4 Conformity With and Deviations From Plans and Stakes DIVISION 1 IS SUPPLEMENTED BYADDING THE FOLLOWING NEW SECTIONS: 1-05.5 City Provided Construction Staking 1-05.5(1) General As used in this Section 1-05.5, the words, "stake," "mark," "marker," or "monument" will be deemed to include any kind of survey marking, whether or not set by the City. 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 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). 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 for the city survey crew to complete the rescheduled work. Note: A surveyor 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 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 a city survey crew to replace the stake, marker or monument that was not to be disturbed or damaged by the Contractor's James St Pump Station/Inouye 1 - 9 January 20, 2016 Project Number: 10-3009 operations. This charge will be deducted from monies due or to become due to the Contractor. Any claim by the Contractor for extra compensation by reason of alterations or reconstruction work allegedly due to error in the Surveyor's line and grade will not be allowed unless the original control points set by the Surveyor still exist, or unless the Contractor can provide other satisfactory substantiating evidence to prove the error was caused by incorrect city-furnished survey data. 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 as set forth in Section 1-05.5(5), subsection 2, and 4. Offset points to establish line and grade for underground utilities such as water, sewers, storm drains, illumination and signalization. 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(3) Bridge, Structure and Retaining Wall Surveys For all structural work such as bridges and retaining walls, the Contractor shall retain as a part of Contractor organization an experienced team of surveyors under direct supervision of a licensed surveyor. The Contractor shall ensure that required field measurements and locations match the plan dimensions. The Contractor shall provide all surveys required to complete the structure, except the following primary survey control which will be provided by the City. 1 . Sufficient horizontal control points to allow the Contractor to establish centerline, abutments and pier centerline positioning and stationing. 2. Up to 6 bench marks in close proximity to the work area. James St Pump Station/Inouye 1 - 10 January 20, 2016 Project Number: 10-3009 3. Permanent monuments as shown on the drawings or as given by the City. The Contractor shall establish all secondary survey controls, both horizontal and vertical, as necessary to assure proper placement of all project elements based on the primary control points provided by the City. Survey work shall be within the following tolerances: 1 . Stationing +.01 foot 2. Alignment +0.1 foot (between successive points) 3. Superstructure Elevations +0.1 foot (from plan elevations) 4. Substructure Elevations +0.5 foot (from plan elevations) During the progress of the work, the Contractor shall make available to the City all filed books including survey information, footing elevations, cross sections and quantities. The Contractor shall be fully responsible for the close coordination of field locations and measurements within appropriate dimensions of structural members being fabricated. 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 its employees and subcontractors of the importance and necessity to preserve the stakes. The Contractor shall determine appropriate construction stake offset distances to prevent damage to stakes by its 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 a city survey crew 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 three (3) full working 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 working days in advance of the required 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 James St Pump Station/Inouye 1 - 11 January 20, 2016 Project Number: 10-3009 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 deemed applicable as determined by the Engineer. 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 backfill, 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, driveways, 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 50-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 not less than 25-foot stations. 9. Adjacent or Adjoining Wetlands - One set of stakes delineating adjacent wetland perimeters will be set at 25 to 50-foot stations as required. 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. When deemed appropriate by the Engineer, cut sheets will be supplied 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. James St Pump station/Inouye 1 - 12 January 20, 2016 Project Number: 10-3009 The Contractor, at its 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 8-10 structures Water main +/-1500 lineal feet of pipe Curb and gutter +/-1300 lineal feet (one side only) Base and top course +/-1000 lineal feet of centerline 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. 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, the Engineer may correct and remedy that work as may be identified in the written notice, by any means that the Engineer may deem necessary, including the use of City forces or other contractors. If the Contractor fails to comply with a written order to remedy what the Engineer determines to be an emergency situation, the Engineer may have the defective and unauthorized work corrected immediately, have the rejected work removed and replaced, or have the 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. James St Pump Station/Inouye 1 - 13 January 20, 2016 Project Number: 10-3009 '... Direct and 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. Direct and indirect costs shall include, 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 remedy available under law with respect to the Contractor's failure to perform the work as required. SECTION 1-05. 10 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-05.10 Guarantees In addition to any other warranty or guarantee provided for at law or in the parties' contract, the Contractor shall furnish to the Contracting Agency any guarantee or warranty furnished as a customary trade practice in connection with the purchase of any equipment, materials, or items incorporated into the project. Upon receipt of written notice of any required corrective work, the Contractor shall pursue vigorously, diligently, and without disrupting city facilities, the work necessary to correct the items listed. Approximately sixty (60) calendar days prior to the one year anniversary of final acceptance, the Contractor shall be available to tour the project, with the Engineer, in support of the Engineer's effort to establish a list of corrective work then known and discovered. 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 in writing that the Engineer 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. James St Pump Station/Inouye 1 - 14 January 20, 2016 Project Number: 10-3009 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 from the Engineer 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. 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 the Engineer agrees that the work is ready for Final Inspection, the Contractor, by written notice, shall request that the Engineer 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. 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, in writing, of the date upon which the work was considered physically complete. That date shall constitute the Physical Completion James St Pump Station/Inouye 1 - 15 January 20, 2016 Project Number: 10-3009 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. 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. 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. 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 the Contractor's project manager and superintendent for the contract work. James St Pump Station/Inouye 1 - 16 January 20, 2016 Project Number, 10-3009 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 BYADDING 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. Mill Creek Middle School Mill Creek Middle School is in session from August to June. When the school is in session, all work near the running track will be restricted to avoid disruption to the school. The Contractor shall coordinate construction activities within the School with the Kent School District and the Engineer. The Contractor shall provide adequate time in their schedule to complete the necessary work within the School under the restrictions set forth in Kent Special Provisions Section 1 -07.23(1). No further compensation or additional time shall be granted as a result of these restrictions. PSE Existing gas service lines may need to be removed, relocated, adjusted or installed to accommodate installation of the utility vault. The Contractor shall coordinate with PSE and their contractor, and shall provide adequate time in the schedule to allow PSE to complete their necessary work. Known City Capital Projects on James Street • Irrigation project • Water line project • Planting project • Asphalt overlay project The Contractor shall coordinate with the City and their Contractor for each project and no further compensation or additional time shall be granted as a result of these restrictions. SECTION 1-05 IS 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. James St Pump Station/Inouye 1 - 17 January 20, 2016 Project Number: 10-3009 - 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 unofficial information and in no way binding upon the 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 information submitted by the Contractor shall be clear, sharp, high contrast copies. Contractor shall 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 (I A, 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 The Contractor shall create and 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 can be modified, deducted, or added to by the City. The schedule shall be available at the preconstruction conference (see 1 -08.0) of the Kent Special Provisions. The schedule of submittals must be accepted prior to the City making the first progress payment. The schedule shall 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. The schedule shall indicate whether the submittal is required for product review of proposed equivalents, shop drawings, product data or samples or required for product information only. James St Pump Station/Inouye 1 - 18 January 20,2016 Project Number: 10-3009 i The Contractor shall allow a minimum of 21 days for the Engineer's review of each submittal or resubmittal. All submittals shall be in accordance with the approved schedule of submittals. Submittals shall be made early enough to allow adequate time for manufacturing, delivery, labor issues, additional review due to inadequate or incomplete submittals, and any other reasonably foreseeable delay. 1-06.6(3) Shop Drawings, Product Data, and Samples The Contractor shall submit the following for the Engineer's review: 1 . Shop Drawings: Submit an electronic copy or three paper copies. Submittals will be marked, stamped and returned to the Contractor. The Contractor shall make and distribute any required copies for its superintendent, subcontractors and suppliers. 2. Product Data: Submit an electronic copy or three paper copies. Submittals will be marked, stamped and returned to the Contractor. The Contractor shall make and distribute any required copies for 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 or system. 2. Submittals shall contain all of the physical, technical and performance data required to demonstrate conclusively that the items comply with the requirements of the Contract. 3. Each submittal shall verify that the physical characteristics of items submitted, including size, configurations, clearances, mounting points, utility connection points and service access points, are suitable for the space provided and are compatible with other interrelated items. 4. The Contractor shall label each Product Data submittal, Shop Drawing or Sample with the bid item number and, if a lump sum bid item, provide a reference to the applicable KSP paragraph. The Contractor shall highlight or mark every page of every copy of all Product Data submittals to show the specific items being submitted and all options included or choices offered. The City encourages a creative approach to complete a timely, economical, and quality project. Submittals that contain deviations from the requirements of the Contract 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. James St Pump Station/Inouye 1 - 19 January 20, 2016 Project Number: 10-3009 2. Describe the proposed alternate material, item or construction, explain its advantages, and explain how the proposed alternate meets or exceeds the Contract requirements. 3. State the reduction in Contract Price, if any, which is offered to the City. The Engineer retains the exclusive right, at his or her sole discretion, to accept or reject any proposed deviation with or without cause. The Engineer will stamp and mark each submittal prior to returning it to the Contractor. The stamps will indicate one of the following: 1 . "APPROVED AS SUBMITTED" — Accepted subject to its compatibility with the work not covered in this submission. This response 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 the work not covered in this submission. This response 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, errors or insufficient information that shall be resolved or corrected by the Contractor prior to subsequent re- submittal. An amended resubmission is required. Re-submittals that contain changes that were not requested by the Engineer on the previous submittal shall note all changes and be accompanied by a letter 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 regulations, the most stringent law, code, rule, or regulation shall apply• James St Pump Station/Inouye 1 - 20 January 20, 2016 Project Number: 10-3009 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: 1-07.2 State Taxes 1-07.2(1) General The Washington State Department of Revenue has issued special rules on the State sales tax. Sections 1-07.2(1) through 1-07.2(4) are meant to clarify those rules. The Contractor shall contact the Washington State Department of Revenue for answers to questions in this area. The City 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 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 60.28.051). The City may deduct from its payments to the Contractor any amount the Contractor may owe the Washington State Department of Revenue, whether the amount owed is related to this contract or not. Any amount so deducted will be paid into the proper State fund. 1-07.2(2) State Sales Tax — Rule 171 WAC 458-20-171 , and its related rules apply to building, repairing, or improving streets, roads, etc., which are owned by a municipal corporation, or political subdivision of the state, or by the United States, and which are used primarily for foot or vehicular traffic. This includes storm or combined sewer systems within and included as a part of the street or road drainage system and power 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 those that the Contractor pays on the purchase of the materials, equipment, or supplies used or consumed in doing the work. 1-07.2(3) State Sales Tax — Rule 170 WAC 458-20-170, and its related rules apply to the construction and repair of new or existing buildings, or other structures, upon real property. This includes, but is not limited to, the construction of streets, roads, highways, etc., owned by the State of Washington; water mains and their appurtenances; sewers and sewage disposal James St Pump Station/Inouye 1 - 21 January 20, 2016 Project Number: 10-3009 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 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 on any contract wholly for professional or other services (as defined in Washington State Department of Revenue Rules 138 and 224). SECTION 1-07.6 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 1-07.6 Permits and Licenses The City will obtain the following permits: PSE Service Application SEPA Ecology Construction Stormwater General Permit Conditional Use Permit Building Permits The City has obtained a conditional use permit for the three shelter buildings. Any modification to any of the shelter design would require the revised plans to go through the permit approval process again. Because of this lengthy review time, no modification of the shelter design will be allowed. Contractor shall obtain, at its sole cost, all other permits, including the Metro Discharge Permit required to complete this project and tank permit for the generator. A copy of each permit and/or license obtained by the Contractor shall be furnished to the City. Approved permits shall be furnished to the City upon completion of the project and prior to final acceptance. James St Pump Station/Inouye 1 - 22 January 20, 2016 Project Number: 10-3009 The Contractor shall promptly notify the City in writing of any variance in the contract with the laws, ordinances, rules, regulations, and orders. 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 Opening Date. SECTION 1-07.13(3) IS DELETED /N 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 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 1-07.17 IS REVISED BY ADDING THE FOLLOWING SENTENCE TO THE END OF THE SECOND PARAGRAPH: 1-07.17 Utilities and Similar Facilities 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 19.122.030 for subscriber utilities. SECTION 1-07.17 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTIONS: 1-07.17(3) Utility Markings Once underground utilities are marked by the utility owner or its 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 James St Pump Station/Inouye 1 - 23 January 20, 2016 Project Number: 10-3009 a record of the location of buried facilities for the duration of time needed to avoid future damage until installation of all planned improvements at that location is complete. 1-07.17(4) Payment All costs to comply with subsection 1 -07.17(3) and for the protection and repair of all identified or suspected underground utilities 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 the commencement of excavation, the Contractor shall provide written notice (or other form of notice acceptable to the Engineer) to 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 all property affected by this project and that it is knowledgeable of specific locations for water, gas, telephone, electric power and combined sewerage utilities within those areas. The following list of contacts is provided only as a convenience to the Contractor. It may not be accurate and may not constitute a complete list of all affected utilities. Kent School District CenturyLink Fred Long Jason Tesdal (253) 373-7000 (206) 345-3488 (203) 683-424269 (cell) Comcast Puget Sound Energy Jerry Steele Devendra Kumar (253) 288-7532 (253) 606-4483 (cell) (206) 391-1763 (cell) (253) 395-7053 (office) Puget Sound Energy Verizon Anita Yurovchak Brad Landis (253) 476-6304 (425) 201-0901 (253) 381-6714 (cell) (425) 766-1740 (cell) James St Pump Station/Inouye 1 - 24 January 20, 2016 Project Number: 10-3009 SECTION 1-07. 1S IS DELETED AND REPLACED WITH THE FOLLOWING: 1-07.18 Public Liability and Property Damage Insurance Refer to the insurance requirements in the project Contract, which constitute the Contractor's insurance requirements for this project. 1-07.23 Public Convenience and Safety SECTION 1-07.23(1) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 1-07.23(1) Construction Under Traffic In addition to the requirements of Section 1-07.23(1), the Contractor shall comply with the following restrictions when performing work in James Street. Closure of James Street shall only be permitted during nine consecutive non-holiday days (7 PM to 7 PNI), beginning on a Saturday. Lane modifications on James Street can only be done during the Kent School District's summer break (June 17 — August 15). Closure will not be allowed during Kent School District's graduation weekend in June. During this work restriction, the Contractor shall coordinate access with driveways located within the work area to maintain ingress/egress throughout the road closure. The Contractor shall request closure at least three weeks in advance. The Contractor shall not close James Street until approval is granted. No other lane modification on James Street shall be permitted outside the nine day closure. The Contractor shall maintain a safe and accessible pedestrian access along James Street that is well marked and free from construction equipment and materials. The Contractor shall maintain driveway and Clark Street (north of James Street) at all times. The Contractor shall commence and complete work to ensure that Clark Avenue is closed for no more than two months. The roadway shall be re-opened to vehicular traffic 60 calendar days following the road closure. The Contractor shall provide all necessary items for any road closure (i.e., steel plates, etc.). The Contractor shall secure the site (i.e., installing steel plates) every night. No additional payment shall be made. James St Pump Station/Inouye 1 - 25 January 20, 2016 Project Number: 10-3009 SECTION 9-07.24 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-07.24 Rights of Way Street right of way lines, limits of easements and limits of construction are indicated or defined on the plans. The Contractor's construction activities shall be confined within these limits, unless arrangements for use of private property are made. It is anticipated that the City 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 way or easement is available or that the right of entry has been received. SECTION 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. 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. 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 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. James St Pump Station/Inouye 1 - 26 January 20, 2016 - Project Number: 10-3009 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 conference 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. 8. Shoring and Dewatering plan. 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. Unless otherwise approved in writing by the Engineer, the Contractor shall not commence the work until the Notice to Proceed has been given by the Engineer. The Contractor shall commence construction activities on the Project Site within ten working 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. Except in the case of emergency or unless otherwise approved by the Engineer, 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 Kent 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. James St Pump Station/Inouye 1 - 27 January 20, 2016 Project Number: 10-3009 If a Contractor desires to perform work on holidays, Saturdays, Sundays, or before 7:00 a.m. or after 6:00 p.m. on any day, the Contractor shall apply in writing to the Engineer for permission to work those times. The Contractor shall notify the Engineer at least 48 hours 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. For any work outside of normal straight time working hours that requires city surveyors, all reasonable efforts shall be made by the Contractor to allow time for surveying to be completed during normal straight time hours. If city surveyors are required to work other than normal straight time hours at the convenience of the Contractor, all such work shall be reimbursed by the Contractor. Permission to work between the hours of 7:00 p.m. and 7:00 a.m. during weekdays and between the hours of 7:00 p.m. and 9:00 a.m. on weekends or holidays may also be subject to noise control requirements. Approval to continue work during these hours may be revoked at any time the Contractor exceeds the City's noise control regulations or the city receives complaints from the public or adjoining property owners regarding noise from the Contractor's operations. The Contractor shall have no claim for damages or delays should this permission be revoked for these reasons. The 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: hours worked by City employees; impacts to the construction schedule; or accommodations to adjoining properties affected by the contract work. 1-08.4(A) Reimbursement for Overtime Work of City Employees Following is a non-exclusive list of work that may require Contractor reimbursement for overtime of City employees. 1 . If locate work is required to re-establish marks for City-owned underground facilities that were not maintained or recorded by the Contractor in accordance with RCW 19.122.030, the City will bill the Contractor for the work. Such billing may be at the OVERTIME RATE in order for locate crews to complete other work. If the locate request is for nights, weekend, holidays or at other times when locate crews are not normally working, all locate work and expenses, including travel, minimum call out times, and/or Holiday premiums will be borne by the Contractor. 2. Work required by city survey crew(s) as the result of reestablishing survey stakes or markings that were not maintained or recorded by the Contractor or other work deemed to be for the convenience of the Contractor and not required of the City by the contract. 3. Work required by City personnel or independent testing laboratories to re-test project materials, utility pressure or vacuum James St Pump Station/Inouye 1 - 28 January 20, 2016 Project Number: 10-3009 tests, camera surveys or water purity tests as the result of initial test failure on the part of 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 resources will be available to meet the accelerated schedule. No additional compensation will be allowed if the Contractor is not able to meet its accelerated schedule due to the unavailability of City 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 adequate information, the City may withhold progress payments until a schedule containing needed 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. SECTION 1-08.5 IS REVISED BY DELETING THE THIRD PARAGRAPH AND REPLACING WITH THE FOLLOWING: 1-08.5 Time for Completion Contract time shall begin on the day of the Notice to Proceed. The Contract Provisions may specify another starting date for Contract time, in which case, time will begin on the starting date specified. SECTION 1-08.6 IS REVISED BYDELETING THE FIFTH AND SIXTH PARAGRAPHS AND REPLACING WITH THE FOLLOWING: 1-08.6 Suspension of Work If the performance of all or any part of the Work is suspended, for an unreasonable period of time by an act of the Contracting Agency in the administration of the Contract, or by failure to act within the time specified in the Contract (or if no time is specified, within a reasonable time), the Engineer will make an adjustment for any increase in the cost or time for the performance of the Contract (excluding profit) necessarily caused by the suspension. However, no adjustment will be made for any suspension, if (1) the performance would have been suspended, by any other cause, including the fault or negligence of the James St Pump Station/Inouye 1 - 29 January 20, 2016 II Project Number: 10-3009 Contractor, or (2) an equitable adjustment is provided for or excluded under any other provision of the Contract. If the Contactor believes that the performance of the Work is suspended, for an unreasonable period of time and such suspension, is the responsibility of the Contracting Agency, the Contractor shall immediately submit a written notice of protest to the Engineer as provided in Section 1-04.5. No adjustment shall be allowed for any costs incurred more than 10 calendar days before the date the Engineer receives the Contractor's written notice to protest. The Contractor shall keep full and complete records of the costs and additional time of such suspension, and shall permit the Engineer to have access to those records and any other records as may be deemed necessary by the Engineer to assist in evaluating the protest. SECTION 1-08.7 MAINTENANCE DURING SUSPENSION IS REVISED BY DELETING THE FOURTH AND SIXTH PARAGRAPHS. SECTION 1-08.8 IS REVISED BY DELETING PARAGRAPHS 1 THROUGH 3 AND REPLACING THEM WITH THE FOLLOWING: 1-08.8 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 . ITEM 1 IN PARAGRAPH 7 IS DELETED AND REPLACED WITH THE FOLLOWING: 1 . Failure to obtain all materials and workers. 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 James St Pump Station/Inouye 1 - 30 January 20, 2016 Project Number: 10-3009 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. Contract number. 8. Unit of measure. 9. Legal gross weight in Remarks section. 10. 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 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION. 1-09.9(2) City's Right to Withhold Certain Amounts In addition to the amount that the City may otherwise retain under the Contract, the City may withhold a sufficient amount of any payments otherwise due to the Contractor, including nullifying the whole or part of any previous payment, because of subsequently discovered evidence or subsequent inspections that, in the City'sjudgment, 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. 6. Cost of City personnel to re-establish locate marks for City-owned facilities that were not maintained by the Contractor in accordance with RCW 19.122.030 (3). 7. Additional inspection, testing and lab fees for re-doing failed, water, other utility tests. James St Pump Station/Inouye 1 - 31 January 20, 2016 Project Number: 10-3009 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 WSDOT Standard Specifications and any Kent Special Provisions provided for in the contract for claims and resolution of disputes. The provisions of these sections and the Kent Special Provisions must be complied with 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. 1-10 TEMPORARY TRAFFIC CONTROL SECTION 1-10. 1 IS SUPPLEMENTED BYADDING 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 that may occur on highways, roads, streets, James St Pump Station/Inouye 1 - 32 January 20, 2016 Project Number: 10-3009 sidewalks, pedestrian paths, 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. SECTION 1-10.2(1) IS SUPPLEMENTED BYADDING THE FOLLOWING: 1-10.2(1) General The TICS shall be certified as a work site traffic control supervisor 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 1-10.3(3) Traffic Control Devices SECTION 1-10.3(3)A IS DELETED AND REPLACED WITH THE FOLLOWING: 1-10.3(3)A Construction Signs Payment for setup and take down of construction 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) of the WSDOT Standard Specifications, and for transportation described in Section 1-10.3(2) of the WSDOT Standard Specifications when there is a contract price for "Traffic Control Vehicle." SECTION 1-10.3 IS SUPPLEMENTED BYADDING THE FOLLOWING NEW SECTION: 1-10.3(3)L Temporary Traffic Control Devices When the bid proposal includes an item for "Temporary Traffic Control Devices," the work required for this item shall be furnishing barricades, flashers, cones, traffic safety drums, and other temporary traffic control devices, unless the contract provides for furnishing a specific temporary traffic control device under another item. The item "Temporary Traffic Control Devices" includes: 1 . Initial delivery to the project site (or temporary storage) in good repair and in clean usable condition, 2. Repair or replacement when they are damaged and they are still needed on the project, and 3. Removal from the project site when they are no longer on the project. James St Pump Station/Inouye 1 - 33 January 20, 2016 Project Number: 10-3009 SECTION 9-10.5 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: 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 WSDOT Standard Specifications, 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 "Traffic Control Supervisor" per hour shall be full pay for each hour a person performs the Traffic Control Supervisor duties described in Section 1-10.2(1)B of the WSDOT Standard Specifications. Payment for traffic control labor performed by the Traffic Control Supervisor will be paid under the item for "Traffic Control Labor". The lump sum contract price for "Temporary Traffic Control Devices" shall be full pay for providing the work described in Section 1-10.3(3)L of the Kent Special Provisions. 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(3)C of the WSDOT Standard Specifications. 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(3)B of the WSDOT Standard Specifications. The operator of this device will be paid under the item "Traffic Control Labor." James St Pump Station/Inouye 1 - 34 January 20, 2016 Project Number: 10-3009 The unit contract price per each for "Type I I I Barricade" shall be full pay for performing the work specified, including when required, furnishing, installing, cleaning, maintaining, and removing the warning lights. All labor required for relocating barricades to a new location in accordance with the plans, approved detour routes and traffic control plans, or as ordered by the Engineer, or moving barricades to or from temporary storage, as approved by the Engineer, 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 WSDOT Standard Specifications and/or the Kent Special Provisions, all costs for the work described for those traffic control bid items shall be included by the Contractor in the unit contract prices for the various other bid items contained within the proposal. The Contractor shall estimate these costs based on the Contractor's contemplated work procedures. When 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 the City's Traffic Control Supervisor for by-passing all or any portion of the construction, irrespective of whether or not the termini of the detour are within the limits of the Contract. No payment will be made to the Contractor for traffic control items required in connection with the movement of equipment or the hauling of materials outside of the limits of 1 and 2 above, or for temporary road closures subject to the provisions of Section 1-07.23(3) of the WSDOT Standard Specifications, James St Pump Station/Inouye 1 - 35 January 20, 2016 Project Number: 10-3009 DIVISION 2 - EARTHWORK 2-02 REMOVAL OF STRUCTURES AND OBSTRUCTIONS 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 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: 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 Kent 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 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 James St Pump Station/Inouye 2 - 1 January 20, 2016 Project Number: 10-3009 i cutting required for the removal, then the entire sidewalk, pavement or curb shall be removed to the next expansion joint. SECTION 2-02.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION. 2-02.3(4) Removal of Traffic Islands, and/or Traffic Curbs When Pavement Surface Integrity is to be Maintained In removing traffic islands and/or traffic curbs the Contractor shall: 1 . Haul broken-up pieces and complete sections of traffic curbs and all waste materials to an off-project site, unless otherwise directed by the Engineer, or permitted by the Kent Special Provisions. 2. Completely remove all block traffic curbs, pre-cast traffic curbs, connecting dividers, nose pieces and remaining adhesive. 3. Remove all island materials, including asphalt pavement, crushed rock, and topsoil, between the traffic curbs to the depth of the compacted subgrade, or to the surface of the underlying pavement where such pavement exists under the island. 4. Take suitable care so as not to damage the underlying pavement surface more than necessary, clean all underlying pavement, and fill any surface voids caused by the removal work. 5. Repair any damage to adjacent traffic curbs that were designated to remain, but that was caused by the removal of the traffic curbs. 6. Remove and dispose of all 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. SECTION 2-02.5 IS 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: actual depth In Imhaa (square yards) x a Inches = quantity For example, if the Contractor encounters pavement to be removed which is 8 inches thick and 100 square yards then the quantity would be: James St Pump Station/Inouye 2 - 2 January 20, 2016 Project Number: 10-3009 E 100' x F = 133 S.Y. No other 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 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. "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: aetUDI depth IF I rvhao (length) x fs Inches = quantity For example, if the Contractor encounters pavement to be saw cut which is 8 inches thick and 100 linear feet then the quantity would be: IF length x Ir = 133 L.F. No other 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. The lump sum contract price for "Remove Existing Pump Station" constitutes complete compensation for furnishing all labor, materials, tools, supplies and equipment necessary to remove and dispose of the existing pump station controls, racks, vertical turbine pump, column, electrical control cabinet, concrete pad and all other items as shown on the plans and described in the specifications. The unit contract price per lineal foot for "Remove Existing Water Main Pipe" shall be complete compensation for all labor, materials, tools, supplies and equipment necessary to remove and dispose of the existing water main as shown on the plans and described in the specifications. The bid item price includes but is not limited to: James St Pump Station/Inouye 2 - 3 January 20, 2016 Project Number: 10-3009 excavation; removal of pipes, concrete blocking or fittings; dewatering; and cleanup. The unit contract price per lineal foot for "Removing Existing Storm Sewer Pipe or Culvert" constitutes complete compensation for all labor, materials, tools, supplies and equipment necessary to remove the existing storm sewer pipe as shown on the plans and described in the specifications. The unit bid price shall also include but not limited to: excavation; concrete plugging any remaining pipes; removing, hauling and disposing of the pipe, excavated material, and all other material generated during removal; supplying and backfilling with gravel borrow; and compaction. The unit contract price per lineal foot for "Removal and Disposal of Existing Asbestos-Cement Water Main Pipe" shall be complete compensation for all labor, materials, tools, supplies and equipment necessary to characterize, remove and dispose of the asbestos-cement. water main to construct the project as shown on the plans. The bid price includes but is not limited to: characterize the pipe to determine if the water main is asbestos-cement; excavation; plugging the open ends of the remaining pipe; furnishing the backfill; backfilling and cleanup. The bid price shall also include permits; containment; proper asbestos handling material; backfilling; disposal; approvals; and all requirements thereof. The unit contract price per each for "Remove Existing Blind Flange" shall be complete compensation for all labor, materials, tools, supplies and equipment necessary to remove the blind flange from the force main, remove the blind flange from the manhole and dispose of the blind flange. The Contractor shall protect the manhole's walls and floor, and the forcemain. The Contractor shall repair all damages at no cost to the Contract. 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 WSDOT Standard Specifications. The Contractor is responsible for determining which permits are required for the selected disposal sites. Within the City, wetlands are identified by using the Corps of Engineers Wetlands Delineation Manual dated January 1987. James St Pump Station/Inouye 2 - 4 January 20, 2016 Project Number: 10-3009 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 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 City shall provide all water that comes from the City water system. Prior to issuance of the hydrant meter (and wrench if applicable) and permit, the Contractor shall make a hydrant meter deposit to the City 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 (and wrench if applicable) to the City Maintenance Shops undamaged. James St Pump Station/Inouyo 2 - 5 January 20, 2016 Project Number: 10-3009 The Contractor shall provide his own gate valve on the hose side of the hydrant meter with which to control water flow. 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. 2-09 STRUCTURE EXCAVATION SECTION 2-09.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 2-09.3 Construction Requirements 2-09.3(1) General Requirements The Contractor shall design and install a shoring and dewatering system. The plan shall be designed and stamped/signed by a qualified professional engineer licensed in the State of Washington. The plan shall identify the excavation and dewatering methods, monitoring, maintenance, removal and all other items needed to protect personnel and structures. The shoring and dewatering plan shall be submitted as part of pre-construction submittals for review and acceptance by the Engineer. 2-09.3(5) Site Inspection and Survey Monitoring The City will perform a precondition condition assessment of building structures, roadway surfaces and associated manhole/ valve covers within 50 feet of the shoring work area(s) prior to the start of work, to document obvious pre-existing cracks or damage. This will be recorded with photographs, video, and by mounted crack monitoring gages at the City's discretion. The City will also conduct a baseline survey to document elevations and locations of selected benchmarks and survey targets. The City will periodically monitor the "x-y-z" position of these selected survey targets during and after the work. The Contractor may conduct a preconstruction condition assessment and conduct periodic survey monitoring at their discretion. On the basis of the precondition assessment and baseline/ periodic survey monitoring, the work shall be stopped if any movement of more than 0.3 inch vertical or horizontal displacement or if any other significant cracking or damage is detected by either the City or the Contractor. The Contractor shall submit a plan to mitigate the movement and/ or damage, for approval by the City prior to resuming work. James St Pump Station/Inouye 2 - 6 January 20, 2016 Project Number: 10-3009 2-09.3(6) Vibration Monitoring The City will perform vibration monitoring at their discretion, between the shoring work area(s) and any building or utility manhole that is at least 20 feet away, to determine if vibrations from shoring equipment is generating potentially damaging ground vibrations. Work shall be stopped if ground vibrations exceed a peak particle velocity of 1 .0 inch per second adjacent to the nearby structure or utility. The Contractor shall submit a plan to mitigate the vibration, for approval by the City prior to resuming work. 2-12 CONSTRUCTION GEOSYNTFIETIC SECTION 2-12. 1 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 2-12.1 Description This work shall consist of furnishing and installing woven and 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 Woven and non-woven geotextile fabric shall meet the material requirements of Section 9-33 of the WSDOT 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 Woven and non-woven geotextile fabric shall be measured per square yard of materials placed. James St Pump Station/Inouye 2 - 7 January 20, 2016 Project Number: 10-3009 SECTION 2-12.5 IS SUPPLEMENTED BYADDING THE FOLLOWING: 2-12.5 Payment "Geotextile Fabric, Non-woven" "Geotextile Fabric, Woven" The unit contract price per square yard for the above items 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. James St Pump Station/Inouye 2 - 8 January 20, 2016 Project Number: 10-3009 DIVISION 4 -BASES DIVISION 4 IS SUPPLEMENTED BYADDING THE FOLLOWING NEW SECTION: 4-03 GRAVEL BORROW 4-03.1 Description This work shall consist of constructing one or more layers of gravel borrow upon a prepared subgrade in accordance with these specifications and in conformity with the lines, grades, depths, and typical cross-section shown in the plans or as established by the Engineer. 4-03.2 Materials Materials shall meet the minimum requirements of the following section in the Kent Special Provisions: Gravel Borrow .......................... 9-03.14(1) 4-03.3 Construction Requirements Gravel borrow shall be uniformly spread upon the prepared subgrade to the depth, width, and cross-sections shown in the plans. Construction methods used shall meet the appropriate requirements of Section 4-04.3. 4-03.4 Measurement Gravel borrow will be measured in the same manner prescribed for the measurement of crushed surfacing materials as set forth in Section 4-04.4. 4-03.5 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 "Gravel Borrow, Including Haul and Compaction" constitutes complete compensation for furnishing all labor, materials, tools, supplies, and equipment necessary to haul, place, finish grade, and compact the gravel borrow as shown on the plans and described in the specifications. This item shall be used for roadway subbase, backfill for water, storm sewer, electrical conduit trenches, and other excavation backfill and compaction unless otherwise noted. James st Pump station/Inouye 4 - 1 January 20, 2016 Project Number: 10-3009 4-04 BALLAST AND CRUSHED SURFACING 4-04.3 Construction Requirements ! SECTION 4-04.3(2) IS SUPPLEMENTED BYADDING THE 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. 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 BYADDING 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 BYADDING THE FOLLOWING: 4-04.5 Payment "Permeable Ballast" "Crushed Surfacing Top Course, 5/8 Inch Minus" "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. James St Pump Station/Inouye 4 - 2 January 20, 2016 Project Number: 10-3009 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 WSDOT 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. 5-04 HOT MIX ASPHALT SECTION 5-04.2 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 5-04.2 Materials Recycled materials such as Recycled Asphalt Pavement (R.A.P.) 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 The City at its option may approve a current WSDOT approved mix design, Class 1/2" 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: 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 Engineer and may require a credit to the City. The Engineer, however, is not obligated to accept out of specification work and has the authority to require the removal and repaving of material James St Pump Station/Inouye 5 - 1 January 20, 2016 Project Number: 10-3009 that does not meet the contract specifications at the Contractor's expense. SECTION 5-04.3(9) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 5-04.3(9) Spreading and Finishing HMA Class 112" 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 HMA Class 112", PG 64-22 shall be 1 1/2 inch. SECTION 5-04.3(10) IS SUPPLEMENTED BY ADDING 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 HMA, 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. 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). James St Pump Station/Inouye 5 - 2 January 20, 2016 Project Number: 10-3009 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 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 transversejoint. The Contractor shall construct and maintain a temporary HMA wedge in accordance with Section 5-04.3(12)A 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. 