Loading...
HomeMy WebLinkAboutRotschy, Inc. - Beech Street Interceptor, Lift Station, Force MainCONFORMED FOR CONSTRUCT City of Yakima ON BID PROPOSAL, CONTRACT DOCUMENTS, AND SPECIFICATIONS FOR: SCHEDULES A & B Beech Street Interceptor, Lift Station, and Force Main City Project No. 2365 SPRING 2017 City of Yakima 129 North 2°`' Street Yakima, WA 98091 Phone: (509) 249-6813 Contact: Dana Kallevig RI -12 Engineering, Inc. 22722 29th Drive SE, Suite 210 Bothell, WA 98021 Phone: (425) 951-5396 Contact: Ryan Feskens, P.E. 1 CONFORME3 FOR CONSTRUCTON City of Yakima 1 BID PROPOSAL, CONTRACT DOCUMENTS, AND SPECIFICATIONS FOR: 1 SCHEDULES A & B 1 Beech Street Interceptor, Lift � Station, and Force Main 1 1 City Project No. 2365 1 1 1 1 1 1 1 1 SPRING 2017 THE CONTENT NT OF THIS DOCUMENT, AS A MEANS OF PROFESSIONAL, SERVICE, IS PROTECTED BY 17 U.S.C. § 1111, ET SEQ. AS SUCH, IT SI -TALL NOT BE USED, IN WHOLE OR IN PART, FOR ANY OTHER PROJECT OR PURPOSE WIT[ -[OUT WRITTEN AUTHORIZATION FROM 12.l-12 ENGINEERING. © 201E RI -12 ENGINEERING, INC. 3/31/2017 3/31/2017 3/31/2017 CITY OF YAKIMA BEECH STREET INTERCEPTOR, LIFT STATION, AND FORCE MAIN TABLE OF CONTENTS ADVERTISEMENT FOR BIDS WHITE SECTION) INSTRUCTIONS To BIDDERS (PINK SECTION) 01. General 1 02. Location 1 03. Examination of Plans, Specifications, and Site 1 04. Proposals 1 05. Bid Proposal Deposit 2 06. Award of Contract 2 07. Failure to Execute Contract 2 08. Corrections, Interpretations, and Addenda 3 09. Project Engineer 3 10. Chemical Hazard Communication 3 11. Completion Time 3 12. Bidder's Responsibility Statement 3 13. Supplemental Responsible Bidder Criteria 4 14. Bid Package Checklist 6 BID FORMS PINK SECTION) Non -Collusion Certificate 1 Subcontractor List 2 Bidder's Qualification Certificate 6 Bid Bond Form 7 Bid Bond 7 Proposal 8 CONTRACT FORMS (BLUE SECTION) Contract 1 Certificate of Liability Insurance 2 Performance Bond 6 Contractor's Declaration of Option for Management of Statutory Retained Percentage 7 Certification of Industrial Insurance Paid and Request for Release 8 PREVAILING WAGES IVORY SECTION) Prevailing Wage Rates Benefit Code Key Statement of Intent to Pay Prevailing Wages Affidavit of Wages Paid GENERAL CONDITIONS (GREEN SECTION) 01. Scope 1 02. Definitions 1 03. Abbreviations 4 04. Execution, Correlation, and Intent of Documents 6 05. Plans and Specifications - Omissions and Discrepancies 6 06. Examination of Site of Work 6 07. Status of Engineer 7 3/30/2017 12:28 I'M %:\ Bothell \ Data \ YAK \715-11 d\Phase 2 - Beech Street Ltft Station and Force Mlatn\Specs \ Non -technicals \3faster Spec fable of Contents doc CITY OF YAKIMA BEECH STREET INTERCEPTOR, LIFT STATION, AND FORCE MAIN TABLE OF CONTENTS 08. Engineer's Decision 7 09. Contractor's Representations and Warranty 8 10. Inspection and Tests 8 11. Final Inspection and Acceptance 8 12. Plans and Specifications 9 13. Ownership of Drawings 9 14. Notice of Award 9 15. Notice to Proceed 9 16. Work Hours 9 17. Progress Schedule 10 18. Schedule for Values of Lump Sum Work 10 19. Pre -Construction Conference 11 20. Material and Equipment - Material and Equipment List 11 21. Shop Drawings 12 22. Cutting and Fitting 12 23. Labor, Materials, Equipment, Facilities, and Workmen 12 24. Materials and Equipment Furnished By Owner 13 25. Samples 13 26. Determination of "Or Equal" 13 27. Royalties and Patents 13 28. Lands for Work 14 29. Surveys, Permits, Laws, and Regulations 14 30. Points and Instructions 14 31. Payment of Prevailing Wages 15 32. Protection of Work and Safety 17 33. Work on Streets 17 34. Existing Utilities or Obstructions 17 35. Replacing Improvements 18 36. Traffic Maintenance and Protection 18 37. Superintendence and Supervision 19 38. Changes in the Work 19 39. Increase or Decrease of Work 20 40. Claims for Extra Cost 20 41. Delays and Extension of Time 20 42. Completion and/or Correction of Work and Remedies before Final Payment 21 43. Defects Arising in One Year and Remedies 21 44. Suspension of Work 22 45. Owner's Right to Terminate Contract 22 46. Contractor's Right to Stop Work or Terminate Contract 23 47. Removal of Equipment 23 48. Use of Completed Portion of Work 23 49. Application for Payment 23 50. Payments Withheld 24 51. Hold Harmless 25 52. Insurance 25 53. Performance and Payment Bond 27 54. Damages 27 55. Subletting and Subcontracting 28 3/311/21117 1228 I'll I/ Z.\Bothell\Data\Y.\I:\715-114\Phase 2 - Beech Street Lift Si atom and Force \lith\Specs \Non-technicals\\laster Spec Table of Contents dnc CITY OF YAKIMA BEECH STREET INTERCEPTOR, LIFT STATION, AND FORCE MAIN TABLE OF CONTENTS 56. Subcontractor Identification 28 57. Separate Contract - Interference with Other Contractors 28 58. Cleanup 29 59. Washington State Sales Tax 29 60. Force Account 29 61. Dispute Resolution 29 62. Street Cleaning, Dust, Mud, Erosion, and Siltation Control 30 63. "As -Built" Drawings 30 TECHNICAL SPECIFICATIONS WHITE SECTION) Division 1 General 1-1 1.10 General 1-1 1.20 Price and Payment 1-3 1.30 Administrative 1-4 1.40 Quality Control 1-8 1.50 Construction Support 1-9 1.70 Execution and Closeout 1-10 1.80 Performance Requirements 1-17 Division 2 Sitework 2-1 2.00 General 2-1 2.10 Site Preparation 2-3 2.20 Earth Moving 2-17 2.30 Site Improvements 2-21 2.40 Shoring and Support 2-25 2.60 Contaminated & Waste Materials Handling 2-31 2.90 Landscaping 2-32 Division 3 Concrete 3-1 3.00 General 3-1 3.10 Forming and Accessories 3-5 3.20 Reinforcing 3-10 3.30 Cast -in -Place Concrete 3-12 3.40 Pre -Cast Concrete 3-24 3.60 Grouting 3-26 Division 4 Masonry - This Division Not Used 4-1 Division 5 Fabricated Metalwork and Structural Plastics 5-1 5.00 General 5-1 5.60 Ladders 5-4 Division 6 Carpentry - This Division Not Used 6-1 Division 7 Thermal and Moisture Protection 7-1 7.00 General 7-1 7.60 Flashing and Sheet Metal 7-2 7.90 Joint Protection 7-6 Division 8 Openings 8-1 8.00 General 8-1 8.10 Doors and Frames 8-1 8.30 Specialty Doors 8-4 8.90 Louvers and Vents 8-8 3/30/2017 12:28 I'M ZZZ Z..