5-04.3(22) Fabric Reinforcement The Contractor shall construct an approved fabric reinforcement consisting of a single coat of asphalt cement and one ply of polypropylene fabric over the existing pavement before the placement of the hot mix asphalt pavement overlay between the limits designated by the Engineer, in accordance with the WSDOT Standard Specifications, the affected plans and the following Kent Special Provisions: Materials Asphalt cement AR-4000W shall meet the requirements specified in Section 9-02 of the WSDOT Standard Specifications. The fabric shall be non-woven polypropylene material having the following properties: James St Pump Station/Inouye 5 - 3 January 20, 2016 Project Number: 10-3009 Weight 3.5 oz. per sq. yd. Tensile strength, either direction Min. 80 lbs. Minimum width 75 inches Construction Requirements All equipment, tools, and machines used in the performance of the work shall be subject to the approval of the Engineer and shall be maintained in satisfactory working condition at all times. Equipment for surface cleaning shall be capable of effectively removing oil, grease, dust, dirt or other objectionable materials from the pavement. Application equipment shall consist of suitable brooms and distributor as required. The distributor shall have a capacity of not less than 1 ,000 gallons and shall be so designed, equipped, maintained and operated that asphalt material of an even heat shall be uniformly applied at the required rate. It shall be insulated and equipped with an adequate heating device. It shall be equipped with a 10-foot spray bar with extensions, pressure pump and gauge, with a volume gauge so located as to be observed easily by the inspector from the ground, a tachometer to control accurately the speed and spread of asphalt, and two thermometers, one to be installed permanently in the tank to indicate temperature of the asphalt at all times. The power for operating the pressure pump shall be supplied by an independent power unit which will develop a minimum of 25 pounds per square inch pressure at the spray bar. Surface Preparation Preleveling, if necessary, shall be done prior to placing fabric reinforcing. The pavement surface to be fabric reinforced shall be free of all foreign materials such as dirt, grease, etc. Prior to applying the asphalt, all dust and loose material shall be removed from the pavement surface with compressed air. Existing cracks shall be filled as specified elsewhere under "Crack Sealing." Holes shall be repaired with asphalt emulsion patching mix or hot mix. Application The asphalt must be sprayed uniformly over the area to be fabric covered at the rate of 0.25 to 0.30 gallons per square yard. To avoid laps and ridges at transverse junctions of separate applications of asphalt, the Contractor shall shield the preceding asphalt application in a manner satisfactory to the Engineer. Application of the asphalt should be accomplished with an asphalt distributor wherever possible. Inaccessible or small areas may be shot with a suitable hand sprayer. The asphalt shall be spread at a temperature of at least 290°F. James St Pump Station/Inouye 5 - 4 January 20, 2016 Project Number: 10-3009 The Contractor shall not begin application of the fabric reinforcement until he has demonstrated, to the satisfaction of the Engineer, that all labor, equipment, and materials necessary to apply the fabric are either on hand or readily available. Initial alignment of the fabric is very important, since the fabric direction cannot be changed appreciably without causing wrinkles. If the alignment of the fabric must be changed, the fabric shall be cut and realigned, overlapping the previous material and proceeding as before. All joints shall be overlapped a minimum of 6 inches and in the direction of traffic. For lapped joint, the top fabric shall be folded back to allow application of a light coat of asphalt (0.05 gallons per square yard should be adequate). The top fabric shall then be folded back onto the asphalt, broomed, and squeegeed out smoothly. Rolling and brooming of the fabric into the asphalt shall be accomplished in such a way that any air bubbles which form under the fabric will be removed. This can be accomplished best by brooming from the center of the fabric toward the outer edges. The fabric shall be neatly cut and contoured at all joints. Weather and Moisture Limitations Work shall not be done during wet weather conditions nor when the pavement and ambient air temperatures are below 60°F. The pavement shall be surface-dry at the time of the application of the asphalt. Membrane Curing The entire surface of the fabric shall be pneumatically rolled until the fabric is well embedded into the asphalt as approved by the Engineer. Hot Mix Asphalt Overlay of Fabric A representative for the manufacturer of the fabric shall be on the project to work with the Contractor's personnel and to provide the necessary technical assistance to ensure the satisfactory placement of the fabric and HMA overlay. The representative shall not leave the project until the Engineer is satisfied that the Contractor has a full understanding of what is required to place the fabric satisfactorily. The Contractor shall not place more fabric on the traveled roadway than can be overlaid the same day with or Hot Mix Asphalt. No fabric except that which is required for normal lapped joints shall be exposed to traffic. In the event of breakdown of the paving operation, the fabric which has not been overlaid shall be dusted with sand to break the tackiness of the sealant so traffic does not pick up the fabric. The application rate shall uniformly dust the roadway as approved by the Engineer. More than one application of sand may be required. Before placing the asphalt concrete, the fabric surface shall be broomed to remove the excess sand as directed by the Engineer. The sand shall meet the graduation requirements of the Section 9-03.1 (2)B of the WSDOT Standard Specifications. James St Pump Station/Inouye 5 - 5 January 20, 2016 Project Number: 10-3009 i i i SECTION 5-04.5 IS 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. "HMA for Temporary Pavement Patch" "Cold Plant Mix for Temporary Pavement Patch" The unit contract price per ton for the above items shall be full pay for all costs of material, labor, tools and equipment necessary for furnishing, installing, maintaining, removing and disposing of temporary roadway patching of pavement at the locations as specified herein and as directed by the Engineer. SECTIONS 5-04.5(1), 5-04,5(1)A AND 5-04.5(1)B ARE DELETED /N 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 James St Pump Station/Inouye 5 - 6 January 20, 2016 Project Number: 10-3009 DIVISION 7 - DRAINAGE STRUCTURES. STORM SEWERS. SANITARY SEWERS, WATER MAINS AND CONDUITS 7-04 STORM SEWERS SECTION 7-04.1 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-04.1 Description The Force Main was installed in phases from the Mill Creek Middle School to the Kent City Corrections Facility at 1230 Central Avenue S. To conduct the hydrostatic pressure test, an 18 inch blind flange was installed at the south end of the force main at the corrections facility. The blind flange is larger than the manhole cover opening. If the Contractor desires to view the manhole, please contact Phil McConnell at253-856-5542. 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. Reinforced Concrete Pipe (RCP) Class IV ........ 9-05.7(2) 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. Jarnes St Pump Station/Inouye 7 - 1 January 20, 2016 Project Number: 10-3009 SECTION 7-04.3(9) IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: 7-04.3(1)G Television Inspection All new City storm drain extensions, 24-inch diameter and smaller shall be TV camera inspected by the City 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. 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, 14 Inch Diameter Epoxy Lined, Ductile Iron, Cl 50" "Storm Sewer Pipe, 24 Inch Diameter, Epoxy Lined, Ductile Iron, Cl 50" "Storm Sewer Pipe, 72 Inch Diameter, RCP" 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, styrofoam pads, 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. The cost for supplying, installing and removing the steel plates over any open trench shall also be included in this bid item price. The unit contract price per lineal foot for "Storm Sewer Pipe, 24 Inch Diameter, Epoxy Lined, Ductile Iron, Restrained Joint, Cl 50" 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 shall include but not limited to: trench excavation; cutting, removing and disposing of existing utilities; 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 (i.e., elbows); couplings; gaskets; connection to new or existing storm pipes, catch basins, or ditches; pressure testing; coordination for TV inspection, and additional costs for overtime work when working on weekends. The cost for supplying, installing and removing the steel plates over any open trench; draining and disposing of any water within the existing force main, and all other items needed for a complete and fully functional force main from the James St Pump Station/Inouye 7 - 2 January 20, 2016 Project Number: 10-3009 new James Street Pump Station to the existing manhole at the courthouse shall also be included in this bid item price. 7-05 MANHOLES INLETS CATCH BASINS AND DRYWELLS SECTION 7-05,3 IS SUPPLEMENTED BYADD/NG THE FOLLOWING: 7-05.3 Construction Requirements The Contractor shall notify the Engineer at least one week prior to the coating of the catch basin to allow for inspection. All manholes and catch basins shall be precast concrete units and shall conform to Kent Standard Plans 4-1 , 4-2, 5-1 and 5-2 unless specified otherwise. Minimum height for Type 1-48 inch, 54 inch, and 60 inch manholes shall be 5 feet. Manholes under 5 feet in height shall conform to Kent Standard Plan 4-2. All manholes and Type I I and I I I 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. Manhole frame and covers shall be cast gray or ductile iron and shall comply with the following Kent Standard Plans as applicable: 4-3 Standard Manhole Frame and Locking Cover 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. 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 James St Pump Station/Inouye 7 - 3 January 20, 2016 Project Number: 10-3009 i 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(9) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-05.3(1) Adjusting Manholes and Catch Basins to Grade All construction in performing adjustments of existing or new utilities shall conform to the WSDOT Standard Specifications, Standard Plans, 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 of wood, asphalt, expansion joint material or other non-approved product for catch basin or manhole adjustment shall be cause for immediate rejection. James St PumpStation/Inoue 7 - 4 January 20, 2016 Y Y Project Number: 10-3009 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 To STIZEAM � 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. 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. James St Pump Station/Inouye 7 - 5 January 20, 2016 Project Number, 10-3009 SECTION 7-05.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-05.5 Payment "Catch Basin, Type 2 48 Inch Diameter" "Catch Basin, Type 2 54 Inch Diameter" "Catch Basin, Type 2 72 Inch Diameter" The unit contract price per each for the above items 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: excavating; dewatering; installing; connecting new or existing pipes, backfilling; compacting; surface restoration; concrete adjustment rings; manhole steps with safety post; non-shrink grout; piping; sealant; referencing for future locates prior to final overlay; and storm drain stenciling. This price shall also include removing, capping or abandoning any utility pipe as shown on the plans as necessary or required to install the catch basins. The unit contract price per each for "Solid Locking Catch Basin 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 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. 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 adjusting the new frame and cover or grate to match final grades. Any adjustments made prior to the final finished elevations shall be considered incidental. The unit contract price per each for "Grease Interceptor Single Vault System" constitutes complete compensation for all labor, materials, tools, supplies and equipment necessary to furnish, excavate and install the oil/water separator as shown on the plans and as described in the specifications. This bid price includes, but is not limited to: supplying the oil/water separator; excavation; unsuitable material excavation; hauling; dewatering; storm drain bypassing until system is connected to fully operational storm drain system; backfill and compaction (when native material is to be used); adjusting the frame and cover to grade; sealing all joints and penetrations with foam; filling all gaps between pipes and vault with mortar; cleanup and all other work necessary to install the oil/water separator. The cost for supplying, installing, and removing the steel plates over any open excavation shall also be included in this bid item price. James St Pump Station/Inouye 7 - 6 January 20, 2016 Project Number: 10-3009 The unit contract price per each for "Catch Basin. Type 2 54 Inch Diameter with Slide Gate" constitutes complete compensation for all labor, materials, tools, supplies and equipment necessary to furnish and install the specified structure with slide gate, stem guides, operating stem; non-shrink grout; coupling; piping; 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; furnishing and installing the locking flange down frame and cover; supplying and installing the concrete adjustment rings; control density fill; manhole steps with safety post; referencing for future locates prior to final overlay; and storm drain stenciling. The unit contract price per each for "Utility Vault with Butterfly Valve" constitutes complete compensation for all labor, materials, tools, supplies and equipment necessary to furnish, excavate and install the vault and valve as shown on the plans and described in the specifications. The bid price includes but shall not be limited to: shoring; excavating; dewatering; furnishing and installing the vault and valve; ladder; pipe; hatch; riser; pipe support; grout; actuator motor; sump pump; drain; backfilling; compacting; and all other items needed to make a complete system. The cost for the top course shall be paid for under the top course bid item. "120 Inch Diameter Bypass Manhole" "120 Inch Diameter Discharge Manhole" The unit contract price per each for the above items 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; spool pipe; gate valve; frame and cover; bends; all connections, flanges etc. to make a complete system; backfilling; CDF; compacting; surface restoration; referencing for future locates; storm drain stenciling. The cost for the top course and geotextile fabric shall be paid for under the respective bid items. 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. James St Pump Station/Inouye 7 - 7, January 20, 2016 Project Number: 10-3009 The materials referred to herein, shall conform to the applicable provisions of the WSDOT Standard Specifications, the Kent Special Provisions and the manufacturer's recommended installation procedures. See the following Sections of the WSDOT Standard Specifications and the Kent Special Provisions: Hot Mix Asphalt ............................... 5-04.2 Cement Concrete Pavement .............. 5-05.2 Culverts ......................................... 7-02.2 Storm Sewers ................................. 7-04.2 Manholes, Inlets and Catch Basins...... 7-05.2 Sanitary Sewer................................ 7-17.2 Side Sewers .................................... 7-18.2 Crushed Surfacing ........................... 9-03.9(3) Gravel Backfill for Pipe Zone Bedding.. 9-03.12(3) Gravel Borrow ................................. 9-03.14(1) Foundation Material Class I and I I ...... 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 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. 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 its 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. James St Pump Station/Inouye 7 - 8 January 20, 2016 Project Number: 10-3009 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 WSDOT 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 I I 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. 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 Kent Standard Plan 3-22. 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. James St Pump Station/Inouye 7 - 9 January 20, 2016 Project Number: 10-3009 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. 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). SECTION 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 WSDOT 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. James St Pump Station/Inouye 7 - 10 January 20, 2016 Project Number: 10-3009 When making field cuts of PVC pipe, a new reference line shall be 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(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 WSDOT 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. James St Pump Station/Inouye 7 - 11 January 20, 2016 Project Number: 10-3009 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. 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 WSDOT 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 Kent Standard Plan 3-22. The unit contract price per ton for "Foundation Material, Class I and I I" 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. James St Pump Station/Inouye 7 - 12 January 20, 2016 Project Number: 10-3009 7-12 VALVES FOR WATER MAINS SECTION 7-12.2 IS REVISED BY SUPPLEMENTING THE FIRST PARAGRAPH WITH THE FOLLOWING: 7-12.2 Materials The following materials shall meet the requirements of the following sections of the Kent Special Provisions: Gate Valves...................................9-30.3(1) Valve Boxes ..................................9-30.3(4) SECTION 7-12.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-12.3 Construction Requirements All valves shall have valve boxes installed with the cover lugs parallel to the direction of water flow. SECTION 7-12.3(9) IS DELETED AND REPLACED WITH THE FOLLOWING: 7-12.3(1) Installation of Valve Marker Posts Valve marker posts conforming to Kent Standard Plan 3-4 shall be located opposite each valve as directed by the Engineer. The 18 inches of exposed post shall be painted with two coats of approved white concrete paint, and then the size of the valve, the type of valve, and the distance in feet from the post to the valve shall be painted on the face of the post, using approved black paint and stencils which produce letters 2-inches high. SECTION 7-12.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTIONS: 7-12.3(2) Replace Existing Valve Box Top Section and Lid See Section 9-30.3(4) of the Kent Special Provisions for material specifications. Where shown in the plans or where directed by the Engineer, the Contractor shall furnish and install new Valve Box Top Section and Lid on existing water valves in accordance with the details shown in the plans, these Kent Special Provisions or as directed by the Engineer. Lid shall be the locking type. On asphalt concrete paving and/or asphalt resurfacing projects, valve box top section and similar structures shall not be adjusted and/or installed until the pavement is completed, at which time the center of each structure shall be relocated from referenced previously established by the Contractor. The pavement shall be cut in a restricted area and base material removed to permit removal of the old unit. The new James St Pump Station/Inouye 7 - 13 January 20, 2016 Project Number: 10-3009 structure shall then be installed to proper grade utilizing the same methods of construction as specified for new construction in Section 7-12 of the WSDOT Standard Specifications and the Kent Special Provisions. All valves covered by new paving shall be uncovered and adjusted to grade within 72 hours. 7-12.3(3) Adjusting Valve Boxes to Grade On asphalt concrete paving and/or asphalt resurfacing projects, valve box top section and similar structures shall not be adjusted and/or installed until the pavement is completed, at which time the center of each structure shall be relocated from referenced previously established by the Contractor. The pavement shall be cut in a restricted area and base material removed to permit removal of the old unit. The new structure shall then be installed to proper grade utilizing the same methods of construction as specified for new construction in Section 7-12 of the WSDOT Standard Specifications and the Kent Special Provisions. All valves covered by new paving shall be uncovered and adjusted to grade within 72 hours. SECTION 7-12.4 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-12.4 Measurement Measurement of valve marker posts shall be incidental for new valve installations, and per each for valve marker post installed opposite an existing valve. Relocation and remarking of existing valve marker posts shall be incidental to the project. SECTION 7-12.5 IS DELETED AND REPLACED WITH THE FOLLOWING: 7-12.5 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 bid price per each for "24 Inch Gate Valve MJ x FL or MJ x MJ or FL x FL" constitutes complete compensation for all labor, materials, tools, supplies and equipment required to install the type and diameter of valve complete and in place, including but not limited to: verifying existing pipe type, location and fittings; furnishing and installing the gate valve and all necessary fitting and appurtenances; furnishing and installing the valve box top section, lid, and base section; tapping valve with tapping tee where shown on the plans; valve nut extenders where needed; trenching; dewatering; backfilling and compacting selected materials;jointing; painting; disinfecting; flushing; hydrostatic and purity testing; furnishing and installing valve box with cover and a valve marker post; running a pig through valve. Water disconnect may James St Pump Station/Inouye 7 - 14 January 20, 2016 Project Number: 10-3009 be required after hours or on a weekend. Additional costs for weekend work, removal of existing valves, cutting and capping existing water mains shall be included in this item. James St Pump Station/Inouye 7 - 15 January 20, 2016 Project Number: 10-3009 DIVISION 8 - MISCELLANEOUS COINST UCXI 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 Kent Special Provisions, and ordered by the Engineer as work proceeds. The TESCP are intended to minimize erosion and sedimentation as well as protect waters of the state and the city's municipal separate storm sewer system (MS4) as required by law. The TESCP measures shown on the plans and described in the specifications shall only apply to work within the project limits and does not apply to the Contractor's staging area. The Contractor shall be responsible for providing TESCP at any staging area(s). All TESCP used at the staging area(s) shall be incidental to the project. The Contractor shall be responsible for any fine(s) imposed by Ecology or any other regulatory agency for any violation at their staging area(s). The Contractor shall also be responsible for any cost of cleanup, delays, and down time to correct any deficiencies at the staging area(s). No construction related activity shall contribute to the degradation of the environment, allow material to enter surface or ground waters, or allow particulate emissions to the atmosphere, which exceed state or federal standards. Any actions that potentially allow a discharge to state waters must have prior approval of the Washington State Department of Ecology. SECTION B-01.2 IS SUPPLEMENTED BYADDING THE FOLLOWING: 8-01.2 Materials Materials shall meet the requirements of the following sections of the Kent Special Provisions and the WSDOT 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) 8-01.3 Construction Requirements SECTION 8-01.3(1) IS SUPPLEMENTED BYADDING THE FOLLOWING: 8-01.3(1) General Preventing and controlling pollution, erosion, runoff, and related damage requires the Contractor to install temporary stormwater best management practices (BMPs) as per the plans and as directed by the City. James St Pump Station/Inouye 8 - 1 January 20, 2016 Project Number: 10-3009 As site conditions dictate, additional BMPs may be required. The contractor shall anticipate the need for additional best management practices and propose necessary changes to the City. 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. 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 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 shall be in accordance with and conform to the Kent Surface Water Design Manual, the WSDOT Standards Specifications, and the Ecology Construction Stormwater General Permit (if applicable), except as modified by the Kent Design and Construction Standards or these Kent Special Provisions. 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 requirements of this section shall apply to all areas of the site subject to construction activity as described in the WSDOT Standard Specifications, the Kent 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. SECTION 8-01.3(9)A IS SUPPLEMENTED EYADD/NG THE FOLLOWING: 8-01.3(1)A Submittals Prior to the start of any construction activities, the Contractor shall submit for the Engineer's review and approval, the following, as necessitated by the work: 1 . Dewatering Plan 2. Spill Prevention Control and Countermeasures Plan 3. Storm Bypass Plan for storm work James St Pump Station/Inouye 8 - 2 January 20, 2016 Project Number: 10-3009 4. Name and contact info for Contractor's CESCL SECTION 8-01.3(9) IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTIONS: 8-01.3(1)F Applicable Regulations and Criteria All construction activities are subject to applicable federal, state, and local permits. The Contractor shall comply with 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. RCW 90.48.080 Discharge of pollutants prohibited 3. City of Kent 2002 Surface Water Design Manual 4. Construction Stormwater General Permit — WA Department of Ecology B-01.3(2) Seeding, Fertilizing and Mulching SECTION 8-01.3(2)8 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 disturbed as part of this project shall be seeded. Hydroseeding shall be the method of seed application. Hydroseed shall consist of a slurry composed of water, seed, fertilizer, tackifier, and mulch and shall be evenly broadcast over areas to be seeded. All work shall conform in all respects to Section 8-01 of the WSDOT 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. I Hydroseeding shall not be done during windy weather or when the ground is frozen, excessively wet, or otherwise untillable. Hydroseed mixture 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 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 that will provide a uniform distribution of the slurry. James St Pump Station/Inouye 8 - 3 January 20, 2016 Project Number: 10-3009 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 where hydroseeding is not practical must be seeded by approved hand methods as approved by the engineer. When seeding by hand, Contractor shall incorporate seed into the top 1/4 inch of soil. The hydroseed slurry shall consist of the following materials mixed thoroughly together and applied in the quantities indicated. 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 the WSDOT Standard Specifications and Kent Special Provisions. Seed shall meet the minimum percentages of purity and germination specified Section 9-14.2 of the Kent Special Provisions. 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. Seed shall be stored in a 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. 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. James St Pump Station/Inouye 8 - 4 January 20, 2016 Project Number: 10-3009 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. 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 held spreader. The seed shall be evenly distributed over the disturbed area. Apply seed mix after fertilizing 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: Seed 170 Ibs/acre of "Mix A" unless otherwise directed by Engineer. Fertilizer 400lbs/acre 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 Wood cellulose fiber mulch conforming to Section 9-14.4 of the WSDOT Standard Specifications shall be used where mulch is called for on this project. The application rate shall be 2,000 pounds to the acre in accordance with Section B-01 of the WSDOT Standard Specifications. Mulch shall be incorporated into the slurry of seed and fertilizer. Mulch of the type specified in Section 9-14.4(2) 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 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. 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. James St Pump Station/Inouye 8 - 5 January 20, 2016 Project Number: 10-3009 '., Areas not accessible by mulching equipment shall be mulched by approved hand methods and shall achieve similar results. 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 Soil Binders and Tacking Agents Unless specified otherwise, wood cellulose fiber mulch per Section 9-14.4(2) of the WSDOT 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 WSDOT 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 BYADDING 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. 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 James St Pump Station/Inouye 8 - 6 January 20, 2016 Project Number: 10-3009 during the maintenance period. The Contractor shall reseed, re-mulch or re-fertilize 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 consistent with the Kent Special Provisions at the Contractor's expense. Reseeded areas will be subject to inspection for acceptance. 8-01.3(9) Sediment Control Barriers SECTION 8-01.3(9)D IS SUPPLEMENTED BYADDING THE FOLLOWING: 8-01.3(9)D Inlet Protection Cleaning and maintenance of inlet protection shall not flush sediment, or sediment-laden water into the downstream system. SECTION 8-01.3 IS SUPPLEMENTED BYADDING THE FOLLOWING NEW SECTION: 8-01.3(17) Vehicle Maintenance and Storage Handling and storage of fuel, oil and chemicals shall not take place within 50 feet of waterways. Storage shall be 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 approved by the engineer. Fencing shall be provided around storage area. Locks shall be provided on all valves, pumps, and tanks. Materials used to clean up fuel, oil, and chemical spills shall be disposed of as directed by the engineer. Water used for washing vehicles and equipment shall not be allowed to enter storm drains or other State waters. No processed waste water(s) of any kind shall be discharged onto the ground, to surface waters, or to stormwater conveyance systems. SECTION 8-01.5 IS SUPPLEMENTED BYADDING THE FOLLOWING. 8-01.5 Payment The unit contract price per square foot for "Seeding. Fertilizing, and Mulching" shall be full pay for all labor, materials tools and equipment 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. James St Pump Station/Inouye 8 - 7 January 20, 2016 Project Number: 10-3009 Water, fertilizer and mulch shall be provided by the Contractor as 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 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. 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 WSDOT 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 per hour increments. The unit contract price per force account for "Baker Tank" constitutes complete compensation for all labor, materials, tools, supplies, and equipment necessary to provide, maintain, and remove the baker tank for stormwater storage and disposal. The unit contract price per force account for "Sand Filtration System" constitutes complete compensation for all labor, materials, tools, supplies, and equipment necessary to operate and maintain the sand filtration system. James St Pump Station/Inouye 8 - 8 January 20, 2016 Project Number: 10-3009 i 8-02 ROADSIDE RESTORATION SECTION B-02. 1 IS SUPPLEMENTED BYADDING 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 Kent 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 BYADDING THE FOLLOWING NEW SECTION: 8-02.1 (1) Submittals The 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 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: j 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) Seed ....................................................... 9-14.2 Fertilizer.................................................. 9-14.3 Mulch and Amendments............................. 9-14.4 Wood Cellulose Fiber ................................. 9-14.4(2) Special Planting Mixture................ ............ 9-14.4(9) Erosion Control Devices ............................. 9-14.5 Plant Materials.......................................... 9-14.6 Street Trees............................................. 9-14.6(1)A Stakes, Guys and Wrapping ....................... 9-14.7 Tree Ties ................................................. 9-14.7(1) James St Pump Station/Inouye 8 - 9 January 20, 2016 Project Number: 10-3009 Water for Plants........................................ 9-25.2 Botanical identification and nomenclature of plant materials shall be based on descriptions by Bailey in "Hortus Third" or superseding editions and amendments. 8-02.3 Construction Requirements 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 BYADDING THEFOLLOWING: 8-02.3(3) Weed and Pest Control During the maintenance period, all weeds are to be removed by hand. SECTION B-02.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-02.5 Payment The unit contract price per cubic feet 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. "Sod Installation." per square feet. 8-04 CURBS, GUTTERS, AND SPILLWAYS SECTION B-04.3(9) 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. James St Pump.Station/Inouye 8 - 10 January 20, 2016 Project Number: 10-3009 SECTION 8-04.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-04.6 Payment Add the following to Section 8-04.5 of the WSDOT 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. 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 new pavement markers of the type specified in the plans upon the roadway surface in accordance with applicable Kent Standard Plans and/or WSDOT Standard Plans at locations shown in the Contract or as directed by the Engineer. Removal of existing pavement markers shall be included in the unit bid price for this item unless otherwise specified. Unless otherwise noted, pavement markings shall be installed in strict conformance to Kent Standard Plans 6-73 and/or 6-74. SECTION 8-09.3(1) IS DELETED AND REPLACED WITH THE FOLLOWING: 8-09.3(1) 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 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 lane of raised pavement markers shall be provided at transition points required by Kent Standard Plan 6-73. SECTION 8-09.3(2) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-09.3(2) Surface Preparation In removing raised pavement markers and plastic traffic buttons, the Contractor shall: 1 . Haul broken-up pieces of raised pavement markers, plastic traffic buttons and all waste material to an off-project site, unless James St Pump Station/Inouye 8 - 11 January 20, 2016 Project Number: 10-3009 otherwise directed by the Engineer, or permitted by the Kent 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 8-09.4 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 The lump sum contract price for "Removal of Raised Pavement Markers and Painted and/or Thermoplastic Traffic Markings" constitutes complete compensation for all labor, materials, tools, supplies and equipment necessary to remove and dispose of the raised pavement markers and painted and/or thermoplastic traffic markings as described in the specifications or as directed by the Engineer. 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 new 6' high black vinyl chain link fence along the property line in accordance with the plans, these specifications, and in reasonably close conformity with the line staked by the Engineer. 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 I I I per Section 8-12 of the Standard Specifications 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 James St Pump Station/Inouye 8 - 12 - January 20, 2016 Project Number: 10-3009 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 Specifications and sheet C2.03 of the Construction Plans and also per the satisfaction of the Engineer. The Contractor shall install the chain link fence and gates prior to the installation of the generator system, electrical/communication system, or pump station system. SECTION 8-12.3(1) 1S SUPPLEMENTED BY ADDING THE FOLLOWING: 8-12.3(1) Chain Link Fence and Gates Existing fences and gates shall be restored to their former condition or to that condition acceptable to the Engineer. New materials shall meet the requirements shown in the plans or as directed by the Engineer. Security fence shall meet WSDOT Standard Plan L-40.20-02; Glare Screen Type 2 (black, vinyl coated chain link with slats) with 3 strands of black vinyl coated wire with galvanized barbs. Includes 18" wide, 6" thick, concrete mow strip with medium brush finish. SECTION 8-12.3(2) IS SUPPLEMENTED BYADDING THE FOLLOWING: 8-12.3(2) Wire Fence and Gates Existing wire fence and gates shall be restored to their former condition or to that condition acceptable to the Engineer. New materials shall be in general conformance to the requirements of Section 8-12 of the WSDOT Standard Specifications. SECTION 8-12.4 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-12.4 Measurement Remove and relocate fence shall be measured by the linear foot of relocated fence, along the ground line, exclusive of openings. Gates shall be included in the fence measurement. Remove and restore fence shall be measured along that portion of the fence which must be removed in order to perform necessary work. Measurement for payment will be between the closest posts which remain undisturbed by the work. Restoration of fence beyond the stated limits is incidental to and included in the measured length defined above. If the Contractor removed additional fence for its convenience, restoration of the additional length of fence shall be at its sole expense. James St Pump Station/Inouye 8 - 13 January 20, 2016 Project Number: 10-3009 SECTION 8-12.5 1S SUPPLEMENTED BY ADDING THE FOLLOWING; 8-12.5 Payment "Remove Existing Fence," per linear foot. "Install New Chain Link Fence," per linear foot. "Install New Double Chain Link Gate," per each. "Install New Single Chain Link Gate," per each. 8-13 MONUMENT CASES SECTION 8-13.5 IS DELETED AND REPLACED WITH THE FOLLOWING: 8-13.5 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 "Remove and Reinstall Survey Monument" constitutes complete compensation for furnishing all labor, materials, tools, supplies and equipment necessary to remove and reinstall the survey monument as shown on the plans and described in the specifications. This work includes but shall not be limited to: referencing the future locates prior to overlay, excavating, backfilling, compacting, surfacing, restoration, adjusting to final grade, coordinating with the City of Kent Survey crew, and all other items needed to remove and reinstall the monument. Reference Kent Standard Plan 6-72. 8-14 CEMENT CONCRETE SIDEWALKS SECTION 8-14.1 IS SUPPLEMENTED BYADDING THE FOLLOWING: 8-14.1 Description The 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 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. James St Pump Station/Inouye 8 - 14 January 20, 2016 Project Number: 10-3009 SECTION 8-14.3(3) IS DELETED AND REPLACED WITH THE FOLLOWING: 8-14.3(3) Placing and Finishing Concrete 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. SECTION 8-14.4 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-14.4 Measurement Cement concrete mow strip will be measured by the linear foot of finished surface. SECTION 8-14.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 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: The unit bid per square yard for "Cement Concrete Sidewalk" constitutes complete compensation for all materials, labor, tools and equipment necessary to install cement concrete sidewalk as shown on the drawings and in accordance with the Kent Special Provisions. The James St Pump Station/Inouye 8 - 15 January 20, 2016 Project Number: 10-3009 unit price shall include but not be limited to: restoration of areas adjacent to sidewalks that are disturbed from sidewalk forms; and all other materials, labor, tools and equipment to fulfill the requirements or as directed by the Engineer. Crushed Surfacing Top Course and Asphalt Concrete Pavement Patch, Excavation and Gravel Borrow as required shall be paid for under separate bid items. Unit price shall also include all work necessary to discontinue sidewalk panels at locations of existing power poles. The unit bid price per linear foot for "Concrete Mow Strip" constitutes complete compensation for all materials, labor, tools, supplies and equipment necessary to install the concrete mow strip as shown on the 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 traffic signal poles, controller cabinets, and street 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(5) 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 conduit runs. A tracer wire terminating within iunction boxes shall be installed in all conduits intended for future use. The tracer wire shall be uninsulated #8 AWG stranded copper. James St Pump Station/Inouye 8 - 16 January 20, 2016 Project Number: 10-3009 SECTION 8-20.5 /S 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 3 Inch Diameter Conduit" "Installation of 3-1/2 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 utility service across the road. The unit contract price per each for "20 Foot High Luminaire" 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-CHI20 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. James St Pump Station/Inouye 8 - 17 January 20, 2016 Project Number: 10-3009 8-22 PAVEMENT MARKING SECTION 8.22.2 IS DELETED AND REPLACED WITH THE FOLLOWING: 8-22.2 Materials Material 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 pavement markings. 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(2). 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. James St Pump Station/Inouye 8 - 18 January 20, 2016 Project Number: 10-3009 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 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. 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 of items to be removed. 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. it James St Pump Station/Inouye 8 - 19 January 20, 2016 Project Number: 10-3009 SECTION B-22.5 IS DELETED AND REPLACED WITH THE FOLLOWING: 8-22.5 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: "Double Yellow Center Line RPM," per linear foot. "White Thermoplastic 4 Inch Wide Lane Line," per linear foot. 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 channelization at the locations shown on the plans and described in the specifications. DIVISION 8 IS SUPPLEMENTED BYADDING THE FOLLOWING NEW SECTIONS: 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. James St Pump Station/Inouye 8 - 20 January 20, 2016 Project Number: 10-3009 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. 8-30 PROJECT SIGNS 8-30.1 Description This work shall consist of providing all posts, braces, hardware, and fabrication, installation and maintenance of sign provided by the Contractor based upon the sign example (see Appendix A-2) where shown on the plans or as directed by the Engineer. All project signs become the property of the City at the end of the project, and the Contractor shall return project signs to the City Maintenance Shop on West James Street when so directed by the Engineer. 8-30.2 Materials Sign posts shall be 4 inch x 6 inch Fir. 8-30.3 Construction Requirements 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 (3) vertical 4 inch x 4 inch Fir posts shall be attached to the sign board. 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 Engineer. 8-30.3 Installation Fasten two (2) vertical 4 inch x 6 inch Fir posts evenly spaced at the back of the sign board. Posts shall be of break-away design with no more than 12.25 square inches of drilled shear area at a point 2 inches above the ground, or as directed by the Engineer. Attachment of posts and bracing shall meet with the approval of the Engineer. 8-30.4 Measurement Project signs will be measured by the installed and maintained unit. Failure of the Contractor to adequately maintain the project signs—as James St Pump Station/Inouye 8 - 21 January 20, 2016 Project Number: 10-3009 determined by the Engineer—shall be deemed noncompliance with this Specification. 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 "Project Sign" constitutes complete compensation for furnishing all labor, tools, supplies, equipment and materials, to fabricate, to install, maintain project sign(s) for the life of the project and removal and delivery of sign(s) to the City Shops upon closeout of the project. Failure to adequately maintain and return project signs to the City 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 BYADDING THE FOLLOWING NEW SECTIONS: 8-32 VERTICAL TURBINE PUMPS AND MOTORS 8-32.3 Construction Requirements 8-32.3(1) Performance Pump shall be capable of developing 5,386 gpm at 120' TDH with a minimum efficiency of 84.80%. The pump shall be as manufactured by American Marsh Model No. 19MC/single stage or approved equal. Local representative for American Marsh is Howard Taub at Correct Equipment, 425-869-1233. 8-32.3(2) Bowl Assembly The pump bowls shall be of close grained, cast iron ASTM A48 Class 30, The water passages on bowl sized 6" through 16" shall be lined with porcelain enamel or fusion epoxy lined to reduce friction loss, shall be free of blow holes, sand holes and other detrimental defects, and shall be accurately machined and fitted. The impellers shall be of bronze (enclosed or semi-open) and dynamically balanced. Impellers through 16" shall be securely 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. James St Pump Station/Inouye 8 - 22 January 20, 2016 Project Number: 10-3009 _ 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 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 short hardness, neoprene, snap-in type, internally spiral 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 interchangeable 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 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 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. The bottom of the strainer shall be installed 2-feet above bottom of wet well. James St PumpStation/Inoue 8 - 23 January 20, 2016 �I Y Y Project Number: 10-3009 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 Ib. 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 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 The electric motor shall be vertical hollow shaft 1770 RPM, three phase 60 Hz 480 volts with a non-reverse ratchet, P-base, squirrel cage induction design. Enclosure shall meet NEMA weather protected type 1 design with stainless steel 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 torque produced by the motor. The base plate shall be pre-fabricated to fasten to the discharge head and in addition have predrilled holes for connection of fasteners to James St Pump Station/Inouye 8 - 24 January 20, 2016 Project Number: 10-3009 r 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. 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 applied. Shop applied primer shall be compatible with the specified system. All fabricated assemblies which consist of two 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 accordance with this section. 8-33.3 Construction Requirements All primer and finish coatings shall be as manufactered 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 Epoxy Primer B67R5 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, 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 James St Pump Station/Inouye 8 - 25 January 20, 2016 Project Number: 10-3009 applied. All areas except for the areas being coated shall be masked off or covered with plastic. The Contractor shall apply one final coat with 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. 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 5,386 gallons per minute at a design head of 120 feet. Pump motor shall be 480 Volt — 3 Phase — 60 Hz with 200 horsepower V.S.S. meeting the additional requirements specified in the Appendix A-1 . Motor shall 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. 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 Core Mount Stainless Steel Sleeve. 