\Bothell\Data\YAK \715-114\Phase 2 - Beech Street Ltft Station and Force Main \ Specs \Non-technicals\\faster Spec fable of Contents doe CITY OF YAKIMA BEECH STREET INTERCEPTOR, LIFT STATION, AND FORCE MAIN TABLE OF CONTENTS Division 9 Finishes 9-1 9.00 General 9-1 9.20 Plaster and Gypsum Board 9-1 9.60 Flooring 9-2 9.90 Painting and Coating 9-4 Division 10 Specialties 10-1 10.00 General 10-1 10.10 information Specialties 10-1 10.40 Safety Equipment 10-4 10.50 Storage Specialties 10-6 Division 11 Equipment 11-1 11.00 General 11-1 11.10 Pumps 11-1 11.90 Other Equipment 11-15 Division 12 Furnishings 12-1 12.00 General 12-1 12.40 Accessories 12-1 12.50 Furniture 12-2 Division 13 Special Construction 13-1 13.00 General 13-1 13.40 Integrated Construction 13-1 Division 14 Conveying Systems 14-1 14.00 General 14-1 14.40 Lifts 14-2 Division 15 Mechanical 15-1 15.00 General 15-1 15.10 Buried Pipe Installation 15-2 15.20 Pipe and Fittings 15-9 15.30 Valves 15-16 15.40 Piping Specialties 15-21 15.50 Flow Meters 15-26 15.60 Pressure and Level Measurement 15-28 15.70 Plumbing 15-30 Division 16 Electrical 16-1 16.00 General 16-1 16.10 Electrical Site Work 16-7 16.20 Utility Service 16-10 16.30 Basic Panel Equipment and Devices 16-14 16.40 Low Voltage Motor Control Equipment 16-20 16.50 Panelboards 16-31 16.60 Conductors 16-37 16.70 Raceways, Boxes, and Fittings 16-41 16.90 Power Generation 16-49 Division 17 Automatic Control 17-1 17.00 General 17-1 17.10 Panels 17-12 17.20 Panel Components 17-13 17.30 Intelligent Control Units 17-20 3/30/21117 13 28 I'M /2) Z:\liothell\Data\Y.\K\715-114\Phase2 - Beech Street 1aft Seneut and Force illain\Specs \Non-technicals\\lasrer Spec Table of Ct ments.dne 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 CITY OF YAKIMA BEECH STREET INTERCEPTOR, LIFT STATION, AND FORCE MAIN TABLE OF CONTENTS 17.40 Remote Communication Devices 17-24 17.50 Sensors and Controls 17-25 17.90 Testing, Startup, and Training 17-30 Division 18 Measurement and Payment 18-1 18.0 General 18-1 Schedule A - Beech Street Interceptor 18-1 Bid Item No. A.1 - Mobilization, Demobilization, Site Preparation, and Cleanup 18-1 Bid Item No. A.2 - Construction Survey 18-1 Bid Item No. A.3 - Traffic Control 18-1 Bid Item No. A.4 - Temporary Sedimentation and Erosion Control 18-2 Bid ltem No. A.5 - Shoring and Trench Safety 18-2 Bid Item No. A.6 - Extra Trench Excavation 18-2 Bid Item No. A.7 - Connection to Existing Sanitary Sewer System 18-2 Bid Item No. A.8 - 15 -inch Sewer Main Deep (STA 0+001 - 0+631) 18-2 Bid Item No. A.9 - 24 -inch Sewer Main Deep (Greater than 10 Feet of Cover STA 0+OOG - 21+OOG) 18-3 Bid Item No. A.10 - 24 -inch Sewer Main Shallow (Less than 10 Feet of Cover STA 21+00G - 29+46G) 18-3 Bid Item No. A.11 - 48 -inch Manhole 6 to 10 Feet Deep 18-3 Bid Item No. A.12 - 48 -inch Manhole 10 to 19 Feet Deep 18-4 Bid Item No. A.13 - 48 -inch Manhole 19+ Feet Deep 18-4 Bid Item No. A.14 - 72 -inch Specialty Manhole 19+ Feet Deep 18-4 Bid Item No. A.15 - 24 -inch Sewage Isolation Valve 18-5 Bid Item No. A.16 - Rock Excavation 18-5 Bid Item No. A.17 - Select Backfill 18-5 Bid Item No. A.18 - Crushed Rock 18-6 Bid item No. A.19 - Controlled Density Fill 18-6 Bid Item No. A.20 - Property Restoration at Washington Middle School (From Connection to Existing to STA 5+80G) 18-6 Bid Item No. A.21 - Hot Mix Asphalt Temporary Patch 18-7 Bid Item No. A.22 - Hot Mix Asphalt Trench Patch 18-7 Bid Item No. A.23 - Miscellaneous Work 18-7 Schedule B - Beech Street Lift Station and Force Main 18-7 Bid Item No. B.1 - Mobilization, Demobilization, Site Preparation, and Cleanup 18-7 Bid Item No. B.2 - Shoring and Trench Safety 18-8 Bid Item No. B.3 - Testing and Startup 18-8 Bid Item No. B.4 - Training and O&M Manuals 18-8 Bid Item No. B.5 - Force Account 18-8 Bid Item No. B.6 - Temporary Sedimentation and Erosion Control 18-9 Bid Item No. B.7 - Dewatering and Control of Discharge Water 18-9 Bid Item No. B.8 - Temporary Shoring for Lift Station Excavation 18-9 Bid Item No. B.9 - Site Work and Earthwork 18-10 Bid Item No. B.10 - Site Utilities and Force Main 18-10 Bid item No. B.11 - Structure/Pipe Removal 18-10 Bid Item No. B.12 - Unscheduled Excavation 18-11 Bid ltem No. B.13 - Unscheduled Backfill 18-11 Bid Item No. B.14 - Structural 18-11 Bid Item No. B.15 -Mechanical 18-11 3/30/2017 12:28 P\I it Z.\Bothell \ Data \ YAK \715-114\Phase 2 - Beech Street laft Stanon and Force 2fam\Specs \ Non -technicals \Dfaster Spec Table of Contents doc CITY OF YAKIMA BEECH STREET INTERCEPTOR, LIFT STATION, AND FORCE MAIN TABLE OF CONTENTS Bid Item No. B.16 — Electrical 18-12 Bid Item No. B.17 — Automatic Controls and Master SCADA 18-12 Additive Alternate Bid B-1 — Pavement Overlay as Shown 18-12 Bid Item No. B.18 — Grind Existing Roadway for HMA Overlay 18-12 Bid Item No. B.19 — Hot Mix Asphalt Overlay 18-12 Additive Alternate Bid B-2 — Full Road Pavement Overlay 18-12 Bid Item No. B.20 — Grind Existing Roadway for HMA Overlay 18-12 Bid Item No. B.21 — Hot Mix Asphalt Overlay 18-13 APPENDICES Appendix A — Engineering Geology Report Appendix B — Permits Appendix C — As -built Records 3/30/21)17 12.28 051 P2 Z \Bothell\Data\Y_\K\715-I14\Phase 2 - Beech Street 1.dt Stannn and Force illain\ Specs \\nn-techmcas\Sl: srer Spec '1'able of Contents due City of Yakima 129 North 2nd Street Yakima, WA 98901 ADVERTISEMENT FOR BIDS Notice is hereby given that sealed bids will be received by the City of Yakima, until 2:00 pm on April 24, 2017, for construction of the Beech Street Interceptor, Lift Station, and Force Main. This project is divided into two bid schedules, A and B (Contractors may bid one or both). The Proposal for this project ("Proposal") includes bids for one or both schedules. Schedules A or B shall be awarded separately or to one contractor if he is the lowest responsible bidder in both schedules. Work to be performed includes: Schedule A: The Beech Street Interceptor consists of the construction of approximately 60 LF of 15 -inch gravity sewer main and 2,950 LF of 24 -inch gravity sewer main with manholes and appurtenances, removal of an existing structure, connection to the existing sanitary sewer collection system, a temporary sewage bypass, and restoration, including a sports field and track, roadways, utilities, and all other disturbed areas. Schedule B: The Beech Street Lift Station and Force Main consists of the construction of a cast -in-place concrete wet well and valve chamber; an above -grade prefabricated metal building that consists of electrical gear, equipment, and a restroom; site fencing, paving, and landscaping; site work, including deep excavation, temporary shoring, and dewatering; sewage pump station mechanical equipment; and utilities, including installation of temporary sewage bypasses, 12 -inch gravity sewer main, 24 -inch gravity sewer main, 30 -inch gravity sewer main, 36 -inch gravity sewer main, collection manholes, and slip lining 6,550 LF of 24 -inch sanitary sewer force main with appurtenances and discharge structure. Half and full road overlays are also being considered for inclusions as part of this schedule. The Engineer's estimate for the overall construction cost is $6.25M to $6.6M. A Pre-bid Conference is scheduled for Wednesday April 12, 2017. The conference will begin at the proposed Beech Street Lift Station site, 1753 East Beech Street, Yakima Washington at 10:00 A.M. (local time). Prospective bidders are strongly encouraged to participate. Any other site visits shall be limited to 8:00 A.M. to 3:00 P.M., Monday through Friday, and shall be coordinated through Dana Kallevig, of the City of Yakima, by calling (509) 509-6077, at least twenty-four (24) hours in advance of the visit. Bid proposals will be received only at the Clerk's Office at 129 North 2nd Street, Yakima, WA 98901 by 2:00 pm on April 24, 2017, at which time they will be opened, read, and tabulated publicly. Proposals received after the time fixed for opening will not be considered. Complete digital project Bidding Documents are available at www.questcdn.com. You may download the digital plan documents for $20.00 by inputting Quest project # 4980361 on the website's Project Search page. Please contact QuestCDN.com at 952-233-1632 or info@questcdn.com for assistance in free membership registration, downloading, and working with this digital project information. An 1 3/30/17 1.51 I'51 Z•\Rothcll\Data \ YAK \715-114\Phase 2 - Beech Street Lift Station and force Slain\Specs \Non-technicals\Beech Street Non-Technicals.docx © 2016 RE -12 Engineering, Inc. Advernsement for Bids optional paper set of the project plans and specifications may be obtained at the Office of the City Engineer located at 129 North 2' Street (509-575-6111), upon payment in the amount of $100.00 for each set, non-refundable. Project questions should be directed to Dana Kallevig at 509-249-6813 or Ryan Feskens at 425-951-5396. Each bid proposal shall be accompanied by a bid proposal deposit in cash, certified check, cashier's check, postal money order, or surety bond in an amount equal to at least five (5) percent of the amount of such bid proposal. Checks shall be made payable to the City of Yakima. Should the successful bidder fail to enter into such contract and furnish satisfactory performance and payment bond within the time stated in the Specifications, the bid proposal deposit shall be forfeited to the City of Yakima. The City of Yakima in accordance with title VI of the Civil Rights Act of 1964, 78 Stat. 252, 42 U.S.C. 2000d to 2004-4 and Title 49, Code of Federal Regulations, Department of Transportation, subtitle A, Office of the Secretary, Part 21, nondiscrimination in federally assisted programs of the Department of Transportation issued pursuant to such Act, herby notifies all bidders that it will affirmatively insure that in any contract entered into pursuant to this advertisement, disadvantaged business enterprises will be afforded full opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color or national origin in consideration for an award. The City of Yakima reserves the right to reject any or all bids and to waive irregularities in the bid or in the bidding. No bidder may withdraw his proposal after the hours set for the opening thereof, or before award of contract, unless said award is delayed for a period exceeding sixty (60) calendar days. P UBLISHED: Yakima Herald Republic Publish Date April 3, 2017 and April 10, 2017 ?/30/17 151 PDI R.\Bothell \Dara\Y:\1:\715-114\Phase 2- Belch Sneet ]aft Stamm and Force \tam\Specs\Non-technicals\Beech Street Non=Icchnmalsdoce © 2016 RI -I 2 Engineering, Inc. .\dveruserncnt for Rids 1 1 1 1 1 1 1 1 1 1 1 1 1 1 INSTRUCTION TO BIDDERS INSTRUCTIONS TO BIDDERS 01. General Plans and Specifications are on file at the Office of the City Engineer, 129 North 2nd Street, Yakima, WA 98901. Plans and Specifications may be obtained from Quest CDN or City Engineer for $100.00, which is not refundable. 02. Location Project is located. at: 1753 E Beech Street, Yakima, Washington, along the E Beech Street corridor from Washington Middle School to I-82 right-of-way and along the west side of the I-82 corridor from E Beech Street to the intersection of E Viola Avenue and N Rudkin Road. 03. 'Examination of Plans, Specifications, and Site Bidders shall satisfy themselves as to construction conditions by personal examination of Plans, Specifications and site of proposed work, and by any other examination and investigation which they may desire to make as to the nature of difficulties to be encountered. A pre-bid site walkthrough and meeting will be held at 10:00 a.m. on Wednesday April 12, 2017; meet at the proposed lift station site, 1753 E Beech Street, Yakima WA 98901. 