8-34.3 Construction Requirements The Contractor shall be responsible for designing and implementing the shoring and dewatering system. The design shall be prepared by a qualified shoring design engineer and shall be submitted to the Engineer at least three weeks prior to construction for approval. The design shall include the recommendations included in the geotechnical report. James St Pump Station/Inouye 8 - 26 January 20, 2016 Project Number: 10-3009 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, supplies, tools, materials and equipment required to furnish and install the pump station as shown on the plans and described in the specifications. This bid item shall include but not be limited to: 120 inch diameter manhole/wet well; pump motor; vertical piping; pipe support; dewatering; vertical turbine pump; discharge nozzle; suction bell; gate valves, flow meter, piping, check valves; butterfly valve, utility vault; all necessary epoxy lined ductile iron fittings (i.e., flange, cross, bend, spool, tee, reducer), and appurtenances; manhole steps with access ladder; hatch; expansion joint; non-shrink grout; core lid; flush mounted cover; stem and stem guide; slide gate; tie plate with shackle rods, bolts and washers; fall protection; cement concrete landing; connection to the existing pump station and 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 preparing and providing operational manual(s) in hard bound binders, and coating all exterior piping, fittings and valves. The lump sum bid price for "Generator System Complete, Including Concrete Pad" shall constitute complete compensation for all labor, supplies, tools, materials and equipment required to furnish and install the generator and cement concrete pad including but not be limited to: equipment, fittings, wiring, cooling system, engine exhaust system, battery and charging system and control panel automatic transfer switch, obtaining necessary permits 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. The lump sum bid price for "Electrical/Communication System Complete Including Concrete Pad" shall constitute complete compensation for all labor, tools, supplies, materials and equipment required to furnish and install the electrical/communication system including but not be limited to: all equipment, wire, instruments, computers, DVR, wiring for control and monitoring of all operating James St Pump Station/Inouye 8 - 27 January 20, 2016 Project Number: 10-3009 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, supplies, materials and equipment required to furnish and install design/build shelter structures including but not be limited to: structural talcs, foundations, concrete support columns, support posts, green metal roofing, skylights, gutters and downspouts, obtaining necessary permits and all other required construction materials as described in the supplemental specifications included in Appendix A-1 and as shown on the plans. This bid item also includes furnishing and installing the roof drain, core drilling the manholes, and sealing with non-shrink grout. 8-35 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. 8. Cutting and capping of conduit as required to provide temporary and permanent terminations. 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. 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. James St Pump Station/Inouye 8 - 28 January 20, 2016 Project Number: 10-3009 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 Laid 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 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. 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 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. James St Pump Station/Inouye 8 - 29 January 20, 2016 Project Number: 10-3009 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 or I I 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 in 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 Contractor 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. 8-35.5 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 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 James St Pump Station/Inouye 8 - 30 January 20, 2016 Project Number: 10-3009. _ 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 tan 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. 8-36 VALVE ACTUATOR AND BACKUP POWER 8-36.2 Description Furnish all labor, material, equipment and incidentals required to install the valve motor actuator and backup power ready for operation as manufactured by Rotork, or approved equal. 8-36.3 Submittals Submittals shall be provided in accordance with Section 1-06 and include dimensional drawings and installation/operation/maintenance manual including a complete parts list furnished for the system. 8-36.4 Quality Assurance Basis of Design: The drawings and specifications. Any cost resulting from changes to the structure, piping, design work, etc. required for other approved equipment, shall be borne by the Contractor. 8-36.5 24-Inch Butterfly Valve Electric Actuator A. Valve Data Valve location Butterfly Valve Vault Valve size 24-inch Valve class AWWA C504 Valve manufacturer M&H, Mueller, Pratt, Bre , or Equal Special instructions Must work with Electric Actuator B. Actuator sizing Actuator shall be sized for For ANSI 150/300/600 valves: torque required to open valve use max differential pressure = pipeline with maximum differential MAOP pressure of: Additional safety factor to be 1 ,8 to 2.0 (Do not exceed max allowable applied to required torque: valve stem torque.) (Unless otherwise specified by the supplied specific valve manufacturer. James St Pump Station/Inouye 8 - 31 January 20, 2016 Project Number: 10-3009 Approved actuator types are DC Electric Valve Actuator Approved manufacturers IQD25/IW8R (240:1) 36rpm input 18,050 ft-lb rated torque 100s operating speed 110VDC supply ower C. General Requirements 1 . General - Actuator to be provided with self-locking model IW quarter turn worm gear of the same manufacturer as the actuator. Actuator enclosure shall be rated Nema 4 & 6 with IP68 submersible rating of 21 ft for 72 hrs. Enclosure shall contain (1) 1 .5" NPT and (2) 1 " NPT conduit entries. Motor shall be suitable for 125 VDC power supply. 2. Handwheel - Actuator shall include an integral manual override that operates independently of motor gearing. Rimpull on the handwheel shall be kept below 100 Ibs force. Handwheel shall be declutchable and allow for a standard 1/4" padlock to lock in the engaged or disengaged position. 3. Local Interface - Actuator shall include integral LCD display to show the following: Valve indication, torque indication, actuator settings menu, actuator status menu, actuator asset management menu and actuator data logger. Actuator shall have a pad-lockable local/stop/remote knob, and a spring loaded open/close knob for local control. Local controls shall not penetrate actuator housing, nor shall they be used for configuration of actuator parameters. 4. Remote Control and Indication — Actuator shall include, the standard, provision for discrete inputs minimum of open, stop, closed, and manual mode commands and qty (4) solid state configurable indication contacts. Provide and install the additional expandable twelve contacts with the optional two expansion printed circuit boards for the output requirements listed in item 12 below. Additionally, a Profibus interface board and 4 — 20 mA input and output board shall be provided. Actuator shall include an infra-red and Bluetooth® interface to allow configuration of Profibus settings and indications boards non-intrusively and without removal of the actuator cover. Manufacturer shall provide a setting tool capable of infra-red and BluetoothO communications, as well as PDA and PC software to interface with the actuator. 5. Torque and motor protection — Actuator shall have torque protection, independently programmable in each direction for 40-100% of the nameplate rated torque. Motor shall have (2) thermostats embedded in the windings to prevent actuator James St Pump Station/Inouye 8 - 32 January 20, 2016 Project Number: 10-3009 f" I overheat. Stall protection shall shut down a stalled motor after 3 seconds of non-travel. 6. The maximum noise permitted for the quarter-turn motor valve actuator throughout its entire range of operation is 85 dBA at 3 feet. 7. Actuator manufacture shall fabricate the adaption plate required to mount actuator and gear reducer to existing valve. 8. Vendor shall measure and confirm existing top plate dimensions prior to fabrication of adaption. 9. Maximum open and close stroke time shall be 1 minute per foot-diameter of valve for full stroke. (24"=2min, 36"=3min, etc.) 10. For installation of actuators on existing valves, removal of existing gearbox shall be performed by owner. 11 . For installation of actuators on existing valves, mounting of adaption and actuator to valve shall be performed by owner. Vendor shall ship actuator with adaption already mounted. 12. When installing on new valves, vendor shall mount actuator and adaption to valve prior to delivery, 13. Manufacture and model shall be Rotork IQD 3Id generation, no exceptions. D. Electrical Requirements 1 . All electrical equipment and wiring furnished with this package must bear NRTL (Nationally Recognized Testing Laboratory) approval labels for the intended application, such as FM. 2. All electrical equipment, raceways, enclosures and wiring methods shall comply with the National Electrical Code. 3. All electrical items shall be suitable for required voltage and power. 4. Liquid-tight flexible conduit is permitted, in accordance with the hazardous area classification. 5. No surface that operating personnel may contact shall exceed 140`F. Vendor shall provide guards or insulation to maintain safe surface temperatures. 6. Actuator shall be approved for use in Class 1 , Division 2, Group D hazardous area. James St Pump Station/Inouye 8 - 33 January 20, 2016 Project Number: 10-3009 7. The DC voltage supply system shall consist of a Charge Controller, backplane mounted on an approved owner layout for installation in a third party enclosure, and 11OVDC battery bank. & The Charge Controller shall only require 120VAC to perform the battery charging function. 9. The battery bank shall be sized to operate the electric actuator and valve 3 complete strokes over a 96 hour period in the event of the loss of the 120VAC feed and/or the Charge Controller. 10. The Charge Controller and battery bank shall be capable of operating the valve 15 complete strokes within a 2 hour period during valve commissioning. 11 . The backup battery system shall provide the following dry contact alarms for status; Main Feed Fail, Charge Fail, Low Voltage, as well as a 4-20 mA indication of battery voltage. E. Valve Actuator Additional Requirements 1 . General The actuators shall be suitable provided as 110-125 VDC powered and are to incorporate motor, integral reversing starter, local control facilities and terminals for remote control and indication connections housed within a self contained, sealed enclosure. As a minimum the actuators should meet the requirements set out in EN15714-2 and ISA SP96.02 In order to maintain the integrity of the enclosure, setting of the torque levels, position limits and configuration of the indication contacts etc. shall be carried out without the removal of any actuator covers and without mains power over an Infra red or Bluetooth(b wireless interface. Sufficient commissioning tools shall be provided with the actuators and must meet the enclosure protection and certification levels of the actuators. Commissioning tools shall not form an integral part of the actuator and must be removable for secure storage / authorized release. In addition, provision shall be made for the protection of configured actuator settings by a means independent of access to the commissioning tool. Provision shall be made to disable Bluetooth® communications or only allow a Bluetooth® connection initiated by an Infra-Red command for maximum security. The actuator shall include a device to ensure that the motor runs with the correct rotation for the required direction of James St Pump Station/Inouye 8 - 34 January 20, 2016 Project Number: 10-3009 valve travel irrespective of the connection sequence of the power supply. 2. Actuator Sizing i The actuator shall be sized to guarantee valve closure at the specified differential pressure and temperature. The safety margin of motor power available for seating and unseating the valve shall be sufficient to ensure torque switch trip at maximum valve torque with the supply voltage 10% below nominal. For linear operating valves, the operating speed shall be such as to give valve closing and opening at approximately 10-12 inches per minute unless otherwise stated in the data sheet. For 900 valve types the operating time will be specified. 3. Environmental Actuators shall be suitable for indoor and outdoor use. The actuator shall be capable of functioning in an ambient temperature ranging from -330C (22°F) to 70°C (140°F), up to 100% relative humidity. Actuators for hazardous area applications shall meet the area classification, gas group and surface temperature requirements specified in data sheet. 4. Enclosure Actuators shall be o-ring sealed, watertight to IP66/IP68 7m for 72hrs, NEMA 4, 6. The motor and all other internal electrical elements of the actuator shall be protected from ingress of moisture and dust when the terminal cover is removed for site for cabling, the terminal compartment having the same ingress protection rating as the actuator with the terminal cover removed. Enclosure must allow for temporary site storage without the need for electrical supply connection. All external fasteners shall be plated stainless steel. The use of un-plated stainless steel or steel fasteners is not permitted. 5. Motor The motor shall an integral part of the actuator, designed specifically for valve actuator applications. It shall be a low inertia high torque design, class F insulated with a class B temperature rise giving a time rating of 15 minutes at 400C (104°F) at an average load of at least 33% of maximum valve torque. Temperature shall be limited by 2 thermostats embedded in the motor end windings and integrated into its control. James St Pump Station/Inouye 8 - 35 January 20, 2016 Project Number: 10-3009 Electrical and mechanical disconnection of the motor should be possible without draining the lubricant from the actuator gear case. 8-36.6 Startup Testing and Instruction Supplier shall review final installations, start-up, calibration, and provide for instruction of operating personnel, performed by an authorized representative of the manufacturer. These services shall be an integral part of providing this equipment. James St Pump Station/Inouye 8 - 36 January 20, 2016 Project Number: 10-3009 DIVISION 9 ® MATERIALS 9-03 AGGREGATES SECTION 9-03. 92(3) IS REVISED BY DELETING THE GRAVEL SPECIF►CATION 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 i 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(9) IS DELETED AND REPLACED WITH THE FOLLOWING: 9-03.14(1) Gravel Borrow Gravel Borrow material shall consist of pit-run granular material conforming to the following gradation: Sieve Size Percent Passing 3 Inch* 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. 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, James St Pump Station/Inouye 9 - 1 January 20, 2016 Project Number: 10-3009 ' 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 I I Foundation Material Class I and Class I I shall be used to replace unsuitable material removed from unstable pipe trench bottoms. Foundation Material Class I and Class 11 shall conform to the following gradations: Percent Passing Sieve Size Class I Class 11 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 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(9) of these Kent Special Provisions with James St Pump Station/Inouye 9 - 2 January 20, 2016 Project Number: 10-3009 commercial fertilizers added as specified herein and having a pH range of 5.0 to 6.0. SECTION 9-14. 1(1) IS SUPPLEMENTED BYADDING THE FOLLOWING NEW SECT►ONS: 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 (1)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% 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 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 and Erosion Control Grass): Weight Seed Mix "A" Min. % Min. % Max. % Proportion Ingredient Pure Seed Germination Weed Seed 40% Perennial R e rass 98% 90% 0.5% 40% Creeping Red Fescue 98% 85% 0.5% 10% Colonial Bent grass 98% 90% 0.5% 10% White Dutch Clover 98% 90% 0.5% Pre-inoculated) 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 James St Pump Station/Inouye 9 - 3 January 20, 2016 Project Number: 10-3009 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. SECTION 9-94,4 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTIONS: 9-14.4(9) Special Planting Mixture 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 of 5.0 to 6.0. 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 9-16 FENCE AND GUARDRAIL SECTION 9-16.9(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 unless specified otherwise. The fabric wire shall be: Galvanized steel wire conforming to ASTM A 392. Galvanizing shall be Class I performed by the hot dip process. James St Pump Station/Inouye 9 - 4 January 20, 2016 Project Number: 10-3009 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 9-30.2 Fittings SECTION 9-30.2(9) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 9-30.2(l) 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. SECTION 9-30.2(6) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 9-30.2(6) Restrained Joints Where specified on the plans, the Contractor shall supply specially modified push on joint pipe and fittings with joint restraint utilizing ductile iron components. Restrained joints shall be designed for a water working pressure of 250 psi for pipe up to 24" in diameter. Field locking gaskets for restrained joints shall not be permitted. All restrained joint pipe and fittings shall be of the same type and manufacturer. No field welding will be allowed. Restrained joints shall provide mechanical restraint not dependent upon friction. Restrainedjoints and pipe to which they are attached shall meet all requirements of these Specifications. Any in-plant welding required for production of the restrained joints shall be done only by welders certified by AWS for the specific type of welding involved. No field welding will be permitted. Joint restraints that have prior approval for bidding include: 1 . American Ductile Iron Pipe Co. - American Flex-Ring Joint Pipe and Fittings 2. U.S. Pipe Co. - TR FLEX Restrained Joint Pipe and Fittings 3. Clow Water System Co. - Super-Lock restrained joint pipe and fittings 4. Pacific States Cast Iron Pipe Co.-Thrust-Lack restrained joint pipe and fittings James St Pump Station/Inouye 9 - 5 January 20, 2016 Project Number: 10-3009 Each pipe manufacturer wishing to supply materials to this project, that do not have prior approval, shall submit to the Engineer, no later than ten days prior to the bid opening details of his proposed basic restrained joint for straight run of pipe; transference of restraint from bends, tees, and other fittings to straight pipe; and method ofjointing to cut length of pipe orjoining to restrained bell of fitting in a completely restrained length of pipe from bend to bend or between other fittings. Field welding of ductile iron calculations and drawings to enable the design of the joint to be reviewed, a listing of field experience and service with references, factory development and testing summary, and certification of number of years that the type of joint has been in regular production and service. Proof must be provided and data submitted for review that hydrostatic testing of the type and size of restrained joint to be used on the project was successfully conducted during the research and development phase of thejoint production. Documentation shall be sufficiently complete to provide, to the Engineer's satisfaction, thejoint's adequacy. No restrained joint shall be installed until approved by the Engineer. Joint manufacturers shall be prepared to meet with the Engineer for discussion of the submitted data. Joints approved for bidding, other than those with prior approval as listed above, will be identified by issuing a letter of approval to the manufacturer. This letter shall be included with any quotes from manufacturers to contractors for the joint in question during the bid preparation. Review and approval will not relieve the contractor of responsibility for proper performance and service of all materials and construction relating to the restraint of unbalanced hydrostatic forces. SECTION 9-30.6(3)B IS DELETED AND REPLACED WITH THE FOLLOWING: 9-30.6(3)B Polyethylene Pipe Polyethylene service pipe shall be iron pipe size (I PS) ultra-high molecular weight, high density polyethylene plastic meeting or exceeding the following standards: ID ASTM D-2239, SIDR-7, and PE 3408, AWWA C-901 , AWWA C-800, and National Sanitation Foundation Standards and conforming to all other applicable standards. This polyethylene pipe shall be rated at or above a working pressure of 200 psi. Polyethylene plastic pipe shall have a manufactured stainless steel insert stiffener at all compression pack joints. Driscopipe 5100 Ultra-Lien water pipe is an approved product meeting the above specifications. All other products require approval of the City Water Department after submittal of a sample length of pipe and the manufacturer's product literature. The City is not responsible for the purchase of materials not meeting the above specifications. James St Pump Station/Inouye 9 - 6 January 20, 2016 Project Number: 10-3009 PUMP STATION PROCUREMENT AND INSTALLATION Section 16010 Electrical General Section 16145 Miscellaneous Electrical Section 16200 Power Generation Section 16400 Utility Power Service Section 16500 Lighting Section 16800 Sound and Video Section 16910 Variable Frequency Drives Section 17000 Control System General Requirements Section 17100 PLC Operation Programming Section 17440 Instrumentation for Process Control Requirements Section 17910 Programmable Logic Controller Hardware Section 17920 Programmable Logic Controller Programming Section 17930 Operator Interfaces Section 17999 Item List James St Pump Station/Inouye A - 1 January 20, 2016 Project Number: 10-3009 City of Kent(James St Pump Station) GENERAL #11-10 i i SECTION 16010 i 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. i 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. j E. "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 6/10/2014 1:04 PM 16010-1 425-765-6304 City of Kent(.tames St 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, accessories and equipment which is not shown or specified but which is nonetheless required to make the systems shown and specified function property. 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; wail 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 electrica€ clearances in accordance with NEC and shall be installed in locations that will provide adequate cooling. 7. Provide detailed wiring 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 Owners personnel for electrical systems. Wake 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 EQUIPMENTCOORDINA1710N 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. FOLLETTEIVOuE ING,PLLC 5/10/2014 1:04 PM 16010-2 425-765-6304 City of Kent(James St Pump Station) GENERAL IS11-10 I 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 480YI277V, 3 phase 4 wire utility service to provide power to the City of Kent, James St. 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 startersNFDs. 5. Provide a MCP -- Main Control Panel with PLC for control and monitoring and alarming of all equipment. 6. Provide new instrumentation. 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 ENGIMEERING,PLLC 5/10/2014 1:04 PM 16010-3 425-765-6304 '... Gi y d Kent(James St 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. °I J 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 price. B. Electrical work shall be executed in strict accordance with the latest edition of the Nationat 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) 9. 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 QL Examination Services be approved by the tlnderwr ter'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 ENGtNEERING.PLLC 51 A12014 1:44 PM 160 10-4 . 425-765-6304 i City of Kent(James St Pump station) GENERAL #1 i-10 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'/4" 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. i B. The CONTRACTOR shall allot 2 hours (minimum) for the pre-submittal Conference. II 1.13 SUBMITTALS: I A. 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 that are different than specified. C. Submittal documents shall be submitted via E-mail in PDF format. Separate Submittal e-mails shall be provided for each spec section. All products for each spec section shall be included in a single PDF document including the FOLLETT ENGINEERING,PLLC 5/10/2014 1!04 PM 16010-5 425-765-6304 C4 of Kent{James St Purnp Station) GENERAL #11-10 cover sheet and index in one sinctle document. submittals shall be indexed and identified as follows: 1. Email subject line shall be "project name, EI&C submittal submittal 9 spec section#-description, Z Cover sheet with: a) the project name and submittal# b) Contractor's and sub-contractor's name, phone number, and email address, c) index sheet showing each product being submitted- 3. PDF index tabs per the electrical specifications by section and paragraph or equipment name e.g. provide a minimum of one tab section for each piece of equipment In all of the PART 2 PRODUCT Sections 2.01 -2.-*. 4. Label each equipment submittal sheet with equipment name and number. Indicate location where each item of equipment submitted Will be used on thejob. Use equipment numbers when available, 5. Identify specific options and cross hatch out any information that is not a part of the specific information for the submitted component. 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. Long lead items may be submitted separately — if pre-approved by the Engineer, F. 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. G. I&C, (instrument & Control) submittals shall be provided with a Bill of Materials showing quantity, manufacturer's name, catalog number, and supplier name and phone number, H, 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. I. 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" J. 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, FOLLErrENGI.NEERING PLLC 9V1012014 1:04 PM 16010-6 425-766-6304 City of Kent(James St Pump Staklun) GENERAL K. NOTE: submittals received that do not meet the requirements outlined above and in the individual spec sections will be returned without review. L. Contractor should anticipate in the schedule that submittals will take a minimum of 4 weeks for comments to return, M. The 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 2A NAMEPLATES: A. Nameplates shall be. provided on all electrical devices, including but not limited to motor control equipment, MCC cubicles, control stations, junction boxes, panels, motors, instruments, 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. Ail nameplates shall include the equipment name and number circult 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. P. 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). 1. Provide warning nameplates on all panels and equipment, which contain multiple power sources. Lettering shall be white on red background. FOLLETT ENGtYEERtbtp PLL_C 5/10/2014 1:04 PM 16010-7 425-765-6304 City of Kent(James St Pump Statior[) GENERAL 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 screwslfastaners/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 118 inch high. 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 shalt 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 3/16-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; 60oC for 30 amperes and below. B. Ail products furnished on this project shall have electrical terminations rated for 600C for ampacities of 30 amperes or less and rated for 750C for arnpacities above 30 amperes. PART 3 EXECUTION 3.1 STORAGE AND INSTALLATION ENVIRONMENT: A. Ali 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. FOLLETT ENGINEERING PLLC 5/'!U2o 14 1:04 PM 16010-8 425-765-6304 City of Kent(James St Pump Station) GENERAL 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. I ' 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. 3.3 FINAL ACCEPTANCE: I 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. i ' 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. I 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: I 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. i B. , This set of drawings shall be readily available for inspection by the Engineer at all times. FOLLETT ENGINEERING,PL4C 5/10/2014 1:04 PM 16010-9 425-765-6304 '. City of Kent{.lames St Pump Station) GENERAL #11-10 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 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 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 fixwres shall be left clean and in proper condition for their intended use. 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 META. R 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. Z All cut sheets of equipment and components. S. Preventative maintenance procedures 4. `trouble-shooting 5. Calibration EQU.ETT ENGOWERMG,FLLC 5/10=14 t;04FM 16010-1.0 425-765-6304 City of Kent(James St Pump Station)#11-10 GENERAL 6. Testing 7. Replacement of components 8. Automatic mode operation 9. Manual mode operation 10. System schematics/shop drawings and record drawings. 11. As-bunt 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. I 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 ` I ' END OF SECTION I i i FOLLETT ENGINEERING.Pt LC 5/10/2014 1:04 PM 16010-1 1 425-765-6304 City of Kent(James St Pump Station) MISCELLANEOUS ELECTRICAL i SECTION 16145 MISCELLANEOUS ELECTRICAL PART GENERAL 1.1 DESCRIPTION OF WORK. A. This section covers furnishing and installing miscellaneous electrical devices and equipment and otherwiring 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 shalt 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. 1A SUBMITTALS. A. In accordance with the "submittals" requirements in Section 16017, submit catalog data shoving material information and conformance with specifications. The intended use of each item shall be indicated. FaLLETTENGINE€RING. ALLC 5t1012014 1:08 PTO 16145-1 425-765-6304 City of Kent(James St Pump Station) MISCELLANEOUS ELECTRICAL B. Submittal documents shall be submitted via E-mail in PDF format. Separate Submittal a-mails shall be provided for each spec section. All products for each spec section shall be included in a single PDF document including the cover sheet and index in one single document, submittals shall be indexed and identified as follows: 1. Email subject line shall be "project name, EI&C submittal submittal It, spec section#- description." 2. Cover sheet with: a) the project name and submittal# b) Contractor's and sub-contractor's name, phone number, and email address. c) index sheet showing each product being submitted. 3. PDF index tabs per the electrical specifications by section and paragraph or equipment name e.g. provide a minimum of one tab section for each piece of equipment in all of the PART 2 PRODUCT Sections 2,01 -2.**. C. 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. D. 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. E. Provide all electrical information — wire diagrams, terminal information and numbering and electrical,/power data. F. Submit verification that stainless steel hardware will be used as required by this specification. PART PRODUCTS 2.1 RACEWAYS 2.1.1 GENERAL A. All wiring shall be installed in raceways. FOLLETT ENGINEERING, PLLC '.. 5/10/2014 1:08 PM 16145-2 425-765-6304 City of Kent(James St Pump Station' MISCELLANEOUS ELECTRICAL 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- C. Hazardous Areas: 1, Pump Station wet well, valve vault 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 seat 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 AppucATiow 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 wiring. 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 {SRC for signal and communications wiring. FOLLETT ENgINEER(NL'i.PLLC 5/10/2014 tM Pro 16145-3 425-7E5.6304 City of Kent(James St Pump Station) MISCELLANEOUS ELECTRICAL i 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 liquidfight 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 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 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). 2.1.5 BOXES AND FITTINGS: i A. General 1. Materials for fittings shall be chosen to satisfy the requirements of - Area Classification described above. i 2. Junction boxes, terminal boxes, device boxes, fixture support boxes, oblong, round and rectangular conduit fittings (condulets) shall be of the same material j 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 4X Box— wall mounted with at least 5 shelves IS" wide, 36"tall and 9"deep minimum size. I FOLLETT ENGINEERING, PLLC, 6/10/2014 1:08 PM 16145-4 425-765-6304 City of Kent(James St Pump Station) MISCELLANIHOUS ELECTRICAL I 2. Provide labels on spare parts boxes or on shelves for the spare parts called out for the project. 2.1.7 HANDHOLES AND VAULT$: 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 pee-cast, reinforced concrete construction and shall have concrete bottoms with sumps. B. Walls shall be provided with boxcuts 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 TBO degrees, Utility Vault303€l-P, 2436-P or equal. D7 Wire Flasks — Provide wire racks for all wiring inside handholes and vaults so that all wiring is supported above the bottom of the handhole. E. Handhofes 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 j to fif.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 drain 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. S. 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 CONDUCTOM 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. FOLLETT 9b9LAfEER1NG.PLLC 5110/2014 1:08 PM 16145-5 425-765-6304 City of Kent(James St Pump Station) MISCELLANEOUS ELECTRICAL i 2.3 SHIELDED SIGNAL CABLE: j I i A. Signal conductor cable shall be AWG 416 individually twisted, shielded pairs. 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. BELDEN 1120A 2. #18 TWSP, stranded wire. i G. 600 volt insulated signal wire shall only be used where required by Code. t 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. S. 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 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 spadellug 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 i 2.5 SPLICE INSULATION: i 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: 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 rOLLETT ENGINEERING PLLC 5/10/2014 1:08 PM 16145-6 425-705-6304 City of Kent(James St Pump Station) MISCELLANEOUS ELECTRICAL I 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. Z8 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 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 shalt be: Die-cast aluminum housing with lever type switch CROUSE-HINDS, DS186 C. Weather proof receptacles for use in damp, corrosive or outdoor applications shall be: « Elie cast aluminum with spring and gasketed covers CROUSE-HINDS, WL series 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, shalt 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 Nutlet Plates: Provide for all signal communication system outlets as required. 2,8.3E SPECIAL ACCESSORIES 1. Provide accessories such as junction boxes, outlet boxes, etc, necessary to mount switches and receptacles in a proper and approved method- FOLLETT El+Q. ERt�!¢ PILLC 5lIU2014 1:08 PIV 16145-7 426-765-6304 f City of Kent(James St Pump Station) MISCELLANEOUS ELECTRICAL 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. & 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 j noted on the drawings. E. The secondary neutral terminal on three-phase K-rated transformers shall be sized for 200% of secondary phase current. 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 FOLLETT ENGINEERING,PLLC 6/10/2014 1:00 PM 16145-8 425-765-6304 City of Kent(James St Pump Station) MISCELLANEOUS ELECTRICAL 8- kW Demand 9, WAR, kVARh for all phases, 10. Power Factor 11. Frequency 12. Total Harmonic Distortion R Instantaneous values for these parameters shall be accessible via local indication I display unit. C. All data shall be communicated to the PLC system via serial or Ethernet link. Ail 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 C0 gow+ and in paper form. Each instruction shall be fully commented for clarity throughout the documentation. D. Power Monitoring Devices shall be Allen-Bradley Powermortill 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 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. 2A1 PANELBOARDS A. Panelboards shalt 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 dravVings. C. The following interrupting capacity shall be considered minimum. Other ratings shall be as specified on the drawings, 1, 240NI and -/-OSY1120V-sub-fed Panelboards 10,000 Al C symmetrical 2. 240V and 208YI120V-Service Panelboards 20,000 AiG 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. FOLLETT ENGINEERING,PLLC 511012014 1:08PM 16145-9 425-765-63D4 i City of Kent(James St Pump Station) MISCELLANEOUS ELECTRICAL 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 j 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 surrace 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. 1. 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 shalt have trim hinged at right side in addition to hinged door over dead front, 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 overvoitage 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 318 inch characters. I 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. FOLLET7'ENGINEERING,PLLC 5/10/2014 1:08 PM 16145-10 425-765-6304 City of Kent(James St Pump Station) MISCELLANEOUS ELECTRICAL 2.12 SURGE SUPPRESSION: 1. Where surge suppressor, SPIN, 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,OOOkA 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. 2A3 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 wriften 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. 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 coordinated with Owners Representafive, G. Provide a minimum of two spare fuses for each fuse used. H. Acceptable Manufacturers: 1, SUSSMAN 2. GOULD SHAWMUT 3, LITTLEFUSE 4. RELIANCE 2.14 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 are 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. FQLLETT ENGINEERING,PLL 511W2014 1:08PM 16145-11 425-765-6304 City of Kent(.James St Pump Station) MISCELLANEOUS ELECTRICAL 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 2.15 DISCONNECTS: A. Provide local equipment disconnects only if required by the manufacturer or NEC. 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 I 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 2.16 MOTORS 2.16.1 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. C. 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 (TEFL) unless otherwise specified or required by the environment installed. Provide explosion proof non- ventilated - (XPNV) or fan cooled (XPFC) motors in hazardous areas, FOLLETT ENGtNEERWG PLLC 5/10/2014 1:06 PM 16145-12 425-765-6304 I ' City of Kent(James St Pump Station) MISCELLANEOUS ELECTRICAL 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. F. Enclosed Motors: Provide drain plugs for non-explosion proof motors and drain and breather for explosion proof motors. u, 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. 1. 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. J. Provide NI MA 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. 2.16.2 MOTORS ON VFDs A. Motors on VFFt7's shall be inverter duty and rated for use with VFD's, insulation rating shall be 2100 volts minimum. The Contractor shall coordinate between the VFD and motor manufacturers to provide a motorNFD combination suitable for the application. E. Provide motors with adequate cooling for the lowest expected speed for load served. C. Any line terminators, filtering devices, harmonic filters, line reactors, or other devices required for proper operation of the motor1VFC1 combination shall be provided and installed by the Contractor at no extra cost to the Owner. 1. For motors on VFD's, Provide proof of inverter duty rating and insulation rating as specified. 2.17 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. FOLLETT ENGINEERING.PLLC &1 N2014 1:08 PM 16145-13 425-765-6504 i_ I City of Kent (James St Pump Station) MISCELLANEOUS ELECTRICAL 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. E. Verify the motor protection and control Is in accordance with the equipment manufacturers requirements. 3.2 WIRE & RACEWAY SIZING is 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 upsiz , 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. l 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. C. Outlets mounted over work tables, desks and counters shall be 2"- 6" above the work surface, FQLLETT ENGINEERING,PLLC 5ff0/2014 f:08PM 16145-14 425-765-6304 City of Kent(James St Pump Station) MISCELLANEOUS ELECTRICAL 3,4 RACEWAYS 3.4.1 GENEIRAL A. Not all conduits/raceways are scheduled. Wire diagrams and onelme diagrams snow 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. 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 140 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 racewaysiconduits 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. 1. Non scheduled conduits shall be a minimum of 'l" or sized per the NEC for the wiring installed plus 20%. J. Conduit across structural joints where structural movement is allowed shays have an O-Z "Type DX" or Crouse-Hinds "Type XD," bonded, weathertight expansion and deflection fitting of that conduit size. 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 314". 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_ FOLLETTENGINEERING FILLC 5/1012014 1:08 PM 16145-15 425-765-5304 City of Kent(James St Pump Station) MISCELLANEOUS ELECTRICAL ' 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. Seat 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 % to V drainage gravel under entire surface of all vaults and handholes. D, 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 an 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 '/4'weep hole in the junction box to drain away water. 3.5 WIRE AND GABLE 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 Observe cable manufacturer's and industry standard cable bending radius recommendations. I 3.6 WIRE AND CABLE TERMINATION: 3.6.1 GENERAL FOLLETT ENGINEERING, PLLC 5/1072014 1:08 PM16145-'16 425-765.6304 City of Kent(James St Pump Station) MISCELLANEOUS ELECTRICAL A. Power conductors, No. 8 AVVG 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. 3,15.2 TERMINAL MARKING*, 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. 0 h = Control power hot (usually 120v or 24v) • n = neutral g =ground 0 c = control (use if none of the above letters apply) p =power (usually 480v) s = signal (usually 4-20ma or 1-5v ) (use if gone 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. FOLLETTENGINEERING PLLC,4 � 511012014 1:08PM 16145-17 425-765-6304 City of Kent(James St Pump Station) MISCELLANEOUS ELECTRICAL ' 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. (Us&SytGm Ihte ace Irnaft in systC"j {or PLC wir1'slj 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 i I i i i I I FOLLETT ENGINEERING,PLLC 5/10/2014 1:08 PM 16145-18 425-7e5-6304 City of Kant(James St Pump Station) MISCELLANEOUS ELECTRICAL i I 16145 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 is Ib Ic Conductor Insulation Megohms a-b b-c e-a Resistance(record the Indicated measurement for each of the Megohms following Circuits:) 4. Service Feeder 2. Pump Feeders 16145-19 5'70i2014 1:48 PM City of Kent(James St Pump Station) MISCELLANEOUS ELECTRICAL i 16146- MOTOR DATA AND TEST REPORT EQUIPMENT NAME AND NUMBER: EQUIPMENT SPECIFICATION SECTION: MOTOR STARTER LOCATION CONTRACTORS REPRESENTATIVE DATE MOTOR NAMEPLATE DATA I MFR Name/Model No. Voltage/Phase/HP FLA/LRA Service Factor Efficiency Index(or percent) NEMA Design Code Letter Insulation Type Temperature Rise Ambient Temperature RPM Enclosure Thermal Trip Setting Space HTR:Wafts/Volts Other Data i 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 II i 16145-20 5/10/2014 1:0a PM City of Kent (James st Pump Station) POWER GENERATION 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 1/18/2016 4:07PM 16200-1 425-765-6304 City of Kent(James st Pump Station) POWER GENERATION Code (NEC), the Occupational Safety and Health Act (OSHA), and any applicable j 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 C 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 200 HP motor and miscellaneous 480/120V 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. FOLLETT ENGINEERING. PLLC 1/18/2016 4:07 PM 16200-2 425-765-6304 City of Kent(James st Pump Station) POWER GENERATION 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 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, submit catalog data showing material information and conformance with specifications. The intended use of each item shall be indicated. B. Submittal documents shall be submitted via E-mail in PDF format. Separate Submittal e-mails shall be provided for each spec section. All products for each spec section shall be included in a single PDF document including the cover sheet and index in one single document. submittals shall be indexed and identified as follows: 1. Email subject line shall be "project name, EI&C submittal submittal #, spec section#- description." 2. Cover sheet with: a) the project name and submittal # b) Contractor's and sub-contractor's name, phone number, and email address. c) index sheet showing each product being submitted. 3. PDF index tabs per the electrical specifications by section and paragraph or equipment name e.g. provide a minimum of one tab section for each piece of equipment in all of the PART 2 PRODUCT Sections 2.01 - 2."`. C. Submit the following data: 1. Wiring diagrams with details specific to this project showing all interface points and terminal numbers clearly identified. See control wire diagrams for additional requirements for interface of the generator control system. 2. Specific information on the components provided for this project and all optional equipment provided. 3. 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 FOLLETT ENGINEERING,PLLC 1/18/2016 4:07PM 16200-3 425-765-6304 i City of Kent(James st Pump Station) POWER GENERATION specified in control panel , etc. Drawings shall show all terminal numbering and physical locations of terminals. 4. Provide detailed specifications and drawings of the fuel leakage monitoring system. 5. Operations and programming/adjustments manual. 6. Provide specific detailed information on the control features, their ranges, recommended set points etc. 7. 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. 8. Detailed drawings indicating installation requirements and the specific location of vibration isolators and seismic snubbers. 9. Detailed plan of the face of the control panel indicating overall dimensions and the specific location of all components. 10. Detailed specifications and standard operating characteristics of the engine, the generator and all components. 11. Certification by the manufacturer and documentation that appropriate linear and torsional vibration analyses have been performed and that engine and generator are compatible units. 12. Certification by the manufacturer and documentation that the generator set will 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. 13. Generator control schematic. 14. Engine control schematic. 15. Certification by the engine manufacturer of review and approval of the proposed engine application. 16. Certification by the generator manufacturer of review and approval of the proposed generator application. 17. Detailed specifications and drawing of the diesel fuel tank. 18. Detailed specifications and drawings of the engine exhaust system. 19. Detailed specifications and drawings of the enclosure. 20. 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. D. After break-in and testing of the generator set, the following project data shall be submitted by the Contractor: 1. Certified results of testing of the engine by the engine manufacturer. 2. Certified results of testing of the generator by the generator manufacturer. 