04. Proposals This project is divided into two bid schedules, A and B (Contractors may bid one or both). The Proposal for this project ("Proposal") includes bids for one or both schedules. Schedules A or B shall be awarded separately or to one contractor if heis the lowest responsible bidder in both schedules. Proposals shall be made on the formsincluded herewith and shall be addressed to City of Yakima, 129 North 2nd Street, Yakima, WA 98901. Proposals shall be in a sealed envelope and shall be delivered to the above address to arrive not later than 2.00 pm on April 24, 2017. No proposal may be withdrawn after the time set for the bid opening or before award of contract unless said award is delayed for a period exceeding sixty (60) calendar days. \ Bothell \ Data \ YAK \715-114\Phase 2 - Beech Street Lift Station and Force Mani \ Specs \ Non -technicals \Beech Street Non-Technicals.docs 3/30/17 1:51 PM •© 2016 RT -T2 Engineering, Inc.. Instructions to Bidders Spring 2017 City of Yakima Instruction to Bidders Beech Street Interceptor, Lift Station, and Force Main 05. Bid Proposal Deposit. As a guarantee of good faith and as required by law, each bid shall be accompanied by a bid proposal deposit in the form of a certified check, cashier's check, or surety bond, payable to the order of the City of Yakima, for an amount not less than five (5) percent of the total amount of bid (for one or both schedules). Deposits of the three (3) low bidders will be retained until a contract has been entered into between the successful bidder and the City of Yakima and until a performance and payment bond in an amount of one hundred (100) percent of the contract price has been filed as required under these contract documents. Deposits of other bidders will be returned as soon as it is determined that they are not one of the three (3) low bidders. 06. Award of Contract Contract will not be awarded until the City of Yakima is satisfied that successful bidder(s) is reasonably familiar with the class of work contemplated and has the necessary capital, tools and experience to satisfactorily perform the work within the time stated. Completion of the work within the time stated is essential and prior commitments of the bidder, failure to complete other work on time, or reasonable doubt as to whether the bidder would complete the work on time would be cause for the rejection of any bid. In addition, the Owner may determine any bidder not to be responsible in accordance with RCW 43.19.1911(9) and/or any other legal authority. The award will be made by the Owner (for each schedule) on the basis of that bid which, in its sole and absolute judgement, is the lowest responsible bid by a bidder that has met the qualification requirements described in the Statement of Bidder's Qualifications Form and also defined in the Supplemental Responsible Bidder Criteria in these instructions. The bid amount, which will be used for comparison purposes by the Owner, is the sum of the individual bid items (for each schedule, not including any additive items) plus sales tax, as listed by the Bid Total on the Contractor's Bid Form. The award will be based on the lowest responsible bidder of each schedule at the Owner's discretion. The right is reserved 'by Owner to waive any informalities in the bidding, to reject any or .all Proposals, to accept any Proposal, to re - advertise for new Proposals, or to otherwise carry out the work. 07. Failure to Execute Contract In the event the successful bidder fails to furnish an approved bond and to sign the contract within ten (10) days after notification of award, an amount equal to five (5) percent of the amount of the bid shall be forfeited to Owner as liquidated damages. Said liquidated damages shall be paid from the check or bid bond filed by the bidder. Other proposals will then be reconsidered for award by Owner. 3/30/17 1:51 P\I Z:\Bothell\Data\YAK\715-114\Phase 2 - Beech Street Lift Station and Force iSlam\Specs \ Non -technicals \Beech Street Non-Techntcals.docx Instrucnons to Bidders - © 2016 RI -12 Engineering, Inc. City of Yakima Spring 2017 Beech Street Interceptor, Lift Station, and Force Main Instructions to Bidders 08. Corrections, Interpretations, and Addenda Any omissions, discrepancies or need for interpretation should be brought in writing to the attention of Engineer. Written addenda to clarify questions which arise will then be issued. All interpretation or explanations of the contract documents shall be in the form of an addendum and no oral statements by Owner, Engineer, or other representative of Owner shall, in any way, modify the contract documents, whether made before or after awarding the contract. A bidder may request review of a proposed product or procedure substitution prior to bid opening Follow the procedures in the Technical Specifications Section 1.33.2.1. 09. Project Engineer Notices as required in the general conditions shall be mailed to RH2 Engineering, Inc., 22722 29th Drive SE, Suite 210, Bothell, WA 98021, Attention: Ryan Feskens, P.E.. 10. Chemical Hazard. Communication Before starting work under this contract, Contractor is required to supply information to the City of Yakima on all chemical hazards that Contractor is bringing into the work place and thereby creating exposure to the City of Yakima employees. 11. Completion Time The Schedule A Contractor is required to reach substantial completion within one hundred (100) calendar days from Notice to Proceed. The Schedule B Contractor is required to reach substantial completion within four hundred (400) calendar days from Notice to Proceed. Work hours are defined in the General Conditions, Section 16. 12. Bidder's Responsibility Statement It is the responsibility of each bidder to ascertain if all the documents listed on the attached index are included in their copy of the bid specifications. If documents are missing, it is the sole responsibility of the bidder to contact the City of Yakima to obtain the missing documents prior to bid opening time. —3 Z:\Bothell\Data\YAK\715-114\Phase 2 - Beech Street Lift Stanon and Force Mam\ Specs \Non-technicals\Beech Street Non-Technicals.docx 3/30/17 1:51 PM © 2016 RT -I2 Engineering, Inc. Instn,cnons to Bidders Spring 2017 City of Yakima Instruction to Bidders Beech Street Interceptor, Lift Station, and Force Main 13. Supplemental Responsible Bidder Criteria Supplemental information is required for this project. The Engineer, after having completed an initial review of the bid proposals will determine the apparent low bidder(s). The Engineer will communicate this status to the apparent low bidder(s) in writing or by telephone upon which, the apparent low bidder(s) shall submit to the Engineer in writing their Supplemental Bidder Criteria by the close of business the following work day. The Engineer will contact the references listed on the apparent low bidder's Supplemental Criteria submittal. If the Engineer is unable to make contact with any of the listed references after no less than three (3) attempts in 48 hours, the reference will be deemed non-responsive. The information provided, confirmed through reference checks, must clearly demonstrate, as determined by the Engineer, that the apparent low bidder(s) and their identified subcontractor(s) meet the requirements herein. Based on the outcome of this review, the Engineer will determine the apparent low bidder(s) as responsive or nonresponsive. If nonresponsive, the Engineer will ask the second apparent low bidder to submit their Supplemental Criteria and follow the same. process. This will continue until the Engineer is satisfied that a bidder's references have indicated the bidder is capable of satisfactorily completing the work being proposed by this Contract. The City reserves the right to end this evaluation at any time the City determines that the next lowest bidder is outside the acceptable bid range. Bidder's Supplemental Criteria shall be submitted in table format and shall contain the following minimum information. GENERAL CONTRACTOR — SCHEDULE A • Name of personnel assigned by general contractor as the superintendent for this project. • Superintendent's number of years of experience constructing municipal gravity sewer collection systems Minimum experience requirement of three (3) gravity sewer main or storm drain projects of similar nature, and a cumulative total of 3,000 LF of 18 inch diameter or larger gravity sewer main or storm drain, in the last ten (10) years, is required. • - Superintendent's number of years of experience as superintendent constructing municipal gravity sewer collection systems. Minimum experience requirement of successfully completing two (2) gravity sewer main or storm drain projects of similar nature, and a cumulative total of 2,000 LF of 18 inch diameter or larger gravity sewer main or storm drain, in the last five (5) years, is required. ■ The experience information shall include: A. Project name B. Owner's name and address C. Completed project cost D. Length and diameter of main installed E. Project manager for owner F. Project manager's current telephone number and email address. 3/30/17 3:06 P31 Instmcnons to Bidders —4— j:\Data \1AIi\715-114\Phase 2 - Beech Street Lift Station and Force Maul \ Specs \Non-technicals\Beech Street Non -Technicals docs © 2016 RH2 Engineering, Inc. City of Yakima Spring 2017 Beech Street Interceptor, Lift Station, and Force Main Instructions to Bidders Should the low bidder intend to subcontract the gravity interceptor work, the apparent low bidder shall also provide the following Supplemental Bidder Criteria for the intended subcontractor. Subcontractor approval is also subject to .the provisions of section 1-08.9 of the General Conditions. GENERAL CONTRACTOR — SCHEDULE B • Name of personnel assigned by general contractor as the superintendent for this project. • Superintendent's number of years of experience constructing municipal waste water pump stations and force mains. Minimum experience requirement of two (2) pump stations or wastewater or water treatment plants of similar nature having a pumping capacity of at least 3 MGD each, and a cumulative total of 2,000 LF of 12 inch diameter or larger force main, in the last ten (10) years, is required. • Superintendent's number of years of experience as superintendent constructing municipal waste water pump stations and force mains. Minimum experience requirement of successfully completing two (2) pump stations or wastewater or water treatment plants of similar nature having a pumping capacity of at least 3 MGD each, and a cumulative total of 1,000 LF of 12 inch diameter or larger force main, in the last five (5) years, is required. ■ The experience information shall include: A. project name B. owner's name and address C. completed project cost D. the pumping capacity (in MGD) E. the length and diameter of force main installed F. project manager for owner G. project manager's current telephone number and email address. Should the low bidder intend to subcontract the gravity interceptor, pump station or force main construction, the apparent low bidder shall also provide the following Supplemental Bidder Criteria for the intended subcontractor. Subcontractor approval is also subject to the provisions of section 1- .08.9 of the General Conditions. GENERAL'S SUBCONTRACTOR (WHEN APPLICABLE, EITHER SCHEDULE) • Name of personnel assigned by general's subcontractor as the superintendent for gravity interceptor, pump station or force main construction. • The listed subcontractor's Superintendent's shall meet the minimum experience requirements listed above for each respective schedule of work. • The experience information shall follow the same format as outlined