3. Certified results of break-in and testing of the generator set by the manufacturer of the assembly. FOLLETT ENGINEERING, PLLC 1/18/2016 4:07 PM 16200-4 425-765-6304 City of Kent(James st Pump Station) POWER GENERATION 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. PART PRODUCTS 2.1 ACCEPTABLE MANUFACTURERS: 1. To conform to the City of Kent standard, the generator set and ATS shall be manufactured by CUMMINS — ONAN - NO EQUAL. 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 governor 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 appropriate electrical controls. The system shall be minimum 12 - volt. The batteries shall be mounted adjacent to the generator set on a fabricated 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. FOLLETT ENGINEERING, PLLC 1/18/2016 4:07 PM 16200-5 425-765-6304 City of Kent(James st Pump Station) POWER GENERATION 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. 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 FOLLETT ENGINEERING, PLLC 1/18/2016 4:07 PM 16200-6 425-765-6304 City of Kent (James st Pump Station) POWER GENERATION 3. Engine lubricating oil pressure gauge 4. Engine running time meter 5. Battery charge ammeter 6. Engine/generator tachometer 7. Voltmeter 8. Ammeter 9. 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 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 j) 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. FOLLETT ENGINEERING, PLLC 1/18/2016 4:07 PM 16200-7 425-765-6304 City of Kent (James st Pump Station) POWER GENERATION 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 failed 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 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. FOLLETT ENGINEERING, PLLC '.. 1118/2016 4:07 PM 16200-8 425-765-6304 City of Kent(James st Pump Station) POWER GENERATION 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. 2.7 FUEL TANK SYSTEM: A. The Contractor shall be responsible to coordinate the fuel system requirements with the local building 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. Lockable Manual fuel fill cap. 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 building if required by local authority. FOLLETT ENGINEERING, PLLC 1/18/2016 4:07 PM 16200-9 425-765-6304 i City of Kent (James st Pump Station) POWER GENERATION 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. 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. FOLLETT ENGINEERING, PLLC 1/18/2016 4:07 PM 16200-10 425-765-6304 City of Kent (James st Pump Station) POWER GENERATION 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 RIMS 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 coils 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. 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: FOLLETT ENGINEERING,PLLC 1/18/2016 4:07 PM 16200-11 425-765-6304 City of Kent (James st Pump Station) POWER GENERATION 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 gen. set CP, where louver timer will allow 15 second delay for louvers to open 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. 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 fails 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. 3. 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. FOLLETT ENGINEERING, PLLC 1/18/2016 4:07 PM 16200-12 425-765-6304 City of Kent(James st Pump Station) POWER GENERATION 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 fail, 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: 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. C. The enclosure shall be a standard outdoor protective housing as manufactured by the 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. E. The unit shall be primed and finished in accordance with manufacturer's standards. Color shall be approved by Owner. 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. FOLLETT ENGINEERING, PLLC 1/18/2016 4:07 PM 16200-13 425-765-6304 City of Kent(James st Pump Station) POWER GENERATION PART 3 EXECUTION 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. 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. 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 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 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 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'/z 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. 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 FOLLETT ENGINEERING, PLLC 1/18/2016 4:07 PM 16200-14 425-765-6304 City of Kent(James st Pump Station) POWER GENERATION 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 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. 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. FOLLETT ENGINEERING, PLLC 1/18/2016 4:07PM 16200-15 425-765-6304 City of Kent (James st Pump Station) POWER GENERATION 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 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 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 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. 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 FOLLETT ENGINEERING,PLLC 1/18/2016 4:07 PM 16200-16 425-765-6304 City of Kent (James st Pump Station) POWER GENERATION 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 (i.e. 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 1/18/2016 4:07 PM 16200-17 425-765-6304 f City of Kent (James st Pump Station) POWER GENERATION ENGINE-GENERATOR SET MAINTENANCE SCHEDULE Page 1 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 Drain - 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 -ail analysis or metals and cool- coolant for DCA/pH x Change -oil and filter and fuel filter x 16200-18 1/18/2016 4:07 PM City of Kent (James st Pump Station) POWER GENERATION 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 16200-19 1/18/2016 4:07 PM it City of Kent (James St. Pump Station) UTILITY POWER SERVICE SECTION 16400 � I UTILITY POWER SERVICE PART GENERAL Description of Work: A. Work consists of installation of new 480Y/277V, 3 phase, 600 amp 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. I 1.3 CONTRACTORIUTILITY 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 253 395 7053. 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. I 1.5 STANDARDS AND CODES i 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 WIW2014 1:50PM City of Kent (James St. Pump Station) UTILITY POWER SERVICE 1.6 SUBMITTALS A. In conformance with the submittal requirements of Section 16010, submit catalog data showing material information and conformance with these specifications. 13. 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 as required to meet the requirements of the serving utility. Installation shall be in vandal proof NEMA 3R enclosure with a lockable hinged door. & Contractor shall coordinate with PSE. on type of metering required and shad 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. 2.2 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-fine diagrams to protect against overvoltage transients. JOSL`N 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. i3. The system shall be as indicated in Article 260-81 of the National Electrical Code. 3.2 UNDERGROUND SECONDARY SERVICE A. Install in accordance with Section 16145, 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 shalt also submit any plans for the installation of the primary and secondary service i City of Kent (James St. Pump Station) UTILITY POWER SERVICE ! I 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. i A. Contractor shall obtain permit and obtain L&I inspection prior to connection of power. ENO OF SECTION i I it it i I I I i I i li i , 16400-3 e11m2014 1noaei City of Kent(James St Pump Statlon} LIGHTING SECTION 16500 LIGHTING PART I 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. PART PRODUCTS 2A 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, 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 31W2m3 1;3apm 16500-1 425-765-6304 City of Kent(James St 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 I 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. j 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 Max!-Miser II ballasts or equal. 2.4 LAMPS j 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 Il 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. i 2.7 CONTROLS 2.7.1 PHOTOELECTRIC RELAY A. Photoelectric relay- SPST normally closed, raintight 120V, 200OW TORK Time j Controls Model 2101 or equal B. Mount on North side of fight 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, PI-LC 3/5/2013 1:38 PM 16500-2. 426-765-6304 i 1 City of Kent(James St Rump Station) LIGHTING PART 3 EXECUTION 3.1 RACEWAY &MIRE 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 shaft be responsible for checking the type needed for various ceiling conditions. B. The Contractor shall see that at' 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 ceiting tines. H. Install fluorescent fixtures as recommended by the manufacturer or as necessary to provide exact horizontal alignment, preventing horizontal or vertical deflection or angufarjoinfing 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. END OF SECTION FOLLETT ENGINEERING,FLLC 315/2013 1:35 FM 16500-3 425-765-5304 f PACE ENGINEERS/ CITY OF KENT SECTION 16800 JAMES STREET PUMP STATION SOUND AND VIDEO SECTION 16800 —SOUND AND VIDEO PART GENERAL 1.01 SUMMARY A. Video surveillance hardware and programming is to be supplied and installed by the General Contractor using one of the approved Security Contractors listed below in this specification section. The General Contractor shall sub contract the security equipment provision and installation out to one of the approved Security Sub-Contractors as required in plans and specifications. Where differences between the electrical plans and specifications and the security and surveillance plans and specifications arise the General Contractor shall be responsible to make sure the Security Sub-Contractor provides and installs all the necessary equipment and accessories needed in order to have a fully functional and working system as was intended by the design. B. Up to four (5) total cameras will be required. 2 box cameras will be mounted on a utility pole to provide overall site surveillance. The other 2 box cameras will be mounted under the eaves of the electrical enclosure shed and point to the pump area and generator set. A single panoramic camera shall be installed in the center of the electrical equipment area and mounted such that its line of sight is 360 degrees in that area and not obstructed by equipment or shelter roof lines. 1.02 SUBMITTALS A. Show material information and confirm compliance with these specifications. Include information of all options provided. B. Shop Drawings - Approval 1. Elevation Drawings: Include dimensional information and conduit routing locations. 2. Unit Descriptions: Include power ratings, refresh rate, resolution, nameplate information, etc. as required for approval. 3. Major components list. C. Product Data Sheets 1. NVR and Surveillance camera publications 2. Data sheets and publications on all major components including but not limited to the following: a) NVR b) Single Surveillance cameras c) Panoramic Surveillance Camera c) Ethernet and PoE switches as required d) Mounting Hardware D. Test procedures shall be per the manufacturer's standards. 1.03 CLOSEOUT SUBMITTALS (OPERATION AND MAINTENANCE MANUALS) A. Shop Drawings — Final as shipped S12B26 REV 4 07-01-2014 100% SUBMITTAL 16800-1 PACE ENGINEERS/ CITY OF KENT SECTION 16800 JAMES STREET PUMP STATION SOUND AND VIDEO 1. Elevation Drawings: Include dimensional information and conduit routing locations. 2. Unit Descriptions: Include power ratings, refresh rate, resolution, nameplate information, etc. as required for approval. 3. Major components list. B. Product Data Sheets 1. NVR and Surveillance camera publications 2. Data sheets and publications on all major components including but not limited to the following: a) NVR b) Single Surveillance cameras c) Panoramic Surveillance Camera d) Ethernet and PoE switches as required e) Mounting Hardware C. Test procedures shall be per the manufacturer's standards. D. Operation and Maintenance Data 1. Service and Contact information 2. NVR and NVR Touch Screen User Manuals 3. Troubleshooting / Service Manuals 1.04 DELIVERY, STORAGE, AND HANDLING A. Contractor shall coordinate the shipping of equipment with the manufacturer. B. Contractor shall store the equipment in a clean and dry space at an ambient temperature range of -25 °C to 55 °C (-13 OF to 130 OF). C. The contractor shall protect the units from dirt, water, construction debris and traffic. 1.05 WARRANTY A. The manufacturer shall provide a parts warranty for twelve (12) months from the date of customer acceptance. 1.06 APPROVED SECURITY CONTRACTORS (No Substitutions) The pre-selected and approved Security Contractors for this project are: Aronson Security Group Inc.; Cochran Inc.; or Tyco Security. PART 2 PRODUCTS 2.01 MANUFACTURERS A. Milestone — HUSKY M30 (No substitutions) 2.02 NVR Unit S 12B26 REV 4 07-01-2014 100% SUBMITTAL 16800-2 PACE ENGINEERS/ CITY OF KENT SECTION 16800 JAMES STREET PUMP STATION SOUND AND VIDEO A. Basic Features & Requirements 1. The NVR shall support at least 10 camera channels 2. The NVR shall have at least 2 Terabytes of onboard storage 3. The NVR shall be have at least 4 Gigabytes of onboard RAM 4. The NVR shall have dimensions of: 30cm(W) x 30cm(D) x 9cm(H) 5. The NVR shall be located in the PLC Telemetry panel and be configured to constantly record video feed from the 5 network cameras that have been specified. 6. The NVR shall support viewing all of the cameras via a web client. 7. The NVR shall support the download of video files over USB or Ethernet to a PC running Windows 7, or Windows 8. 8. The NVR shall support downloading of files to an external USB hard drive. 9. The NVR shall be 120 VAC powered and plug into the receptacle provided for it in the control panel 10. The Security contractor shall be responsible for all programming and testing of the entire security & surveillance equipment system and must perform all of the tasks necessary for a fully functional and complete system. 11. The Security Contractor shall coordinate with both the Control Systems Integrator and the Owner until they are satisfied that the above item number 10 requirements have been satisfied within the specified equipments capabilities. B. Sony-SNC-CH120 (No substitutions) 2.03 Single Surveillance Cameras A. Basic Features 1. The cameras shall be at least 1.3 Megapixel with 720p HD streaming 2. The cameras shall be capable of 30 frames per second at the rated resolution 3. The cameras shall have at least 2.9X optical zoom and 3X digital zoom, totaling 8.7X max zoom 4. The cameras shall have a minimum illumination of, at most, 0.5 Ix for color imaging and 0.3 Ix for black and white imaging 5. The cameras shall have more than 60 dB of dynamic range 6. The cameras shall have a switchable signal system from NTSC to PAL 7. The cameras shall have a horizontal viewing angle of 96.5 to 33.9 degrees 8. The cameras shall have a vertical viewing angle of 76.2 to 33.9 degrees 9. The cameras shall have a focal length of 2.8mm - 8mm 10. The cameras shall have a minimum object distance of 300mm 11. The cameras shall use IP communications 12. The cameras shall be powered by PoE 13. The cameras shall be enclosed in the specified housing; see section 2.05 C. Arecont -AV8365DN-HB (No Substitutions) 2.04 Panoramic Surveillance Camera Operational Imaging Four 2 megapixel CMOS image sensors S12B26 REV 4 07-01-2014 100% SUBMITTAL 16800-3 PACE ENGINEERS/ CITY OF KENT SECTION 16800 JAMES STREET PUMP STATION SOUND AND VIDEO 1/2" optical format Bayer mosaic RGB filter Active Pixel Count 1600(H) x 1200(V) pixel array per sensor 6400(H) x 1200(V) pixels across all four sensors Minimum illumination Day Mode: 0.1 Lux @ 171.8 Night Mode: 0 Lux @ F1.8, I sensitive (D/N version) Dynamic range 61 dB Maximum SNR 50 dB Full Field of View (FOV) Resolutions per Sensor 6400(H) x 1200(V) 8megapixel 3200(H) x 600(V) 1/4 resolution Data Transmission Data rate bit rate control from 1 OOKbps to 10Mbps Video frame rate up to: 6fps @ 6400xl200 20fps @ 3200x600 22fps @ 1600x1200 Compression type H.264 (MPEG4, Part 10) Motion JPEG 21 levels of quality TFTP, HTTP, RTSP, RTP over TCP, RTP over UDP image transmission protocols 100 Base-T Ethernet Network Interface Multi-streaming: 8 non-identical streams Programmability Auto Exposure (AE) and Gain Control (AGC) >120dB On-camera real-time motion detection with 1024 detection zones per sensor Programmable backlight compensation Auto multi-matrix white balance 50/60Hz selectable flicker control Electronic pan, tilt, zoom (PTZ) Electronic image flip - 180 degree rotation Resolution windowing down to 32x32 pixels window Programmable shutter speed to minimize motion blur MoonLightTM mode - extended exposure and proprietary noise cancellation Electrical General purpose opto-coupled input and output Power over Ethernet (PoE): PoE 802.3af DC input: auxiliary 12V-48V DC AC input: auxiliary 24V AC Power consumption 9 Watts maximum Mechanical 2-axis easily adjustable gimbal with 360' pan 90° tilt S12B26 REV 4 07-01-2014 100% SUBMITTAL 16800-4 PACE ENGINEERS/ CITY OF KENT SECTION 16800 JAMES STREET PUMP STATION SOUND AND VIDEO +/- 100tilt adjustment to locate the vertical position of each sensor Hard ceiling mount and surface mount embedded Die-cast aluminum chassis with 5.5"vandal resistant polycarbonate dome bubble with IK10 rated Dimensions(H x Dia) 6.9"H (176 mm) x 6.8" dia. (175 mm) Weight 21bs (0.91kg) Environmental IP66 weatherproofing standard Operating temperature -30°C (-22 OF) to +55°C (131 OF) Storage temperature -60°C (-76 OF) to +60°C (140 OF). Humidity 0% to 90% (non condensing) Heater & Blower Electrical Voltage Input: 12V to 20V DC/24VAC (separate power required) Power Output: 11 W Max (DC12V); 13W Max (AC24V) Heater Switch: On: 17C0(62.6 OF), Off: 30 °C (86 OF) Blower Switch: On: 1000(50OF), Off: 15 °C (59 OF) Blower Switch: On: 5000(122 OF), Off: 45 °C (1130F) Regulatory FCC, Class A CE and RoHS compliant UL Listed Mounting Provide and install Arecont SV-JBA junction box and SWEBA electrical box adapter for mounting the Arecont Panoramic camera. 2.05 Pelco Camera Housings for Single Surveillance Cameras (No Substitutions) 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. 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. S12B26 REV 4 07-01-2014 100% SUBMITTAL 16800-5 PACE ENGINEERS/ CITY OF KENT SECTION 16800 JAMES STREET PUMP STATION SOUND AND VIDEO B. Manufacture and Type 1. Camera Enclosure: Pelco EH3512-2HD — no equivalent. 2. Sunshade: Pelco SS3512 — no equivalent. To be supplied with heater and circulation fan. 2.06 Motion Sensors (No Substitutions) A. Model shall be Bosch ISC-PDL1-W1 8G. Provide, install, wire and test the number of sensors shown on the contract drawings to each of the specified PLC inputs for motion sensing to the control system. 2.07 Camera Network Switch and POE Requirements (No Substitutions) ETHERNET NETWORK SWITCH A. General One or more Ethernet network switches shall be provided for Ethernet connections to each IP camera, the NVR, the PLC, field service personnel, and future devices. The required amount of PoE (Power over Ethernet) ports shall be provided, and rated for the power demand of the IP cameras. The required amount of non-PoE ports shall be provided for connections to the PLC, NVR, field service personnel, and future devices. If multiple switches are used, the ports needed for interconnection of the switches should not be included in the above counts. The Controls Systems Integrator shall be responsible for providing and installing the network switches as part of the control panel. B. SPECIFICATIONS Network Speed: 100Mbps / 10 Mbps, autosensing Media Type: CATS, CAT5e, CAT6 cabling, 8P8C connectors Power Supply: 120VAC or 24VDC. Other supply voltages may be used, but the appropriate power supply must be provided. Power over Ethernet (PoE): Must meet IEEE 802.3af-2003 standard for PoE. Environmental: Operating Temperature of -10 degrees C to 85 degrees C. Manufacturer / Model: N-Tron 100-POE4 or equivalent. END SECTION 16800 S12B26 REV 4 07-01-2014 100% SUBMITTAL 16800-6 PACE ENGINEERS/ CITY OF KENT SECTION 16910 JAMES STREET PUMP STATION AC VARIABLE SPEED DRIVES SECTION 16910 - VARIABLE FREQUENCY DRIVES PART 1GENERAL 1.01 SUMMARY A. The Variable Frequency Drive (VFD) system shall contain all components required to meet the performance, protection, safety and certification criteria of this specification. 1.02 SUBMITTALS A. Show material information and confirm compliance with these specifications. Include information of all options provided. B. Shop Drawings - Approval 1. Elevation Drawings: Include dimensional information and conduit routing locations. 2. Unit Descriptions: Include amperage ratings, enclosure ratings, fault ratings, nameplate information, etc. as required for approval. 3. Wiring Diagrams: a) Power Diagram: Include amperage ratings, circuit breaker frame sizes, circuit breaker continuous amp ratings, etc. as required for approval. b) Control Diagram: Include disconnect devices, pilot devices, etc. 4. Major components list. C. Product Data Sheets 1. VFD and Operator Interface publications. 2. Data sheets and publications on all major components including but not limited to the following: a) Contactors b) Circuit breaker and fuse (power and control) c) Control power transformers d) Pilot devices e) Relays/Timers D. Test procedures shall be per the manufacturer's standards. 1.03 CLOSEOUT SUBMITTALS (OPERATION AND MAINTENANCE MANUALS) A. Shop Drawings — Final as shipped 1. Elevation Drawings: Include dimensional information and conduit routing locations. 2. Unit Descriptions: Include amperage ratings, enclosure ratings, fault ratings, nameplate information, etc. as required for approval. 3. Wiring Diagrams: a) Power Diagram: Include amperage ratings, circuit breaker frame sizes, circuit breaker continuous amp ratings, etc. as required for approval. b) Control Diagram: Include disconnect devices, pilot devices, etc. 4. Major components list. B. Product Data Sheets 1. VFD and Operator Interface publications. 2. Data sheets and publications on all major components including but not limited to the following: S i 2826 REV 4 07-01-2014 100% SUBMITTAL 16910-1 PACE ENGINEERS/ CITY OF KENT SECTION 16910 JAMES STREET PUMP STATION AC VARIABLE SPEED DRIVES a) Contactors b) Circuit breaker and fuse (power and control) c) Control power transformers d) Pilot devices e) Relays/Timers C. Test procedures shall be per the manufacturer's standards. D. Operation and Maintenance Data 1 . Service and Contact information 2. VFD and Operator Interface User Manuals 3. Troubleshooting / Service Manuals 1.04 QUALITY ASSURANCE A. Qualifications: 1. Manufacturers: a) The VFD and all associated optional equipment shall be UL listed or recognized. b) The VFD shall contain a UL label attached on the inside of the enclosure cabinet. 1.05 DELIVERY, STORAGE, AND HANDLING . A. Contractor shall coordinate the shipping of equipment with the manufacturer. B. Contractor shall store the equipment in a clean and dry space at an ambient temperature range of -25 °C to 55 °C (-13 OF to 130 OF). C. The contractor shall protect the units from dirt, water, construction debris and traffic. 1.06 WARRANTY A. The manufacturer shall provide a parts warranty for twelve (12) months from the date of customer acceptance. PART 2 PRODUCTS 2.01 MANUFACTURERS A. Danfoss— VLT AQUA Drive FC 200 (No substitutions) 2.02 VARIABLE FREQUENCY DRIVE UNITS A. Basic Features 1. The VFD shall be software programmable to provide automatic restart after any individual trip condition resulting from either overcurrent, overvoltage, undervoltage, or over temperature. For safety, the drive shall shut down and require manual reset and restart if the automatic reset/restart function is not successful within a maximum of three attempts within a short time period. 2. Automatic restart after drive trip or utility failure. Software selectable if not desired. S12B26 REV 4 07-01-2014 100% SUBMITTAL 16910-2 t PACE ENGINEERS/ CITY OF KENT SECTION 16910 JAMES STREET PUMP STATION AC VARIABLE SPEED DRIVES 3. Speed profile: Individual adjustable settings for start, stop, entry, slope, and minimum and maximum speed points. 4. Profibus option card to be supplied and installed. 5. A door-mounted membrane keypad with integral 2-line, 24-character LCD display shall be furnished, capable of controlling the VFD and setting drive parameters, and shall include the following features: a) The digital display must present all diagnostic message and parameter values in English engineering units when accessed, without the use of codes. b) The digital keypad shall allow the operator to enter exact numerical settings in English engineering units. A plain English user menu shall be provided in software as a guide to parameter setting, (rather than codes). Drive parameters shall be factory set in EEPROM and resettable in the field through the keypad. The EEPROM stored drive variables must be able to be transferred to new boards to reprogram spare boards. c) Normally the digital display shall simultaneously display the following: Speed demand in percent Output current in amperes Output frequency Speed difference Output current B. Service Conditions The controller shall be designed and constructed to operate within the following service conditions: Elevation to 3300 feet Ambient temperature range: -10°C to 500C Atmosphere: Non-Condensing relative humidity to 95% AC Line voltage variation: -5% to +10% AC Line frequency variation: ±6 Hertz C. Protective Features and Circuits The controller shall have the following protective features: 1. Protection from single phase fault or 3-phase short circuit on VFD output terminals without damage to any power component. 2. DC link undervoltage protection. 3. DC link overvoltage protection. 4. Heat sink over temperature protection. 5. Inverter overload protection. 6. Inverter overcurrent protection. 7. Ground fault protection 8. Motor pullout protection 9. Ground fault check during start-up. 10. DC link limiter 11. Responsive action to motor winding temperature detectors or thermostatic switches. 12. Isolated operator controls. S 12B 26 REV 4 07-01-2014 100% SUBMITTAL 16910-3 PACE ENGINEERS/ CITY OF KENT SECTION 16910 JAMES STREET PUMP STATION AC VARIABLE SPEED DRIVES 13. Input line fuses. 14. Be insensitive to incoming power phase sequence. 15. Have de-saturation circuit to drive inverter section transistor base current to zero in event of controller fault. 16. Input line noise suppression with line reactor. D. Parameter Settings The following system configuring settings shall be provided, without exception, field adjustable through the keypad/display unit or via the serial communication port only. 1. Motor Nameplate Data: • Motor frequency • Number of poles • Full load speed • Motor volts • Motor full load amps • Motor Hp • Current min • Current Max 2. VFD Limits: • Independent accel/decel rates • No load boost • Vmin, Vmax, V/Hz • Full load boost • Overload trip curve select (Inverse or Constant) • Min/Max speed (frequency) • Auto reset for load or voltage trip select • Slip compensation • Catch-a spinning-load select • Overload trip time set 3. VFD Parameters: • Voltage loop gain • Voltage loop stability • Current loop stability 4. Controller Adjustments: • PID control enable/disable • Setpoint select • Proportional band select • Reset time select • Rate time select • Input signal scaling • Input signal select (4-20mA/0-5 Volts) • Auto start functions: On/Off, Delay On/Off, Level Select On/Off • Speed profile: Entry, Exit, Point Select • Min, Max speed select • Inverse profile select (allows VFD speed to vary directly or inversely with input signal) S12B26 REV 4 07-01-2014 100% SIJBMITTAL 16910-4 PACE ENGINEERS/ CITY OF KENT SECTION 16910 JAMES STREET PUMP STATION AC VARIABLE SPEED DRIVES E. Diagnostic Features and Fault Handling The VFD shall include a comprehensive microprocessor based digital diagnostic system which monitors its own control functions and displays faults and operating conditions. Microprocessor systems must be products of the same manufacturer as the VFD (to assure single source responsibility, availability of service and access to spare parts). F. Drive Options Provide the following options/modifications to the VFD. All special features shall be factory mounted and wired within the VFD enclosure unless otherwise specified. 1. Profibus communication module. G. System Operation With the manual start push-button selected, the VFD shall be controlled by the increase/decrease pushbuttons on the VFD keypad. With the automatic push-button selected, the VFD unit shall start when called from the telemetry system and its speed shall be controlled by the connection to the master control system. END SECTION 16910 I S12B26 REV 4 07-01-2014 100% SUBMITTAL 16910-5 PACE ENGINEERING/ CITY OF KENT SECTION 17000 JAMES STREET PUMP STATION CONTROL SYSTEM GENERAL REQUIREMENTS SECTION 17000 — CONTROL SYSTEM GENERAL 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 of the Pump Control with PLC, Variable Frequency Drives, Soft Starters, Motor Starters the HMI Display Panel, RTU Radio and associated control equipment. 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 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 and a HMI 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 James Street Pump Station Site. S12B26 REV 4 07-01-2014 100% SUBMITTAL PACE ENGINEERING/ CITY OF KENT SECTION 17000 JAMES STREET PUMP STATION CONTROL SYSTEM GENERAL REQUIREMENTS 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 James Street Pump Station Site. c. One DataRadio Integra TR UHF 450-470 MHz Licensed 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. d. High Level, Lag Pump On, Lead Pump On, All Pumps Off and Low Level 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 and described in Section 17740 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 and drawings show general layout of the control panels . 3. 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. Configuring of the communications and alarming connections to the HQ SCADA system for the owner to utilize. The Owner shall be responsible for the HQ SCADA computer programming in regards to the new graphics, tags, historical data, trending, and control and monitoring that is required for the new system. The controls Systems Integrator shall supply a memory map or a copy of the completed PLC program to the owner so that they can do their portion of the work on their existing SCADA computer. e. Testing of the control panels in Integrator's shop. S12B26 REV 4 07-01-2014 100% SUBMITTAL PACE ENGINEERING/ CITY OF KENT SECTION 17000 JAMES STREET PUMP STATION CONTROL SYSTEM GENERAL REQUIREMENTS 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 control systems integrator and will be the sole-source provider for the PLC / Telemetry panel and the Pump Control Panel(s). 11. 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 Marcus Lee or Robert Schommer at 425-481-1225 1.3 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 S12B26 REV 4 07-01-2014 100% SUBMITTAL PACE ENGINEERING / CITY OF KENT SECTION 17000 JAMES STREET PUMP STATION CONTROL SYSTEM GENERAL REQUIREMENTS their assembly and installation. Shop drawings shall be ACAD 2000 drawing format or later 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. 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 (Marcus Lee). 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 S 12B 26 REV 4 07-01-2014 100% SUBMITTAL PACE ENGINEERING/ CITY OF KENT SECTION 17000 JAMES STREET PUMP STATION CONTROL SYSTEM GENERAL REQUIREMENTS to the Control Systems Engineer (Marcus Lee), through the Contractor, the following project data: a. All shop drawings when submitted should be E size; otherwise 11 x1 7 is acceptable for working copies. b. Descriptive text on wire markers to be used as required. 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 shall be supplied. 2. Note: The Contractor shall review all shop drawings prior to submittal to the Control Systems Engineer (Marcus Lee). 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 System Integrator 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 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 S12B26 REV 4 07-01-2014 100% SUBMITTAL PACE ENGINEERING/ CITY OF KENT SECTION 17000 JAMES STREET PUMP STATION CONTROL SYSTEM GENERAL REQUIREMENTS 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. S12B26 REV 4 07-01-2014 100% SUBMITTAL PACE ENGINEERING / CITY OF KENT SECTION 17000 DAMES STREET PUMP STATION CONTROL SYSTEM GENERAL 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 Control System 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 17100, 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 17100 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 S 12B26 REV 4 07-01-2014 100% SUBMITTAL PACE ENGINEERING/ CITY OF KENT SECTION 17000 JAMES STREET PUMP STATION CONTROL SYSTEM GENERAL REQUIREMENTS 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 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 or 12, 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-J4), 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 (1492-1-15), 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 S 12B26 REV 4 07-01-2014 100% SUBMITTAL PACE ENGINEERING/ CITY OF KENT SECTION 17000 JAMES STREET PUMP STATION CONTROL SYSTEM GENERAL REQUIREMENTS 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 16910. 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 3R 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 have standard knob operator. Units shall be heavy-duty type, Allen-Bradley 800H or 800T, 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 S12B26 REV 4 07-01-2014 100% SUBMITTAL PACE ENGINEERING / CITY OF KENT SECTION 17000 JAMES STREET PUMP STATION CONTROL SYSTEM GENERAL REQUIREMENTS shown on the drawings. Supplementary circuit breakers shall be Allen- Bradley 1489-M1Cxxx, 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 Bradley 1489-Ml Cxxx or approved equal. 2. Fuses a. Provide fuses, spares, fuse pullers, etc as specified below. 1. Branch circuit fusing shall be Bussmann series MDA Slow-Blow type, and rated for actual circuit load and voltage or as shown on the drawings. 2. Supplementary circuit fusing shall be Bussmann series ABC 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, Puls, 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 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. Bussmann PDB type or approved equal. c. Identified per UL and NEC requirements. 6. One-Pole Power Distribution Block— Equipment Ground: S12B26 REV 4 07-01-2014 100% SUBMITTAL PACE ENGINEERING / CITY OF KENT SECTION 17000 JAMES STREET PUMP STATION CONTROL SYSTEM GENERAL REQUIREMENTS a. 600 V rated, insulated base, 90 degrees C, UL listed, rated for copper conductors. b. Bussmann 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 coil 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. I. UPS and Components 1. The panel will require a UPS and associated components to maintain the PLC and associated telemetry equipment until the onsite generator system provides power to the panel when line power is not available. The PLC shall monitor UPS status, ATS switch status, Generator status, Line Power status and make available 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 switches of each type used. e. Qty 1 Circuit breaker of each type used. f. Qty 1 Power supplies of each type used. g. Qty 1 Intrinsically safe relays of each type used. K. Provide 5 spare nameplates 3" square or less with 20 letters 1/2" or less to be specified by the Owner. 1.5 EXECUTION A. Operating Device Location 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. S12B26 REV 4 07-01-2014 100% SUBMITTAL PACE ENGINEERING/ CITY OF KENT SECTION 17000 JAMES STREET PUMP STATION CONTROL SYSTEM GENERAL 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, 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 control 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 (Marcus Lee) and the Owner. 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 (Marcus Lee) during the testing period. Testing shall be continued for the time period required by the Control Systems Engineer (Marcus Lee) to observe and verify any revisions. 5. System Integrator shall notify the Control Systems Engineer (Marcus Lee) at least one week prior to completion of the control system for inspection and testing by the Control Systems Engineer (Marcus Lee). Testing and inspection shall include all control components and the entire Motor Control Center 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 (Marcus Lee) and the Owner. 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 system integrator 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 control systems. a. Installation shall include all elements and components of control system and all conduit and interconnecting wiring between all elements, components, S 12B26 REV 4 07-01-2014 100% SUBMITTAL PACE ENGINEERING/ CITY OF KENT SECTION 17000 JAMES STREET PUMP STATION CONTROL SYSTEM GENERAL REQUIREMENTS 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. D. 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. 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 system integrator 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. General Contractor 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. General Contractor 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 S12B26 REV 4 07-01-2014 100% SUBMITTAL PACE ENGINEERING / CITY OF KENT SECTION 17000 JAMES STREET PUMP STATION CONTROL SYSTEM GENERAL REQUIREMENTS 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 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 j. As-built wiring diagrams of cabinet and enclosure contained assemblies 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. S 12B26 REV 4 07-01-2014 100% SUBMITTAL PACE ENGINEERING / CITY OF KENT SECTION 17000 JAMES STREET PUMP STATION CONTROL SYSTEM GENERAL REQUIREMENTS 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 (Marcus Lee) prior to calling for final acceptance testing. 1. Not Required this contract. 1.8 PROGRAMMING INSTRUCTIONS A. The programmable controller shall be programmed by control 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 S12B26 REV 4 07-01-2014 100% SUBMITTAL PACE ENGINEERING / CITY OF KENT SECTION 17100 JAMES STREET PUMP STATION PLC OPERATION PROGRAMMING SECTION 17100 - PLC OPERATION PROGRAMMING PART1 GENERAL 1.1 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 current versions of programming software compatible with that owned by the City of Kent at the time of contract award. C. Programming includes PLC and HMI 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. 1.2 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— Main Office 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. D. HMI — Human Machine Interface mounted in panel for operator control of the system. 1.4 RELATED SECTIONS A. 17000—Control System 1.5 SYSTEM DESCRIPTION S12B26 REV 4 07-01-2014 100% SUBMITTAL 17100-1 PACE ENGINEERING/ CITY OF KENT SECTION 17100 JAMES STREET PUMP STATION PLC OPERATION PROGRAMMING 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, but only when the generator is not running. The system shall alternate the lead pump to minimized pump wear. 2. The Auto Pump control shall be of a lead/lag pump type, using Milltronics level sensor to control the pump startup and shutdown and control the pump speed. The system shall alternate the lead pump to minimized pump wear. 3. The Backup Pump control shall be of a lead/lag pump type, using floats and a pump alternator to control the pump startup and shutdown on a level sensor failure or PLC failure. The pump speed during a failure shall be controlled by a pre-determined hardwired speed set-point to the Drive that is only active during this failure. The system shall alternate the lead pump, even in this backup mode to minimize pump wear. B. Critical alarms will be programmed in the main PLC to be read by the telemetry system using the radio communications link. C. The PLC shall be programmed for the equipment operations of all of the station control, monitoring, and alarm functions. D. The "head end" headquarters SCADA computer located at the City of Kent HQ will be programmed by the City, under this contract. This system will read all required information from the PLC using the radio communications link. 1.6 DELIVERY, STORAGE AND HANDLING A. Provide an EXCEL spreadsheet memory map 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. The control systems integrator and the OWNER shall work together to create this document and revise it together until it is viable for programming and both parties agree upon it's content and underlined functionality. B. After installation, provide two sets of system documentation for each PLC. Include component hardware and software manuals for approval by the Control Systems Engineer. C. 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. S12B26 REV 4 07-01-2014 100% S UBMITTAL 17100-2 r PACE ENGINEERING/ CITY OF KENT SECTION 17100 JAMES STREET PUMP STATION PLC OPERATION PROGRAMMING C. Contractor may retain a copy of all programming and configuration files created for unrestricted use. 1.8 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. I PART 2 GENERAL PROGRAMMING REQUIREMENTS 2.1 LOCAL CONTROLS A. The drive shall be provided with HOA switch. With this switch in HAND, the drive will run. With the switch in AUTO, the equipment is controlled automatically. B. A "Drive Fault" indicator lamp shall be provided for each drive. This indicator lamp will be controlled directly by the drive and shall be used only for local indication of various drive failures. These failures will be displayed on the drive HMI Display. All other failures, check valve failure and other faults that could shutdown the drive are displayed on the HMI Display. C. A "Drive Running" indicator lamp shall be provided for each drive. This indicator lamp will be controlled directly by the drive and shall be used only for local indication of the drive running. All other drive status, are displayed on the HMI Display. D. The Wet Well Level will be read by a Siemens HydroRanger level sensor will be monitored by the PLC and be used to control the pump startup and shutdown and control the pump speed during normal operation. E. An Operator Trouble PB will be monitored by the PLC and alarms will be programmed in the main PLC to be displayed on the HMI and be read by the SCADA system using the radio communications link. F. Flow Control Valve full open, full close and remote— local switches will be monitored by the PLC and alarms will be programmed in the main PLC to be displayed on the HMI and be read by the SCADA system using the radio communications link. S12B26 REV 4 07-01-2014 100°I° SUBMITTAL 17100-3 PACE ENGINEERING/ CITY OF KENT SECTION 17100 JAMES STREET PUMP STATION PLC OPERATION PROGRAMMING G. Check Valve full close switches will be monitored by the PLC and alarms will be programmed in the main PLC to be displayed on the HMI and be read by the SCADA system using the radio communications link. 2.2 AUTOMATIC CONTROLS A. The pumps will operate in a lead/lag alternating mode through the PLC based on the level within the wet well from the transducer. The pump drives will start and stop using the level set points in the PLC set from the HMI. The pump speed will be set using an analog output from the PLC to each drive. B. There are two problems that can cause the pumps to switch from PLC auto control to float backup control. The first is a failure of the PLC itself and the second is a failure of the Siemens HydroRanger level transducer. C. Should the PLC fail the pumps will switch to float control mode. The SCADA system will get a communication failure alarm but will not be able to read the status/alarm information from the PLC. D. Should the Siemens HydroRanger level transducer fail the pumps will switch to float control mode. The SCADA system will get an alarm for this failure. E. Both of these failures will cause the pumps will switch to float control mode which will operate the pumps in a lead/lag alternating mode. The pump drives will start and stop using the float control relays. The pump speed will be a fixed speed set at each drive. F. Local pump drive controls in the pump enclosure will include a HOA switch that is hardwired to the drive. When the HOA selector switch is switched from OFF to HAND the drive will start, if it is not faulted and has power available. The drive will run a fixed speed that will beset at the drive. If the pump is switched from OFF to AUTO the drive will be controlled by the PLC using well level control or the Backup level control mode depending on the status of the PLC and the well level transducer. In the Auto mode if the wet well low low level float is not under water this will stop the pumps from running. G. The PLC will also to control the position of the 24 inch flow control valve. The valve will have an CLOSE —AUTO —OPEN switch at the PLC with a LOCAL— REMOTE and a CLOSE— OPEN selector located on the valve itself. The valve is also equipped with a hand wheel to open or close the valve manually. H. Normal operation would be to leave the east 24 inch flow control valve open 100%. With any pumps running, 1 or both, when the wet will level rises to the level where the pump speed would be 100%, the east basin 24 inch flow control valve would start to close the keep the wet well level at a given set point above the pump max speed set point. This would be the same if the generator was running and one pump was running. The valve will close if both the site power and generator fails. The valve will S12B26 REV 4 07-01-2014 100% SUBMITTAL 17100-4 PACE ENGINEERING / CITY OF KENT SECTION 17100 JAMES STREET PUMP STATION PLC OPERATION PROGRAMMING close if the PLC or Siemens HydroRanger level transducer fails. This valve will also have a UPS to power the valve closed on a power failure. 2.3 SCADA CONTROLS A. The SCADA operator can monitor all available data in the PLC programmed to be read by the SCADA system using the radio communications link. Pump No.1 Alarms and Status. • Selector in Hand • Selector in Off • Selector in Auto • Drive Called to Run • Drive Running • Drive Faulted • Drive Failed to Run • Drive Power or Phase Failure • Check Valve position Fault • Drive speed Reference • Drive speed Feed Back • Drive Current/Amps Future Profibus Pump No.2 Alarms and Status. • Selector in Hand • Selector in Off • Selector in Auto • Drive Called to Run • Drive Running Drive Faulted • Drive Failed to Run • Drive Power or Phase Failure • Check Valve position Fault • Drive speed Reference • Drive speed Feed Back • Drive Current/Amps Future Profibus FCV-24 Alarms and Status • System Selector in Hand • System Selector in Off • System Selector in Auto • Valve Selector in Local • Valve Selector in Remote • Call to Open from. PLC • Call to Close from PLC • Full Open position • Full Close position • Call to Open from Operator • Call to Close from Operator S 12B26 REV 4 07-01-2014 100% SUBMITTAL 17100-5 PACE ENGINEERING / CITY OF KENT SECTION 17100 JAMES STREET PUMP STATION PLC OPERATION PROGRAMMING • Valve Reference Position • Valve Feed Back Position • Valve UPS Failure • Valve Vault Flood Alarm • Valve Vault Intrusion Alarm Back Up Float Control Alarms and Status • Lead pump Float • Lag pump Float • All pumps Off Float • Wet Well High Level Float • Wet Well Low Level Float Motion Sensor Alarms • Sensor No.1 • Sensor No.2 • Sensor No.3 • Sensor No.4 Generator & Transfer Switch Alarms and Status • Generator Running • Generator Fuel Low • Generator Fail or Fault • Generator Control Panel Not in Auto or Ready • Generator Trouble • Generator Battery Low • Transfer Switch In Utility Position System Alarms and Values • Wet Well Intrusion • Valve Vault Intrusion • Valve Vault Flooded • Generator Intrusion • All Enclosure Intrusion • Operator in Trouble • PLC Fail • Siemens HydroRanger Level sensor Fail • Control System UPS Failure • Control System UPS Battery Failure • Control System Power Failure • Recirculation Valve Not Closed • Float Status Fault • Valve Ref Position and Feed Back Fault • Pump No.1 Reference Speed and Feed Back Speed Fault • Pump No.2 Reference Speed and Feed Back Speed Fault • Valve Ref Position • Level Transducer • Flow Meter Flow 2.4 MONITORING S 12B26 REV 4 07-01-2014 100% SUBMITTAL 17100-6 PACE ENGINEERING / CITY OF KENT SECTION 17100 JAMES STREET PUMP STATION PLC OPERATION PROGRAMMING 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. I B. All equipment will have calculated run times and accumulated number of starts monitored by the PLC. C. All Equipment is monitored for running and fault conditions by monitoring the motor starter, soft start or AC drive. D. Pump overload conditions will be monitored via the VFD. E. Any equipment that cycle's on and off (i.e. Pumps for level control) shall have a cumulative start counter and run time associated with each device. F. Each Pump Check Valve closed position shall be monitored by the PLC. G. The Butterfly Recirculation Valve closed position will be monitored by the PLC. H. The generator status values shall be monitored by the PLC as defined above in 2.3A. I. Automatic Transfer Switch —The position of the ATS shall be monitored by the PLC. 1. Automatic Transfer Switch in Utility position as defined above in 2.3A. J. UPS—The PLC will monitor the following status values from the UPS 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 hatch to the wet well and valve vault. These shall be part of the Control System Integrator's supplied package. 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. 2.5 ALARMING A. General S12B26 REV 4 07-01-2014 I00%a SUBMITTAL 17100-7 PACE ENGINEERING/ CITY OF KENT SECTION 17100 JAMES STREET PUMP STATION PLC OPERATION PROGRAMMING 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 City of Kent alarming scheme at similar locations. B. PLC 1. Provide alarms for any PLC trouble to the SCADA system. C. Power Fail 1. The pump drive feeds are monitored for power or phase failure. 2. The Generator is monitored for several failure conditions. 3. The ATS switch is monitored for position not in Utility. 4. The control system UPS is monitor for battery low and loss of line power. D. Equipment 1. All equipment with local HOA switches and RUNNING feedback is monitored in both HAND and AUTO for fail to run when called. E. Video Surveillance 1. Each video camera location will have a separate motion sensor mounted directly below it that will be connected to the PLC. This alarm contact will close when the motion sensor detects motion in the area. The PLC will monitor: The state of the alarm contact and the number of contact closures over a preset interval. The sensor must be adjusted by the Security Contractor who shall work with the Control Systems Integrator to minimize false alarms. 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. 3. The interval and number of alarm contact closures preset value shall be adjustable from SCADA and the HMI. PART 3 PLC/OI/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. S12B26 REV 4 07-01-2014 100% SUBMITTAL 17100-8 f i PACE ENGINEERING/ CITY OF KENT SECTION 17100 JAMES STREET PUMP STATION PLC OPERATION PROGRAMMING 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 Set Points 1. Operator adjustable set points 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 set points 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 setpoint and acceptable range and submit this to the Owner for review of the proposed set points and acceptable ranges PART 4 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 1. The Lead/Lag Start and All Stop set points are set by the operator on the HMI display. 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 PLC control system. b. With the pump off command 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. S12B26 REV 4 07-01-2014 100% SUBMITTAL 17100-9 PACE ENGINEERING / CITY OF KENT SECTION 17100 JAMES STREET PUMP STATION PLC OPERATION PROGRAMMING C. Monitoring 1. Equipment run and fail status 2. HOA position status 3. Check valve status 4. Accumulated pump run minutes (resolution of 1/10 minute) 5. Accumulated pump starts D. Alarming 1. Equipment fail (fail, overload, called to run and no run feedback, check valve failure) 2. High float level and low float level 3. Control and VFD Panel Intrusion 4. Valve Vault and Wet Well Intrusion 5. Generator Panel Intrusion 6. Power Failure 7. Site surveillance motion from motion sensors. 4.2 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 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. Installed System Testing 1. All functions of the software shall be performance tested by the programmer with the assistance of the general, electrical, and security 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 f. The security and surveillance equipment meets the Control Engineer's and Owner's Supply and Functional Requirements. 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. S12B26 REV 4 07-01-2014 100% SUBMITTAL 17100-10 PACE ENGINEERING/ CITY OF KENT SECTION 17100 JAMES STREET PUMP STATION PLC OPERATION PROGRAMMING B. Special Performance and Testing Requirements 1. Power Failure Tests: 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. 4.6 O&M MANUAL A. Provide an O&M manual 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 setpoints and their enterable range. END OF SECTION 17100 I III S12B26 REV 4 07-01-2014 100% SUBMITTAL 17100-11 PACE ENGINEERS/ CITY OF KENT SECTION 17440 JAMES STREET PUMP STATION INSTRUMENTATION SECTION 17440 — INSTRUMENTATION FOR PROCESS CONTROL REQUIREMENTS PART1 GENERAL 1.1 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 17000 — Control System Basic Requirements. 2. 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. S5.1 , 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. S12B26 REV 4 07-01-2014 100% SUBMITTAL 17440-1 PACE ENGINEERS/ CITY OF KENT SECTION 17440 JAMES STREET PUMP STATION INSTRUMENTATION 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: 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. 1 .3 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. 1.4 SYSTEM DESCRIPTION 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: S12B26 REV 4 07-01-2014 100% SUBMITTAL 17440-2 PACE ENGINEERS/ CITY OF KENT SECTION 17440 JAMES STREET PUMP STATION INSTRUMENTATION 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. 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: 1 1x1 7 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. S12B26 REV 4 07-01-2014 100% SUBMITTAL 17440-3 PACE ENGINEERS/ CITY OF KENT SECTION 17440 JAMES STREET PUMP STATION INSTRUMENTATION 5. Panel fabrication drawings and nameplates. 6. PLC equipment drawings. 7. PLC Programs. a) Submittal will include computer CD containing all PLC programs organized in logical file along with hard copies (printouts) for all j 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 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 81/2 x 11 IN. b. Paper: 20 lb. Minimum, white, for typed pages. c. Text: manufacturer's printed data or neatly typed. d. Drawings: 1. Provide reinforced punched binder tab, bind in with text. 2. 11 x 17 folded to 81/2 x 11 for working copies and E size for submittal copies. 3. Where reduction is impractical, fold and place in 81/2 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. S12B26 REV 4 07-01-2014 100% SUBMTT'1'AL 17440-4 PACE ENGINEERS / CITY OF KENT SECTION 17440 JAMES STREET PUMP STATION INSTRUMENTATION 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. 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. S12B26 REV 4 07-01-2014 100% SUBMITTAL 17440-5 PACE ENGINEERS/ CITY OF KENT SECTION 17440 JAMES STREET PUMP STATION INSTRUMENTATION 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. 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. 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 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. S12B26 REV 4 07-01-2014 100% SUBMITTAL 17440-6 PACE ENGINEERS / CITY OF KENT SECTION 17440 JAMES STREET PUMP STATION INSTRUMENTATION 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: Setpoint 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 1.0 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. 2.2 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 3.1 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. S12B26 REV 4 07-01-2014 100%SUBMITTAL 17440-7 PACE ENGINEERS/ CITY OF KENT SECTION 17440 TAMES STREET PUMP STATION INSTRUMENTATION D. Instrument Mounting: 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. 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. 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. S12B26 REV 4 07-01-2014 100% SUBMITTAL 17440-8 PACE ENGINEERS / CITY OF KENT SECTION 17440 JAMES STREET PUMP STATION INSTRUMENTATION 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. D. Provide verification of system assembly, power, ground, and I/O tests. E. Verify existence and measure adequacy of all grounds required for instrumentation and controls. PART 4 LEVEL SWITCHES 4.1 LEVEL SWITCH — FLOAT TYPE A. General: Level switch shall use the movement of a float, 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. S12B26 REV 4 07-01-2014 100% SUBMITTAL 17440-9 PACE ENGINEERS/ CITY OF KENT SECTION 17440 JAMES STREET 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 with weights and cord grips 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. Switches shall be provided by the controls systems integrator and installed by the electrical contractor. L. The Float Switch for the valve vault flood signal shall be a Gems LS-270 or approved equal. Switch shall be provided by the controls systems integrator and installed by the electrical contractor. 4.2 ULTRASONIC LEVEL TRANSDUCER-MEASUREMENT SYSTEM A. General: 1. The system shall measure distance. 2. The system shall communicate to external devices via industry standard two-wire, 4-20 mA protocol. B. Service Conditions: S12B26 REV 4 07-01-2014 100% SUBMITTAL 17440-10 PACE ENGINEERS / CITY OF KENT SECTION 17440 JAMES STREET PUMP STATION INSTRUMENTATION 1 . Location —Transducer: a. Transducer sensor head shall be installed within the wet well as shown on drawings. Transducer instrument shall be mounted in the control enclosure. b. NEC Area Electrical Classification: Class I, Division 1, Group D. c. Provide continuous length of cable between transducer sensing head and the instrument enclosure and PLC. (100ft) c. Transducer: 1 . Measuring Range: 0 to 30 Feet. 2. Operating Temperature Range: Minus 5 degrees C to plus 70 degrees C. D. Manufacturer and Type: 1 . Transducer: Instrumentation MultiRanger 100. — no equal. 2. Transducer Mounting: Factory supplied mounting bracket. 4.3 INTRUSION SWITCHES FOR WET WELL AND VALVE VAULT A. General: 1 . A switch will be required for each possible ingress point to the wet well and valve vault. 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. 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 8011C without the presence of freezing moisture or water. c. Manufacturer and Type: Allen Bradley 802M or equivalent. S12B26 REV 4 07-01-2014 100% SUBMITTAL 17440-11 PACE ENGINEERS/ CITY OF KENT SECTION 17440 JAMES STREET PUMP STATION INSTRUMENTATION 4.4 OPERATOR IN TROUBLE SWITCH A. General: 1 . A single momentary pushbutton switch shall be provided in a suitable enclosure that may be post-mounted in the pump area. 2. The enclosure and switch combination shall be rated 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 S12B26 REV 4 07-01-2014 100% SUBMITTAL 17440-12 PACE ENGINEERS/ CITY OF KENT SECTION 17440 JAMES STREET PUMP STATION INSTRUMENTATION 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 1 . 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 - 5Watt d. RF Output Impedance 1. 50 ohms 4. Power a. Power Connector on Unit 1. 10to16VDC b. Receive 1 . < 220 ma @ 13.3 VDC c. Transmit S12B26 REV 4 07-01-2014 100% SUBMITTAL 17440-13 I PACE ENGINEERS/ CITY OF KENT SECTION 17440 JAMES STREET PUMP STATION INSTRUMENTATION 1 . < 2.6 A @ 13.3 VDC 5. Case a. Dimensions 1 . 2.0 in. H x 4.5 in. W x 4.8 in. L 6. Other a. Warranty 1 . 1 Year b. Temperature Range 1 . -30°to +60°C c. Humidity 1. 95% Non-condensing d. FCC Type Acceptance 1. EOTMCUB5R e. Industry Canada Type Acceptance 1 . 773195561A PART 6 CAMERAS AND SURVEILLANCE SYSTEMS 6.1 THE CAMERAS AND SURVEILLANCE SYSTEM SHALL BE PROVIDED AND INSTALLED PER SPECIFICATION SECTION 16800 END OF SECTION 17440 S12B26 REV 4 07-01-2014 100% SUBMITTAL 17440-14 PACE ENGINEERS/ CITY OF KENT SECTION 17910 LAMES STREET PUMP STATION PLC 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: 1 . National Electrical Manufacturer's Association (NEMA): a. ICS 1 , General Standards for Industrial Control and Systems. b. ICS 1.1, 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) 1 .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. B. Performance Requirements SI2B26 REV 4 07-01-2014 100% SUBMITTAL 17910-1 PACE ENGINEERS/ CITY OF KENT SECTION 17910 JAMES STREET PUMP STATION PLC HARDWARE 1 . The installed system performs the functional and operational algorithms required for control of the process. 1.5 SUBMITTALS 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. 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 1/0 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 PRODUCTS 2.1 MANUFACTURERS A. Subject to compliance with the requirements, provide products by the following manufacturers: S 12B26 REV 4 07-01-2014 100%n SUBMITTAL 17910-2 PACE ENGINEERS/ CITY OF KENT SECTION 17910 JAMES STREET PUMP STATION PLC HARDWARE 1 . Siemens S7-300 series. (No Substitutions) 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. 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 trains. 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. S12B26 REV 4 07-01-2014 100% SUBMITTAL 17910-3 PACE ENGINEERS/ CITY OF KENT SECTION 17910 JAMES STREET PUMP STATION PLC HARDWARE 5. 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 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): S12B26 REV 4 07-01-2014 100% SUBMITTAL 17910-4 PACE ENGINEERS / CITY OF KENT SECTION 17910 JAMES STREET PUMP STATION PLC HARDWARE 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 I/O 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. S12B26 REV 4 07-01-2014 100% SUBMITTAL 17910-5 PACE ENGINEERS / CITY OF KENT SECTION 17910 TAMES STREET 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 affecting normal operation of processor and 1/0 modules. 3. Provide an uninterruptible power supply (UPS) for each control system 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. ETHERNETSWITCH 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. S12B26 REV 4 07-01-2014 100% SUBMITTAL 17910-6 PACE ENGINEERS / CITY OF KENT SECTION 17910 JAMES STREET PUMP STATION PLC HARDWARE f. Relay outputs shall be provided to signal loss of line power and battery low conditions. g. Approved Manufacturers: 1 . Sola SDU850 UPS - no equivalent. F. PLC System Enclosure: 1 . The PLC System is mounted in the control panel as shown on the drawings. 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. 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. S 12B26 REV 4 07-01-2014 100%n SUBMITTAL 17910-7 PACE ENGINEERS/ CITY OF KENT SECTION 17910 JAMES STREET PUMP STATION PLC HARDWARE 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. 2.6 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. 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 A. Install PLC control system in accordance with manufacturer's written instructions. B. Test, verify and demonstrate access to and functionality of PLC system. 3.2 FIELD QUALITY CONTROL S12B26 REV 4 07-01-2014 100% SUBMITTAL 17910-8 PACE ENGINEERS/ CITY OF KENT SECTION 17910 JAMES STREET PUMP STATION PLC HARDWARE 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. 5. 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." B. 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 S12B26 REV 4 07-01-2014 100% SUBMITTAL 17910-9 PACE ENGINEERING/ CITY OF KENT SECTION 17920 JAMES STREET PUMP STATION PLC PROGRAMMING DOCUMENTATION SECTION 17920 — PROGRAMMABLE LOGIC CONTROLLER: PROGRAMMING PART GENERAL j 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: 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. S12B26 REV 4 07-01-2014 100% SUBMITTAL 17920-1 PACE ENGINEERING/ CITY OF KENT SECTION 17920 JAMES STREET PUMP STATION PLC PROGRAMMING DOCUMENTATION 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 "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: 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, coil, 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. b) Include information for obtaining assistance from the programmer. c) 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 S12B26 REV 4 07-01-2014 100% SUBMITTAL 17920-2 PACE ENGINEERING/ CITY OF KENT SECTION 17920 JAMES STREET PUMP STATION PLC PROGRAMMING DOCUMENTATION under the new control system, while maintaining operation of other parts of the facility under construction. PART 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 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. 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. S 12B26 REV 4 07-01-2014 100% SUBMITTAL 17920-3 PACE ENGINEERING/ CITY OF KENT SECTION 17920 JAMES STREET PUMP STATION PLC PROGRAMMING DOCUMENTATION 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 3 EXECUTION 3.1 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: 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: S12B26 REV 4 07-01-2014 100% SUBMITTAL 17920-4 PACE ENGINEERING/ CITY OF KENT SECTION 17920 TAMES STREET PUMP STATION PLC PROGRAMMING DOCUMENTATION 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. Assign or 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 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 S12B26 REV 4 07-01-2014 100% SUBMITTAL 17920-5 PACE ENGINEERING/ CITY OF KENT SECTION 17920 JAMES STREET PUMP STATION PLC PROGRAMMING DOCUMENTATION given by its restart stage. Data from the UPS shall be used to indicate power failures. 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 primary/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 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. Not used on this Project. E. Level Alarms 1. Program level alarms for the following: a. Wet well High level float b. Wet well Low level float c. Level Transmitter Digital Hi and Low Alarms as required. 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 I/O 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 HMI (Section 17930). S12B26 REV 4 07-01-2014 100% SUBMITTAL 17920-6 i PACE ENGINEERING/ CITY OF KENT SECTION 1792G JAMES STREET PUMP STATION PLC PROGRAMMING DOCUMENTATION 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. Initial 2-day training session at the time of startup if requested by the owner. END OF SECTION 17920 S12B26 REV 4 07-01-2014 100% SUBMITTAL 17920-7 PACE ENGINEERING / CITY OF KENT SECTION 17930 JAMES STREET PUMP STATION OPERATOR (HMI) INTERFACE SECTION 17930 - OPERATOR INTERFACES PART GENERAL An operator interface (HMI) unit shall be provided. Unit will be mounted to the swing- out panel located inside the Telemetry panel. PART 2 HARDWARE 2.1 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. 2.3 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 mounted vertically. 2.5 POWER SUPPLY A. 24 VDC operation, 1 .3A typical current draw, 1 .8A maximum constant current. B. Permissible voltage range: 19.2 - 28.8 VDC. 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 OAA01 2AXO - no equivalent. PART 3 SOFTWARE The system integrator shall supply operator interface (HMI) configuration software. Software should be capable of running in Windows XP virtual or a Windows 7 machine environment. Software shall be Siemens SIMATIC WinCC Flexible ES. Software and License shall be delivered to Owner at time of panel delivery. PART 4 PROGRAMMING 4.1 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. S12B26 REV 4 07-01-2013 100% SUBMITTAL 17930-1 PACE ENGINEERING/ CITY OF KENT SECTION 17930 JAMES STREET PUMP STATION OPERATOR (HMI) INTERFACE 4.2 EQUIPMENT STATUS A. All equipment status monitored by the PLC as well as SCADA 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 may be acknowledged using the operator interface. c. All alarm delay periods shall be capable of being set using the operator interface. 4.4 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. Motion sensor detection delay set points shall be capable of being set using the operator interface. 4.5 PUMP CONTROL A. Provision for control of pumps from the HMI will be provided. To including wet well level set points for starting the lead and lag pumps and stopping of all pumps. To including the current status of each drive. 4.6 VALVE CONTROL A. Provision for control of flow control valve from the HMI will be provided. To including wet well level set points for opening and closing of the valve. 4.7 STATUS EQUIPMENT SCREEN A. Provision for monitoring the status of the wet well level transmitter and float positions and the station discharge flow meter. END OF SECTION 17930 S12B26 REV 4 07-01-2013 100% SUBMITTAL 17930-2 PACE ENGINEERING / CITY OF KENT SECTION 17999 JAMES STREET PUMP STATION ITEM LIST SECTION 17999 — ITEM LIST PART1 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 QTY Description 5 IP Camera (4 HD Box Type, 1 HD Panoramic Dome Enclosure Type) 4 Enclosure, Camera' 4 Camera Sun Shade, Enclosure' 4 Camera Heater, Blower, Defroster Unit, Enclosure' 1 Ceiling Mount, Enclosure, Medium Duty' 4_' Pole Mount, Enclosure, Medium Duty' 4 Mounting Hardware, Tamper-Proof 1 Antenna, Telemetry (see specification) 1 Operator In Trouble pushbutton w/ enclosure and cover 1 Valve Vault Flooded Float Switch 1 Valve Vault Intrusion Explosion Proof Limit Switch 1 Well Intrusion Explosion Proof Limit Switch 1 Mounting hardware,antenna,pole-mount, tamperproof 100ft Cable,RF, Antenna (est. qty) 5 Float switch, see specification ft Float switch cable length as required 3 Control enclosure intrusion switch, NC,(one switch per monitored door) 1 Intrusion switch, NC, Generator Set (one switch per monitored door) 1 Siemens HydroRanger 200 level transducer transmitter 1 Siemens XPS-15 level transducer sensor head ' — item is not considered part of the PLC or Pump control panel and is subject too en bidding S12B26 REV 4 07-01-2014 100% SUBMITTAL, 17999-1 PACE ENGINEERING/ CITY OF KENT SECTION 17999 JAMES STREET PUMP STATION ITEM LIST PLC / TELEMETRY PANEL OTY Description 1 Hoffman Free Standing Enclosure, 72"Hx36°Wx18"D 1 Swing Out Panel 1 PLC, SIEMENS, S7-300 with Profibus Communications 1 PLC, Ethernet Communications Card 1 PLC, RS-232 Communications Card 48 PLC, Digital input 16 PLC, Digital output 8 PLC, Analog input, 4-20ma 4 PLC, Analog output, 4-20ma 1 Digital Video Recorder'j` 1 Advantech Touch Screen (For connection to the NVR) 2 Switch, Ethernet, 8 port, 2 Ethernet, POE adapter 1 48 VDC Power supply for PoE 1 Radio, Telemetry (see;specification) 1 Power Supply, 12VDC, Radio 1 Power Supply, 24VDC, Control 1 Lightning Arrestor, Telemetry Radio 1 Cable, Telemetry Radio to PLC, RS-232 2 Patch Cord, Ethernet, CAT6e 1 Patch Panel, Camera Ethernet Connections 1 Surge Suppressor 2 Receptacle single, 120VAC 1 Receptacle duplex, 120VAC 1 Circuit Breaker, single-phase, 20A, 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, 5A, Telemetry Radio Power Supply 1 Circuit Breaker,single-phase, 5A, 24VDC Power Supply 1 Circuit Breaker, single-phase, 3A, IP Camera Heaters/Blowers 1 Circuit Breaker, single-phase, 5A, Ethernet Switch Power Supply 1 Circuit Breaker, single-phase, 3A, Siemens HMI 1 Fuse Holder and Fuse, 2A, Radio Power Supply output 1 Fuse Holder and Fuse, 5A, 24VDC power Supply output 1 Fuse Holder and Fuse;2A, PLC Digital inputs 12 Fuse Holder and Fuse, 1/4A, PLC Analog inputs and outputs 0 Fuse Holder and Fuse, 1 A, Analog Intrinsic barrier 1 fuse Holder and Fuse, 1 A, Spare 1 Fuse Holder and Fuse, 2A, Radio Power Supply output S12B26 REV 4 07-01-2014 100% SUBMITTAL 17999-2 PACE ENGINEERING/ CITY OF KENT SECTION 17999 JAMES STREET PUMP STATION ITEM LIST 1 Fuse Holder and Fuse, 2A, Ethernet Switch Power supply output 16 Control Relay, 24V 0 Intrinsic Barrier, Analog 3 Intrinsic Barrier, Digital, 2 channel 2 Ground Bar 3 Intrinsic Safety Relay 1 Heater, Forced Air 1 Breather Vent 1 Switch, NC,Panel Intrusion 1 Enclosure, floor mount, w/ back pan and swing-out panel 1 Siemens MP377 Color touchscreen HMI` 1 Sola 850VA'UPS with dry relay contact output module As Req; Engraved Nameplates As Req. Terminal Blocks ' — item is not considered part of the PLC or Pump control panel and is subject to open bidding PUMP CONTROL`'PANEL —ITWO PANELS REQUIRED QTY Description 1 Hoffman Free Standing Enclosure, 72"Hx36"Wx18°D 1 Swing Out Panel 2 Ventilation Hood 2 Ventilation'Fan and Grill Kit 1 400amp 3phase Fused Disconnect Switch 6 ` Fuse Holders as shown on drawings 9 Fuses as shown on drawings 1 Switch, 3 position, HOA 1 Indicator, Green, w/push to test 1 Indicator, Red, w/push to test i Thermostat, ventilation fan 1 AC Drive,200HP, 480V 3-phase 1 Power distribution black 9 Fuses as shown on drawings 1 Heater, Forced air with integral thermostat 1 Switch;NC panel intrusion 1 Relay, Phase Fail As Req. Engraved nameplates As Req. Terminal Blocks ' - item is not considered part of the:PLC or Pump control panel and is subject to open bidding - END OF SECTION 17999 - S12B26 REV 4 07-01-2014 100% SUBMITTAS_ 17999-3 I 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, WATER 3-22 Typical Pipe Trench SEWER 4-1 Manhole Type 1 48" & 54" 4-2 Special Shallow Manhole 4-3 Standard Manhole Frame and Locking Cover 4-5M Manhole Grade Ring, Safety Steps & Ladder STORM 5-1 M Catch Basin Type I 5-2M Catch Basin Type 11 5-3 Misc. Details for Drainage Structures 5-4M 18" x 24" Catch Basin Frame 5-5M 18" x 24" Vaned Grate 5-10 Round Solid Catch Basin Frame and Cover STREET 6-3 Principal Arterial 5 Lane Section and Minor Arterial Street 6-33M Cement Concrete Curbs 6-34M Curb and Sidewalk Joints 6-35M Expansion and Contraction Joints 6-42 Residential Cement Concrete Driveway Approach 6-65 Flexible Pavement Patching Longitudinal Cut 6-72 Standard Monument Case and Cover 6-73 Typical RPM Lane Markings 6-74 Typical Thermoplastic Lane Markings 6-75M Plastic Crosswalk Markings James St Pump Station/Inouye A - 2 January 20, 2016 Project Number: 10-3009 PAVEMENT REST'ORNRON PER STANDARD PLANS 6.64 THRU 6-68 SURFACE RESTORATION AS SAWCUT(TYP.) '-"EXIST,PAVEMENT SURFACE II / SPECIFIED ON APPROVED PLANS f "GRAVEL BORROW"PER WSDO75TD. \ SPEC.9-03.14 OR SUITABLE EXCAVATED SEE STANDARD PLAN 6-64 TO MATERIAL,COMPACT TO 90%OF MAX. DENSITY. \ STANDARD PLAN 6.68 FOR TRENCH RESTORATION UNDER \j/.. PAVEMENTS. C i / 12"MIN. BENCH AS NEEDED FOR "BEDDING MATERIAL FOR RIGID PIPE"PER WSDOT STD SHORING OR TRENCH BOX (TYP,)WHEN DEPTH 15 4 FT, SPEC 9.03.15 OR SUITABLE EXCAVATED MATERIAL. AND GREATER. i PIPE i 4°MIN, SEE NOTE UNPAVED AREAS PAVED AREAS NOTE: MAXIMUM WIDTH OF TRENCH AT TOP OF PIPE *30"FOR PIPE UP TO AND INCLUDING 12"NOMINAL DIAMETER. *O.D.PLUS 16"FOR PIPE LARGER THAN 12"NOMINAL DIAMETER. NOTE:THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT �QSE.Pxj AN ELECTRONIC DUPLICATE THE ORIGINAL,SIGNED BY THE OF WAS&/ �' ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT THE CITY OF KENT.A COPY MAY BE OBTAINED UPON REQUEST. z CITY OF KENT ENGINEERINO DEPARI'MENT t�j A �FCrs 93 w� o�o� TYPICAL PIPE TRENCH DO�.. ' ONAL �-NG\� oRnwHeu._ _.w— SC AU "-L4—"E--- stwomo Pw CNECKi:U pATE Z_n n APPkpV�U �� J LL i MANHOLE FRAME AND LOCKING COVER(SEE STANDARD PLAN 4.3 OR 4-4) ADJUSTMENT GRADE RINGS(SEE STANDARD PLAN 4.5) (I-EVELING u BRICKS MAY BE USED ON TOP RING) ¢ ?� rl=3/8"GROUT,INSIDE,OUTSIDE AND IN BETWEEN GRADE RINGS N �� a" 24 HANOHOLD(TYP.)-(SEE STANDARD PLAN 4-5) * FOR SEPARATE — PRECAST CONE(ECCENTRIC UNLESS OTHERWISE SPECIFIED) CAST IN PLACE n ONLY , E L DROP RUNG SAFETY STEPS(SEE STANDARD PLAN 4-5) PRECAST 48"OR 54" RISER SECTIONS.GROUT SECTION JOINTS AND PICKHOLES(TYP) '. i , ''.. LADDER(SEE STANDARD PLAN 4-5) ',. SLOP£=2%(TYP.) E j CONSTRUCT IN FIELD CHANNEL&SHELF TO THE CROWN OF x THE PIPE '.. REINFORCING STEEL(FOR PRECAST BASE WITH INTEGRAL RISER)0.15 SQ,. IN./FT.IN EACH DIRECTION FOR 48"DIA 0.19 SQ.IN./FT,IN EACH x MORTAR--- 4 DIRECTION FOR 54 DIA. FILLET ( € .� I t t 48"0-6" PRECAST BASE W1 INTEGRAL RISER 54"(d-8" --m; ,✓ GRAVEL BACKFILL FOR PIPE BEDDING,6"MIN.COMPACTED DEPTH.FOR PRECAST BASES ONLY SEPARATE CAST IN PLACE OR ---REINFORCING ST EEL(FOR SEPARATE BASE ONLY)0.23 SQ.IN./FT,IN EACH DIRECTION FOR 48"CIA SEPARATE PRECAST BASE 0,19 SQ,IN./FT.1N EACH DIRECTION FOR 54"DIA, "0"RING DESIGN ASSUMPTIONS HEIGHT: W TO 12;SOIL BEARING VALUE EQUALS 3300#/FT, (MIN.)HEIGHT:OVER 12'TO 25'; SOIL BEARING VALUE EQUALS 3800*/FT. (MIN.) PRECAST BASE JOINT NOTES. 1. MANHOLES TO BE CONSTRUCTED IN ACCORDANCE WI AASHTO M-199& 5. ALL BASE REINFORCING STEEL SHALL HAVE A MIN.YIELD STRENGTH (ASTM C 47B)UNLESS OTHERWISE SHOWN ON PLANS OR NOTED IN THE OF 60,000 PSI&BE PLACED IN THE UPPER HALF OFTHE BASE WITH WSDOT STD.SPECS, 1"MIN.CLEARANCE, 2. PRECAST BASES SHALL BE FURNISHED WITH CUTOUTS OR KNOCKOUTS, 6. ALL SANITARY SEWER MANHOLES SHALL BE VACUUM TESTED. KNOCKOUTS.SHALL HAVE A WALL THICKNESS OF 2"MINIMUM. 7. MORTAR 3/8"LINING OUTSIDE,INSIDE,AND IN BETWEEN THE '... 3. KNOCKOUT OR CUTOUT HOLE SIZE IS EQUAL TO PIPE OUTER DIAMETER ADJUSTMENT SECTION TO FORM A SMOOTH WATERTIGHT FINISH. PLUS MANHOLE WALL THICKNESS. MAX. HOLE SIZE IS 36"FOR 48" MANHOLE, 42"FOR 54"MANHOLE.MIN. DISTANCE BETWEEN HOLES IS 8". 8. GROUT ALL MANHOLE SECTION JOINTS AND PICKHOLF-5 OUTSIDE AND INSIDE TO A SMOOTH FINISH. 4. MANHOLE RINGS&COVERS SHALL BE _ IN ACCORDANCE WITH WSDOT NOTE: THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT STANDARD SPECIFICATIONS&MEET BUT AN ELECTRONIC DUPLICATE. THE ORIGINAL,SIGNED BY THE STRENGTH REQUIREMENTS OF THE ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FEDERAL SPECIFICATION RR-F-621D. J OSEPk PILL Al THE CITY OF KENT. A COPY MAY BE OBTAINED UPON MATING SURFACES SHALL BE FINISHED . aF VIA Sys REQUEST, TO ASSURE NON-ROCKING FIT WITH �� � ` HC ANY COVER POSITION. •q �.? I..e 0 CITY O oErKENT rNOINMANHOLE �Fcl1493 � � TYPE 9 48" & 84" �y n ,\ \ D6�cyEp DMW F�W QNy1L �\VG\\ ORA'hM 0B SCALE NONE SThNONiD VLW CHECREO DATE �� .G•. APPROVED �......,.... wa[£flt_-. III jj DROP RUNG SAFETY STEPS 3/8"GROUT,INSIDE,OUTSIDE AND IN BETWEEN �I (SEE STANDARD PLAN 4-5) GRADE RING(SEE STANDARD PLAN 4-5) �V) CASTING(SEE STANDARD PLAN 4.3 OR 4.4) 3„ --ADJUSTMkNT SECTION MIN.4"-MAX. 16" HANDHOLD(TYP.),SEE STANDARD PLAN 4-5 '.. 18"SHORT CONE DROP RUNG SAFETY STEPS(T'P.), SEE STANDARD PLAN 4-5 SLOPE=2%(TYP,) 43"OR 54` CONSTRUCT IN FIELD CHANNEL&SHELF TO THE CROWN OF THE PIPE *MORTAR FILLET" PRECAST BASE W/INTEGRAL RISER ------ GRAVEL BACKFILL FOR PIPE BEDDING,6" MIN, COMPACTED DEPTH,FOR PRECAST BASES ONLY l _ 48"0.6„ *FOR SEPARATE CAST IN - REINFORCING STEEL(FOR PRECAST BASE WITH INTEGRAL PLACE ONLY RISER)0,15 SQ,IN.JFT.IN EACH OIRECTION FOR 48"DIA 0,19 SEPARATE CAST IN PLACE OR SQ.IN,/rT.IN EACH DIRECTION FOR 54"DIA. SEPARATE PRECAST BASE REINFORCING STEEL(FOR SEPARATE ` BASE ONLY)0.23 SQ.IN./Ff.IN EACI4 DIRECTION FOR 48"DIA 0.19 SQ,IN./FT, IN EACH DIRECTION FOR 54"DIA, PRECAST BASE JOINT NOTES: 1. FLATTOPS MUST BE APPROVED BY THE ENGINEER. 2. GROUT ALL MANHOLE SECTION JOINTS AND PICKHOLES OUTSIDE AND INSIDE TO A SMOOTH FINISH. NOTE: THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT AN ELECTRONIC DUPLICATE. THE ORIGINAL,SIGNED BY 3, GROUT FILL RING OR BRICK r,- THE ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON ADJUSTMENTS ON ALL SIDES.THE josE FILE AT THE CITY OF KENT. A COPY MAY BE OBTAINED UPON CASTING IS TO BE SEATED IN GROUT � op WASy/ry ,.q REQUEST. PLACED ON THE RING OR BRICK. CITY OT'' KEN''T 4. MORTAR A 318"LINING OUTSIDE AND " ___,,. ENGINEERING DEPARTMENT INSIDE OF THE ADJUSTMENT SECTION y SPECIAL SHALLOW FORM A SMOOTH t [x 7WATERTIGHT ,CFVNI:T FINISH. ^ ,P 21493 a (Z MANHOLE �.^ FGlsYER� \C- SCALE I- DESIGNED..,,.,,PAIW .-..-.-.. NONE STANDARD PV 8. ALL SANITARY MANHOLES S�7�NAL 4�G oMWN as- - SHALL BE VACUUM UM*"BESTED. eNEckeo DATE APPROVED ' DRILL&TAP: 5/8"-Il UNC - SB (3 @ 1200 ON A 22--1/8" BOLT CIRCLE) �_ 2"RAISED LETTERS B -- RAISED LOGOf LETTERS QO °F '.. FORS/8"-lb UNC-1B S.S. wu�nxcox O 1/2"HEX, HE.CAP SCREWS v ° (3 REQUIRED) 1/2" ° S E W C R 1"PICKHOLE(3 0 120°). 2"RAISED SANITARY "DRAIN"FOR STORM SEWER B A "SEWER"FORR SANITARY SEWER I"HANDLING HOLE(3 26-1(2" PLCS) 25 ft 23/I6"L:. — 3/8"� 34-1/8" NOTES: SECTION A-A SECTION BBB 1. MATERIAL USED SHALL BE CAST GRAY IRON OR DI ASTM A536 CL80-SS-0 FOR RINGS AND DI FOR COVER. '.. 2. SEAT OF COVER&FRAME MACHINED WITH A NON-ROCKING FIT FOR MANHOLE COVERS, 3. MANHOLE COVERS.SHALL BE WATERTIGHT AT THE EDGES. 4. ROUND ALL SHARP CORNERS WHERE POSSIBLE. S. CASTING TO BE SHOT BLASTED AND FREE FROM SURFACE SAND AND SCALE. 6. CASTING TO BE SMOOTH,TRUE TO PATTERN,FREE FROM BLOWHOLES, POROSITY,HARD SPOTS,SHRINK HOLES,WARP,OR ANY OTHER DEFECTS WHICH COULD IMPAIR SERVICEABILITY. 7. ALI.INSTALLATIONS SHALL BE WATERTIGHT. NOTE: THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT AN ELECTRONIC DUPLICATE. TI IE ORIGINAL,SIGNED BY B. COVERS LOCATED IN SIDEWALK SHALL THE ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON UTILIZE AN ALTERNATE NON-SKID SQSEP FILE AT THE CITY OF KENT, A COPY MAY BE OBTAINED UPON PATTERN SEE WSOOT STD.PLAN ��, OF WASy�M :�,q REQUEST. '..,. B-30.70-00. `lil CITY" OF KENT 9.OLYMPIC FOUNDRY PART NO. Z ENGINEERING DEPARTMENT_ 11-2945SET AND EAST IORDAN PRODUCT NO.'S 00370760 AND h7TdT STANDARD MANHOLE 00371S12 ARE THE PRE-APPROVED ,PF 21493 �p �4- w,.n�ixcr°. FRAME AND LOCKING COVER PRODUCTS.ALL OTHERS REQUIRE O, G1 TAR WRITTEN APPROVAL OF THE ENGINEER FS� PaG�� EO AA V, R°Re _ _ srnN°nrt° puR PRIOR TO INSTALLATION. ONA� DR°anwn scn�.e__ SCAL 4„_,3 tears°e° i i i I 1"RADIUS r 3" —� 12"MIN. � Fp*— 12"MIN, � 3.1/2" MIN. �L DROP RUNG 'ea SEE NOTE 4 HANDHOLD MANHOLE STEP 11 R TO MIN, 12"MIN, CENTER CENTER 6 SEE NOTE 4--" �' SEE NOTE 4 MANHOLE STEP 1 °_„j ..,...,.� ...... . .�...,,..,. A ,.e SEE NOTE 5 GALVANIZED DROP RUNG MANHOLE STEP GALVANIZED PREFABRICATED LADDER ' 12" 11 1/2" y t, SEE NOTE 4.,�:9 � . ............................ 9 1/8"FOR STEP *� 6"FOR STEP 6 1/8`FOR HANDHOLD 3"FOR HANDHOLD -113/4"MIN. CENTER TO CENTER ° >•L A a • .P SEE NOTE S POLYPROPYLENE DROP RUNG MANHOLE STEP POLYPROPYLENE PREFABRICATED LADDER NOTES: 1. MANHOLE STEPS CONFORMING TO SEMON R,ASTM C-478.AASHTO M-199 REQUIREMENTS AND REQUIREMENTS OF ASTM D-4101 FOR POLYPROPYLENE AND 5' 24" 5"...f ASTM A-615 FOR 1/2"GRADE 60 DEFORMED REINFORCING BAR FOR POLYPROPYLENE I �..,__...f STEPS,AND ALL WISHA AND OSHA SPECIFICATIONS,ARE ACCEPTABLE PROVIDED f THEY ARE PRE-APPROVED BY THE DIRECTOR OF PUBLIC WORKS. _ v , 2. PREFABRICATED LADDERS ARE TO BE#7 GALVANIZED SMOOTH STEEL. —�- �— I"CLEARANCE #4 BAR 3. MANHOLE PREFABRICATED LADDER STEPS SHALL BE PARALLEL OR APPROXIMATELY '. RADIAL AT THE OPTION OFTHE MANUFACTURER,EXCEPT THAT ALL STEPS IN ANY MANHOLE SHALL BE THE SAME. GRADE RING 4. PENETRATION OF OUTER WALL BY A STEP LADDER OR LADDER LEG IS NOTE: THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT PROHIBITED.USE FLANGED END FOR BUT AN ELECTRONIC DUPLICATE. THE ORIGINAL,SIGNED BY BOLTING TO WALL IN STORM DRAINAGE THE ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON APPLICATIONS. WASH WA FILE AT THE CITY OF KENT. A COPY MAY BE OBTAINED UPON OF ,. 16) S. EMBED FOOT OF LADDER IN CONCRETE ,�� IIYGi'�4-� REQUEST. IN POURED AND/OR CHANNELEDtim �, o CITY OF KENT FLOOR, .� '—^ 7 z ENGINEERING DEPARTMENT 6, MANHOLE STEPS OR LADDERS ARE NOT I MANHOLE GRADE RING, REQUIRED WHEN THE COVER TO � 38299 .. SAFETY STEPS & LADDER BOTTOM OF MANHOLE IS LESS THAN 4', �OF �EGjS,1�,jiF"v ry S - SGALC NONE STANOARO PWd YjONAL �St p4AWN-_.C K NECKED-OATE ,.` iZ-08-20f6 4-51A APPROVED c'uxEm NOTES; '.. 1. CATCH BASIN TO BE CONSTRUCTED IN ACCORDANCE WITH 14Y2"TO 9" AASHTO M 199, (ASTM C 478,&ASTM C 890)UNLESS DEPENDING OTHERWISE SHOWN ON PLANS OR NOTED IN THE WSDOT ON FRAME STANDARD SPECIFICATIONS. AND GRATE REQUIRED 2, AS AN ACCEPTABLE ALTERNATE TO REBAR,WELDED WIRE FABRIC HAVING A MINIMUM AREA OF 0,12 SQUARE INCHES FRAME AND GRATE PER FOOT MAY BE USED. WELDED WIRE FABRIC SHALL SEE STANDARD PLANS 5-4 THRU 5-8 AND 5-12 COMPLY TO AASHTO M 221(ASTM A 497).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 HAVE A WALLTHICKNESS 'LN OF 2"MINIMUM. PROVIDE A 1.5"MINIMUM GAP BETWEEN THE KNOCKOUT WALL AND THE OUTSIDE OF THE PIPE, S S 4, ALL)DINTS IN THE BRICKS,GRADE RINGS,RISERS AND CASTINGS SHALL BE SEATED IN MORTAR, PICK HOLES, 6"OR 12" CRACKS AND ANY OTHER JOINTS SHALL BE FINISH GROUTED TO PROVIDE A WATERTIGHT STRUCTURE, 5. THE MAXIMUM DEPTH FROM THE FINISHED GRADE TO THE j ONE#3 BAR HOOP FOR 6"HEIGHT 6"WEIGHS 200 LBS. LOWEST PIPE INVERT SHALL BE 5 FEET, DEPTHS GREATER TWO#3 BAR HOOPS FOR 12"HEIGHT 12"WEIGHS 580 LBS. THAN 5 FEET REQUIRE UPSIZING TO A TYPE II STRUCTURE, RECTANGULAR ADJUSTMENT SECTION 6, NON-CEMENTIOUS MATERIALS ARE NOT ALLOWED IN SETTING OF FRAMES TO FINAL FINISH GRADE. STATION AND OFFSET POINT WHEN DESIGN AND LAYOUT PROVIDED BY THE CITY OF KENT,UNLESS OTHERWISE NOTED ON THE PLANS �ypl MORTAR MP,) R' MZ� p INSTALL MAX. 44" MANHOLE ) #3 BAR ADAPTER, l 44" EACH CORNER "SAND COLLAR" 21° WHEN PIPE MIN, TYPE I.E. - REQUIRES#3 BAR 18" EACH SIDE (TYP•) MORTAR(TYP.) #3 BAR EACH WAY •4" PRECAST BASE SECTION TYPICAL SECTION (WEIGHS 2170 LBS.) PIPE ALLOWANCES NOTE:THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT PIPE MATERIAL MAX.INSIDE AN ELECTRONIC DUPLICATE,THE ORIGINAL,SIGNED BY THE Z^'Rj+, DAME-TER S�� ���y� ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT REINFORCED OR OFl THE CITY OF KENT.A COPY MAY BE OBTAINED UPON REQUEST- ,S' $G, PLAIN CONCRETE 12" Cie p, b CITY OF KENT ENGINEERING DEPARTMENT ALL METAL PIPE 15" CATCH BASIN TYPE I 38290 SOJ ID WALL PVC ���+ �'�GI SfiEg� � Desrcnso coK {WSDOT STD.SPEC, 15" �sS101JAL s Kt3Gl �x cKeo co o 9-os.lz(1)) aW„ 5-1 M APPROVED CATCH BASIN FRAME AND NOTES; GRATE. (SEE STANDARD 1. CATCH BASINS TO BE CONSTRUCTED IN PLANS 5-5,5-6,5-8,5-10, ACCORDANCE W/AASHTO 11199,(ASTM C 478, AND 5-11) AND ASTM C 890)UNLESS OTHERWISE SHOWN --HANDHOLD ON PLANS OR NOTED IN THE WSDDT STD.SPECS. "vz ^�+E --RECTANGULAR ADJUSTMENT 2. HANDHOLDS IN RISER OR ADJUSTMENT SECTION SECTION DR CIRCULAR SHALL HAVE 3"MIN.CLEARANCE.STEPS IN 6i - _ ADIUSTMEN1-SECIIOfV CATCH BASIN SHALL HAVE 6"MIN.CLEARANCE. z -"""'"`-""-`"- FLAT SLAB TOP NO STEPS ARE REQ'D WHEN'B'IG 4'OR LESS. z GASKET m BETWEEN 48",54',SO", o �,.' I1E RISERS(TYP.} 72',84'OR 96" MORTAR(TYP,) 3. THE BOTI OM OF THE PRECAST CATCH BASIN MAY Z� BE SLOPED TO FACRITA7'E CLEANING. INSTALL o - MANHOLE 4• KNOCKOUTS.SHALL HAVE A WALL THICKNESS OF STEPS OR " ADAPTER, 2"MINIMUM TO 2.S"MAXIMUM,PROVIDE A 1.5" LADDER "SAND COLLAR" MINIMUM GAP BETWEEN THE KNOCKOUT WALL z (SEE STANDARD WHEN PIPE TYPE AND THE OUTSIDE OF THE PIPE.AFTER THE PIPE PLAN 4-5) REQUIRES IS INSTALLED,FILL THE.GAP WITH)DINT wo MORTAR IN ACCORDANCE WITH WSDDT m STANDARD SPECIFICATION 9.04.3. REINFORCING STEEL(TYP.) 5. ALL BASE REINFORCING STEEL SHALL HAVE A MIN,YIELD STRENGTH OF 60,000 PSI&BE ry -`V+ CRUSHED SURFACING PLACED IN THE UPPER HALF OF THE BASE WITH �7UP COURSE PIPE 1"MIN.CLEARANCE, F,CCC ZONE BEDDING , :? 6. PICK HOLES,CRACKS ANC ANY OTHER JOINTS 6� SHALL BE FINISHED GROUTED TO PROVIDE A WATERTIGHT STRUCTURE. (D CORRUGATED POLYETHYLENE STORM SEWER PIPE(WSDOT STD.SPEC.9-05.20) (Z(WSDOTSTD,SPEC.9-05.12(1)) CATCH BASIN DIMENSIONS Q(WSDOT STD.SPEC.9-05.12(2)) BASE REINFORCING PIPE ALLOWANCES CATCH MAXIMUM MINIMUM STEEL in2/ft.IN PIPE MATERIAL WITH MAXIMUM INSIDE DIAMETER WALI. BASE DISTANCE EACH DIRECTION CATCH BASIN KNOCKOUT DIA, THICKNESS THICKNESS SIZE BETWEEN BASIN ALL SOLID PROFILE KNOCKOUTS SEPARATE INTEGRAL DIAMETER CONCRETE METAL CPSSP 'NALL WAIL BASE BASE Q1 PVC Q2 PVC('3 ', 48, 4" 6" 36" 8" 0.23 OAS 48" 24" 30. 24" 27" 30" 54" 4.5" 8" 42" 8" 0.19 0.19 54" 3W 36" 30" 27" 36" 60" 5" W 48" 8" 0,25 0.25 60" 36" 4Z" 36" 36" 42" E 6" 8" 60" 12" 0.35 0.24 72" 42" 54" 42" 36" 48"8" 12" 72" 12" 039 0.29 84" S4" 60" 54" 36" 48" 8" 12." 84" 12" 0.39 0.29 96" 60" 72" 60" 36" 48' NOTE;THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT AN ELECTRONIC DUPLICATE.THE ORIGINAL,SIGNED BY THE ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT THE CITY OF KENT.A COPY MAY BE OBTAINED UPON REQUEST. y U) N C N00INE RINNG DEPARTMEN OF T '.. � y CATCH BASIN TYPE It COK G1ti DRAWN _ COK CIE M4NE STnNDnRO PIAN SSIDNAL F'� CHECKED DATE 1D.2p55 rj�` M aq n APPROVED '.. t 46 BARS @-I"CENTERS I BOTTOM FACE WITH 20"x 24",OR \�' '(\4 f� 1"MIN,COVER a 3p� 24"DIAM. 2"YP T 51 S a. 120" -'- 211 TYPE ONE#3 BAR HOOP FOR 6" TWO 43 BAR HOOPS FOR I 12" n —�- AS AN ACCEPTABLE ALTERNATIVE TD.REBAR,WIRE MESH HAVING j A MINIMUM AREA OF 0;12 SQUARE INCHES PER FOOT MAY BE 96"TOP SLAB 1°MIN. USED FOR ADJUSTMENT SECTIONS. 2 112"MAX. 20"x 24",OR RECTANGULAR ADJUSTMENT SECTION —#S BARS @ 6"CENTERS 24"DIAM. � �I� BO'IT'OM FACE WITH 34" �y 1"MIN.COVER �� z°cLR � � 1 I TYP, ONE#3 Y 2"TYP. BAR HOOP t I 4" �S CIRCULAR ADJUSTMENT SECTION 1 72"TOP SLAB L 1"MIN DNlji 2 1/2"MAX.20"x 24",OR 24"DIAM, 4 �� #4 BARS @ 6°CENTERS\I BOTTOM FACE WITH 2"CLR. I 1"MIN.COVER .TYP. � - � _'__ \ .I :, \ 20„ z^TVP. 1� ! TYPICAL ORIENTATION 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" QSEP AN ELECTRONIC DUPLICATE.THE ORIGINAL,SIGNED BY THE `T ENGINEER AND APPROVED FOR PUBLICATION 15 KEPT ON FILE AT DIAMETER FOR ROUND. �r� VJ ��'� THE CITY OF KENT.A COPY MAY BE 06TATNED UPON REQUEST, 2, SEE STANDARD PLAN 4-5 FOR STEP, ¢ T _ � CITY OF ICENT LADDER AND GRADE RING, z ENGINEERNG b¢PARTMENT 3.ONLY ONE STYLE OF CATCH BASIN E-+ tv � - MISC. DETAILS FOR DRAINAGE STEPS MAY BE USED IN ACATCH 10 ,P 2i493 O w,.e„,. ,<" STRUCTURES BASIN,DO NOT MIX STYLES, PO,n F6'/STeR� G3VAL E�,G\` DOM ea st� Halle s alloarso P N CHCCkCb oATf ��� aAPtioV:O �'"� i A A —5/8"41 UNC-28 HOLE -- (2 PLACES TYP,) 24" 22.E 31° 3/8" TYP. 3x, TOP VIEW 16" 7/8"TYP. Is TYP.MIN. 4112" 1 S/8" 17 3/4" 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 AN ELECTRONIC DUPLICATE.THE ORIGINAL SIGNED BY THE Sao AS ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT kJ,y�.I� THE CITY OF KENT.A COPY MAY BE OBTAINED UPON REQUEST. w a CITY OF KENT C•�.I ENGINEERING DEPARTMENT �C�PiT 18"X 24" CATCH BASIN FRAME �0.rA�� "ISTk� .L��'� oeslcnEo.._. cex sCAtE wa/E SrANoD D KAN SSrONAL CHECKED ¢ATE 10.2015 5_4, PR mm PP M ¢nwun IYI 1 3/8^ 07 T T 5" 17 3/4" T T I ' TOP VIEW END VIEW 23 3/4..�..,...�.__----- r- 1 3/8" `v 1/8 1 5/8" 1/2"INSET DIRECTION OF FLOW HEX SOCKET 15/16, 23/4" 23/4" /8, � 5/16"R. —PARTING LINE '^ FRONT VIEW VANE DETAIL NOTES: 1 1/4" 3/4" 1. PROVIDE FRAME SHOWN IN STANDARD PLAN.5-4. _ 5/8"-11.UNC-2A 2. PROVIDE 2-5/8°DIAMETER STAINLESS STEEL ALLEN TYPE - STAINLESS STEEL. BOLTS COUNTER SUNK FLUSH WITH COVER. T['' _p SECURING BOLT 3. GRATE SHALL BE STAMPED"DUMP NO POLLUTANTS", cO OUTFALLTO STREAM". 4. ALL LETTERING SHOWN SHALL BE 1/2"AND SHALL BE RECESSED 1/2" UNLESS OTHERWISE INDICATED IN THE SPECIAL PROVISIONS. S. DUCI ILE IRON ASTM A-536 GRADE BB-55-06 H-20 RATED. SLOT DETAIL 6. GRATE SHALL.BE LOCKING. SLOT FORMED AND RECESSED FOR 5/8"-11 NC x 2" S.S.SOCKET HEAD(ALLEN HEAD)CAP SCREW. 7, BI-DIRECTIONAL VANED GRATES ARE REQUIRED WHEN LOCATED IN A LOW-SPOT. NOTE:THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT .�' �. AN ELECTRONIC DUPLICATE,THE ORIGINAL,SIGNED BY THE ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON PILE AT 0� wAsh't��.j� THE CITY OF KENT,A COPY MAYBE OBTAINED UPON REQUEST. ti w o�7 CITY OF KENT ENGINEERING DEPARTMENT RRKwM7 180 x 24" .o .... VANED GRATE I S'I �,9Y 4�� OESIGNEU COK 5 NONE aMOMD PLAN CHECKED COK DATE 04,2015 FT'GM6R� 5 -` M APPROY'EO DRILL&TAP: 5/8"-11 UNC_ - LB (3 @ 120°ON A 22-1/8" BOLT CIRCLE) 2"RAISED LETTERS 8 2 0 ® RAISED LOGO/LETTERS 00 h, 2 0 1I8^RourvoeD RAISED TROUT r� FOR 5/8"41 UNC-18 S.S. ) "niw OIL 1/2"HEX,HE.CAP SCREWS 1/2" ° ° (3 REQUIRED) ° 0 R A I iJ O 1"PICKHOLE(3 @ 120°) 2"RAISED LETTERS A. FOR STORM DRAIN 1" HANDLING HOLE(3 PLCS) t223-3/8" LID 1-3/1W, 21 /16" 3/8" /8" SECTION A-A SECTION B-B NOTE:THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT ()SF� AN ELECTRONIC DUPLICATE,THE ORIGINAL,SIGNED BY THE S I ENGINE[R AND APPROVED FOR PUBLICATION IS KEvr ON FILE AT WASH �7, TIME CITY 0(KENT,A COPY MAY BE OBTAINED UPON REQUEST. O a ng �o O CITY OF KENT ENGINEERING DEPARTWHIP ROUND SOLID CATCH BASIN -off Rfi 21493 a� w4 ,A.„,„".,. FRAME AND COVER c a aFFs�ONALEE�G\�� UESJ ee SE NONE srANDMD PLAN CHECKED _- MTf. 5- l O OR.I.NE}l! 2 F— wqo = ain pN aoou7� � � d, uwiw `.,7gwn � Nm W O Y W. W W h¢ W �`�' V WN �N�wri 0KG �` FS- F-W ti9 ii C�9 S7h-Vi CWhI Z wry�}'�.-� u w ms I- win V- N aa¢�W �;Az p�N y LOy"J U N N� Yyr (9w V J.R' Q VNp}C- OyWymK 0.J. Kd0 QMjVJ ¢cal �.QKI=L 'J �' W EJ IY NU) 4h-fY�U Z � �V W62.Z 00N"> Wl.1. Z_ o QW m X04 NN �j QV p V Opp � , G mz� norw � wd � ¢ G `, Ywi OZww Yv4'j w �� Z Y U \ p�o p N \, o a� � ^mo o Goo zepWn W W Q .. w w m W w 4 n m Nt N Q p 0 C Q 5_ O K 7 F F Q 8 U ¢ 0 N S Z w G U O U j pyES U W J S N�d� N OQ � �' �� 6 �O�ry F4¢tJ r W � ¢ � NQ0 �n pppq , Z Z nM az I- Opw N � prO mUDD � ¢ £ .F m;! w �Z.¢ N W NN Sf�V my W O JUU.z. xNj �Y� G So �o p� L qua a o55< 2 �� S2o ��mCiNE� z AF US I-' UU O? e.. N Cq• � yyW WN(_Y m V N I NLL! 3 NW Q (5 t➢ Ony w°- N Iu jR cN.l� ¢¢ a W KC 2 =W mq "n h 0}�- � m H Q❑ U N CA V W W E Q S U~ W Ell 3NP M/N uuduJJ m Yrtp dp p m.NE w JO} V K cy N � �x 4 2 w C CWY LLj u Q J O 'n,i CNJ w .. Tom s m aHo � rsg X� u�w vi v�i Z7 j V W yZaQ.a Zr.K w N LU W. J �_ C `r p w w oG "W So d Fv � Cw < W , e WOQ aN 2 ¢ Nxx.0 (zz w}ice Wfl, Qz p C]j"j W M ti6K0 w ulI ro `s Q5 Qua o ¢E¢ p G O Z H N M d' NOTE:THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT Div �> AN ELECTRONIC DUPLICATE.THE ORIGINAL„SIGNED BY THE ! ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT OF W.A '�,T THE CITY OF KENT.A COPY MAY.BE OBTAINED UPON REQUEST. 4 CIT'"Y OF KENO' ENGINEERING REPARPMEW PRINCIPAL ARTERIAL 5 LANE KF,NT SECTION AND MINOR ARTERIAL STREET DESIGNED CDK NO STANDARD PLAN �SSyONAL ��01 DRAWN ses.__.__..._. un�..�_..=E� 6` APPROVED i 12" 6„ 9" 10'. 2 1/2" 5" 1 1/2' 'O q qQ EPDXY .� r- ADHESIVE a r o FOR FRESH .. .`P. CONCRETE COMBINED CURB AND GUTTER EXTRUDED CURB FULL DEPTH BOND BREAK MATERIAL; 18 OMBNED CURB AND GUTTER 30 LB ROOFING FELT,6 MIL PLASTIC '.. OR APPROVED EQUAL 10" 2" �3 1�/2°{ 5'4'HAND TROWELED �`"`" TAPER SECTION i°/a MIN.- — - - 2%MAX. °v N 6"� 240 y ROLLED CURB SIDEWALK 4" F MAINTAIN EDGE 24" ( OF CONCRETE CURB----` ROLLED CURB CURB TRANSITION MAINTAIN EN G LINE WITHOUT VERTICAL LIP BETWEEN GUTTER AND CURB "L/2"OR�*i" k�S�Op�,�-✓� Imo-- 12 _.. " 12" b„ ADA RAMP DRIVEWAY '.. NOTES: 77 l 7 1 . 1, CONCRETE CLASS 3000, TYPICAL,UNLESS WITHIN DRIVEWAY SECTION,SEE ! FACE OF CURB SHALL DRIVEWAY STANDARD PLANS, :,,.,. NOT EXTEND BEYOND t , THE FACE OF 2, ROLLED CURB MAY ONLY BE USED WITHIN A CUL-DE-SAC. GUARDRAIL TOWARD THE TRAFFIC LANE 3, IN ROADWAY SECTIONS WITH SUPER ELEVATION,THE GUTTER PAN WILL MATCH THE { B„ ADJACENT PAVEMENT SLOPE. j —L_2° q, DESIGN SIDEWALK CROSS GRADE SHALL BE 1.5%. S. FORMS SHALL BE STEEL UNLESS OTHERWISE APPROVED. FORMS SHALL BE SET TRITE VARIES TO LINE AND GRADE AND SECURELY STAKED PRIOR TO CONCRETE PLACEMENT, j �a B \ 1 ^-- '�`�S" NOTE;THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT 1 f ��/i����� AN ELECTRONIC DUPLICATE,THE ORIGINAL,SIGNED BY THE '�F I ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT PAVEMENT ��OF R'A$Fll'�f THE CITY OF KENT.A COPY MAY BE OBTAINED UPON REQUEST. EXTRUDED CURB UNDER GUARDRAIL CITY OF KENT ENGINEERING DEPARTMENT CEMENT CONCRETE '�,¢� 38296 fY AwAGIi� A Cu Bs ISTEg�' �44�'W oEsicNm cae S` DRAWN SPS SSN.E NDN� STANDARD PLAN s`rIONAL �' CneCNRD a DATE —._ 6"' M APPROV6p � FULL DEPTH BOND BREAK MATERIAL: 30 LB ROOFING FELT,6 MIL PLASTIC OR APPROVED EQUAL CS FULL WIDTH ADA DETECTABLE WARNING SURFACE{TYP,) CURB RAMP OR DRIVEWAY I 1/4"WIDE x 25%SLAB ',. DEPTH(1"MIN.) _ CONTRACITON/CONTROL. JOINT(TYP,) 3/W EXPANSION JOINT(TYP.)— p CB SEE KENT STANDARD PLAN SECTION 5 FOR ADDITIONAL CB GRATE REQUIREMENTS 1./4"WIDE X 25%SLAB DEPTH(1"MIN.) CONTRACTION/CONTROL JOINT(TYP.) LEGEND: A A BOND BREAK JOINT — EXPANSION JOINT ———— CONTRACTION/CONTROL JOINT 4"'iIIICK SIDEWALK-- FULL DEPTH BOND BREAK MATERIAL: 36 LB ROOFING FELT,6 MIL PLASTIC 60RAFPKDVIU EQUAL NOTES: SECTION A-A L AN EXPANSION JOINT CONSISTING OF.3/B"x FULL DEPTH OF PREMOLDED 6, INTERFACE BETWEEN CURB AND ADJACENT SIDEWALK ON JOINT MATERIAL SHALL BE PLACED AROUND FIRE HYDRANTS;POLES,POSTS, INTEGRAL POUR CONSTRUCTION SHALL BE FORMED WITH AND UTILITY CASTINGS AND ALONG WALLS OR STRUCTURES IN PAVED 1/4"RADIUS EDGING TOOL.ON SEPARATE POUR AREAS.JOINT MATERIAL SHALL CONFORM TO THE REQUIREMENTS OF CONSTRUCTION AN EXPANSION JOINT CONSISTING OF BOND AASHTO M33.