above. —5— Z:\Bothell\Data\YAC\715-114\Phase 2 - Beech Street Lift Station and force illam\Specs\Non-technicals\Beech Street Non-Techntcals.docx © 2016 RI I2 Engineering, Inc. 3/30/17 1:51 PM Instntcnons to Bidders 1 Spring 2017 City of Yakima Instruction to Bidders Beech Street Interceptor, Lift Station, and Force Main 14. Bid Package Checklist The Following are required as a minimum for a complete bid: Q Non -Collusion Certificate Q Subcontractor List Q Bidder's Qualification Certificate Q Bid Bond Form Q Bid Bond Q Signed Proposal Form Q Schedule of Prices Q Acknowledgement of Receipt of Addenda —6- 3/30/17 1:51 P01 Z:\Bothell\Data\YAK\715-114\Phase 2 - Beech Street Lift Station and Force Main \ Specs \ Non -technicals \Beech Street Non-Technicals.docx Instructions to Bidders © 2016 R1-12 Engineering, Inc. SCHEDULE A BID FORMS -City of Yakima NON -COLLUSION CERTIFICATE State of Washington ) ss. County of Yakima The undersigned, being duly sworn, deposes and says that the person, firm, association, co -partnership or corporation herein named, has 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 the preparation and submission of a proposal to City of Yakima for consideration in the award of a contract on the improvement described as follows: Beech Street Interceptor, Lift Station, and Force Main SRA* e 014101i MA \ (Name of Firm) By: Authorized Signature) Title: ?(...- S iD c:.nf-C Sworn to before me this day of 1 \ , 20 11 . ‘041 Notary Public Corporate Seal: 7_•\Bothell \ Data \VAI \715-1 LI\Phase 3 - Beech Street Lift Stuton and Force Main \SFece Non-teduticals\Beech Street Non-Teclinicals.doex © 2016 RI -I2 Engineering, Inc. 3/30/17 1:51 PA.( Bid Forum Spring 2017 Bid Forms City of Yakima Beech Street Interceptor, Lift Station, and Force Main SUBCONTRACTOR LIST The City of Yakima requires the bidder to submit the names of all subcontractors whose subcontract amount exceeds ten (10) percent of the contract price for all contracts exceeding $100,000. Bidders shall complete Section A below as appropriate with the bid or within one (1) hour of the bid time. Bidders can attach additional sheets as necessary to identify additional subcontractors. In addition, as required by the Revised Code of Washington 1999 (RCW 39.30.060), bids of $1,000,000 or more for any public works contract require each bidder to submit the names of the subcontractors who will be performing the work in the areas of heating, ventilation, air conditioning, plumbing (as described in Chapter 18.106 RCW), and electrical (as described in Chapter 19.28 RCW), or to name itself for the work. Bidders shall complete Section B as appropriate. As required by RCW 39.30.0600., if the subcontractor names for Section B are not submitted with the bid, or within one (1) hour of the bid time, the bid shall be considered non-responsive (void). If information is delivered within one (1) hour of the bid time it may be delivered in person, by fax, courier or via email to the Owner's representative. A. Owner Required Subcontractor List The following subcontractor(s) subcontract amount exceeds 10 percent of the contract price and the contract exceeds $100,000: (list subcontractor and bid item) Bidder certifies that there are no subcontractors at this time who meet the above requirements. Name JUS -fit,. 7)oOg. Title +P({STsi DErni Signature OR There are subcontractors who meet the above requirements. Bid Item (s) Subcontractor Name Address Phone No. Bid Item (s) State Contractor's License No. Subcontractor Name Address Phone No. Bid Item (s) State Contractor's License No. Subcontractor Name Address Phone No. 3/30/17 1:31 Y\I llel Ports State Contractor's License No. —2 • — Z:\tlothell\Dara\Y_\K\713-11-1\Phase 2 - [leech Street ;aft Stanou and Force \lam\Specs\Non-teehmnts\!leech Street Nun-rcchtncals.doca C 2016121-12 Engineering, Inc.. City of Yakima Beech Street Interceptor, Lift Station, and Force Main Spring 2017 Bid Forms B. RCW Required Subcontractor List The following subcontractor(s) subcontract for work listed below. This must be filled in when the total contract price equals or exceeds $1,000,000. Bidder shall indicate one of the following: • Bidder is naming themselves for the work, or • There is no work related to the item identified, or • The subcontractor who will be performing the work Heating Bidder is naming themselves for the work There is no permanent work product related to this item. Any ancillary heating work required during the execution of this contract will be performed by the Contractor. Bidder is subcontracting the work (if so, complete the following items) Bid Item (s) Yes No ❑ ❑ 0 ❑ ❑ Subcontractor Name Address Phone No. State Contractor's License No. Ventilation Ves No Bidder is naming themselves for the work ❑ ❑ There is no permanent work product related to this item. Any ancillary►./ ❑ ventilation work required during the execution of this contract, will be performed by the Contractor. Bidder is subcontracting the work (if so, complete the following items) Bid Item (s) ❑ ❑ Subcontractor Name Address Phone No. State Contractor's License No. Air Conditioning Bidder is naming themselves for the work There is no permanent work product related to this item. Any ancillary air conditioning work required during the execution of this contract, will be performed by the Contractor. Bidder is subcontracting the work (if so, complete the following items) Ves No ❑ ❑ ig ❑ ❑ —3— . \liotl cl1\Data\1':\I:\715-11-1\ Phase 2 - lkcch &rcx+ Lift Station enc[ Force \Iain\Spccc\\rm•tcclmicals\liccdi Strccr N011=1•cc]mical:tdocx © 2016 81-12 Engineering, Inc. 3/30/17 1:51 PM Btd Pone, Spring 2017 Bid Forms City of Yakima Beech Street Interceptor, Lift Station, and Force Main Bid Item (s) Subcontractor Name Address Phone No. Plumbing Bidder is naming themselves for the work There is no permanent work product related to this item. Any ancillary plumbing work required