(ASTM 1)994), BREAK JOINT MATERIAL FULL DEPTH SHALL BE PLACED BETWEEN THE CURB OR THICKENED EDGE AND TiF- 2. AN EXPANSION JOINT CONSISTING OF 3/8"x FULL DEPTH OF PREMOLDED ADJACENT SIDEWALK, JOINT MATERIAL SHALL BE PLACED IN CURBS AND SIDEWALKS AT A MINIMUM OF 15 FOOT INTERVALS AND AT SIDES OF DRAINAGE INLETS. 7, ACCESS COVERS,JUNCTION BOXES,CABLE VAULTS AND WHEN CURBS AND/OR SIDEWALKS ARE PLACED BY SLIP-FORMING,A OTHER APPURTENANCES WITHIN THE SIDEWALK LIMITS PREMOLDED STRIP UP TO 1/2"THICK AND UP TO FULL DEPTH MAY BE USED. MUST INCLUDE A SLIP-RESISTANT SURFACE MATCHING THE GRADE OF THE SURROUNDING SIDEWALK, SUCH 3. EXPANSION JOINTS IN SIDEWALK SHALL BE LOCATED 50 AS TO MATCH THE APPURTENANCES SHALL NOT BE PLACED WITHIN THE SLOPES JOINTS IN THE.CURB WHETHER SIDEWALK IS ADJACENT TO CURB OR OF ADA RAMPS OR DRIVEWAY WINGS, SEPARATED BY PLANTING STRIP. 4. CONTRACTION/CONTROL JOINTS NOTE:THIS PLAN IS NOTA LEGAL ENGINEERING DOCUMENT BUT CONSISTING OF i/4"WIDE x 25%SLAB AN ELECTRONIC DUPLICATE.THE ORIGINAL,SIGNED BY THE DEPTH SHALL BE TOOLED CONCRETE FINISH AND SHALL BE VFREI, ENGINEER AND APPROVED FOR PUBLICATION I S KEPT ON FILE AT BE MADE S�OF �f THE CITY 0 KENT,A COPY MAY BE OBTAINED REQUEST, IN SIDEWALK AT FIVE FOOT INTERVALS, INTERMEDIATE TO THE EXPANSION C11TY OF NcKENT NateRl o oEr JOINTS, L� _ �- �� 5, AS ALTERNATIVE TO EXPANSION ' T CURB AND SIDEWALK JOINT JOINTS AROUND STRUCTURCS, ,o 38296 EXAMPLE REINFORCING BARS MAY BE EMBEDDED �oX, 'I' r$,PEp$� �� DESGNED cox IN CONCRETE ON FOUR SIDES OF �' DRawN sas SCAta NONE sTaNOAaD PwN STRUCTURES. s'SIONAL ECG cNEcsEo ae DAM - 6_34M APPRWED pcmfm 15,MAX, PROOMQD FINISH PERPENDICULAR EXPANSION 51 TO PEDESTRIAN TRAVEL(TYP.) )DINT(TYP.) SEE DETAIL 4 SHINE 2"SHIN E FINISH ~ FINISH 5�1 SIDEWALK WIDTH VARIES ON JOINT(IYP,) -IL------A— SEE DETAIL"A" PLANTER STRIP (WHEN RE CONTRACTION/CONTROL JOINT(TYP.)SEE DETAIL B'�� CURB AND GUTTER SS EXPANSION JOINT"I FOR NEW SEWER CONSTRUCTION; j (TYP,)SEE DETAIL`A�­ STAMP FACE OF CURB WHERE SIDE SEWER CROSSES PERPENDICULAR TO I y CURB. 3"HIGH LETTERS 1/4'DEPTH, 15'MAX. ,SHINE FINISH i SHINE FINISH 4" 4`111 iQ \-3/8"x FULL DEPTH EXPANSION JOINT \_CONTRACTION/CONTROL MATERIAL, 151 O.C.SEE NOTE I, JOINT,TO.C.SEE NOTE 2 DETAIL"A' DETAIL"B" EXPANSION)DINT CONTRACTION/CONTROL JOINT FULL DEPTH BOND BREAK MATERIAL. —PEDESTRIAN TRAVEL DIRECTION- 30 LB ROOFING FELT,6 MIL PLASTIC OR APPROVED EQUAL 1DRIVEWAY SyINE FINISH SIDEWALK 4"CONCRETE PER WSDOT 4' SID,SPECIFICATION 8 'A"q;h, 0"r -IN, a "11�� "w"r JL2 2"CRUSHED SURFACING ml lir /4 Y, TOP COURSE 3/8"x FULL DEPTH CURB,GUTTER AND SIDEWALK CROSS SECTION CEMENT CONCRETE DRIVEWAY APRON AND EXPANSION JOINT GUTTER FOR RESIDENTIAL DRIVEWAYS. MATERIAL,SEE 8"REINFORCED CEMENT CONCRETE APRON AND NOTE I NOTES: GUTTER FOR COMMERCIAL DRIVEWAYS. 1, EXPANSION JOINT MATERIAL TO BE a/W x FULL DEPTH AND SHALL BE PLACED AT DRIVEWAY CROSS SECTION IYO.C.SPACING,ELASTOMETRIC JOINT MATERIAL SHALL BE IN CONFORMANCE WITH WSDDT STD.SPECIFICATION SECTION 9,04.1(4). 8. ACCESS COVERS,JUNCTION BOXES,CABLE VAULTS 2, CONTRACTION/CONTROL 30INT SHALL BE 1/4'WIDE BY 25%SLAB ixvm, r DEEP AND OTHER APPURTENANCES WITHIN THE SIDEWALK FOR 4"SLAB, 1,5"DEER FOR 6"SLAB,2"DEEP FOR 8*SLAB, AT S'SPACING. LIMITS MUST INCLUDE A SLIP-RESISTANT SURFACE MATCHING THE GRADE OF THE SURROUNDING 3. EXPANSION JOINTS SHALL BE INSTALLED IN CURB&GUTTER AND SIDEWALK AT SIDEWALK, SUCH APPURTENANCES SHALL NOT BE P.C.to P.T.AT ALL CURB RETURNS AND ALL ANGLE POINTS. PLACED WITHIN THE SLOPES OF ADA RAMPS OR DRIVEWAY WINGS, 4, FORM AND SUB-GRADE INSPECTION REQUIRED BEFORE POURING CONCRETE. NOTE:THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT OLD AN ELECTRONIC DUPLICATE,THE ORIGINAL,SIGNED BY THE FR ENGINEER AND APPROVED FOR IS KEPT ON FILE S. EXPAION JOINTS IN SIDEWALK 'sS AND � CURBNSS SHALL BE ALIGNED WITH EACH THE CITY OF KENT,A COPY MAYPUBLICATION BE OBTAINED UPON REQUEST.AT OTHER AND NOT OFFSET. CITY OF KENT 0 ENGINEERING DEPARTMENT 6. DESIGN SIDEWALK CROSS GRADE c) - '�4 SHALL BE 1,50/6� lg EXPANSION AND 7, WHERE SIDEWALK CROSSES HYDRANT 16 W.."...... CONTRACTION/CONTROL JOINTS ;p 38296 LATERAL; CENTER 3'WIDE PANEL �01 _ SCALE NONE 5tAH0AR0 PWa ------ ACCROSS[A FERAL,USE EXPANSION ONAL DMWN JOINT,SEE KENT STANDARD DETAIL 6-35M 5 SIDEWALK NOI't,OWCRIPP NEW OR EXISTING PRIVATE 0 •;,;;." DRIVEWAY WIDTH AS SPECIFIED ON PIA.NS; 12'MIN.9'0 20'MAX. � r t- --a"5CH 40 PVC SLEEVE CAPPED 6'MIN, \ AT BOTH ENDS AND MARKED \ WITH REBAR DOWEL A CAPPED PVC SLEEVE EXPANSION JOINT('fYP.) LIMITS FOR 6"THICK SEE NOTES 1 AND q I• r<�\/, DRIVEWAY SEE NOTE 2 z NOTES: 1'-6" T DRIVEWAY S'SIDEWALK VARIES 1. CONCRETE SHALL BE PORTLAND 1/2"TYR SEC NOTC 6 CEMENT CONCRETE MIX WITH A i"FOR REVERSE I ~6 1�59/0 COMPRESSIVE STRENGTH OF 3000 SLOPE DRIVEWAY 61, a , 72 PSI IN 3 DAYS, FINISH SHALL 8E BRUSHED TRANSVERSELY WITH A FIBER OR WIRE BRUSH,"BROOM FINISH". 6 ,v L 4° CRUSHED SURFACING TOP 2, ALL UTILITY APPURTENANCES WHICH FULL DEPTH BOND BREAK :�t+'y' COURSE 4"MIN.DEPTH yI' 2 ALTER THE TRAVEL SURFACE SHALL MATERIAL: 30 L8 ROOFING y. NOT BE ALLOWED. DESIGN OF FELT,6 MIL PLASTIC OR q"SCH 40 PVC SLEEVE STORM DRAIN CATCH BASINS SHALL APPROVED EQUAL--- CONSIDER DRIVEWAY LAYOUT ANT) SECTION A-A BE AVOIDED. 3. EXPANSION 30INTS SHALL BE PLACED AT 15'MAXIMUM SPACING, ELASTOMETRIC JOINT MATERIAL 8. ACCESS COVERS,JUNCTION BOXES,CABLE VAULTS AND OTHER APPURTENANCES SHALL BE IN CONFORMANCE TO WITHIN THE SIDEWALK LIMITS MUST INCLUDE A SLIP-RESISTANT SURFACE AASHTO M220, MATCHING THE GRADE OF THE SURROUNDING SIDEWALK. SUCH APPURTENANCES SHALL NOT BE PLACED WITHIN THE SLOPES OF ADA RAMPS OR DRIVEWAY WINGS, 4. SEE STANDARD PLAN 6-46 FOR DRIVEWAY SLOPES BEHIND NOTE:THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT SIDEWALK, tC� , AN ELECTRONIC DUPLICATE.THE ORIGINAL,SIGNED BY THE �-�"� ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILL'.AT s MEETRAASH70 STANDARDS AND SHALL ,S�OF WA3gf�f .HE CITY OF KENT.A COPY MAY BE OBTAINED UPON REQUEST.SIGHT DISTANCE DETAILS 6.50 THRU 6.54. ti �.. '�� CITY OF KENT ENOINECHING DEPA"ENT 6. DESIGN SIDEWALK CROSS GRADE RESIDENTIAL CEMENT CONCRETE SHALL BE 1.5%MAXIMUM AS T .NT MEASURED WITH A CALIBRATED �gpgg+q q w^•� � -^� DRIVEWAY APPROACH SMART LEVEL. 0.� �GIST L•�"�9 DPrAWNeD 5P5 .SC, - NONE .__ _ S,MDA D PUN .. SSIONAL � crcxEo �� ._.......... GATE arr�ove-D o,a"m:u oo M ¢ u C�dien rn ¢mb ❑ ~ z LEE Go V+n � � ❑ O � r{"i Np ri q0 d � IaCmyJ �N w o ay. p 4-1 w 7 W N V m•Z-, 0 w S uJ 7 9.. IIi oloJ ❑ J J 1; O Od Io- '_. ag Kw x❑ `� t❑n =�'^ Cur t- w C a 2= o o IL_ Q{� IL Zdd J I(/�I S P a 0 ii W q � 1- m 1ww p0 G ro p. a s O < C w m F- .5 ui 16 a _ w h w z - o's w N ti z \ 0 3 J � � W 4 Z ❑ C _ Ez I i � I � I Z M N :E U :C U y g � r• � � � t o u n NOTE:THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT WAsy '�,q AN ELECTRONIC DUPLICATE,THE ORIGINAL,SIGNED BY THE N C1 �o ; iNc� KJ ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT a w Q {a7 z CJ THE CITY OF KENT.A COPY MAY BE OBTAINED UPON REQUEST. a CITY OF KENT S �-+ ENGINEERING DEPARTMENT2149 A� ^F�STEREO KEN.. FLEXIBLE PAVEMENT PATCHING ��NAI E' LONGITUDINAL CUT DESIGNED DIXH SCALE STANDARD PLAN DRAWN R - CMKEb ... DATE - O C—p5 APPRWEp Lw"'.NFER V 2"BRASS DISC l !/ 4" PLAN OF COVER FINISHED GRADE 10 1/2"DIA. (PAVEMENT) N (BOTH SIDES) ,n m 9 1/4"DTA.COVER 3/8" 1„ (-•^� 1/Z �O1 MONUMENT DETAIL B"DIA. 'V MIN.OR 6"MAX. Neu A d.e d m 5 3/4 R. --' - CONCRETE CLASS 3000 BASE n 10"R. 6 NOTES: i , ---� MONUMENT 1, MONUMENT,MONUMENT CASE AND SFCTION COVER-OLYMPIC FOUNDRY WSDOT 8"X 9",PART NO.1015 OR PRE-APPORVED EQUAL. 2. MONUMENT POST-FOG-TTTC MONUMENT POST,OR PRE-APPROVED EQUAL, NOTE:THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT 3. THE CASTINGS SHALE.BE GRAY-IRON �+ 0f WASyi�'�� AN ELECTRONIC DUPLICATE.THE ORIGINAL,SIGNED BY THE fy �� C� ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT CASTINGS,ASTM DESIGNATION A-48, �P �g z 0 THE CITY OF KENT,A COPY MAY BE OBTAINED UPON REQUEST. CLASS 40.THE COVER AND SEAT SHALL + m BE MACHINED SO AS TO HAVE PERFECT .-+ CITY OF KE;NT CONTACT AROUND THE ENTIRE HNOINEERINO DEPARTMENT CIRCUMFERENCE AND FULL WIDTH OF 21483 RF E° ® STANDARD MONUMENT BEARING SURFACE, O,� GiSTEK `� '�q... 4. WHEN THE MONUMENT,MONUMENT CASE FS`VONAL E�'�'\� "•.»'""'" MONUMENT CASE AND COVER AND COVER ARE PLACED IN CEMENT' DE FAWWN--owN Sys HONE STANWD Puy DN se .._.� CONCRETE PAVEMENT THE CONCRETE. CHWKM . _ Dare � ,7� BASE WILL NOT BE NECESSARY. � xmr 42' � a o o a 0 a a a o a a O O a g O q O p 0 a 0 0 0 0 n tl a 0 0 tl tl O O a n o 0 tl a p n o a o a v a 0 0 0 0 a o n D a a O O O tl O a 0 a a D a O n tl a '. _ VARIES 4 (300'MAX,) y � 1. M—D WAY LEFT TURN LANE '.... p o a o a o 0 0 a 0 a a a o a a 0 n 0 oaooaoaoaoanoponaotla oag000a000ao oaogo �4' oa00000ap0000 f 2i' TYPE lY RPM GAP TYPE 2YY RPM TRAFFIC DIRECTION TWO TWO WAY LEFT TURN LINES TRAFFIC DIRECTION TRAFFIC DIRECTION 3' J1JJ,, TYPE 2W OR Y RPM 000000013000 oaoa0o> 0 TYPE IWOR Y RPM aag000p000naoona000 2P�J TYPE IY RPM 4"GAP I _%�..- -F...... TYPE 2YY RPM Ba888a8 8 88a8E1888880 NO GAP TRAFFIC DIRECTION -- Tom" . DOUBLE YELLOW CENTER LINE WIDE LINE TRAFFIC DIRECTION TRAFFIC DIRECTION T 30' -- 3' pgo0o aLdoO 0 a o a a o 0 0 ��--TYPE IW RPM TYPE 2W RPM -TYPE IW RPM TYPE 2W RPM TRAFFIC DIRECTION TRAFFIC DIRECION LANE LINE SKIP CENTER LINE TYPE 2Y RPM 6' _ 21, TYPE lY RPM ; 9' 3' a s �s a � s ae ae raa pys 9 0 000o0 ongo08 0 oq TYPE IW RPM o0 nyoaoo080000000 o o o o 00 TYPE 2W RPM 18"-RPM'S EQUALLY SPACED TRAFFIC DIRECT?O N...-- BARRIER LINE DOTTED WIDE LINE 42' 12, 15, 3' '......, _ ...- -� ��6a B 0 oao cks0000000 0 0 0 ao a as o 000 TYPE IW RPM TYPE 2W RPM TYPE 2W RPM TYPE 1W RPM DROP LANE LINE TRAFFIC DIRECTION EDGE LINE ��� 3� NOTE:THIS PLAN IS NOT LEGAL ENGINEERING DOCUMENT BUT q OF kl�„ AN ELECTRONIC DUPLICATE.THE ORIGINAL,SIGNED BY THE NOTES: ENGINEER AND APPROVED FOR PUBLICATION 1$KFTT ON PILE AT r 7 THE CITY OF KENT.A COPY MAY BE OBTAINED UPON REQUEST. 1, RAISED PAVEMENT MARKERS Z CITY OF XENT (RPM's)SHALL BE INSTALLED PER / ENGINEERING DEPARTMENT WSDOT STANDARD SPECIFICATIONS 35298 8.09,9-02.1(8),9.26.2 AND 9-21 fag, "4�'Ot98�9 ,.S � TYPICAL RPM LANE T� MARKINGS �SSI0 AL �5 DESI NED__QWil N_ STANDAftp I'lAN DRAWN 6p__...�_� $V.IE qq CHEC4fp_ DATE B-7JM APPRpLEp 1` za' so' II ---- --- TRAFFIC DIRECTION o © A"GAP VARIES A (300'MAX.) TWO WAY LEFT TURN LANE TRAFFIC DIRECTION TWO WAY LEFT TURN LINES TRAFFIC DIRECTION �._.._...._.__.___ TRAFFIC DIRECTION 20' ❑ ❑ 8"WHITE TINE ,. TYPE 2W RPM '., --TYPE 2YY RPM —4"GAP 4"GAP 4"YELLOW LINE TRAFFIC DIAECijDN TRAFFIC DIRECTION DOUBLE YELLOW CENTER LINE WIDE LINE TRAFFIC DIRECTION TRAFFIC DIRECTION TYPE 2W RPM 4"WHITE LINE TYPE 2Y RPM TRAFFIC DIRECTION 4"YELLOW LINE TRAFFIC DIRECTION LANE LINE SKIP CENTER LINE C❑ol aj } ©RPM 4"WHITE LINE LL 4"GAP t--81 WHITE LINE EDGE LINE DOTTED WIDE LINE- TRAFFIC DIRECTION V 9' - 21'(1YP,) £8"YELLOW BARRIER 1�� $E»r •-� ,,. LINE 'r2W WHITE LINE 18"-TYPE 2Y RPM'S EQUALLY SPACED '.. RPM TRAFFIC DIRECTION DROP LANE LINE �� � j BARRIER LINE 1�1 OF WA& — tiorEs: F� co�� CITY OF KENT 1, RAISED PAVEMENT MARKERS(RPM's) °j j, ENGINEERING DEPARTMENT SHALL BE INSTALLED PER WSDOT STANDARD SPECIFICATIONS 8-09, KEN IT TYPICAL LANE MARKINGS 9-02.1(8) 9-26.2 AND 9-21 "'D� !. 38295 � weaexurax S MDARO PINY �SSIONAL �' � CHECKED CH£.CIYE u DATE 6-74M ' APFR9YED cm FIlG4CLP V ^YM i o w 24"WHITE EQUALLY .'�_7 CROSSWALK BAR SPACED � (Tyr) g m*' ca+ I 744 z � 4'(TYP) 1' 12"-24"WHITE STOP LINE. TIRE TRACKS(IYP.) WIDTH AS SPECIFIED IN THE CONTRACT TYPICAL k LANE ROADWAY CONFIGpRATION IS SHOWN GENERAL NOTES- 1, FOR ROADWAYS WITH MORE OR LESS LANES,THE SAME CONFIGURATION APPLIES, III CENTER CROSSWALK BARS ON THE LANE LINES,AND IN THE CENTER OF THE TRAVELED PORTION OF THE LANE TO MINIMIZE TIRE WEAR ON THE CROSSWALK BARS. 2, THE CENTERLINE OF THE CROSSWALK SHALL GO FROM THE CENTERLINE OF THE CURB RAMP ON ONE SIDE OF THE STREET TO THE CENTERLINE OF THE CURB RAMP ON THE OTHER SIDE OF THE STREET UNLESS OTHERWISE SHOWN ON THE PLANS. 3. ALL MARKINGS SHALL BE WHITE PLASTIC MATERIAL AS SPECIFIED IN THE CONTRACT AND IN ACCORDANCE WITH WSDOT STANDARD SPECIFICATION 9-34, 4. GLASS BEADS(PER WSDOT STANDARD SPECS,SECTION 9.34)SHALL BE ADDED TO ALL PLASTIC CROSSWALKS AND STOP BARS. NOTE;THIS PLAN IS NOT A LEGAL.ENGINEERING DOCUMENT BUT � AN ELECTRONIC DUPLICATE.THE ORIGINAL,SIGNED BY THE ^ ,' F'R'EY ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT Q�pk WAASI '�,j THE CITY OF KENT,A COPY MAY BE OBTAINED UPON REQUEST, CITY OF KENT ENGINEERINO DEPARTMENT `y PLASTIC CROSSWALK MARKINGS �CiE�OT"I' 38295 ' ISTE¢'� oesicrveo_._.own .._.._—_ DRAWN q SCALE NINVE S4ANDpRD-PLAN 'SIGNAL E DNECRED—_______— DATE —� 6-75M win WSDOT STANDARD PLANS i i FENCE AND GLARE SCREEN L-40.20-02 Glare Scree Type 2 (Chain Link with Slats) James St Pump Station/Inouye A - 3 January 20, 2016 Project Number: 10-3009 XN CL a w" ag 4R�4 X 4 " � Q 4 33i� OX _ yg ❑ iE N w Uya w^ Ej �dAU 9 � wF�F1 w {J .?._ v ... �� �. _. .'f W " - +' •� � Ill W N W �a w a m yy .. tt � i WL �. g w J d � 9tlOdA9 YSi1 P9 RMbtlp ''. SOILS REPORT James St Pump Station/Inouye A - 4 January 20, 2016 Project Number: 10-3009 i GEOENGINEERS 1101 South Fawcett Avenue,Suite 200 i Tacoma,Washington 98402 253.383.4940 i ' June 25, 2014 City of Kent 220 Fourth Avenue South Kent,Washington 98032 Attention.Kelly Casteel, PE Subject: Supplemental Subsurface Data and Recommendations James Street Stormwater Outfall Retrofit Kent,Washington File No. 0410-184 00 INTRODUCTION The purpose of this supplemental report is to provide additional soil and groundwater information and supplemental recommendations for the James Street Stormwater Outrall Retrofit project in Kent, Washington. We previously prepared ageateehnical report for theJamesStreet Pump Station Project dated December 21,2012. We understand that the project now includes the proposed James Street Stormwater Outfall Retrofit project that extends up the hill to the east from the James Street Pump Station project site. The two projects are interconnected and will be constructed concurrently by the same contractor. Our December 2012 study addresses the James Street Pump Station site located at 740 Woodford Avenue North (northeast of the intersection of East James Street and Woodford Avenue North), but does not address the James Street Stormwater Outfall Retrofit located on James Street, This supplemental report should only be used in combination with our December 21,2012 report. Project plans for the James Street Outfall Retrofit dated April 1, 2014 indicate that the stormwater improvements will include a new 24-inch storm sewer line and a vault located In East James Street. The vault will be located in James Street about half way between the intersection with Woodford Avenue North and the intersection with Clark Avenue North. James Street slopes up to the east from about Elevation 40 feet at Woodford Avenue to about Elevation 49 feet where the proposed vault will be located. The base of the vault will be located at about Elevation 32 feet. I i SUBSURFACE CONDITIONS The proposed James Street pump station is located on the val€eyfloor,adjacentto Mill Creek, The proposed i stormwater outfall retrofit will be constructed in James Street on the valley floor and at the base of the hillside to the east. As discussed in our December 2012 report,the geologic conditions on the hillside are GEoENGINEER otyofHent June 25,2014 Page 2 trapped as sedimentary do,posits; of pro-Fraser glaciation age (Qpf). These deposits are described as "oxidized sand and gravel, lacustrine silt and sand" and will be significantly denser than the alluvium encountered at the pum;S station site. WE, installed a monitoring well near the southeast comer of Clark Avenue and James Street for a different City of Kent project. This exploration encountered dense soil we interpret as pre-Fraser sediment. A draft copy at this boring log is provided as Appendix X We anticipate that the near surface geology will transition from alluvium to the pi e-Fraser sediment at some point within the project llmtts. There are also a significant amount of utilities within East James Street We anticipate that the subsurface conditions will be influenced by utility trench backfilf as well as the native geologic conditions. As part of the December 2012 study we installed two monitoring wells with an electronic piezometer in each well. A graph of the data collected from the piezometers is Included as Append;x B. The data collected indicates that depth to groundwater varies by about 4 feet over period measured, Groundwater was also observed in our exploration on Clark Avenue, At the time of drilling,June 3, 2014,- groundwater and wet soil was observed at a depth of about 8 feet. We also attempted to measure groundwater levels in this exploration. on June 20, 2014, however,the weld was dry(bottom of well casing is at a depth of about 15 feet). We interpret this variation in water level as either an indication of perched groundwater that was encountered during drilling, or a highly fluctuating groundwater table, CONCLUSIONS AND RECOMMENDATIONS Construction Considerations The temporary shoring and dewatering recommendations we provide in our December 2012 report only address alluvia[ soils. We did not address the Pre-Fraser soils that are anticipated on the hillside. This should be conservative for shoring design because the pre-Fraser soils are anticipated to be stronger and denser than the alluvium,so lateral active earth pressures should be lower,and passive pressures higher for the pre-Frasei sediments. However,installation of some shoring systems would be more difficult In the pre-Fraser sediments,for example, Installing sheet plies with a vibratory,hammer. We anticipate that established regional groundwater levels will generally be at a higher elevation on the hillside than on the valley floor, However, due to the surface elevation increase at the hillside, the established regional groundwater level is expected to be further below the ground surface on the hillside than on the valley floor. Perched groundwater layers could be near the ground surface. Although regional groundwater is expected to be further below the ground surface on the hillside and in the pre-Fraser deposits,groundwater flow into excavations could still be significant. The pre-Fraser deposits can contain gravel layers that will be more permeablethan the alluvium. Also,the existing utility trench backfill in James Street has likely intercepted perched layers and may have created more permeable conduits through the silty native soil deposits. This can produce higher groundwater flows than would be expected from the native soil deposits, As stated in our December 2012 report, we recommend the contract documents specify that 1) the contractor be responsible for selecting excavation and dewatering methods; 2)all excavations conform to the requirements of Title 296 Washington Administrative Code (WAC), Part N, "Excavation,Trenching and Shoring;"and 3)excavation shoring and dewatering be designed by qualified engineer in accordance with GEoENGINFERS >'� City of Kent I June 25,2014 Paga 8 Washington Department of Transportation (WSDOT) Standard Specification 209.3(3) D "Shoring and Cofferdams." I jl Subgrade Preparation,Earthwork, and Backfill i The design recommendations we provide in our December 2012 report for pipe bedding, subgrade preparation, and backfill, are appropriate for the pre Fraser soils up the hill on James Street. Our recommendations address methods for amending soft or yielding soil or soil disturbed by excavation. The denser pre-Fraser deposits are less likely to be disturbed during excavation and,therefore, less subgrade amendment is anticipated. The location where the soil in the proposed structure excavations will transition from alluvium to pre-Fraser sediments is not well defined. For simplicity,we recommend keeping the same pipe bedding and subgrade recommendations for the entire project. Below Ground Structure Buoyancy Groundwater can be shallow within the pre-Fraser deposits, Buoyancy forces on the proposed vault in James Street may be an issue. Our calculations indicate that a fully submerged vault (10 by 20 feet and 14 feet tall with groundwater at the top of the vault)will have about 175 kips of uplift force. The weight of the structure is reported by Oldcastie Precast to be 85.7 kips and we calculate the weight of the soil cover and pavement to be about 37 kips based on an average of 1.5 feet of cover. We also estimate that there should be about 100 Kips of available friction resistance on the sides of the vault when fully backfilled and covered, This assumes that backfill consists of "Gravel Borrow" as recommended, Based on these assumptions, it is our opinion that the installed vault will not be unstable due to buoyancyforces. Buoyancy protection may be necessary if the excavation is not kept fully dewatered until backfilling and cover placement is complete. LIMITATIONS We have prepared this report for City of Kent, for the James Street Pump Station and Outfall Retrofit Projects. Within the limitations of scope, schedule and budget, our services have been executed in accordance with generally accepted practices for geotechnical engineering in this area at the time this report was prepared. The conclusions, recommendations,and opinions presented in this report are based on our professional knowledge,judgment and experience. No warranty, express or implied, applies to the services or this report. 1 I j L , I GEOENGINEERS / Pilmhu.U410-ZS400 Cify of Vent-June 25,2014 Page 4 Please refer to the appendix titled "Papert Limitations and Guidelines for Use' in our December 21, 2012 report for additional information pertaining to use of this report. If you have any questions or require anything further, please contact us. Sincerely, GeeEngtnoors, Inc. EP4 W Lyle J.Ste6e, PE Senior Gectechnical Engilneer VA!O Ozo 4 Garry H.Squires, PE,LG, LEG Principal MONSA Attachments: Appendix A—GlarkAtenue and jannss Street Draft Rptoratidn Log Appendix 3- Piezometer Graphs Farm,faWralle arbard wpyof the anginal document(small,rmt table,andfqrfigure),Uprovided,ardnny Attachnnemeare onlya copy ofthe arigimslaxumenLTheorlgemal documeat Is stated by GeolEnloacers,Inm andwiffseive as the officlat document of fecard. UpyrigrtO 2014byGeufiatweers,Inc.All rights resolved, GMENG I N E E I i I : j ' APPENDIX A Clark Avenue and James Street Draft Exploration Log i � I i i i Gw NGINEERS SOIL CLASSIFICATION CHART ADDITIONAL MATERIAL SYMBOLS MAJORDIVISiONS SYMBOLS -TYPICAL SYMBOLS .._ TYPICAL CRAP'LE ETTIER DESCRfPTIONS *GRAPHLETTER tJESCRlPTtONS GLEAN a110 o taw wcRnvEtEGrravrt r;RnVts .>eAt+:,<._sA.vnAG AsphalEConcrete ANn GRAVELLY NTs-EWtR.Fi Y' O�O G �+p P sets o a G ,rt-sNux netts X 1//''Iq CC Cement Concrete, COARSE mrnGrfusi ca% GRAV2LS W➢H GM SI TYe+RAVSts,GRRffL.:SAND GRAINED -ElLT M[xTURES SOILS .'"E FINES CR CrushedRaciJ rse-rrvir,n iv vn _ _— 1 C1.u3;ry Spills slue rN tR ;uv-5.uiba• aLF" aRA4 LS GRAVEL- uF rnws GC satin tier Nrxrurs r, T9 Topsoill fI GANpG. y:�;=;• forest DufflSod - bKR2Trwkbo!k CMAN Sw SANDS GRAVELLY SANG@L-GRAOGO WOS RcTNNE60N}.b, SAND II AND � k�Flbem Groundwater Contact SarvGY SP PoOF Y-GRA 'P'sFNos. soll.s _ Measured groundwater level in exploration,well,or plezordeteir 1 MME THARs SANDS ViTH sM Mtx YJ S,satin-SAT - . Fr=es : FINES Measured free product in well or P165V3G 140.4 _ p[P.zometer srF:e {po�Ha;cwraaxxir SC txnvsv GhNOa aArx-c�v MHO&. ?tIY.YUyG',5 Graphic Log Contact i l^%Jt2C-MY.aH35.R0.�R + _•.•••^••• FLflLiIY CLFYlY SLrs Mry'i'ry E ML stI®3i'Pc.Asricnv Distinct contact between snit strata or ----- geologic units SIUS fNOK;rvWlc GtAYS ar Law TO AiE0.814+PL45TIClTY.GRgYECLY s+NE AND utL`ssT,-'s±x CL c1AYs,svmz�LAYs SA.Tv Approximate doeation of soli strata CLAYS G�Ya,LEAN CLAYS GRAINED _ change within a aeon of oil unit ' SC1lG OL ORGAbn GA.75£wn ORGANIC I PLASTI ry !J3N2 Pt�sTicrrr Material Description Contact rnexe;IwN % I I MH R°1^QI^ 3 's iT'rfl Distinct contact between soil strata or rAsanaao aaa SJL ae I I SCILs _ geologic units AND Mn io iM CH aNORcnvaC AYGOFwcR —....-- Approximate location of salt strata t3REll`cfl T3iFN:A I / Rih>TICIiV cLnrs Change within a geologic soil unit OH ORGAPb[C CtAY3AN0 SILTS OF .. h1EOIUM FO hIIGH 2lASI�rfP HIGHLY ORGaNICStiiLS .��s pT RElY HUMUS,SMAR6PsoiLs . "u,HIGH ik'YGAhiC — CO IN 5 NOTE: Mulpfesymsci[sare used W ind€cate ixrdesline o,dLNI1 soil Uass'rficaiicns La horatoa f Field"Nests Perce es Sampler Symbol Descriptions AL Atterbarg[[mile CA Chemical analysis 2.Minc#t ID,split barrel CA Laboratory compaction test CS Consolidation test Standard Penetration Test(SPT) DS Direct shear HA Hydrometer analysis Shelby tube MC Moisture content MD Moisture content and dry density Piston OC Organic content PM Permeability or hydraulic conductivity U Direct-Push PI Plasticity index PP Pocket penetrometer Bulk or grab PPM Parts per million SA Sleveanalys€s TX Triaxial compression Blow blows o UC unconfined compression of bl required recorded for driven samplers as the number of ows required to advance sampler 92 inches for VS Vane shear distance noted), See exploration lag for hammer weight Sheen Classification and drop. NS No Visible Sheen A"P"indicates sampler pushed using thewelght of the SS Slight Sheen drill rig. MS Moderate Sheen HS Heavy Sheen NT Not Tested MOTE:.The reader must refer to the discussion in the report text and the lags of explorations for a proper understanding of subsurface conditions, Descriptions on the logs apply only at the specific exploration locations and at the tirre the explorations were made;they are not warranted to be representative of eubsu€face conditiors at other locations or times. KEY TO EXPLORATION LOGS UwENGINEERS ? FIGURER-'I S[� � Total 21.5 Lagged By AFL PriNin 613/2014 8t312014 Depth(ff) Checked BY LJS Differ Holt SQWlces Method Hallow Stem Auger ___._ evvaiimr(fQ 66 Hammer PnNUt lum Lstlrnated Data. 140(lbs)1$0(in)Drop Equipment Tracked Drill Rio '.. ITNoflhing System - - Groundwater ) Datum rapt,to s:. FIELD DATA _a w ti MATERIAL a v Z J DESCRIPTION a o REMARKS w w dr o c m ry m "m a�S GrayfbroWn silty tine to coarse gravel with sand (stiff,moist) f 18 23 $ a AR an 'tr' t� r Grades to dense 1 a GP-GM brown Mile 6 metlium s€ltys �1h grevel(very Groundwater observed at 8 feat al time of o dense ` ` drllfing n 10 sa t�. o oir. � Sm g3str v ray silly fine to medium sand vnth occasional grevel(very dense,wet)is- - `` e �a 2e i& 71 g nNow See Figure A for explanation of symbols. Log of Boring B-2 fi Project: Mill Creek LID Water Quallty Treatment sGEOENGINEERS Project Location; Kent, Washington Project Number: 0410-190-00 Figure A-3 � SheeE 4 of 1 1 , APPENDIX B Plezometer Graphs GE€3NGINEERS i 05 O M, s.e,�'v�* 9 rvM1 ter. pk p s i �y 7 1 A i n • � N r I Y4�L� 7 i r N Y a S W LU IL uj uj jai nriipuno.ra of lgdaQ 7 0 0 m 0 Geotechnical \ ` \ \ \ § \ James Street Pump Station Kent, Washington for \ } : City of w« ^ ` ` ^ December 2.1, 32 i Geotechnicai Engineering Services James Street Pump Station Kent,Washington for City of Kent December 21, 2012 I i GEoENGINEEAS 1101 South Fawcett Avenue, Suite 200 Tacoma, Washington 98402 253.383.4940 'I Gootechnical Engineering Services James Street Pump Station Kent, Washington File No.0410.184.00 December 21,2012 Prepared for: City of Kent 220 Fourth Avenue South Kent,Washington 98032 Attention: Kelly Casteel Prepared by: GeaEngfneers, Inc. 1102 South Fawcett Avenue,Suite 200 w Tacoma,Washington 98402 261383.4944 da LyleJ.Stone, PE SicMZ Geotechnical Engineer Garry H,Squlres,RE, L,G,LEG Principal us:cirs;tt Visclalmon Any eleclondc form,faminulta or hard copyof tha ntiglnaf table,and/or figure),If provided,and anyattachn ent8 are only copyofthaodgmal da,^,amarL theodglrmt doaamnat#satareeiliYf4eaEngineers,!nc.and wfilserve as the official dowmentof rancid. f opydghrO 2012 by(ieoftineers;Inc,Ail lights resewed, MENGIN ER i Table of Contents 1.0 INTRODUCTION 2.0 SCOPE OF SERVICES................................ ..........................---........I..................... .........i l &0 SITE CONDITIONS.................... . 3.1. Geologic Setting............................................................................................................................2 i 3.2, Surface Conditions ....:.................. _ ...........,.,.......3 3.3. Subsurface Conditions ...................... ,.,. ... .. .............................3 3A. Groundwater.„...............................................................................................................................3 4.0 CONCLUSIONS AND RECOMMENDATIONS.......................... ...........................................3 4.1. Construction and Earthwork Recommendations—...............--....... ...... .......... ....... 4.1.1. Temporary Shoring and Dewatering.................................................................................3 4.1.2. Earthwork and Backfill......................................................................................................6 4.2. Design Recommendations and Analysis.....................................................................................7 4.2.1. Below Ground Structure Buoyancy..........--.................................-.................. ........ .....7 4.2.2, Shallow Foundations and Small Diameter Concrete Piers.............................................7 5.0 LIMITATIONS..........................................................................:.................................................. .......8 LIST OF FIGURES Figure 1.Vicinity Chap Figure 2.Site Plan APPENDICES Appendix A.Subsurface Explorations and Laboratory Testing Figure A-1. Key to Exploration Logs Figures A-2 and A-3. Log of Borings Figures A-4 and A-5.Sieve Analysis Results Appendix B. Report limitations and Guidelines for Use i I I GEeENGiNEERS-.5/ Dveinber 21,20121 Pagel I 1.0 INTRODUCTION This report presents our findings, conclusions and recommendations for the James Street Pump Station in Kent, Washington, The storm sewer pump station will be constructed at 740 Woodford Avenue North, northeast of the intersection of East James Street and Woodford Avenue North (see ,Figure I for a Vicinity Map). The site is located directly west of mill Creek. Our understanding of the project is based on our review of 30 percent design plans dated September 2012 and prepared by PACE Engineering, Inc. The purnp station will Include a vault consisting of three 10-foot-diameter concrete manholes connected with 6-foot-diameter concrete pipe. The vault base will be set at about Elevation 23 feet, up to 17 feet below existing site grades: The pump station will be operated using an electric pump with a back-up generator and an on-site fuel source, Final site grade will beat about Elevation 41 feet Up to 3 feet of fill wfil be placed to establish planned grades. The site will be surfaced with gravel and an asphalt concrete paved road will provide vehicle access. Roof structures will be constructed over the Pump and generator. The roof structures will be supported on shallow pier foundations. The pump and generator will be supported with stab-on-grade equipment pads, 2.0 SCOPE OF SERVICES Th e he purpose of our services is to conduct subsurface explorations and laboratory testing as a basis fo r developing geotechnical recommendations related to the design and construction of the proposed James Street Pump Station, Our specific gootechnical scope of services includes tile following items: Review existing sell and groundwater information, including select in-house reports and published geologic maps. 2. Conduct a site visit prior to subsurface explorations to coordinate exploration locations and site safety issues. 3. Coordinate clearance and location of existing underground utilities in the project area. We contacted the Washington Utilities Coordinating Council "One Call" service prior to beginning explorations. We also retained a private utility locate service to check for underground utilities at the site. 4, Drill two borings to depths of 41.5 feet below ground surface (bgs) using hollow stein auger drilling techniques and install monitoring wells in both of the explorations. We measured groundwater levels in the wells two days after well installation and Installed electronic plezometers in each of the wells. 5. Complete laboratory analysis of select soil samples. Our laboratory program consisted of grain- size analyses and moisture content determinations. 6. Discuss temporary shoring and dewatering. We provide a general discussion of shoring and dewatering issues at the site and comment on the feasibility of different shoring and GEoENriNfrits 42 0acember21,=2 , page i kl ft i LAMES STREET PUMP STATION Kent,Washington dewatering t ettods. We also provide lateral earth hpressures for the design of shoring systems and an order of magnitude estimate of dewatering quantities. 7. Provide recommendations for pipe bedding, pipe support and excavation backfill. We provide recommendations for imported backfifl, reuse of on-site soil as appropriate and compaction requirements. 8. Provide recommendations for fill placement and compaction on the surface of the site. We include recommendations for imported fill and compaction requirements. S. Perform buoyancy calculations on the proposed underground structures based on measured groundwater levels and the provided dimensions of the structure. 10. Provide recommendations for shallow foundations and small drifted pier foundations for support of equipment pads and roof structures. We discuss bearing surface preparation and shallow drilled pier construction. We also provide design criteria, including allowable soil bearing pressures and allowable lateral resistance values for the design of foundation elements. 11, Provide additional consultation as required and requested. Our authorized scope of services also includes retrieving groundwater data from the electronic piezometers and measuring groundwater levels prior to construction. We will prepare a brief technical memorandum presenting the second round of groundwater monitoring data and revising our recommendations if appropriate. This memorandum will be provided during the spring or summer,after winter groundwater levels have been measured. i 3.0 SITE CONDITIONS 3.1.. Geologic Setting i The site is located in the Kent Valley. The "Geologic Map of King County, Washington" (D.B. Booth, of al., 2002) classifies the soils in the project area as Alluvium (Qal) deposited by the Green River. Modified land (m) is mapped to the west of the site and Sedimentary deposits of pre-Fraser glaciation age(Qpf) are mapped on the hillside to the oast, The map describes the Alluvium (Qaf)as"Moderately sorted deposits of cobble gravel, pebbly sand, and sandy silt along major rivers and stream channels," Typically, alluvial deposits in the Kent Valley include younger alluvial deposits in the upper 30 to 40 feet consisting of loose to medium dense sand to silty sand and soft to medium stiff silt. Older alluvial deposits are located below about 30 to 40 feet and generally consist of medium dense to dense sand and silty sand. Occasionally,a layer of organics or organic silt is located near the contact between the layers. Modified land in this area usually consists of sand and gravel fill. The pre-Fraser glaciation sedimentary deposits are described as "oxidized sand and gravel, lacustrine silt and sand." These deposits were overridden by glaciers and would therefore be significantly denser than the alluvium. i Pago2 Decembcr2t,2012 :, GooEnglnears,Inc, nic no.US to-asmoo JAMESSTPM PU44PSTATION Kem,Wis41ngtptl 3.2.Surface Conditions The rectangular site Is located in a commercial and residential area of Kent, Washington and was formerly a single family residence with a single story house, landscaping, and grass in the backyard. It is about 120 feet long and 60 feet wide ands located north and east of James Street and Woodford Avenue, respectively, A single family residence is located directly to the north, Mill Greek is located directly to the east of the site. A site plan is provided as Figure 2. The site is relatively flat with a slight slope down towards Mill Creek. Based or. provided topographic information, existing site grades are at about Elevation 40 feet at the southwest site corner and about Elevation 38 feet at the northeast site corner. There is a small (up to about 1 foot) depressed area in the center of the site where the house was formerly located. 3,3. Subsurface Conditions We investigated subsurface conditions at the site by advancing two borings each to a depth of about 41:5 feet (Elevations -25 to-3.5 feet). The approximate location of each exploration is shown on the site plan. A more detailed description of our exploration program and summary exploration logs are provided as Append'Ix A. We interpret the subsurface conditions observed in our explorations to be consistent with alluvial deposits. Very loose to medium dense sand to silty sand and very soft to stiff silt was observed above a layer of black sand that was encountered at about Elevation 15 to 20 feet. Below this elevation range the alluvium is more consistently medium dense with some loose layers. Organics and organic silt was observed in a single sample at about Elevation 23 feet in boring B-2. 3.4. Groundwater i Groundwater was measured at the site in wells installed in our explorations. On December 3, 2012 groundwater was measured at about Elevation 35 feet in B-1, near Mill Creek and at about Elevation 36.5 feet in B-2, near Woodford Avenue. At that time,the water level in Mill Creek was observed to be relatively high and was above the top of the culvert that passes under East James Street. We anticipate that groundwater levels in at the site will be influenced to a large degree by the water levels in Mill Creek. As a result, groundwater level variations due to precipitation and seasonal fluctuations will likely be more pronounced at this site relative to what would be expected at other sites in the valley that are not near a creek or river. We installed electronic piezometers in the wells with data collectors to record a groundwater levels over time. 4.0 CONCLUSIONS AND RECOMMENDATIONS 4.1.. Construction and Earthwork Recommendations 4.1.1.Temporary Shoring and Dewatedrig 4AJ-1.GENERAL We anticipate that construction of the underground vaults will require excavation and dewatering to about Elevation 20 feet over an approximate 90-foot by 15-foot area. This will likely require temporary shoring and lowering of the groundwater table during construction, GEwENGIN€ERR ITeaemM21,2012 PaiN3 i JAMES BTRIERI'PUMP STATION Kent,Vdashingtan I Shoring and dewatering systems are interdependent and their design must be coordinated. There are generally two ways to approach a combined shoring and dewatering system. The dewatering system can be open to the surrounding groundwater table or localized to the excavation. In the case of an open dewatering systern the groundwater is drawn down over a large area and the shoring system retains primarily unsaturated soil. In the ease of a localized dewatering system,the groundwater is only significantly lowered within the limits of the excavation and the shoring system must retain both the saturated soil and the hydrostatic pressure from the surrounding groundwater. As described in more detail below, we believe an open systern may not be practical forth"is site and some form of localized system may be required. Excavations deeper than 4 feet for all parts of the construction must conform to the provisions of Title 296 Washington Administrative Code (WAC), Part N, "Excavation, Trenching and Shoring" if workers are required to enter. Shoring, trench boxes or sloped sidewalls will be required under Washington industrial Safety and Health Act(WISHA). The contract documents must specify that the contractor is responsible for selecting excavation and dewatering methods, monitoring the excavations for safety and providing shoring, as required, to protect personnel and structures. We recommend that all shoring be designed to accommodate at least 2 feet of overexcavation of the subgrade. Excavation shoring and dewatering must be designed by a qualified engineer in general accordance with Washington State Department of Transportation (WSDCT) Standard Specification 2-09.3(3) D "Shoring and Cofferdams." We recommend that we be retained to review the proposed shoring and dewatering plan before construction. We recommend that a baseline survey of surrounding structures is completed prior to construction to establish a record of the existing conditions before dewatering and excavation begins. The j survey should include establishing settlement bench marks around the perimeter of the site and on critical or settlement sensitive nearby structures. A photo record of the interior and exterior of nearby structures should be made. 4.1.12.DEWATERING We anticipate constructing the below ground vaults will require temporary lowering of the groundwater table by about 14 to 16 feet (Elevation 36 feet to Elevation 20 to 22 feet) within the excavation. We expect the adjacent Mill Creek will provide a steady source of groundwater recharge to the site that will reduce the effectiveness of some dewatering methods. We estimate an open system designed to lower the groundwater in the whole area and counteract the groundwater recharge from Mill Creek could require a series of wells with a combined pumping rate on the order of 1,000 to 5,000 gallons per minute (gpm). This degree of pumping could impact the surface water flow of the creek as well as the groundwater levels a significant distance beyond the site. Accordingly, this type of open system may not be practical for dewatering at this site, and could have adverse impacts to nearby structures, which might settle. A localized dewatering system will require a relatively watertight shoring system (such as sheet plies)that extend below the base of the excavation to partially cutoff groundwater flow. In this type of system, the groundwater flow into the excavation is mostly limited to the seepage that enters through the base of the excavation, Pageil Nnamber2t,2012 OeoEnginears,lnc. I Poono.01104$4-qa JAMES STRELTPUMP STATION Kent,ftsiongtorr A localized dewatering system creates an imbalance in the hydrostatic pressures inside to outside of the excavation and can result In "quick"or bolting sand conditions In the excavation base. This condition must be considered in the design. Methods to counteract this include, 1) extending the sheets further below the base of the excavation to reduce the groundwater gradient or 2) installing deeper dewatering wells in the interior of the excavation to relieve excess water pressure. We estimate it will be necessary 40 extend the sheets about 15 feet below the base of the excavation to reduce the potential for boiling sand or uplift of the subgrade. If a less permeable stratum is underlain by a more permeable stratum near the anticipated bottom of the excavation subgrade uplift will be more pronounced and additional dewatering wells may be required. The amount of water entering the excavation will be dependent in part on how far the shoring, or cutoff, extends below the base of the excavation. We estimate that for a cutoff extending about 15 to 20 feet below the base of the excavation, grou ridwater flow into the excavation should be on the order of 200 to 800 gpm. 4.1-13.EXCAVATION SHORING In order to limit excavation dewatering, we anticipate that sheet plies or other watertight or near watertight shoring systems will be used. The sharing will need to support both the soil pressures and hydrostatic pressures from groundwater. Based on the anticipated depth of the excavation we expect that a cantilevered system will not be practical and that a braced system will be required. The soil pressures on a shoring wall are dependent on the IYPe of wall, the soil retained, the method of construction, and the extent of dewatering. For preliminary purposes, we suggest that loads against a shoring system be estimated using the soil properties in the following table. These values are based on our experience in the Green River Valley in Kent. PRELIMINARYSOIL PARAMETERS -- Fri6thn AhbF aital UnIC Wei gbt, Tobill Actlink Allowailgkassj%4 SolI TYPP7 (degrees)T ' i Weight,(0at 1�irakryryr Silt joSandy,Silt 27-30 115 80 93-10Sj Silty Sand to Sand 31'-,34 125 77-791-1 110 7 12, , 'Combined hydrostatic and w4 pressure based an saturated soil and Coulomb earth pressure theory. 2 Soil prescure,Weed on Saturated{buoyant)soil and Coulomb earth pressure meoy. These values include a factor of safety Of 1.5. Our suggested values are for preliminary planning purposes and assume that a yielding shoring system is used, Soil and water pressures used In final design must be appropriate on the specific shoring system that will be constructed and should be determined bythe shoring design engineer. Heave of the excavation subgrade most also be considered in the design. Heave occurs where the weight of the retained soil approaches or exceeds the bearing capacity of the soil at the better-,, of the excavation. This condition is snore prone to occur with braced sheet, pile shoring in silt deposits, Methods to counteract this include: 1) extending the shoring further below the base of JAMES STREET PUMP STATION + Kant,Washinglan II the excavation, 2) reducing the width of the excavation where practical, or 3) reducing groundwater imbalance inside to outside with dewatering wells. 4.1.2.Earthwark and Sackfill 4.1.2.1,UNDERGROUND VAULT SUBGRADE PREPARATION AND BEDDING The pipe subgrado must be in a firm and unyielding condition prior to the placement of pipe bedding. in areas where the subgrade is soft or yielding,overexcavation and replacement of soft or yielding soil or subgrade amendment will be required. I For overexcavation and replacement we recommend that fill placed on the overexcavated subgrade consist of angular rock with few fines. in our opinion, material conforming to WSDOT Standard Specification 9-03.9(2) "Permeable Ballast" is suitable for this purpose. The rock must be placed in lifts and tamped with an excavator bucket A gaotextile may be required between the rock and the pipe bedding to prevent pipe bedding material from being lost into the Vold$ In the rock. Alternatively, where soft subgrade soils are present the subgrade may be amended by pushing or tamping quarry spalls into the soft subgrade to provide a firm surface. Quarry spalls must conform to WSDOT Standard Specification 9-13.6 "Quarry Spells" and be placed in lifts about one $pall diameter thick. This method often raises the subgrade elevation as soft material is displaced. Accordingly, some overexcavation prior to placing quarry spalls may be required to maintain subgrade elevation. The subgrade preparation described above is intended to amend soft silts or loose sands to create a more uniform bearing surface for the underground vaults. It may not be adequate to repair subgrades softened or loosened by heaving or boiling. if heaving or boiling conditions occur, excess water pressures must be controlled before the subgrade is overexcavated or amended. Pipe bedding must consist of granular material with a maximum particle slze of 3/4 inch and less than 5 percent passing the U.S.Standard No. 200 sieve, The pipe bedding must be a material that will conform to the shape of the pipe when the pipe is seated in the bedding. The pipe manufacturer should be contacted for additional bedding and backfill requirements. 4.1.2.2.FILL AND BACHFILL COMPACTION AND MATERIALS. Fill and backf ill placed on site must consist of structural fill compacted to at least 95 percent of the maximum dry density (MDD) as determined by ASTM International (ASTM) Test Method D 1557 (Modified Proctor). We recommend that the initial lift of backfill over the pipe be thick enough to reduce the potential for damage during compaction but generally should not be greater than about 18 inches. In addition, particles greater than about 1 inch in maximum dimension should be excluded from this lift. Reuse of the on-site soil from the excavation may be considered, but will not likely be practical. The majority of the soil from the excavation is below the current groundwater table. Accordingly, this soil will be saturated and well over the optimum moisture content for compaction. Significant moisture conditioning will be required before the soil can be adequately compacted. Pages Qecsmher21,2012 GwEnglneers,lne. - !! Ffla go,0410404.00 i JAMES STREET PirW STATION KentWashingtoo In our opinion, material conforming to WSDOT Standard Specification 9-03.1.4(1) "Gravel Borrow", 9-0314(2) "Select Borrow", or 9-03.10 "Aggregate for Gravel Base" is suitable for imported fill. A less moisture sensitive "wet weather" fill may be required due to weather conditions during construction, placing fill an a wet subgrade or placing fill in an excavation with groundwater seepage. In our opinion, The above-listed material specifications are suitable for wet weather fill, provided the fines content is limited to 5 percent. We understand that the City of Kent's standard special provisions for WSbpT 9-0&14(1) "Gravel Borrow" Includes this recommended modification to the allowable fines content. In addition to the excavation backfill, up to$feet of fill will be placed on the site to achieve design grades. Prior to flit placement,fill areas must be stripped of soil containing a significant amount of organic material including sod, large root wads, and organic soil from landscaping areas and the subgrade must be compacted to a firm and unyielding condition. We recommend that the upper 12 inches of the site fill consist of wet weather fill. This will provide a more stable longterm working surface for the facility and will reduce the potential for rutting of the ground surface if maintenance vehicles need to occasionally drive beyond the paved access road during wet weather. 4.2. Design Recommendations and.Analysis 4.2.1.Below Ground Struetere Buoyoucy The below ground structures include three 10-foot diameter vaults connected with a C-foot diameter reinforced concrete pipe. The vaults will extend from about Elevation 23 feet to the planned finish grade at about Elevation 42 feet. We conservatively assumed that groundwater levels could rise to Elevation 42 feet. Based on thus, we calculate a 93 kip uplift force on each vault. We calculate the friction resistance on the exterior of the vault from the surrounding soil assuming a soil friction angle of about 28 degrees is about 95 kips. The weight of the structure was not included. Based on our calculations, buoyancy of the completed underground structures does not appear to be a concern. We recommend the engineer of record consider buoyancy during design to confirm our conclusions. 4.:2.2.Shallow Foundations add Small Diameter Concrete Piers 4.2.2.1.EQUIPMENT PAD FOUNDATIONS Equipment pads shown on the plans are 14 feet long, 5.5 feet wide, and 1.5 feet deep oastin- place reinforced concrete slabs. The plans indicate that the dimensions of the pads may be modified to accommodate the specific piece of equipment selected for the project. Equipment pad subgrades must be thoroughly compacted to a dense, non-yielding condition using vibratory compaction equipment. Loose or disturbed materials present at the base of footing excavations must be removed or recompacted to a firm and unyielding condition. Foundation bearing surfaces must not be exposed to standing water. Should water infiltrate and pool in the excavation, it must be removed before placing structural fill or reinforcing steel Equipment pads constructed on a subgrade prepared as recommended can be proportioned using an allowable sail bearing pressure of 1,000 pounds per square foot (psf). This is a net bearing GFoENGINEER peuember2l,2012 Page7 Eltc Na.QM13II-#L4 op 1AMES STREET PUMP STA110N Kent,Washington j pressure;the weight of the footing and overlying backfill can be ignored in calculating footing sizes.. We estimate that settlements of footings under design load will be less than 1/2 Inch. We recommend that lateral loads be resisted by frictlonal roslstanoe on the base of the slab. An allowable frictional resistance may be computed using a coefficient of friction of 0.43 applied to vertical dead-load forces. This value Includes a factor of safety of approximately 1.5. 4.2.2.2,SMALL DIAMETER DRILLED CONCRETE PIERS Roof structures shown on the plans are supported by small 12-inch diameter concrete piers. Notes on the plans indicate that the pier depths vary from 4 to 6 feet bgs depending on the structure to j be supported. We recommend the piers be cast-in-place in drilled holes. The concrete for the piers must be placed directly against the side walls of the excavation, not in a casing or sonotube. If casing is required to keep the holes open, it must be removed after the wet concrete is placed but before the concrete has set to allow the concrete to directly contact undisturbed soil. The bottom of the excavation must be kept free of loose or disturbed soil. For 12-inch diameter concrete pier foundation installed as recommended, an individual allowable axial capacity of 4,000 pounds may be used for a 4-foot deep pier and 7,500 pounds for a 6-foot deep pier. These values should be applied to the total of dead and long-term live loads and may be Increased by one-third when considering total loads, including earthquake or wind loads. We � calculate an allowable lateral resistance of 1,500 pounds and 3,000 pounds for 4-and 6-foot deep piers, respectively. Lateral resistance values include a factor of safety of approximately 1.5. 5.0 LIMITATIONS We have prepared this report for the exclusive use of the City of Kent and their authorized agents for the lames Street Pump Station project in Kent,Washington, Within the limitations of scope, schedule and budget, our services have been executed in accordance with generally accepted practices in the field of geotechnical engineering in this area at the time this report was prepared. No warranty or other conditions, express or Implied, should be understood. Please refer to Appendix B titled "Report Limitations and Guidelines for Use" for additional Information pertainingto use of this report. Page 8 Oeaembe.r2l,2012 GeoEngineers,Ina. ',,. m M PR M 3 G i h t ry i W � Kent + g �xth k' `-' ._ V11 cor' Sa s .ski s� c C f t§ Project Y7 Site a > < a -.S Zb°th"5# - " i a s>41Ael e?t1,t5k 4+.. 5 ..9R ....=tarn+ti'St 538 m j{ i C z*x,4ane s 4 s nest pet a20 "it x Y K#nt y lcd Y{atcuS«Y "tlet "' � _ ,x r�"'.ci� s25 Nat Ga' Et.1,5^t - d: „'e'9G'k,5"!`.,. \ d4 u3n a^t 1 �' �t CG4rf:.geS, 555 529 nar5a: p � Sources Esn, dalofine NAVTEQ USG r'7nte map,iPG� iRC N.Esn€ { oeig 'oIT ?(Tlt andj, `prrp ri,2Q12 Japan,M' Eb,Esn�hEna W Kn9 O o _ a Vh "to Feet ram- t o Jofas: Vida Ej( Map a.. 1-The lost-mr;of a1S features shown are appraoilmte. 2.This drawing fs far intormafion purposes,h is ireended to assisi In Ky Showingfeatar5hfswssedInansffm;heddocnmElGeoEngineete,ins_ James Street Pump Station ti. can notguararkee the accuracy a;d content of etectronic Alos.The umLr file is stored by GeoEng3neors,Inc.and will sarreas the ofolai record of Kent, Washington , this cot:nnunication. 13 3.It is unlawfuf to copy or reproduce ail or any pad thereof,whether for t peraanil use of resale,wNhout perm"rssion.U gy y�^*®® ggyy t note Sources: ESRI©ata&Maps NGINEE[ i Figure I 0 Prolandon:WGS 1984 Web Wrrator Auxiliary Sphere 40 z LU Cf LU Y I Yg a I Za ❑ 1z 1 i (� f� W ❑ w Oz i cc I s u p j w Cp c) ❑ w 01 z , r � I c 01 1 z ++ 3 t 0 LU �t c Af \ t _ F 4 Subsurface Explorations and Laboratory Testing Nil IN f � F r Yr ## { f .1 s 1 p( {h i r—�—..— +! t it .`fin^ r`• .._ N fa 1 i r t _ 4 JAMESSTREEr PUMP STATION Kent,Wasbfngton APPENDIX A SUBSURFACE EXPLORATIONS AND LABORATORY TESTING ( I Subsurface conditions were explored by advancing two hollow stem auger borings on December 1, 2012. Subsurface exploratory services were provided by Holocene Drilling, Inc. under subcontract to GeoEngineers, Inc. The borings were advanced to nominal depths of 41.5 feet below j surrounding site grades. The locations of the borings were determined by measuring from existing site features such as roadways and structures. The elevations presented on the boring logs were based on the topographic survey data provided by the City of Kent in the 30 percent plans. The locations and elevations of the explorations should be considered approximate. The exploration locations and other site features are included on the Site Plan, Figure 2. Our field representative collected Samples, classified the soils, maintained a detailed log of each exploration and observed groundwater conditions where applicable. The samples were obtained with a standard split spoon sampler in general accordance with ASTM International (ASTM) D 1586. Field blow counts and calculated equivalent Nsn blow counts are presented on the logs. The soils were classified visually in general accordance with the system described in Figure A-1, j which includes a key to the exploration logs. Summary logs of the explorations are included as Figures A-2 and A-3. ' I Soff samples obtained from the borings were transported to GeoEngineers laboratory. Representative soil samples were selected for laboratory tests to evaluate the pertinent geotechnical engineering characteristics of the site soils and to confirm our field classification. i The moisture content of selected samples were determined in general accordance with ASTM Test Methods D 2216. Particle-size analyses were performed on six selected samples in general accordance with ASTM Test Method D 422, This test method covers the quantitative determination of the distribution of particle sizes in soils. Figures A-4 and A-5 present the results of our sieve analyses. One sample was"washed"through the U.S. No. 200-mesh sieve to estimate the relative percentages of coarse and fine-grained particles in the soil. The tests was conducted in accordance with ASTM D 1140 and the test result is shown on the exploration logs at the respective sample depths. GEOEKGfMEERS December21,2U12 Page A-1 Pip.rlo,041nd94.06 SOIL CLASSIFICATION CHART ADDITIONAL MATERIAL SYMBOLS MA90R.ol1+fS1gMS 3YMBDLS 7YPiGAd, 5Y O TYPICAL �. GRA.PR LE'ITE.R DESCRIPTIONS GRAPH LETTER DESCRIPTIONS cIF_AN GW 4 awe!. s N©M!z=rus AC Asphalt Concrete GRAWEL GRAMS i GRAVELLY D L Y M1rtrs ort ra waest o G a a POORLY rU,nED Gm,vr S,- ....s J�f//�. AILS o a GP cRAva-aASD lrziwus /f� CC Cement Concrete W aeanouCnca u�, GRAVHNESS NTH GRAINED -MTMrrmR&GRAVS-,SMQ $olds � Crushed-R-c-c—kt r eiwl C -- -- ! Qdarry Spalis � s sMVF apou�vrr GC DLAYaY QRAVELS,ORAV£L- _.,_ annr,.IXAY MExRlRE tl - CLAN " TS Forest iDt ufflSad W2,LaPE9 MDS5t $ANW aRAVE.LYSnO. ..._.___ + - Ov SAND m Groundwater Contact e-v+nrrvnnmc AND i� ORwF_St mos�Evt SANDY Sp POOR,LYGRICS0 SNiDS, SOIL$ GaAvsl"'"'""' Measured groundwater level in -. -`- exploration,well,or piezonteter MCIEC a0t,"D SANDS wTH SM � stLTvsAvos,vNo.s!Lt o:AU171- uaruRt� 'f'! Groundwater observed at tine of -enmr3p FfN€S �,L_ PAS%WNO., .-. exploration 9iEVa (i4?EEG.1C+..EM1%UVUIr0L CLAYEYSANDS,SAND-CLAY - a"xTunls Perched water observed at timeof ihanGANc SILTr0" exploration rLuuR.cl+,Yer srr_4sk^aria Measured free product in well or sucnr?WTIMY $ !uoxam!A CLAYS Ca Lowry pfezomater SILTS uou�n iun5acotura PLASTQUi1 cnAVELLr PINE ( AND isccmAµsaGlLkYAWIVYCurss€_rt Graphic Log Contact GRAINED I CLAYS CLAY$d.SAN CLAYS_ Ix soles ! nm3AN105ILTSMO ORGANIC Distinct contact between sail strata or P°TrcwrY�'eFloru geologic units MDRETwm * Wonwww s!LTs,MIOAc aus Approximate location of soil strata F%WNc NO aE ( MH ok Dv..TouncEWS SILTY � thane geologic g; SOILS g within a ool0 9c soil 'unit SILTS UrWOumrr :/ ' CH INoaG.av!C cuYsoP rrcH Material Description Contact L1AND GRr¢iER rFWle'x / ! PLbsTiGITY p Distinct contact between soil strata or Otl MEDIUM to 410 �Sii rvP geologic units Approximate location of soil strata HIGHLY CRGAwasoiL$ PT 4sri.TirSo�ieM�ICPawea ���'� change within a geologic soft unit GCNTENTa , NOTE: MaINple sylneols are usetl to Mdicate dcmatllaa or dead c€ass9rt'caftons Laboratory 1 FIeid Tests Sampler Symbol Descriptions %F Percent fines AL Atterbarg Emits. 2.4-inch I:D,split barrel CA Chemical.analysis CP Laboratory compaction test Standard Penetration Test(SPT) CS Consolidation test Ds Directshear Shelby tube HA Hydrometer anafysfs - MC Moisture content Piston MO Moisture Content and dry density OC Organic content Direct-Push PM Permeability or hydraulic conductivity ! PP Pocket penetrometer Bulk or grab P.PM Parts per million SA Sieve analysts TX Triaxial compression Blowcount Is recorded for driven samplers as the number uc Unconfined compression of blows required to advance sampler 12 Inches for Vs Vane shear distance noted). See exploration log for hammer weight Sheen Classification and drop. NS No Visible Sheers A"P"indicates sampler pushed using the weight of the SS Slight Sheen drill rig, MS Moderate Sheen HS Heavy Sheen NT Not Tested NOTE;The reader must refer to the discussion in the report text and the logs of explorations for a proper understanding of Subsurface conditions. Descriptions oft the logs apply only at the specific exploration locations and at the time the explorations were made;they are not warranted to be representative of subsurface conditions at other locations or times. KEY TO EXPLORATION LOGS o R FiGURE A-'I Total 41 5 Logged By JCI< Odlter Holocene Drillin Drilling Dh¢ed IZ V2812 12(112012 Depth(tt] Checked By US g Method Hollow Stem Auger Surface Devotion(it) 38 Hammer 1401h130-Inch drop Autohammer Drilling Diedrich D-120 Tnlalc Rig Vertical Datum Data Equipment rearing(X) System Groundwater Nolihalg{Y] ( Oakum Depm to _ oefe MaSam-d Wale,lm Elevation UH Notes: Hammer rated at 83% 12/312012 2.8 35.2 FIELD DATA MATERw c ro DESCRIPTION a z REMARKS cr W O m U N}�- P9 a Mt Gray silt with fine sand(very soft,wat)(alluvium) A 2 rioh well was Installed on 1211/2012 to a depth of 40 feet: _ -Well soreert Thom 38 to 40 feat bgs -Silica sand backfill from 28 to 40 feet bgs 'oh �Bentonite 6aC1dIi from I to 28 feet Inge Concrete surface seal and 8ush�moun€ mont ma d i 5 18 i(1} Mc fi$ �o I I 10 18 9(12) kP 35 %F=59 Grades to stiff ,yh 15 18 3(8) 6A 39 %F-81 Grades(o soft SM Black silty Tine sand(medium dense,war) _ (alluvium) 12 W(14) 1 tih sP Black One to medium sand(hose,wefj(alluvium) d I i 26 18 Sir) S^ 26 %174 g - 30 12 16(22) 6 Grades to medium dense 3 z � h LSP-SM Black dire to medium sand+anh SIR(medium 35 dense,wet)(alluvium) 18 17(2e) A 25 °(F.=B )) Heave d 18 18(25} s F Note:See Rgure,A-1 for explanation of symbols, Ali .4 u Log of Boring B-1 s ' t` Project: James Street Pump Station Projeot Looation: (tent, Washington Project Number: 0410-184-00 Shgeuet 1 o 1I Ai5 [aq=^B JCiC ni Method 12t2012 1: 012 o -A Cccey g Fbl:vw Stem Au er R Drilling Srrfma FFtevabon(it) 39 Hamner prrllirtg ; Vertical Datum Lrata 140 Ib/30-inch drop Autohammer Diedrich D-120 Trua Rig. Equipment Evring(X) System 1 Gxnurtdwaier ._ y _ _.. Northing(Y) DHinm Depth Ie Da a May jQy+ r ft d�'2LQP�t Notes: Hammer onod at 83°% 121W012 2,5 X5 FIELD DATA n MATERIAL o. m oVr 3 `°�a .R d REMARKS i2 y �, , e , DESCRIPTION ,u ciz. cis cnc—t" 3 .�°. p BPmM 141aea 71ns sand wflh e3R(vary laoav wet) A 2-inch well eras installed on 121 VZA72 to a (afluvlum) depther401set y -Nell sneer from 30 to 40 feet bgs -SMIm sand backnll frao 28 to 44 feet bps - -BenlonRe bsrkfll from f to 28 feet bgs j Gowrete surface seal and flush-moved m' Rurrerd $ o(sJ n c 3a ^'" l sM Gray sllty fire sand(medium dense',wet). ?p ".A 91t2F h i 34 -/.F=45 I w 7tt. M` a7 firaa toe sae),ad tram erpanics(peat) imedlanstg,Wet}(e(lavtum) - i 612*fine tr.:mec rum sand lvery loose,Wet) (adtuvlum) 24 gg s f{4) 4 d t z5 18 10(22) 1p Grades to med6um dense 24SA % 3 6� u sM Gray Silty fine sand(rriredtutr:dense,vas!} (allunlum) _ 3p 12 VFW 6 c a W s � . sty-sfJ clack fsne€urrediam sand withstit.(inase.wet) (�%uvium} 10 3(4) Z 23 %F=10 SA $ .,Heave ( Heave q � i Grey silly tine sand(medium dense,veal) -00 i to 12;5b) a :f (abnvium} d hio.©:See Figure A-I Car oxelanavo l of symbols. Log of Boring B-2 Project: ,tames Street Pump Station AT GEoENG I Project Location: Kent, Washington Project Number: 0410-184-00 sheen of of 1� i I r i it N R 111.. - .� 1�. O O LLJ a z f CD - - - - ui W IT a - --- ---- _ a o T cb r r XZ f ro C7 co _ b m 0 � Q N 0 O O C) 4 � f N Q 1HOI-AM le E)NISSVd 1NE1089d J SIEVE ANALYSIS RESULTS GEoENGINEER a FIGURE A-4 O 9 ( t z t ¢ a - - GO 41 Lu uJ CD m - ✓ r t CD 3 EG I o N CQJ m O CD IX) (DO � M N O O � Y- v� -LH9IAM Ali JNISSVd 1N3M83d a SIEVE ANALYSIS RESULTS GWEN IN R FIGURE A-5 r i p > ark 4 f 6.br .. i APPENDIX B Report Limitations and Guidelines for Use Ix. •p. l t' r r' t r a � f� ✓ 1, r �: `"x� ,.ice � '•� / t / � 1 I " f JAMES STREUP€iMPSTAPON - Kent,wash€ngtoe i APPENDIX B REPORT LIMITATIONS AND GUIDELINES FOR USE' This appendix provides information to help you manage your risks with respect to the use of This report. Geotechnlcal Services are Performed for Specific Purposes, Persons and Projects This report has been prepared for the exclusive use of the City of Kent and their authorized agents. This report is not intended for use by others, and the:nformatian contained herein is not applicable to other sites. GeoEngineers structures our services to meet the specific needs of our clients, For example, a geotechnical or geologic study conducted for a civil engineer or architect may not fulfill the needs of a construction contractor or even another civil engineer or architect that are involved in the same project. Because each geotechnical or geologic study is unique, each geotechnical engineering or geologic report is unique, prepared solely for the specific client and project site. Our report is prepared for the exclusive use of our Client. No other party may rely on the product of our services unless we agree in advance to such reliance In writing, This Is to provide our firm with reasonable protection against open-ended liability claims by third parties with whoa there would otherwise be no contractual limits to their actions. Within the limitations of scope, schedule and budget, our services have been executed in accordance with our agreement with the Client and generally accepted geotechnical practices in this area at the time this report was prepared. This report should not be applied for any purpose or project except the one originally contemplated. A Geotechnical Engineering or Geologic:Report is Based on a Unique Set of Project- Specific Factors This report has been prepared for the James Street Pump Station located in Kent, Washington, uecEngineers considered a number of unique, project-speciflc factors when establishing the scope of services for this project and report. Unless GeoEngineers specifically indicates otherwise,do not rely on this report if it was: • not prepared for you, • not prepared for your project, • not prepared for the specific site explored, or to completed before important project changes were made. For example, changes that can affect the applicability of this report include those that affect: la the function of the proposed structure; a elevation,configuration, location,orientation or weight of the proposed structure, t Developed based on materisf provided by ASFE,Professional Firms Praet€eing in the Geoseienees;wwmasfe.org. , GEoErrcumrzit � December21,2012 :+ WageB-1 1AME$$1REEr PUMP STATION Kent,Washingtoa • composition of the design team;or is project ownership. If important changes are made after the date of this report, GeoEngineers should be given the opportunity to review our interpretations and recommendations and provide written modifications or confirmation,as appropriate. Subsurface Conditions Can Change This geotechnical or geologic report is based on conditions that existed at the time the study was j performed. The findings and conclusions of this report may be affected by the passage of time,by marinade events such as construction on or adjacent to the site, or by natural events such as floods, earthquakes, slope instability or groundwater fluctuations. Always contact GeoEngineers before applying a report to determine if it remains applicable. Topsoil For the purposes of this report, we consider topsoil to consist of generally fine-grained soil with an appreciable amount of organic matter based on visual examination,and to be unsuitable for direct support of the proposed improvements. However,the organic content and other mineralogical and gradational characteristics used to evaluate the suitability of soif for use in landscaping and agricultural purposes was not determined, nor considered in our analyses. Therefore, the information and recommendations in this report, and our logs and descriptions should not be used as a basis for estimating the volume of topsoil available for such purposes. I Most Geotechnical and Geologic Findings Are Professional Opinions Our interpretations of subsurface conditions are based on field observations from widely spaced sampling locations at the site. Site exploration identifies subsurface conditions only at those points where subsurface tests are conducted or samples are taken. GeoEngineers reviewed field and laboratory data and then applied our professional judgment to render an opinion about subsurface conditions throughout the site. Actual subsurface conditions may differ, sometimes significantly,from those indicated in this report. Our report, conclusions and interpretations should not be construed as a warranty of the subsurface conditions. Geotechnical Engineering Report Recommendations Are Not Final Do not over-rely on the preliminary construction recommendations included in this report. These recommendations are not final, because they were developed principally from GeoEngineers' professional judgment and opinion. GeoEngineers' recommendations can be finalized only by observing actual subsurface conditions revealed during construction. GeoEngineers cannot assume responsibility or liability for this report's recommendations if we do not perform construction observation. Sufficient monitoring, testing and consultation by GeoEngineers should be provided during construction to confirm that the conditions encountered are consistent with those indicated by the explorations, to provide recommendations for design changes should the conditions revealed during the work differ from those anticipated, and to evaluate whether or not earthwork activities are completed in accordance with our recommendations. Retaining GeoEngineers for construction I Pagc6-2 Decenlher27.,2012 GeoCn Ire rs,ine. mh a�w�zo-Tsnoo JAMES STREET PUMP STATION gat,wash[ngton observation for this project is the most effective method of managing the risks associated with unanticipated conditions. A Geotechnical Engineering or Geologic Report Could be Subject to Misinterpretation Misinterpretation of this report by other design team members can result in costly problems. You could lower that risk by having GeoEngineers confer with appropriate members of the design team after submitting the report. Also retain GeoEngirears to review pertinent elements of the design team's plans and specifications. Contractors can also misinterpret a geotechnical engineering or geologic report. Reduce that risk by having GeoEngineers participate in pre-bid and preconstruction conferences,and by providing construction observation. i Do Not Redraw the Exploration Logs Geotechnical engineers and geologists prepare final boring and testing logs based upon their interpretation of field logs and laboratory data. To prevent errors or omissions,the fogs included In a geotechnical engineering or geologic report should never be redrawn for inclusion in architectural or other design drawings. Only photographic or electronic reproduction is acceptable, but recognize that separating logs from the report can elevate risk. Give Contractors a Complete Report and Guidance Some owners and design professionals believe they can make contractors liable for unanticipated subsurface conditions by limiting what they provide for bid preparation. To help prevent costly problems, give contractors the complete geotechnical engineering or geologic report, but preface it with a clearly written letter of transmittal. In that letter,advise contractors that the report was not prepared for purposes of bid development and that the report's accuracy is limited; encourage them to confer with GeoEngineers and/or to conduct additional study to obtain the specific types of information they need or prefer, A pre-bld conference can also be valuable. Be sure contractors have sufficient time to perform additional study. Only then might an owner be in a position to give contractors the best information available, while requiring them to at least share the financial responsibilities stemming from unanticipated conditions. Further, a contingency for unanticipated conditions should be included in your project budget and schedule. Contractors are Responsible for Site Safety on their Own Construction Projects Our geotechnical recommendations are not intended to direct the contractor's procedures, methods, schedule or management of the work site. The contractor is solely responsible for job site safety and for managing construction operations to minimize risks to on-site personnel and to adjacent properties. Read these Provisions Closely Some clients, design professionals and contractors may riot recognize that the geoscience practices (geotechnical engineering or geology) are far less exact than other engineering and natural science disciplines. This lack of understanding can create unrealistic expectations that could lead to disappointments, claims and disputes, GooEngineers includes these explanatory "limitations" provisions in our reports to help reduce such risks. Please confer with GeoEngineers GmENGiNEEn5 beoeriiher2i,2012 Pagers-3 mea;o.a<sa-iRn.ce I 1AMES STREET PUMP STATION Kent,Washington if you are unclear how these "Report Limitations and Guidelines for Use" apply to your project or site. I Geotechnical, Geologic and Environmental Reports Should not be interchanged The equipment, techniques and personnel used to perform an environmental study differ significantly from those used to perform a geotechnical or geologic study and vice versa. For that j reason, a geotechnical engineering or geologic report does not usually relate any environmental findings, conclusions or recommendations; e.g., about the likelihood of encountering underground storage tanks or regulated contaminants. Similarly, environmental reports are not used to address geotechnical or geologic concerns regarding a specific project. Biological Pollutants I GeoEngineers' Scope of Work specifically excludes the investigation, detection, prevention, or assessment of the presence of Biological Pollutants In or around any structure. Accordingly, this report includes no interpretations, recommendations, findings, or conclusions for the purpose of detecting, preventing, assessing, or abating Biological Pollutants. The term "Biological Pollutants" includes, but is not limited to, molds, fungi, spores, bacteria, and viruses, and/or any of their byproducts. t ' I l �I i PageOA Deeenrber21,2012 GooEngineers,Ine. Flla�,p.0if0-18Ae0 I MANUFACTURERS DETAILS I James St Pump Station/Inouye A - 5 January 20, 2016 Project Number: 10-3009 i Product Description Revision Date 043004 Wasser combined moisture-cure urethane technology,micaceous Iron oxide, and refined coal tar resin to produce a superior corrosion resistant coating. MC-Tar has proven performance in severe exposure, and is recommended for application on various substrates for Immersion, atmospheric, and buried environments. It has the ability to provide outstanding barrier protection in one- coat or mulff-coat systems. Area of Use Substrates Possible Uses Over properly prepared: Bridges Structural Steel Ferrous Metal Concrete Tanks Work Boats Galvanized Metal Concrete Block Material Handling Equipment Refineries Aluminum/Non-Ferrous Metal Pulp and Paper Mills Marine/Port Facilities Metallized Chemical Processing Facilities Offshore Platforms Previously Existing Coatings Pipes Pilings Hydropower Facilities Barges Water and Wastewater Treatment Facilities Ready Reference Information Resin Type: Urethane Theoretical Coverage: @1 mil DFT:994 fe/gal Pigment Type: Coal Tar Pitch and 4.0 lb/gal (@ 25 µm OFT:24.4 mZ/I) Micaceous Iron Oxide Recommended Film Thickness Sheen: Flat Wet: 6.1 -11.3 mils(206-287 microns) Dry: 5.0-7.0 mils(127- 179 microns) Colors: Black and Red Oxide Recommended Coverage per coat: Volume Solids: 62.0%±2.0 142 ftzlgal at 7.0 mils DFT-199 ft2/gal at 5.0 mils DFT VOID; <2.81blgal(340 g/p (3,48 m/I at 179 microns DFT-4.87 m2/1 at 127 microns DFT) (Volatile Organic Content) Thinning: MC-Thinner,MC Thinner t00,MC ThinnerXMT Cleanup: MC-Thinner,MC-Thinner100,MC-ThinnerXMT Drying Times and Temperatures *At 50%Humidity 500 F/10°C 75°F/24°C 956 F/35°C wilhoul PUROUle with.PUR04le Whoul PUR000 with PUROWe vdth. t PURRue! with PUROU00 Tack Free - 1 hr -- 30 min -- 20 min -- Recoat Minimum 8 his 1 hr 4 hrs 30 mfn 3 hrs 20 min Full Cure 10 days 7 days 7 days 5 days 5 days 4 days Refer to Wasser's PUR4ulh®Accelerator Product Data for additional information `Humidity,temperature and coating thickness will affect recoat and curing times 1. No outer recoat window on clean surfaces, Product Features Single Component Moisture Cure Urethane Maintains build on edges,threads,and No Dew Paint Restrictions No Mixing Errors, No Pot Life weld seams (Substrate must be visibly dry) Easy to apply by brush,roller or spray Immersion&Ncn-Immersion methods No outer recoat window on clean Remains flexible over time surfaces Performance comparable to coal far epoxy coatings Can be applied at 99^/o humidity Low VOC Can be applied in below freezing Compatible with and cure k Accelerator a temperatures(no ice or frost) for faster recoat and ure times. WaSSet,Htgh Tech Ceattftgs;I40; +.)AtYgSON Wa$S�PCb�t�lt�$:com u 81�0 827���G8 MA Tair Recommended Systems Performance Testing Data Ferrous Metals System: MC Zinc (Atmospheric/Severe Exposure): MC-Tar I"coat: MC-Zinc 3.0-5.0 mils DFT MC-Tar OrMC-Miozinc @75*F and 50%RH 7 day min.cure 2"n°Coat:MC-.Tar 5.0-7.0 mils DFT Abrasion Resistance- 172 mg loss 3 Coat MC-Tar 5.0-7.0 mils DFT (ASTM D4060-CS-17 Wheel, 1,000 cycles/kg load) Total System DFT: 13,0-19.0 mils DFT Adhesion. 1510 psi 10 Coat: Prepbond 1.5-2.0 mils DFT (ASTM 1)4541) 2""Coat: MC-Tar 5.0-7.0 mils DFT m Impact: 3 Cnat:MC-Tar 5.0-7.0 mils DFT (ASTM D2794) Total System DFT: 11.5.16.0 mils DFT Direct: 90 Reverse: 30 Ferrous Metals (Salt or Fresh Water Immersion): Prohesion: Blistering: None 1 s'Caat:Zinc 3.0-5.0 mils DFT (ASTM G95 @ 50D0 hrs) Scribe Rate: 9.0 2n'Coat.MC-Tar 5.0-7.0 mils DFT Salt Fog Resistance: Passes 20,000 hrs. 3`tl Coat: MC-Tar 5.0-AD mils DFT (ASTM B117) Total System DFT: 13.0-19.0 mils DFT Dry Heat Resistance: Aluminum/Non-Ferrous MetalslGaivanized Metal: Continuous: 150-F(85°C) is'Cost: MC-Tar 5.0-7.0 miis DFT 2" Coat:MC-Tar 5.0,7,0 mils DFT *Contact Wasser High-Tech Coatings for detailed testing Total System DFT: -10.0-14.0 mils DFT of thm nrnriitrt Concrete': Compatible Coatings (interior) Primer: 1 ei Coat:MC-Tar 5.0.7.0 mils DFT MC-Prepbond.2.8 MC-Prepbond 200 2°'Coat:MC-Tar 5.0.7;0 mils DFT MC-Zinc 2.8 MC-Zinc200 MC-Miozinc2.8 MC-Mlozino200 Total System DFT: 10.0-14.0 mils DFT MC-MioAluminum Intermediates: 1. Prime coat for concrete may be reduced up to 25% to MC-Ferrox B 2.8 MC-Ferrox B 200 facilitate coating penetration. Subsequent coating MC-Miomastic 2.8 MC-Miomastic 20D applications may be reduced as necessary up to. 10%. MC-CR Z8 MC-CR 200 Thin in accordance with local and federal regulations. Topcoats- MC-Tar2.8 MC-Tar200 *Other Systems are available and appropriate. MC-BailastCoat Contact your Wasser Representative for any Coating Accelerator: questions. - PURRuieCoatingAccelerator Revision pate 043004 M 01STURE - C U''R::E URE:TM,A NE' Surface Preparation Application Information Ferrous Metal Use SSPC-SP1 solvent cleaning to remove MC-Tar can be applied by brush,roil,aidess spray and contaminants prior to employing surface preparation methods. conventional spray methods.Follow proper mixing Instructions Prepare surfaces for non-immersion or atmospheric before applying. service projects to SSPC-SP61NACE No, 3 Commercial Blast Clean finish. For minimum surface preparation use Mixing: conscientious power tool cleaning methods in accordance with Material temperature must be 5' F above the dew S5PC-5P3 to remove Corrosion and loose or failing paint i point before opening and agitating. (feather edges of sound,existing paint back to a firm edge), power mix thoroughly prior to application. For Immersion or severe service,apply over a Wasser Do not tee under constant agitation. licati recommended primer. Refer to Primer Product Data for surface A preparation information. Not recommended direct to meta[ in Apply a 3-6 oz solvent float over material to prevent immersion, moisture intrusion and cover pail. Blast cleaning methods should produce a surface Brush/Roller: profile of 1.0-2.0 mils(25-51 microns). Aluminum/Gaivanized/Non-Ferrous Metals Brush: Natural Fiber Roller: Natural or synthetic fiber cover Prepare surfaces using w res u SolventWater Cleaning Nap: '/<"to''/" and SSPCto remove surface 5 Low Pressure Water Cleaning Core: Phenolic methods to remove surface contamination. Supplement weathered galvanized surface preparation with SSPC-SP2 and Reduction: Typically not required. If necessary, 3 Hand and Power Tool cleaning to remove excessive corrosion reduce with MC-Thinner 100. and impart surface profile on bare metal. Supplement new Airless Spray galvanized surface cleaning with mechanical abrasion to impart surface profile and support mechanical adhesion. Pump Ratio: 28.40:1 Pressure: 2400-280D psi ConcretelConcrete Block Hose: */."to'Ys" The surface must be dry;free of surface contaminants, Tip Size: .015421 and in sound condition. Grease, and oil should be removed by Filter Size: 60 mesh(260 µm) ASTM D4258.83 (Reapproved 1999) and release agents should be removed by ASTM D4269 - 88 (Reapproved 1999). Reduction: Typically not required. If necessary, Refer to SSPC-SP13/NACE No 6 mechanical or chemical reduce with MC-Thinner or MC-Thinner 100, surface preparation methods for preparing concrete to suitable Spray:Conventional S DeVilbis MBC,JGA or cleanliness for intended service. Surface preparation methods P y' should impart sufficient surface profile for mechanical adhesion equivalent) to occur. Ensure surface is thoroughly rinsed and dry prior to Fluid Nozzle: E Fluid Tip coating application. Allow a minimum 7-14 days cure time for Air Cap: 704 or.765 new concrete prior to preparation and application. Atomizing Air, 45-75lbs. Previously Existing Coatings Fluid Pressure: 15-20 lbs. Prepare surfaces using SSPC-SP12/NACE No.5 Low Hose: M."ID;50'Max Pressure Water Cleaning methods to remove surface - Reduction;Typically not required. If necessary, contamination. Supplement SSPC-SP 12 LPWC with SSPC- reduce with MC-Thinner or MC-Thinner 100, SPi Solvent Cleaning and SSPC-SP2 and 3 Hand and Power Tool clean areas of corrosion and loose or flaking paint(feather Reducer: MC-Thinner, MC-Thinner 100, (if VOC edges of sound,existing paint back to a firm edge).Spot prime regulations restrict thinning, use MC-Thinner XMT). Reduction clean, bare metal with Wasser recommended primer for is typically not required. If necessary, thin up to 10% with maximum system performance. Sand glossy surfaces to recommended thinner. Thin in accordance with local and provide profile. federal regulatory standards. Good Practices Clean up: MC-Thinner, MC-Thinner 100, If Wasser MC Tar Is designed for application to a variety of substrates and tightly adhering, previously existing coatings, thinners are not available, use MEK, MIBK, Xylene, a 50:50 Apply a test sample to a small area to determine coating blend of Xylene and MEK or MIBK, or acetone for clean up adhesion and/or compatibility. Spot prime any areas cleaned to only. Do not add unauthorized solvents to a Wasser coating, bare metal with a Wasser recommended primer for maximum A creation Conditions. system performance. Pp When using MC-Tar in immersion or severe Temperature: 20--100'F(-8'-38-C) environments,apply over a recommended Wasser primer. This temperature range should be achieved for ambient, surface and material temperature. Substrate must be visibly The surface to be coated must be dry, clean, dull,and dry. MC-Thinner 100 is recommended for spray application in '.. free from dirt, grease, oil, rust, mill scale, salts or any other temperatures above 90°F. surface contaminants that interfere with adhesion, Relative Humidity: 6%-99% Ensure welds, repair areas,joints,and surface defects Coating Accelerator: PURQuik°D Accelerator. See exposed by surface preparation are properly cleaned and 9 treated prior to coating application. Wassees PURQuie Accelerator Product Data for Information. Consult the referenced standards,SSPC-PA1 and Storage: Store off the ground In a dry, protected area - your Wassci Representative for additional information or in temperature between 40-100°F (4-38°C). MCU containers recommendations. must be kept sealed when not In use. Use a solvent float to reseal partial containers. - Revision Date 043004 E B rl 'W �G ^i!:L'R �,O R; `M. A,TB-;C, E • ..',.. . Certifications and Qualifications Revision Date oaa004 VOC Compliant(National Standards-Industrial Maintenance Coating,and Concrete Protective Coating) Passes 20,000 hrs ASTM B117 in MC-ZindMC-Tar/MC-Tar Immersion System Ordering Information Shipping Information Product Numbers: W31.79 Black W31.79 W31.32 Red Oxide .Flash Point: 60°F(26.6°C) Package Size: 1 gallon and 5 gallon pails Weight/gallon: 13.1 t 1.0 Ibs DOT HAZARD CLASS 3 Shelf Life: 12 months from date of shipment when. DOT PACKAGING GROUP III stored unopened at 76'F(240 C) DOT LABEL FLAMMABLE LIQUID DOT SHIPPING NAME PAINT DOT PLACARD FLAMMABLE LIQUID UNINA NUMBER 1263 Safety Precautions DANGER! VAPOR AND SPRAY MIST HARMFUL.OVEREXPOSURE MAY CAUSE LUNG DAMAGE. MAY CAUSE ALLERGIC SKIN AND RESPIRATORY REACTION,EFFECTS MAY BE PERMANENT,MAY AFFECT THE BRAIN OR NERVOUS SYSTEM CAUSING DIZZINESS HEADACHE OR NAUSEA. CAUSES EYE,SKIN, NOSE AND THROAT IRRITATION, FLAMMABLE LIQUID AND VAPOR- CONTAINS:Petroleum Distillates,Xylene,Ethyibenzene,Methyl-n-Amyl Ketone,Modified MD€,Coal Tar Pitch,Toluene Cancer Hazard:Contains ingredients which can cause cancer. Risk of cancer depends on duration and level of exposure. NOTICE:Reports have associated repeated and prolonged occupational:over-exposure to solvents with permanent brain and nervous system damage. Intentional misuse by deliberately concentrating and inhaling contents map be harmful or fatal.INDIVIDUALS WITH LUNG OR BREATHING PROBLEMS OR PRIOR REACTION TO ISOGYANATES MUST NOT RE EXPOSED TO VAPOR OR SPRAY MIST. Use Only With Adequate Ventilation. Do not.breathe dust, vapors or spray mist. Ensure fresh air an" during application and drying. If you experience eye watering,headache or dizziness or if air monitoring demonstrates vapor/mist levels are above applicable limits, wear an appropriate, properly fitted respirator (NIOSH approved) during and after application, Follow respirator manufacturer's drechons for respirator use. Do not get ineyes, on skin or on clothing. Wash thoroughly after handling, Keep away from heat,sparks and flame. Vapor may cause flash fire. KEEP OUT OF REACH OF CHILDREN FIRST AID: If affected by inhalation of vapor or spray mist, remove to fresh air. If breathing dffficulty persists or occurs later,consult a physician and have label information available. In case of eye contact,flush immediately with plenty of water for at least 16 minutes and get medical attention; for skin, wash thoroughly with soap and water. If swallowed, get medical attention immediately. If swallowed, do not induce vomiling. Get medical attention immediah:ny. Wash clothing before reuse. Thoroughly clean or destroy contaminated shoes, Keep container closed when not in use.If spilled,contain spilled material and remove with inert absorbent.Dispose of contaminated absorbent,container and unused contents in accordance with local,state and federal regulations. WARNING:This product contains a chemical known to the state of Cafifornia to cause cancer and birth defects,or other reproductive hani Obtain and Read the Material Safety Data Sheet Before Using. INTENDED FOR PROFESSIONAL USE ONLY. W31.79 Nate: ingredients and VOCNOS may vary far products Vmih catalysts,tint bases,and othercelurs Wasser High-Tech Coatings'liability on any claim of any kind,including claims based upon Wasser High-Tech Coatings'negligence or strict liability,for any toss or damage arising out of, connected with or resulting from the use of the products, shall in no case exceed the purchase price allowable for the products or part thereof that give rise to the claim. in no event shall Wasser High-Tech Coatings be liable for consequential o€ incidental damages. Published Product Data Sheets are subject to change without notice. Contact your Wasser Representative for current Product Data Sheets, Wasser High-Tech Coatingpi Inc. Wassercas fin gs,cnm a'r,8ttb-627'" gRB i I i i James St Pump Station/Inouye A - 6 January 20, 2016 Project Number: 10-3009 NV LE:zs:e 9LOZAL6'amp w3l\6mMVlS-d saweC BOOE-ZL4Y61sa41:� a o v z p' ogd r a So Q g° zo " <3 < n z i v G w £SW] w g I sWOd E � IrovN Q1, -a N'3A� tl OaDAIy �v ?OQ\ :Iv-LN NIz� 1 �M1 C ro a -evM w,v w K -LAW I32tlH y 'N '3AV tla0N3l n v 4 _ w osoad .rxxuwa �'3ntl l a m '.. � z rc � seu uo uvarr em�i=o •N '3Atl NOSNf oww rew (mnn xomx sxcim:IuxV { ro �� "y'o a 3 9 � � ale ovO1moE i nadu xo mnw� pN �€ S,o 2 U� 3,TST]1305 � �� Kti90 l-4tY 3tl]5910 NM o op ja wi'zi' vwi z w' m rc F� Pcusc '3AV N0383NN3N .. �e 'N 3 v Oa030oom �� -- HA94 CLOEIIgE 11-3.13 k10' N YWM!ON IIIE W BIAPoCN6 eren MIN PJSIIWE:IIIOW IICMS) SCii]1951X¢ 2' �3d �41 'N'tt�4 fillµ BYNl4• � w ➢vb]WU YWNW➢Mf _ N 3AV 31V19 eN' 3 tl1S o 'S'3A3AV ltla1N30 ❑ 2�.ac d N yI I o p vv N v.....•.• S V'IVtll,N30 4co'n ueai � � a 4ewua g86 �� � MN WAY tA•h3 ,q � I iAUFle YAYNryS kar o]Im �-s ° I —~'N '3AV OVONIIVa q .,tee. -�.._ �,......._...,.�..�.. aaNe •_' " s m N 3AV d 4 s uEwq I `q _ UzLl E 'N 'AV PNd o C ] N II F 59 'N 3nv ws � vao-1 �� �w]E-I � au• PCAvs, cz] 1 h �N ' Inz omF 'N 3AV n F1 E- _ wv 8"9Z 89t wm'SmwmiB &,mvis-d sewer ouoc-Z Rw6iseat:c ail 4 # R Km S 5 a "Va zI ga �Y o'er <68" Wi N IA W F (n YrImY �f �'UI -oV,1 4VE W 0� '3Atl l3ZtlH U G L,Av l'3].gH '� a wvna� I ocnT 'N '3Aq tlNON3l z 'N�V 193dSONd - IN 'N '3M1V 1OO N '3M18 N '3Atl NOSgr � 'N '3ANOStlr 'N '3AV �_ aavia LLLJJJ p �e J = QE �g41 sea y8 L awwcre �-. _ ry '3Atl oaoa000v, q Batf`fqq tt,urc aw_. s GR 3•E2 iA 'N '3Atl 31V.15 m ' Al 1111S r__ .— 1 �I sl a 3 6, i d LEL __ I _&�� \ . , _ _ ! { P TI \ . . � . \ \ i James St Pump Station/Inouye A - 7 January 20, 2016 Project Number: 10-3009 Page 1 of 17 State of Washington Department of Labor & Industries Prevailing Wage Section - Telephone 360-902-5335 PO Box 44540, Olympia, WA 98504-4540 Washington State Prevailing Wage The PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate of fringe benefits. On public works projects, worker's wage and benefit rates must add to not less than this total. A brief description of overtime calculation requirements are provided on the Benefit Code Key. Journey Level Prevailing Wage Rates for the Effective Date: 1/20/2016 Counaly Trade Job Classification Wa a IHoliday Overtime Note' King lAsbestos Abatement Workers Journey Level $43.95 5D 1H King Boilermakers Journey Level $64.29 5N 1C 'King Brick Mason Journey Level $52.82 5A 1M King Brick Mason Pointer-Caulker-Cleaner $52.82 5A 1M King Building Service Employees Janitor $22.09 5S 2F King Building Service Employees Traveling Waxer/Shampooer $21.70 5S 2F King Building Service Employees Window Cleaner (Non- $24.94 5S 2F Scaffold) King Building Service Employees Window Cleaner (Scaffold) $25.80 5S 2F King Cabinet Makers (In Shop) Journey Level $22.74 1 King Carpenters Acoustical Worker $54.02 5D 4C 'King Carpenters Bridge, Dock And Wharf $54.02 5D 4C Carpenters King Carpenters Carpenter $54.02 5D 4C King Carpenters Carpenters on Stationary Tools $54.15 5D 4C King Carpenters Creosoted Material $54.12 5D 4C King Carpenters Floor Finisher $54.02 5D 4C King Carpenters Floor Layer $54.02 5D 4C King Carpenters Scaffold Erector $54.02 5D 4C King Cement Masons Journey Level $53.95 7A 1M King Divers & Tenders Diver $107.22 5D 4C BA King Divers a Tenders Diver On Standby $64.42 5D 4C 4King Divers & Tenders Diver Tender $58.33 5D 4C King Divers B: Tenders Surface Rcv & Rov Operator $58.33 5D 4C King Divers ft Tenders Surface Rcv 9 Rov Operator $54.27 5A 4C Tender King Dredge Workers Assistant Engineer $56.44 5D 3F King Dredge Workers lAssistant Mate (Deckhand) $56.00 5D 3F King Dredge Workers Boatmen $56.44 5D 3F King Dredge Workers Engineer Welder $57.51 5D 3F LLL�_. 