during the execution of this contract, including providing temporary water supply, will be performed by the Contractor. Bidder is subcontracting the work (if so, complete the following items) State Contractor's License No. Bid Item (s) Yes No ❑ ❑ Eg ❑ ❑ Subcontractor Name Address Phone No. Electrical State Contractor's License No. Bidder is naming themselves for the work There is no permanent work product related to this item. Any ancillary electrical work required during the execution of this contract, including providing temporary electrical supply, will be performed by the Contractor. Bidder is subcontracting the work (if so, complete the following items) Bid Item (s) Subcontractor Name Address Phone No. Other Type: AS's\AST State Contractor's License No. Bidder is naming themselves for the work There is no permanent work product related to this item. Any ancillary electrical work required during the execution of this contract, including providing temporary electrical supply, will be performed by the Contractor. Bidder is subcontracting the work (if so, complete the following items) 3/30/17 1:51 13it1 lama Yes No ❑ ❑ ❑ ❑ —4— "L:\Iiothell\Data \ YAK. \715.11♦\Muse 2 - Beech Stant Lib S131,0112'3(1 Force Maui \Specs\Non-tccloticals\Beech Street Non= vclun als.clues © 2016 121-12 Engineering, Inc.. City of Yakima Beech Street Interceptor, Lift Station, and Force Main Spring 2017 Bid Forms Bid Item (s) Az t 4 A z Z. Subcontractor Name G .A til 1"ia Address Bo Po >Jo R.> YA►c-It-tA , LA k89o1 Phone No. (xoct� Zy 37 b State Contractor's License No. 1ZA rQ t Co a l6 01— Other L Other Type: Yes No Bidder is naming themselves for the work ❑ ❑ There is no permanent work product related to this item. Any ancillary ❑ ❑ electrical work required during the execution of this contract, including providing temporary electrical supply, will be performed by the Contractor. Bidder is subcontracting the work (if so, complete the following items) Bid Item (s) ❑ ❑ Subcontractor Name Address Phone No. State Contractor's License No. Z:\Bothell\llata\YAK\715.114\Phase 2 - leech. Strut Lift Station and Force Main \ Specs \ Non -technicals \Beech Street Non -T cIuncals.docx 0 2016 R1-12 Engineering, Inc. 3/30/17 131 PM Rid Fenn:: 1 1 r 1 1 1 1 1 1 1 1 Spring 2017 Bid Forms City of Yakima Beech Street Interceptor, Lift Station, and Force Main BIDDER'S QUALIFICATION CERTIFICATE The undersigned hereby certifies and submits the following qualifications: 1. Name and Address Stco 1 o C o \ rQ.1 OVO SOck\\ , °1 .1 2. State of Washington Registration Number and expiration C.se-60TL I 2..B 3. Number of years, in contracting business under present firm name ' 2 4. Particular types of construction work performed by your company: t`LASS CAN! AT\0•.3 , S1Tc 4I2•AD1,J (! UTIt_ITi ES (wATaZ ST•zRM } Set4ell.) C ARS? c` •111 pp/ i q S 1 T t "Fu u ,J -W* 10 4J C O JJ c-R-crr t 5. List several recent construction projects performed: Amount Type Owner Name Phone 31o, Os -o. u -ASS x RO1.A M.A.1c1ATIO-a tJAYAJ SOAJAi1Ct\sc+.) as1 - 5-14 I m, 350 , oo 4 V t.V{-vcRT SZNAA S.D. FStA4!< M-4 k) VI% - 90S0 \1.2 rites., itoto e7c /uTturri S Cir'? or e0,-C,c 94-4te= IeovIf.7 ?Oot.0 zqy - reo.r ci.1. t.t►•--• JP.V t 1`tA, i YiN1/4oustooe OAT. MR14. _17AWh►)J tcpj AN, boa- q(99 6. Gross amount of contracts now in hand: I.1i 0901 0 00 , 0 0 7. Bank reference(s): USP\L Yl1 iV Gt.Y 5C 15 - 5t089 By (Authorized Signature): Title 3/30/17 1:51 P51 Bid Fomes —6— %:\Bothell \ Data \ YAK. \717-11 4\1')mse 3 - !leech Street Lift Station and Force Main \Specs\Non-techmcals\1leech Street Nnn=tedtnicals.doez C 2016 R1.12 Engineering, Inc.. City of Yakima Beech Street Interceptor, Lift Station, and Force Main Spring 2017 Bid Forms BID BOND FORM Herewith find deposit in the forth of a certified check, ca'shier's check, or cash in the atnount.of which is not less than live percent (5%) of the total bid. Sign Here: BID BOND Scout Lake Construction, Inc. Know all men by these presents, that We as Principal and North American Specialty Insurance Company _ as Surety, are held and firmly bound unto the City Of Yakima Washington, as obligee in• the penal s.urn of Five Percent of the Amount Bid - (596) dollars, for the payment of which the principal and the surety binds themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, by these presents. The condition of the obligation is such that if the obligee shall.rnake any award to the principal for Beech Street Interceptor, Lift Station, and Force Main, City Project No. 2356 .a according 'to the terms of the proposal or bid tnade by the principli therefore, and the principal shall duly make and enter into a contract with the obligee in accordance with the terms of said proposal or bid award and shall give bond for faithful performance thereof, with surety or sureties approved by the obligee; or if the principal shall, incase of failure to doses, pay and forfeit to the obligee the. penal amount of the deposit specified in the call for bids, then this obligation shall be null and void; otherwise it shall be.and remain in full forceand effect and the surety shall forthwith pay and forfeit to the obligee, as penally and liquidated damages the amount of this bond. Signed, sealed and dated this 24th S�etrtZ I}a e Construction, Inc. Principal day of April American S �Lial sir toCom anny Surety :,>l�.0 t7,1 Diana R. Williams, Attorney -in -Fact ,2p 17 Return of deposit in the amount of Date .Z:111011101\hati1'4ti;k1715-1I4\1,0re 2— IlerrtrStrcet t36 SlaIII ill A0d Mitre t•thin\Speei\\up•teclutiral,lHeedt Strecc cjti-1.'ectnticnIr.Qnge 2(1161 1.12 Hilliineeling, Inc. 3/30/17 Elit) Fnn++f NORTH AMERICAN SPECIALTY INSURANCE COMPANY 1 WASHINGTON INTERNATIONAL INSURANCE COMPANY GENERAL POWER OF ATTORNEY IKNOW ALL MEN BY THESE PRESENTS, THAT North American Specialty Insurance Company, a corporation duly organized and existing under laws of the State