1/C_ .1 A I___I__1.. Page 2 of 17 King Dredee Warkers Leverman, Hydraulic $58.671 5D I 3F King IDredee Workers Mates $56.44 5D 3F King Dredee Workers Oiler $56.00 5D 3F King Drywall Applicator Journey Level $54.02 5D 1 H °King lDrywattTapers Journey Level $54.07 5P 1E King IElectrical Fixture Maintenance Journey Level $26.59 5L 1E Workers King IEtectricians - Inside Cable Splicer $66.761 7C 4E =King IEtectricians - Inside Cable Splicer (tunnel) $71.671 7C 4E ;King Electricians - Inside Certified Welder $64.54 7C 4E King Electricians - Inside Certified Welder (tunnel) $69.22 7C 4E 'King Electricians - Inside Construction Stock Person $37.19 7C 4E King Electricians - Inside Journey Level $62.30 7C 4E King Electricians - Inside Journey Level (tunnel) $66.76 7C 4E King Electricians - Motor Shop Craftsman $15.37 1 King Electricians - Motor Shop Journey Level $14.691 1 King Electricians - Powerline Cable Splicer $69.95 5A 4D 'Construction King Electricians - Powerline Certified Line Welder $63.97 5A 4D ,Construction King 'Electricians - Powertine Groundperson $43.62 5A 4D (Construction King Electricians - Powerline Heavy Line Equipment $63.97 5A 4D Construction Operator King Electricians - Powerline Journey Level Lineperson $63.97 5A 4D Construction King Electricians - Powertine Line Equipment Operator $53.81 5A 4D Construction King Electricians - Powerline Pole Sprayer $63.97 5A 4D Construction King Electricians - Powerline Powderperson $47.55 5A 4D Construction King Electronic Technicians Journey Level $31.00 1 King Elevator Constructors Mechanic $82.67 7D 4A King Elevator Constructors Mechanic In Charge $89.40 7D 4A King Fabricated Precast Concrete All Classifications - In-Factory $15.90 513 1 R Products Work Only King Fence Erectors Fence Erector $15.18 1 King ' Fta ers Journey Level $37.261 7A 31 King Glaziers Journey Level $56.16 7L 1Y King Heat Et Frost Insulators And Journeyman $63.18 5J 1S Asbestos Workers King Heating EquipmentMechanics Journey Level $72.83 7F 1E King Hod Carriers Et Mason Tenders Journey Level $45.32 7A 31 RKing industrial Power Vacuum Journey Level $9.47 1 Cleaner 'King Inland Boatmen Boat Operator $56.78 5B 1K King Inland Boatmen Cook 1 $53.30 5B I 1K httos://fortress.wa.aov/lni/waaelookur)/r)rvWa(ielookur).asnx 112nof)1 h Page 3 of 17 King Inland Boatmen Deckhand $53,301 5B I 1K King Inland Boatmen Deckhand Engineer $54.32 5B 1K King Inland Boatmen Launch Operator $55.57 5B 1K King Inland Boatmen Mate $55.57 5B 1K King €nspection/Cteaning/Sealing Cleaner Operator, Foamer $31.49 1 Of Sewer Et Water Systems By Operator Remote Control King Inspection/Cleaning/Sealing Grout Truck Operator $11.48 1 Of Sewer 8 Water Systems BV Remote Control King Inspection/Cleaning/Seating Head Operator $24.91 1 Of Sewer Et Water Systems By Remote Control King Inspection/Cleaning/Sealing Technician $19.33 1 Of Sewer Et Water Systems By Remote Control King Inspection/Cleaning/Seaing Tv Truck Operator $20.45 1 Of Sewer Et Water Systems By Remote Control i King Insulation Applicators Journey Level $54.02 5D 4C King Ironworkers Journeyman $63.53 7N 10 King Laborers Air, Gas Or Electric Vibrating $43.95 7A 31 Screed King Laborers Airtrac Drill Operator $45.32 7A 31 King Laborers Ballast Regular Machine $43.95 7A 31 King Laborers Batch Weighman $37.26 7A 31 King Laborers Brick Pavers $43.95 7A 31 King Laborers Brush Cutter $43.95 7A 31 King Laborers Brush Hog Feeder $43.95 7A 31 King Laborers Burner $43.95 7A 31 King Laborers Caisson Worker $45.32 7A 31 King Laborers Carpenter Tender $43.95 7A 31 King Laborers Caulker $43.95 7A 31 King Laborers Cement Dumper-paving $44.76 7A 31 King Laborers Cement Finisher Tender $43.95 7A 31 King Laborers Change House Or Dry Shack $43.95 7A 31 King Laborers Chipping Gun (under 30 Lbs.) $43.95 7A 31 King Laborers Chipping Gun(30 Lbs. And $44.76 7A 31 Over) King Laborers Choker Setter $43.95 7A 31 King Laborers Chuck Tender $43.95 7A 31 King Laborers Clary Power Spreader $44.76 7A 31 King Laborers Clean-up Laborer $43.95 7A 31 King Laborers Concrete Dumper/chute $44.76 7A 31 Operator King Laborers Concrete Form Stripper $43.95 7A 31 King Laborers Concrete Placement Crew $44.76 7A 31 King Laborers $44.76 7A 31 Page 4 of 17 Concrete Saw Operator/core Driller King Laborers Crusher Feeder $37.26 7A 31 King Laborers Curing Laborer $43.95 7A 31 King Laborers Demolition: Wrecking Ft $43.95 7A 31 Moving (incl. Charred Material) King Laborers Ditch Digger $43.95 7A 31 King Laborers Diver $45.32 7A 31 King Laborers Drill Operator $44.76 7A 31 (hydrau tic,diamond) King Laborers Dry Stack Walls $43.951 7A 31 King Laborers Dump Person $43.95 7A 31 King Laborers Epoxy Technician $43.95 7A 31 King Laborers Erosion Control Worker $43.95 7A 31 King Laborers Faller @ Bucker Chain Saw $44.76 7A 31 King Laborers Fine Graders $43.95 7A 31 King Laborers Firewatch $37.26 7A 31 King Laborers Form Setter $43.951 7A 31 King Laborers Gabian Basket Builders $43.95 7A 31 King Laborers General Laborer $43.95 7A 31 King Laborers Grade Checker & Transit $45.32 7A 31 Person King Laborers Grinders $43.95 7A 31 King Laborers Grout Machine Tender $43.95 7A 31 King Laborers Groutmen (pressure)including $44.76 7A 31 Post Tension Beams King Laborers Guardrail Erector $43.95 7A 31 King Laborers Hazardous Waste Worker $45.32 7A 31 (level A) ;King Laborers Hazardous Waste Worker $44.76 7A 31 (level B) King Laborers Hazardous Waste Worker $43.95 7A 31 (level C) King Laborers High Scaler $45.32 7A 31 King Laborers Jackhammer $44.76 7A 31 King Laborers Laserbeam Operator $44.76 7A 31 King Laborers Maintenance Person $43.95 7A 31 King Laborers Manhole Builder-mudman $44.761 7A 31 tKing ,Laborers Material Yard Person $43.95 7A 31 King ,Laborers Motorman-dinky Locomotive $44.76 7A 31 King ,Laborers Nozzleman (concrete Pump, $44.76 7A 31 Green Cutter When Using Combination Of High Pressure Air Et Water On Concrete 8 Rock, Sandblast, Gunite, Shotcrete, Water Bla King Laborers IPavement Breaker $44.761 7A1 31 httos://fortress.wa.aov/lni/waaelnr)kiin/nrvWanelnnkiin_acnx 1 /gn/?ni i; Page 5 of 17 King Laborers Pilot Car $37.261 7A 31 King Laborers Pipe Layer Lead $45.32 7A 31 King Laborers Pipe Layer/tailor $44.76 7A 31 King Laborers Pipe Pot Tender $44.76 7A 31 King Laborers Pipe Refiner $44.76 7A 31 King Laborers Pipe Wrapper $44.76 7A 31 King Laborers Pot Tender $43.95 7A 31 King Laborers Powderman $45.32 7A 31 King Laborers Powderman's Helper $43.95 7A 31 King Laborers Power Jacks $44.76 7A 31 King Laborers Railroad Spike Puller - Power $44.76 7A 31 King Laborers Raker - Asphalt $45.32 7A 31 King Laborers Re-timberman $45.32 7A 31 King Laborers Remote Equipment Operator $44.76 7A 31 King Laborers Rigger/signal Person $44.76 7A 31 King Laborers Rip Rap Person $43.95 7A 31 King Laborers Rivet Buster $44.76 7A 31 King Laborers Rodder $44.76 7A 31 King Laborers Scaffold Erector $43.95 7A 31 King Laborers Scale Person $43.95 7A 31 King Laborers Sloper (over 20") $44.76 7A 31 King Laborers Sloper Sprayer $43.95 7A 31 King Laborers Spreader (concrete) $44.76 7A 31 King Laborers Stake Hopper $43.95 7A 31 King Laborers Stock Piler $43.95 7A 31 King Laborers Tamper ii Similar Electric, Air $44.76 7A 31 Et Gas Operated Tools King Laborers Tamper (multiple Et Self- $44.76 7A 31 propelled) King Laborers Timber Person - Sewer $44.76 7A 31 (lagger, Shorer 8 Cribber) King Laborers Toolroom Person (at Jobsite) $43.95 7A 31 King Laborers Topper $43.95 7A 31 King Laborers Track Laborer $43.95 7A 31 King Laborers Track Liner (power) $44.76 7A 31 King Laborers Traffic Control Laborer $39.84 7A 31 8R King Laborers Traffic Control Supervisor $39.84 7A 31 8R King Laborers Truck Spotter $43.95 7A 31 King Laborers Tugger Operator $44.76 7A 31 King Laborers Tunnel Work-Compressed Air $74.29 7A 31 {{ Worker 0-30 psi King Laborers Tunnel Work-Compressed Air $79.32 7A 31 8�C Worker 30.01-44.00 psi King Laborers Tunnel Work-Compressed Air $83.00 7A 31 8� Worker 44.01-54.00 psi King Laborers Tunnel Work-Compressed Air $88.70 7A 31 Worker 54.01.60.00 psi Page 6 of 17 King Laborers Tunnel Work-Compressed Air $90.82 7A 31 8�C Worker 60.01-64.00 psi King Laborers Tunnel Work-Compressed Air $95.92 7A 31 Worker 64.01-68.00 psi King Laborers Tunnel Work-Compressed Air $97.82 7A 31 Worker 68.01-70.00 psi King Laborers Tunnel Work-Compressed Air $99.82 7A 31 8S Worker 70.01-72.00 psi King (Laborers Tunnel Work-Compressed Air $101.82 7A 31 Worker 72.01-74.00 psi King Laborers Tunnel Work-Guage and Lock $45.42 7A 31 88 Tender King 'Laborers Tunnel Work-Miner $45.42 7A 31 8�C King Laborers Vibrator $44.76 7A 31 King Laborers Vinyl Seamer $43.95 7A 31 King Laborers Watchman $33.86 7A 31 lKing [laborers Welder $44.76 7A 31 King Laborers Well Point Laborer $44.76 7A 31 King Laborers Window Washer/cleaner $33.86 7A 31 King Laborers - Underground Sewer General Laborer Et Topman $43.95 7A 31 Et Water King Laborers - Underground Sewer Pipe Layer $44.76 7A 31 & Water King Landsca e Construction Irrigation Or Lawn Sprinkler $13.56 1 Installers King Landscape Construction Landscape Equipment $28.17 1 Operators Or Truck Drivers King Landscape Construction Landscaping or Planting $17.87 1 Laborers King Lathers Journey Level $54.02 5D 1H ;King Marble Setters Journey Level $52.82 5A 1M King Metal Fabrication (In Shop) Fitter $15,861 1 King Metal Fabrication (In Shop) Laborer $9.78 1 King Metal Fabrication (In Shop) Machine Operator $13.04 1 King Metal Fabrication (In Shop) Painter $11.10 1 King Metal Fabrication (In Shop} Welder $15.48 1 King Millwright Journey Level $55.52 5D 4C King Modular Buildings Cabinet Assembly $11.56 1 King Modular Buildings Electrician $11.561 1 King Modular Buildings Equipment Maintenance $11.56 1 King Modular Buildings Plumber $11.56 1 King Modutar Buildings Production Worker $9.47 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 $37.80 6Z 2B King Pile Driver Journey Level $54.27 5D 4C King Plasterers Journey Level $51.68 7Q 1R httos://fortress.wa.aov/1ni/wanelonkiin/nrvWanelnnkiin_acnx 1 /?ni?m ti Page 7 of 17 King Playground a Park Equipment Journey Level $9.47 1 Installers King Plumbers & Pipefitters Journey Level $74.69 6Z 1G King Power Equipment Operators Asphalt Plant Operators $56.94 7A 3C 8P King Power Equipment Operators Assistant Engineer $53.57 7A 3C 8P King Power Equipment Operators Barrier Machine (zipper) $56.44 7A 3C 8P King Power Equipment Operators Batch Plant Operator, $56.44 7A 3C 8P Concrete `King Power Equipment Operators Bobcat $53.57 7A 3C 8P King Power Equipment Operators Brokk - Remote Demolition $53.57 7A 3C 8P Equipment King Power Equipment Operators Brooms $53.57 7A 3C 8P King Power Equipment Operators Bump Cutter $56.441 7A 3C 8P King " Power Equipment Operators Cableways $56.94 7A 3C 8P King Power Equipment Operators Chipper $56.44 7A 3C 8P I'King Power Equipment Operators Compressor $53.57 7A 3C 8P King Power Equipment Operators Concrete Pump: Truck Mount $56.94 7A 3C 8P With Boom Attachment Over 42 M King Power Equipment Operators Concrete Finish Machine -laser $53.57 7A 3C 8P Screed King Power Equipment Operators Concrete Pump - Mounted Or $56.00 7A 3C 8P Trailer High Pressure Line Pump, Pump High Pressure. King Power Equipment Operators Concrete Pump: Truck Mount $56.44 7A 3C 8P With Boom Attachment Up To 42m King Power Equipment Operators Conveyors $56.00 7A 3C 8P King Power Equipment Operators Cranes Friction: 200 tons and $58.67 7A 3C 8P over King Power Equipment Operators Cranes: 20 Tons Through 44 $56.44 7A 3C 8P Tons With Attachments King Power Equipment Operators Cranes: 100 Tons Through 199 $57.51 7A 3C 8P Tons, Or 150' Of Boom (Including Jib With Attachments) King Power Equipment Operators Cranes: 200 tons- 299 tons, or $58.10 7A 3C 8P 250' of boom including jib with attachments King Power Equipment Operators Cranes: 300 tons and over or $58.67 7A 3C 8P 300' of boom including jib with attachments ;King Power Equipment Operators Cranes: 45 Tons Through 99 $56.94 7A 3C 8P Tons, Under 150' Of Boom (including Jib With Attachments) IKing Power Equipment Operators Cranes: A-frame - 10 Tons And $53.57 7A 3C 8P Under King Power Equipment Operators Cranes: Friction cranes $58.10 7A 3C 8P through 199 tons King Power Equipment Operators $56.00 7A 3C 8P Page 8 of 17 Cranes: Through 19 Tons With Attachments A-frame Over 10 Tons 'King Power Eauioment Operators Crusher $56.44 7A 3C 8P King Power Eauioment Operators Deck Engineer/deck Winches $56.44 7A 3C 8P (power) King Power Equipment Operators Derricks, On Building Work $56.94 7A 3C 8P King Power Equipment tors Dozers D-9 Et Under $56.00 7A 3C 8P King Power Equipment Operators Drill Oilers: Auger Type, Truck $56.00 7A 3C 8P Or Crane Mount rrKing Power Equipment Operators Drilling Machine $57.51 7A 3C 8P I' King Power Equipment Operators Elevator And Man-lift: $53.57 7A 3C 8P Permanent And Shaft Type King Power Equipment Operators Finishing Machine, Bidwell $56.44 7A 3C 8P And Gamaco Et Similar Equipment King Power Equipment Operators Forklift: 3000 Lbs And Over $56.00 7A 3C BP With Attachments King Power Equipment Operators Forklifts: Under 3000 Lbs. $53.57 7A 3C 8P With Attachments King Power Equipment Operators Grade Engineer: Using Blue $56.44 7A 3C 8P Prints, Cut Sheets, Etc King Power Equipment Operators Gradechecker/stakeman $53.57 7A 3C 8P King Power Equipment Operators Guardrail Punch $56.44 7A 3C 8P King Power Equipment Operators Hard Tail End Dump $56.94 7A 3C 8P Articulating Off- Road Equipment 45 Yards. Et Over King !Power Equipment Operators Hard Tail End Dump $56.44 7A 3C 8P Articulating Off-road Equipment Under 45 Yards King ,Power Equipment Operators Horizontal/directional Drill $56.00 7A 3C 8P Locator King 'Power Eouipment Operators Horizontal/directional Drill $56.44 7A 3C 2P Operator l'King iPower Equipment Operators Hydralifts/boom Trucks Over $56.00 7A 3C 8P 10 Tons King Power Equipment Operators Hydralifts/boom Trucks, 10 $53.57 7A 3C 8P i Tons And Under King Power Equipment Operators Loader, Overhead 8 Yards. Et $57.51 7A 3C 8P l Over King Power Equipment Operators Loader, Overhead, 6 Yards. $56.94 7A 3C 8P But Not Including 8 Yards King Loaders, Overhead Under 6 $56.44 7A 3C 8P Yards King Power Equipment Operators Loaders, Plant Feed $56.44 7A 3C 8P King Power Equipment Operators Loaders: Elevating Type Belt $56.00 7A 3C 8P King Power Equipment Operators Locomotives, All $56.44 7A 3C 8P King Power Equipment Operators Material Transfer Device $56.44 7A 3C 8P King Power Equipment Operators $57.51 7A 3C 8P httos://fortress.wa.00v/lni/wanelnnkiin/nrvWanelnnk-iin_acnx 1 /?n/?n1r, Page 9 of 17 Mechanics, All (leadmen - $D.50 Per Hour Over Mechanic) King Power Equipment Operators Motor Patrol Graders $56.94 7A 3C 8P King Power Equipment Operators Mucking Machine, Mole, $56.94 7A 3C 8P Tunnel Drill, Boring, Road _ Header And/or Shield King Power Equipment Operators Oil Distributors, Blower $53.57 7A 3C 8P Distribution Et Mulch Seeding Operator King Power Equipment Operators Outside Hoists (elevators And $56.00 7A 3C 8P Mantifts), Air Tuggers,strato King Power Equipment Operators Overhead, Bridge Type Crane: $56.44 7A 3C 8P 20 Tons Through 44 Tons King Power Equipment Operators Overhead, Bridge Type: 100 $57.51 7A 3C 8P 'I Tons And Over King Power Equipment Operators Overhead, Bridge Type: 45 $56.94 7A 3C 8P Tons Through 99 Tons King Power Equipment Operators Pavement Breaker $53.57 7A 3C 8P J King Power Equipment Operators Pile Driver (other Than Crane $56.44 7A 3C 8P Mount) ;King Power Equipment Operators Plant Oiler - Asphalt, Crusher $56.00 7A 3C 8P King Power Equipment Operators Posthole Digger, Mechanical $53.57 7A 3C 8P ! King Power Equipment Operators Power Plant $53.57 7A 3C 8P i King Power Equipment Operators Pumps - Water $53.57 7A 3C 8P King Power Equipment Operators Quad 9, Hd 41, D10 And Over $56.94 7A 3C 8P ` King Power Equipment Operators ators Quick Tower - No Cab, Under $53.57 7A 3C 8P 100 Feet In Height Based To Boom King Power Equipment Operators Remote Control Operator On $56.94 7A 3C 8P Rubber Tired Earth Moving Equipment King Power Equipment Operators Rigger And Bellman $53.57 7A 3C 8P 'King Power Equipment Operators Rigger/Signal Person, Bellman $56.00 7A 3C 8P EE.. (Certified) "King Power Equipment Operators Rollagon $56.94 7A 3C 8P King Power Equipment Operators Roller, Other Than Plant Mix $53.57 7A 3C 8P :King Power Equipment Operators Roller, Plant Mix Or Multi-lift $56.00 7A 3C 2P Materials ,King Power Equipment Operators Roto-mill, Roto-grinder $56.44 7A 3C 8P King Power Equipment Operators Saws - Concrete $56.00 7A 3C 8P King Power Equipment Operators Scraper, Self Propelled Under $56.44 7A 3C 8P " 45 Yards King Power Equipment Operators Scrapers - Concrete & Carry $56.00 7A 3C 8P All King Power Equipment Operators Scrapers, Self-propelled: 45 $56.94 7A 3C 8P Yards And Over King Power Equipment Operators Service Engineers - Equipment $56.00 7A 3C 8P King Power Equipment Operators Shotcrete/gunite Equipment 1 $53.57 7A 3C 8P King Power Equipment Operators 1 $56.00 7A 3C 8P Page 10 of 17 Shovel , Excavator, Backhoe, Tractors Under 15 Metric Tons. King Power Equi rp Went Operators Shovel, Excavator, Backhoe: $56.94 7A 3C 8P Over 30 Metric Tons To 50 Metric Tons King Power E ui ment Operators Shovel, Excavator, Backhoes, $56.44 7A 3C 8P Tractors: 15 To 30 Metric Tons King Power Equipment Operators Shovel, Excavator, Backhoes: $57.51 7A 3C 8P Over 50 Metric Tons To 90 Metric Tons King Power Equipment Operators Shovel, Excavator, Backhoes: $58.10 7A 3C 8P Over 90 Metric Tons King Power Equipment Operators Slipform Pavers $56.94 7A 3C 8P King Power Equ went Operators Spreader, Topsider Et $56.94 7A 3C 8P Screedman King 11 Power Equipment Operators Subgrader Trimmer $56.44 7A 3C 8P r King Power Equipment Operators Tower Bucket Elevators $56.00 7A 3C 8P King Power Equipment Operators Tower Crane Up To 175' In $57.51 7A 3C 8P Height Base To Boom King Power Equipment Operators Tower Crane: over 175' $58.10 17A3C 8P through 250' in height, base to boom King :Power Equipment Operators Tower Cranes: over 250' in $58.67 3C 8P height from base to boom King Power Equipment Operators Transporters, All Track Or $56.94 7A 3C 8P Truck Type King Power_E uip ent Operators Trenching Machines $56.00 7A 3C 8P King Power Equipment Operators Truck Crane Oiler/driver - 100 $56.44 7A X 8P Tons And Over ,King Power Equipment Operators Truck Crane Oiler/driver $56.00 7A 3C 8P Under 100 Tons King Power Equipment Operators Truck Mount Portable $56.44 7A 3C 8P Conveyor King Power Equipment Operators Wetder $56.94 7A 3C 8P King Power Equipment Operators Wheel Tractors, Farman Type $53.57 7A 3C 8P King Power Equipment Operators Yo Yo Pay Dozer $56.44 7A 3C 8P King Power Equipment Operators- Asphalt Plant Operators $56.94 7A 3C 8P Underground Sewer tt Water King Power Equipment Operators- Assistant Engineer $53.57 7A 3C 8P Underground Sewer B Water King Power Equipment Operators- Barrier Machine (zipper) $56.44 7A 3C 8P _ Underground `;ewer Et Water King Power Equipment Operators- Batch Plant Operator, $56.44 7A 3C 8P Underground Sewer @ Water Concrete King Power Equipment Operators- Bobcat $53.57 7A 3C 8P Underground Sewer £t Water King Power Equipment Operators- Brokk - Remote Demolition $53.57 7A 3C 8P Underground Sewer £t Water Equipment King I Power Equipment Operators- Brooms $53.57 7A 3C 8P 'Underground Sewer Et Water httDS://fortress.wa.aov/lni/waaelookuD/DrvWaaelookur).asr)x 1Mom 6 Page 11 of 17 f King Power Equipment Operators- Bump Cutter $56.44 7A 3C SP Underground Sewer a Water King Power Equipment Operators- Cableways $56.94 7A 3C 8P Underground Sewer & Water King Power Equipment Operators- Chipper $56.44 7A 3C 8P Underground Sewer & Water King Power Equipment Operators- Compressor $53.57 7A 3C 8P Underground Sewer a Water King Power Equipment Operators- Concrete Pump: Truck Mount $56.94 7A 3C 8P i Underground Sewer Et Water With Boom Attachment Over 42 M King Power Equipment Operators- Concrete Finish Machine -laser $53.57 7A 3C SP Underground Sewer & Water Screed King Power Equipment Operators- Concrete Pump - Mounted Or $56.00 7A 3C 8P Underground Sewer & Water Trailer High Pressure Line Pump, Pump High Pressure. King Power Equipment Operators- Concrete Pump: Truck Mount $56.44 7A 3C 8P Underground Sewer a Water With Boom Attachment Up To 42 m King Power Equipment Operators- Conveyors $56.00 7A 3C 8P Underground Sewer a Water King Power Equipment Operators- Cranes Friction: 200 tons and $58.67 7A 3C 8P Underground Sewer a Water over King Power Equipment Operators- Cranes: 20 Tons Through 44 $56.44 7A 3C 8P Underground Sewer & Water Tons With Attachments King Power Equipment Operators- Cranes: 100 Tons Through 199 $57.51 7A 3C 8P Underground Sewer & Water Tons, Or 150' Of Boom (Including Jib With Attachments) =King Power Equipment Operators- Cranes: 200 tons- 299 tons, or $58.10 7A 3C 8P Underground Sewer a Water 250' of boom including jib with attachments ''King iPower Equipment Operators- Cranes: 300 tons and over or $58.67 7A 3C 8P Underground Sewer a Water 300' of boom including jib with attachments King Power Equipment Operators- Cranes: 45 Tons Through 99 $56.94 7A 3C 8P Underground Sewer a Water Tons, Under 150' Of Boom (including Jib With Attachments) King Power Equipment Operators- Cranes: A-frame - 10 Tons And $53.57 7A 3C 8P Underground Sewer a Water Under King Power Equipment Operators- Cranes: Friction cranes $58.10 7A 3C 8P Underground Sewer a Water through 199 tons King Power Equipment Operators- Cranes: Through 19 Tons With $56.00 7A 3C 8P Underground Sewer & Water Attachments A-frame Over 10 Tons King Power Equipment Operators- Crusher $56.44 7A 3C 8P Underground Sewer a Water King Power Equipment Operators- Deck Engineer/deck Winches $56.44 7A 3C 8P Underground Sewer a Water (power) King Power Equipment Operators- Derricks, On Building Work $56.94 7A 3C 8P Underground Sewer & Water 1..44...... //F....4.-.....- ..... ....../1...:/.......,.L...L..„/....�..lA/......L...1.. ... ......... i /^1!f/^1lliL Page 12 of 17 King !Power Equipment Operators- Dozers D-9 Et Under $56.00 7A 3C 8P Underground Sewer &\Hater King I Power Equipment Operators- Drill Oilers: Auger Type, Truck $56,00 7A 3C 8P —Underground Sewer a Water Or Crane Mount King Power Equipment Qperators- Drilling Machine $57.51 7A 3C 8P King Power Elevator And Man-lift: $53.57 7A 3C8P Underground Sewer Et Water Permanent And Shaft Type King !,Power Equipment Operators- Finishing Machine, Bidwell $56.44 7A 3C 8P Underground Sewer & Water And Gamaco Et Similar Equipment King ,Power Equipment Operators- Forklift: 3000 Lbs And Over $56.00 7A 3C 8P Underground Sewer & Water With Attachments King Forklifts: Under 3000 Lbs. $53.57 7A 3C 8P Underground Sewer j&_Water With Attachments King Power Equipment Operators- Grade Engineer: Using Blue $56.44 7A 3C 8P !Underground Sewer Et Water Prints, Cut Sheets, Etc King Power Equipment Operators- Gradechecker/stakeman $53.57 7A 3C 8P Underground Sewer Et Water King Eq)ver Equipment Operators- Guardrail Punch $56.44 7A 3C 8P Underground Sewer Ft Water King Power Equipment Operators- Hard Tait End Dump $56.94 7A 3C 8P Underground�Sewer Vt Water Articulating Off- Road Equipment 45 Yards. Et Over King Power Equipment Operators Hard Tait End Dump $56.44 7A 3C 8P Underground Sewer Et Water Articulating Off-road Equipment Under 45 Yards King Power Equipment Operators- Horizontal/directional Drill $56.00 7A 3C 8P Underground Sewer & Water Locator King Power Egu pment Operators- Horizontal/directional Drill $56.44 7A 3C 8P Underground Sewer 8: Water Operator King Power Equipment Operators- Hydratifts/boom Trucks Over $56.00 7A 3C 8P Underground Sewer Et Water 10 Tons King Hydralifts/boom Trucks, 10 $53.57 7A 3C 8P Underground Sewer Et Water Tons And Under King Power Equipment Operators- Loader, Overhead 8 Yards. Et $57.51 7A 3C Ep Underground Sewer Et Water Over King Power Equipment Operators- Loader, Overhead, 6 Yards. $56.94 7A 3C 8P Underground Sewer &Water But Not Including 8 Yards King Power Equipment Operators- Loaders, Overhead Under 6 $56.44 7A 3C 8P Underground Sewer Ct Water Yards King Power Equipment Operators- Loaders, Plant Feed $56.44 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Loaders: Elevating Type Belt $56.00 7A 3C 8P Underground Sewer 8: Water King Power Equipment Operators- Locomotives, All $56.44 7A 3C 8P Underground Sewer & Water King Ilower_Equiament Operators- Material Transfer Device $56.44 7A 3C SP Underground Sewer Et Water King Power Egu pment Operators Mechanics, All (teadmen - $57.51 7A 3C 8P Under re ound Sewer &Water $0.50 Per Hour Over Mechanic) httDS://fortress.wa.cov/lni/waaelookuo/orvWaaelookuo.asr)x 1/20/2016 Page 13 of 17 King Power Equipment Operators- Motor Patrol Graders $56.94 7A 3C 8P Underground Sewer ft Water King Power Eauipment Operators- Mucking Machine, Mole, $56.94 7A 3C 8P Underground Sewer Et Water Tunnel Drill, Boring, Road Header And/or Shield King Power Equipment Operators- Oil Distributors, Blower $53.57 7A 3C 8P Underground Sewer & Water Distribution & Mulch Seeding Operator King Power Equipment Operators- Outside Hoists (elevators And $56.00 7A 3C 8P Underground Sewer Et Water Manlifts), Air Tuggers,strato King Power Equipment Operators- Overhead, Bridge Type Crane: $56.44 7A 3C 8P Underground Sewer & Water 20 Tons Through 44 Tons King Power Equipment Operators- Overhead, Bridge Type: 100 $57.51 7A 3C 8P Underground Sewer & Water Tons And Over King Power Equipment Operators- Overhead, Bridge Type: 45 $56.94 7A 3C 8P Underground Sewer Et Water Tons Through 99 Tons King Power Equipment Operators- Pavement Breaker $53.57 7A 3C 8P Underground Sewer & Water King Power Equipment Operators- Pile Driver (other Than Crane $56.44 7A 3C 8P Underground Sewer & Water Mount) King Power Equipment Operators- Plant Oiler - Asphalt, Crusher $56.00 7A 3C 8P Underground Sewer &Water King Power Equipment Operators- Posthole Digger, Mechanical $53.57 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Power Plant $53.57 7A 3C 8P Underground Sewer &Water King Power Equipment Operators- Pumps - Water $53.57 7A 3C 8P I' Underground Sewer & Water King Power Equipment Operators- Quad 9, Hd 41, D10 And Over $56.94 7A 3C 8P Underground Sewer & Water King Power Equipment Operators- Quick Tower - No Cab, Under $53.57 7A 3C 8P Underground Sewer & Water 100 Feet In Height Based To Boom King Power Equipment Operators- Remote Control Operator On $56.94 7A 3C 8P = Underground Sewer & Water Rubber Tired Earth Moving Equipment King Power Equipment Operators- Rigger And Bellman $53.57 7A 3C 8P Underground Sewer &Water King Power Equipment Operators- Rigger/Signal Person, Bellman $56.00 7A 3C 8P Underground Sewer & Water (Certified) King Power Equipment Operators- Rollagon $56.94 7A 3C 8P Underground Sewer & Water King Power Equipment Operators- Roller, Other Than Plant Mix $53.57 7A 3C 8P Underground Sewer & Water King Power Equipment Operators- Roller, Plant Mix Or Multi-lift $56.00 7A 3C 8P Underground Sewer ft Water Materials King Power Equipment Operators- Roto-mill, Roto-grinder $56.44 7A 3C 8P Underground Sewer&Water King Power Equipment Operators- Saws - Concrete $56.00 7A 3C 8P Underground Sewer & Water King $56.44 7A 3C 8P Page 14 of 17 Power G ui ment Operators- Scraper, Self Propelled Under Underground Sewer a Water 45 Yards King Power Equipment Operators- Scrapers - Concrete Et Carry $56.00 7A 3C 8P Underground Sewer a Water All King Power Equipment Operators- Scrapers, Self-propelled: 45 $56.94 7A 3C 8P Underground Sewer & Water Yards And Over King Power Equipment Operators- Service Engineers - Equipment $56.00 7A 3C 8P Underground Sewer & Water King Power Equipment Operators- Shotcrete/gunite Equipment $53.57 7A 3C 8P Underground Sewer & Water King Power Equipment Operators- Shovel , Excavator, Backhoe, $56.00 7A 3C BP j Underground Sewer Ft Water Tractors Under 15 Metric Tons. King Power Equipment Operators- Shovel, Excavator, Backhoe: $56.94 7A 3C 8P ` Underground Sewer Ft Water Over 30 Metric Tons To 50 Metric Tons King Power Equipment Operators- Shovel, Excavator, Backhoes, $56.44 7A 3C 8P _ Underground Sewer Et Water Tractors: 15 To 30 Metric Tons King !Power Equipment Operators Shovel, Excavator, Backhoes: $57.51 7A 3C 8P Underground Sewer & Water Over 50 Metric Tons To 90 Metric Tons King Power Equipment Operators- Shovel, Excavator, Backhoes: $58.10 7A 3C 8P Underground Sewer & Water Over 90 Metric Tons King Power Equipment Operators- Slipform Pavers $56.94 7A 3C 8P Underground Sewer &Water King Power Equipment Operators- Spreader, Topsider & $56.94 7A 3C 8P 'Underground Sewer €t Water Screedman King Power Equipment Operators- Subgrader Trimmer $56.44 7A 3C 8P ;Underground Sewer & Water King Power Equipment Operators- Tower Bucket Elevators $56.00 7A 3C 8P Underground Sewer & Water King Power Equipment Operators- Tower Crane Up To 175' In $57.51 7A 3C 8P " Underground Sewer & Water Height Base To Boom King Power Equipment Operators Tower Crane: over 175' $58.10 7A 3C 8P Underground Sewer Et Water through 250' in height, base to boom King Power Equipment Operators- Tower Cranes: over 250' in $58.67 7A 3C 8P Underground Sewer & Water height from base to boom King Power Equipment Operators- Transporters, All Track Or $56.94 7A 3C 8P Underground Sewer & Water Truck Type King Power Equipment Operators- Trenching Machines $56.00 7A 3C 8P Underground Sewer & Water King Power Equipment Operators- Truck Crane Oiler/driver - 100 $56.44 7A 3C 813 Underground Sewer a Water Tons And Over King Power Equipment Operators- Truck Crane Oiler/driver $56.00 7A 3C 8P Underground Sewer & Water Under 100 Tons King Power Equipment Operators- Truck Mount Portable $56.44 7A 3C 8P Underground Sewer It Water Conveyor King Power Equipment Operators- Welder $56.94 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Wheel Tractors, Farman Type $53.57 7A 3C 8P Underground Sewer Et Water httos://fortress.wa.aov/Ini/waaelookun/nrvWanelooktin.asnx 1 /7n/7(Y16 Page 15 of 17 King Power Equipment Operators- Yo Yo Pay Dozer $56.44 7A 3C 8P Underground Sewer Ft Water King Power Line Clearance Tree Journey Level In Charge $45.75 5A 4A Trimmers King Power Line Clearance Tree Spray Person $43.38 5A 4A Trimmers King Power Line Clearance Tree Tree Equipment Operator $45.75 5A 4A Trimmers King Power Line Clearance Tree Tree Trimmer $40.84 5A 4A Trimmers King Power Line Clearance Tree Tree Trimmer Groundperson $30.74 5A 4A Trimmers King Refrigeration a Air Journey Level $73.51 6Z 1G Conditioning Mechanics King Residential Brick Mason Journey Level $52.82 5A 1M King Residential Carpenters Journey Level $28.20 1 King Residential Cement Masons Journey Level $22.64 1 King Residential Drywatl Journey Level $40.64 5D 4C Applicators King Residential Drywall Tapers Journey Level $54.07 5P 1 E 1King Residential Electricians Journey Level $30.44 1 King Residential Glaziers Journey Level $37.30 7L 1 H King Residential Insulation Journey Level $26.28 1 Applicators King Residential Laborers Journey Level $23.03 1 King Residential Marble Setters Journey Level $24.09 1 King Residential Painters Journey Level $24.46 1 King Residential Plumbers Et Journey Level $34.69 1 El fitters King Residential Refrigeration Et Air Journey Level $73.51 6Z 1G Conditioning Mechanics King Residential Sheet Metal Journey Level (Field or Shop) $43.46 7F 1R Workers King Residential Soft Floor Lavers Journey Level $42.88 5A 3D King Residential Sprinkler Fitters Journey Level $42.48 5C 2R (Fire Protection) King Residential Stone Masons Journey Level $52.82 5A 1M King Residential Terrazzo Workers Journey Level $47.46 5A 1M King Residential Terrazzo/Tice Journey Level $21.46 1 Finishers King Residential Tile Setters Journey Level $25.17 1 King Roofers Journey Level $45.71 5A 3H King Roofers Using Irritable Bituminous $48.71 5A 3H Materials King Sheet Metal Workers Journey Level (Field or Shop) $72.83 7F 1E King Shipbuilding g Ship Repair Boilermaker $39.82 7M 1H King Shipbuilding @ Ship Repair Carpenter $40.41 7T 2B King Shipbuilding Et Ship Repair Electrician $40.16 7T 4B i Page 16 of 17 King Shipbuilding a Ship-Repair Heat a Frost Insulator $63.181 SJ 1S King Shipbuilding a Ship Repair Laborer 40.191 7T 4B King Shipbuilding a Ship Repair Machinist $40.47 7T 4B King ShiLbuilding a Ship Repair Operator $40.11 7T 4B King Shiobuilding a Ship Repair Painter $40.16 7T 4B King Shipbuilding a Ship Repair Pipefitter $40.11 7T 4B King Shipbuilding a Ship Repair Rigger $40.19 7T 4B King Shipbuilding a Ship Repair Sheet Metal $40.14 7T 4B King Shipbuilding a Ship Repair Shipfitter $40.19 7T 4B King Shipbuilding a Ship Rem Trucker $40.03 7T 4B King Shipbuilding a Ship Repair Warehouse $40.08 7T 4B King Shipbuilding a Ship Repair Welder/Burner $40.19 7T 4B King Sign Makers a Installers Sign Installer $22.92 1 (Electrical King Sign Makers a Installers Sign Maker $21.36 1 ' tElectrical) King Sign Makers a Installers (Non- Sign Installer $27.28 1 Electrical King Sign Makers a Installers (Non- Sign Maker $33.25 1 Electrical King SoftSoft Fto_ Journey Level $42.88 SA 3D 'King Solar Controls For Windows Journey Level $12.44 1 King Sorinkter Fitters (Fire Journey Level $69.74 5C 1X Protection) King Stage Rigging MechanicslNon Journey Level $13.23 1 Structural) King Stone Masons Journey Level $52.82 5A 1M King Street And Parking Lot Journey Level $19.09 1 Sweeper Workers King Surveyors Assistant Construction Site $56.00 7A 3C 8P Surveyor King Surveyors Chainman $55.47 7A 3C 8P King Surveyors Construction Site Surveyor $56.94 7A 3C 8P King Telecommunication Journey Level $22.76 1 Technicians King Telephone Line Construction - Cable Splicer $37.60 5A 2B Outside King Telephone Line Construction - Hole Digger/Ground Person $20.79 5A 2B Outside King Tetenhhone Line Construction - Installer (Repairer) $36.02 5A 2B Outside (King Telephone Line Construction - Special Aparatus Installer 1 $37.60 5A 2B Outside King Telephone Line Construction - Special Apparatus Installerll $36.82 5A 2B Outside King Telephone Line Construction - ITetephone Equipment $37.60 5A 2B Outside 10perator (Heavy) King Telephone Line Construction - Telephone Equipment $34.94 5A 2B Outside Operator (Light) httDS://fortress.wa.aov/Ini/wacielookiin/nrvWaaelonkiin.asny 1 migni n Page 17 of 17 King Telephone Line Construction - Telephone Lineperson $34.93 5A 2B Outside King Telephone Line Construction - Television Groundperson $19.73 5A 2B Outside King Telephone Line Construction - Television $26.31 5A 2B Outside Lineperson/Installer King Telephone Line Construction - Television System Technician $31.50 5A 2B Outside King Telephone Line Construction - Television Technician $28.23 5A 2B Outside King Telephone Line Construction - Tree Trimmer $34.93 5A 2B Outside King Terrazzo Workers Journey Level $47.46 5A 1M King Tile Setters Journey Level $21.65 1 King Tile, Marble i} Terrazzo Finisher $38.29 5A 1 B Finishers King Traffic Control Stripers Journey Level $43.73 7A 1K King Truck Drivers Asphalt Mix Over 16 Yards (W. $49.85 5D 3A 8L WA-Joint Council 28) King Truck Drivers Asphalt Mix To 16 Yards (W. $49.01 5D 3A 8L WA-Joint Council 28) King Truck Drivers Dump Truck 8t Trailer $49.85 5D 3A 8L King Truck Drivers Dump Truck (W. WA-Joint $49.01 SD 3A 8L Council 28) King Truck Drivers Other Trucks (W. WA-Joint $49.85 5D 3A 81. Council 28) King Truck Drivers Transit Mixer $43.23 1 King Well Drillers Ft Irrigation Pump Irrigation Pump Installer $17.71 1 Installers King Well Drillers a Irrigation Pump Oiler $12.97 1 Installers King Well Drillers Ft Irrigation Pump'Welt Driller $18.00 1 Installers i_ I Inn inn I If Benefit Code Key—Effective 9/2/2015 thru 3/1/2016 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 horns 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. L" 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 horns 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 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 double the hourly rate of wage. J. The first two (2)hours after eight(8)regular horns 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. 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. 1 Benefit Code Key—Effective 9/2/2015 thru 3/1/2016 Overtime Codes Continued 1. O. The first ten (10) hours worked on Saturday shall be paid at one and one-half times the hourly rate of wagc. All hours worked on Sundays,holidays and after twelve(12)hours,Monday through Friday and after ten(10)hours on j 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. 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 of ten (10) hours 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 Limes 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. U. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked onI, 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 homy 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 fast 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 homily 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 approval on a scheduled workday during the workweek shall be paid at the straight-time 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- 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 WEEI{ 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. 2 Benefit Code Key—Effective 9/2/2015 thru 3/1/2016 Overtime Codes Continued 2. P. 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. O. All hours worked on Sundays and holidays shall be paid at one and one-half times the hourly rate of wage. 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. 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)hours 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. 3. ALL HOURS WORKED rx EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40)HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TEvIE.S THE HOURLY RATE OF WAGE_ 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 starting between the hours of 6:00 pm and midnight shall receive an additional one dollar($1.00) 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. C. 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 one and one-half times the hourly rate of wage. All work performed after 6:00 pm Saturday to 5:00 am Monday and Holidays shall be paid at double the hourly rate of wage.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. D. All hours worked between the hours of 6:00 pm and 6:00 am,Mondav through Saturday, shall be paid at a premium rate of 15% over the hourly rate of wage. All other hours worked after 6:00 am 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. E. All hours worked Sundays and holidays shall be paid at double the hourly rate of wage. Each week,once 40 hours of straight time work is achieved,then any hours worked over 10 hours per day Monday through.Saturday shall be paid at double the hourly wage rate. 3 i Benefit Code Key—Effective 9/2/2015 thru 3/1/2016 Overtime Codes Continued 3. F. All hours worked on Saturday shall be paid at one and one-half times the hourly rate of wage. 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. II. All work performed on Sundays between March 16th and October 14th and all Holidays shall be compensated for at two (2) times the regular rate of pay. Work performed on Sundays between October 15th and March 15th shall be compensated at one and one half(1-1/2)times the regular rate of pay. 1. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage.In the event the job is down due to weather conditions during a five day work week(Monday through Friday,)or a four day-ten hour work week(Tuesday through Friday,)then Saturday may be worked as a voluntary make-up day at the straight time rate. IIowever,Saturday shall not be utilized as a make-up day when a holiday falls on Friday. 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. 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 over twelve(12)hours per day and all hours worked on holidays shall be paid at double the hourly rate of wage. '.. C. On Monday through Friday, the first four(4)hours of overtime after eight(8)hours of straight time work shall be paid at one and one half(1-1/2)times the straight time rate of pay,unless a four(4)day ten(10)hour workweek has been established. On a four (4) day ten (10) hour workweek scheduled Monday through Thursday, or Tuesday through Friday, the first two(2) hours of overtime after ten(10)hours of straight time work shall be paid at one and one half(1-1/2) times the straight time rate of pay. On Saturday,the first twelve(12)hours of work shall be paid at one and one half(1-1/2)times the straight time rate of pay,except that if the job is down on Monday through Friday due to weather conditions or other conditions outside the control of the employer, the first ten (10) hours on Saturday may be worked at the straight time rate of pay. All hours worked over twelve (12)hours in a day and all '...... hours worked on Sunday and Holidays shall be paid at two(2)times the straight time rate of pay. D. 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 Saturday, Sundays and holidays shall be paid at double the hourly rate of pay. Rates include all members of the assigned crew. EXCEPTION: On all multipole structures and steel transmission lines, switching stations,regulating, capacitor stations, generating plants, industrial plants, associated installations and substations, except those substations whose primary function is to feed a distribution system,will be paid overtime under the following rates: The first two (2)hours after eight(8)regular hours Monday through Friday of overtime on a regular workday, shall be paid at one and one-half times the hourly rate of wage. All hours in excess of ten (10) hours will be at two (2) times the hourly rate of wage. The first eight(8)horns worked on Saturday will be paid at one and one-half(1-1/2) times the hourly rate of wage. All hours worked in excess of eight(8)hours on Saturday, and all hours worked on Sundays and holidays will be at the double the hourly rate of wage. All overtime eligible hours performed on the above described work that is energized, shall be paid at the double the hourly rate of wage, 4 Benefit Code Key—Effective 9/2/2015 thru 3/1/2016 Overtime Codes Continued 4. E. The first two(2)hours after eight(8)regular hors 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-how-weekly schedule, either Monday thou Thursday or Tuesday thou Friday schedule, all hours worked after ten shall be paid at double the hourly rate of wage. The Monday or Friday not utilized in the normal four-day,ton hour work week, and Saturday shall be paid at one and one half(I'/�)times the regular shift rate for the fast eight (8) hours. 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. All hours worked between the howl of 6:00 pm and 6:00 am, Monday through Saturday, shall be paid at a premium rate of 20%over the hourly rate of wage. 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 double the hourly rate of wage. G. All hours worked on Saturdays 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. Holidav Codes 5. A. Holidays: Now 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). L 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, lndepcndence 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 alter 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, halopendence 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. 5 Benefit Code Key—Effective 9/2/2015 thru 3/1/2016 Holiday Codes Continued 5. Q. Paid Holidays: New Year's Day, Memorial Day,Independence Day, Labor Day, Thanksgiving Day, and Christmas Day(6)• 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). S. Paid Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day,And Christmas Day(7). 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)• 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). Holiday Codes Continued 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, the Friday 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, I, Labor Day, Veterans' Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, and Christmas Eve Day(11). H. Paid Holidays: New Years 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), 1. Paid Holidays: New Year's Day,Memorial Day,Independence Day,Labor Day,Thanksgiving Day,Friday After Thanksgiving Day, And Christmas Day(7). 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. Holidav Codes Continued 7. A. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day, And Cbristmas Day (9). 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. 6 Benefit Code Key—Effective 9/2/2015 thru 3/1/2016 Holiday Codes Continued 7. 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, Thanksgiving 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 Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be obscrved 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. II. Iolidays: 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. 1. 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 holiday on the preceding Friday. L. Holidays: New Year's Day, Memorial Day, Labor Day, Independence Day, Thanksgiving Day, the Last Work Day 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. 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. 7 Benefit Code Key—Effective 9/2/2015 thru 3/1/2016 Holiday Codes Continued 7. 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. 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. R. 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). If any of the listed holidays fall on Saturday, the preceding Friday shall be observed as the holiday. If any of the listed holidays falls on a Sunday, the day observed by the Nation shall be considered a holiday and compensated accordingly. S. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day,Christmas Day, the Day after Christmas, and A Floating Holiday(9).If any of the listed holidays falls on a Sunday,the day observed by the Nation shall be considered a holiday and compensated accordingly. T. 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). If any of the listed holidays falls on a Sunday, the day observed by the Nation shall be considered a holiday and compensated accordingly. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. Note Codes R. 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'-$2.00 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: $0.75, Level B: $0.50, And Level C:$0.25. M. Workers on hazmat projects receive additional hourly premiums as follows: Levels A & B: $1.00, Levels C & D: $0.50. Note Codes Continued 8 Benefit Code Key—Effective 9/2/2015 thru 3/1/2016 8. 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. 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 S0.50. 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. R. Effective August 31, 2012 — A Traffic Control Supervisor shall be present on the project whenever flagging or spotting or other traffic control labor is being utilised. A Traffic Control Laborer performs the setup, maintenance and removal of all temporary traffic control devices and construction signs necessary to control vehicular, bicycle, and pedestrian traffic during construction operations. Flaggers and Spotters shall be posted where shown on approved Traffic Control Plans or where directed by the Engineer. All flaggers and spotters shall possess a current flagging card issued by the State of Washington,Oregon,Montana, or Idaho.These classifications are only effective on or after August 31, 2012. S. Effective August 31, 2012 —A Traffic Control Supervisor shall be present on the project whenever flagging or spotting or other traffic control labor is being utilized. Flaggers and Spotters shall be posted where shown on approved Traffic Control Plans or where directed by the Engineer. All flaggers and spotters shall possess a current flagging card issued by the State of Washington, Oregon,Montana, or Idaho. This classification is only effective on or after August 31,2012. T. Effective August 31, 2012 — A Traffic Control Laborer performs the setup, maintenance and removal of all temporary traffic control devices and construction signs necessary to control vehicular, bicycle, and pedestrian traffic during construction operations. Flaggers and Spotters shall be posted where shown on approved Traffic Control Plans or where directed by the Engineer. All flaggers and spotters shall possess a current flagging card issued by the State of Washington, Oregon, Montana, or Idaho. This classification is only effective on or after August 31,2012. U. Workers on hazinat projects receive additional hourly premiums as follows — Class A Suit: $2.00, Class B Suit: $1.50,And Class C Suit: $1.00. Workers performing underground work receive an additional$0.40 per hour for any and all work performed underground, including operating, servicing and repairing of equipment. The premium for underground work shall be paid for the entire shift worked. Workers who work suspended by a rope or cable receive an additional $0.50 per hour. The premium for work suspended shall be paid for the entire shift worked. Workers who do "pioneer" work (break open a cut, build road, etc.) more than one hundred filly (150) feet above grade elevation receive an additional$0.50 per hour. 9 e\L�NT pppt`�P Agenda Item: Bids - 9B W rv::Iium.tl i TO: City Council DATE: February 16, 2016 SUBJECT: James Street Pump Station - Award MOTION: Award the James Street Pump Station Project to Rodarte Construction, Inc. in the amount of $2,329,398.98 and authorize the Mayor to sign all necessary documents, subject to final terms and conditions acceptable to the City Attorney and Public Works Director. SUMMARY: The City's James Street Stormwater Pump Station is located just north of James Street near Woodford Ave North. This pump station cannot keep up with existing flows on James Street. A new pump station will help alleviate local flooding of James Street at Mill Creek. The improvements are being built in three phases. The first two phases of this project included construction of stormwater force main piping along Central Avenue to the Horseshoe Acres Pump Station. This final phase includes the pump station, connection to the existing main and installation of a stormwater sediment vault to prevent sediment from entering Mill Creek. This pump station project consists of installing a 120 inch diameter storm water pump station, diesel standby generator and electrical/communication system along with three shelters for the aforementioned facilities. This project also consists of the installation of a stormwater sediment vault at Clark Street prior to the storm drain outfall to Mill Creek. EXHIBITS: None RECOMMENDED BY: Public Works Director YEA: N/A NAY: N/A BUDGET IMPACTS: Funding for this project is from the Storm Drainage Utility and partial funding of the stormwater vault by the Washington State Department of Ecology Stormwater Grant. Corporations: Registration Detail Page 1 of 1 RODARTE CONSTRUCTION,INC. UBI Number 600264803 Category REG Profit/Nonprofit Front I Active/Inactive Active State Of incorporation WA WA Filing Date 03/23/1978 Expiration Date !03/31/2016 Inactive Date Duration Perpetual Registered Agent Information Agent Name FRANK C RODARTE JR Address '..17 E VALLEY HWY E City !AUBURN State ll WA ZIP 98092 Special Address Information Add Tess City '.. State Zip GovemingPersons Title Name Address President,Chain ran,Director RODARTE,JR,FRANK 276075 E 392N D ST ENO MCLAW,WA 980227741 !,Secretary,Director RODARTE,SHIRLEY 140727264TH AVE SE ENUMCLAW,WA D802ZB354 Treasurer RODARTE,ANDREW 22/18196fH STE j ORTING,WA 983609132 '.Vice President RODARTE,JARED PO BOX 36 WILKESON,WA 983960036 http://www.sos.wa.gov/corps/search_detail.aspx?ubi-600264803 2/29/2016 �.® REQUEST FOR MAYOR'S SIGNATURE ] BYE. "'!L ..i r r e Routing Information (ALL REQUESTS MUST FIRST BE ROUTED THROUGH THE LAW DEPARTMENT) ��� . Approved by F�irec�f.✓`e^ Originator: Kelly Casteel Phone (Originator): 5561 Date Sent: 24v It' Date Required: 41111V Return Signed Document to:Nancy Yoshitake Contract Termination Date: 120 working days VENDOR NAME: Date Finance Notified: Inc. (only required on contracts 2J16/16 Rodarte Construction, Ib 000 and over or on any Giant DATE OF COUNCIL APPROVAL: Date Risk Manager Notified:;N/A 2/16/16 ": (Required on Non-City Standard Contracts/A raements Has this Document been Specifically Account Number: D20020 Authorized in the Budget? e YES NO Brief Explanation of Document: The attached construction agreement with Rodarte Construction consists of installing a 120 inch diameter storm water pump station,standby generator and electrical/communication system for the James Street Pump Station project. All Contracts Must Be Routed Through The Law Department Thisgrea to be completed by the Law Department) Received: Approval of Law Dept.: as llVl/t Law Dept. Comments: Date Forwarded to MayoKENT Shaded Areas To Be Completed By Administration Staff Received: i< Recommendations and Comments; Disposition; Date Returned: Glvt umLnlPmeesJngWequeslt rM g rs Sgnxlrm tlow'