of New Hampshire, and having its principal office in the City of Manchester, New Hampshire, and Washington International Insurance Company, a corporation organized and existing under the laws of the State of New Hampshire and having its principal office in the City of Schaumburg, Illinois, each does hereby make, constitute and appoint: - , I H. KEITH McNALLY, ERIN L. REPP, WM DINNEEN, CHRIS LARSON, DIANA R. WILLIAMS, KATHY GURLEY and VIRGINIA L. WEBER JOINTLY OR SEVERALLY IIts true and lawful Attorney(s)-in-Fact, to make, execute, seal and deliver, for and on its behalf and as its act and deed, bonds or other writings obligatory in the nature of a bond on behalf of each of said Companies, as surety, on contracts of suretyship as are or may be required or permitted by law, regulation, contract or otherwise, provided that no bond or undertaking or contract or suretyship executed under this authority shall exceed the amount of: FIFTY MILLION ($50,000,000.00) DOLLARS r r 1 r 1 1 1, Jeffrey Goldberg _ the duly elected Assistant Secretary . of North American Specialty Insurance Company and Washington International Insurance Company, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney given by said North American Specialty Insurance Company and Washington International Insurance Company, which is still in full force and effect. 1 This Power of Attorney is granted and is signed by facsimile under and by the authority of the following Resolutions adopted by the Boards of Directors of both North American Specialty Insurance Company and Washington International Insurance Company at meetings duly called and held on the 9th of May, 2012: "RESOLVED, that any two of the Presidents, any Managing Director, any Senior Vice President, any Vice President, any Assistant Vice President, the Secretary or any Assistant Secretary be, and each or any of them hereby is authorized to execute a Power of Attorney qualifying the attorney named in the given Power of Attorney to execute on behalf of the Company bonds, undertakings and all contracts of surety, and that each or any of them hereby is authorized to attest to the execution of any such Power of Attorney and to attach therein the seal of the Company; and it is FURTHER RESOLVED, that the signature of such officers and the seal of the Company may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimile, and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be binding upon the Company when so affixed and in the future with regard to any bond, undertaking or contract of surety to which it is attached." By P. Anderson, Senior Vice President of Washington International Insurance Company & Senior Vice President of North American Specialty Insurance Company By Michael A. Ito, Senior Vice -President of Vashtngton lnternauonal insurance Company & Senior Vice President of North American Specialty Insurance Company i,wa{woiPIJIJ 4 �QA: PO �HJ z GSEALr`6.1 IN WITNESS WHEREOF, North American Specialty Insurance Company and Washington International Insurance Company have caused their official seals to be hereunto affixed, and these presents to be signed by their'authorized officers this 18th day of August , 2016 State of Illinois County of Cook ss: North American Specialty Insurance Company Washington International Insurance Company On this 18th day of August , 2016 , before me, a Notary Public personally appeared Steven P. Anderson , Senior Vice President of Washington International Insurance Company and Senior Vice President of North American Specialty Insurance Company and Michael A. Ito , Senior Vice President of Washington International Insurance Company and Senior Vice President of North American Specialty Insurance Company, personally known to me, who being by me duly sworn, acknowledged that they signed the above Power of Attorney as officers of and acknowledged said instrument to be the voluntary act and deed of their respective companies. OFFICIAL SEAL M KENNY NOTARY PUBLIC, STATE OF I W NOIS MY COMMISSION EXPIRES 12104/2017 M. Kenny, Notary Public IN WITNESS WHEREOF, I have set my hand and affixed the seals of the Companies this 24th day of April , 20 17 Jeffrey Goldberg, Vice President & Assistant Secretary of Washington International Insurance Company & North American Specialty Insurance Company Spring 2017 Bid Forms City of Yakima Beech Street Interceptor, Lift Station, and Force Main PROPOSAL Contractor: Sema Lam--. b `, t i 10,\itx\ \y\L City: t*- , Washington Date: (fi alA ,.20. 1 The Board of Commissioners Trustees or City Council City of Yakima 129 North 2nd Street Yakima, WA 98901 Pursuant to and in compliance with your invitation for bids and all other documents relating thereto, the undersigned bidder, having familiarized himself with the terms of the contract, the local conditions affecting the performance of the contract, the cost of the work at the place where the work is to be done, proposes and agrees to perform, within the time stipulated, the contract, if this project is accepted, including all its component parts and everything required to be performed, and to provide and furnish any and all labor, materials, tools, expendable equipment, an all utility and transportation services necessary to perform the contract, complete, in a workmanlike manner, of all the work covered by the contract in connection with City of Yakima's project, designated as Beech Street Interceptor, Lift Station, and Force Main all as required by and in strict conformance with the Specifications, contract Plans and the Standard Plans for the following unit prices. Note: Unit prices of all items, all extensions and total amount of bid must be shown. Show unit prices in both words and figures and, where conflict occurs, the written or typed words prevail. 3/30/171:51 PM Il Fonns Z'\Bothell \ Data \ YAK \715-114\Phase 2 • lieccb Street Lift Stanon and Force \lain\Speer\Non•teclrnicats\Beech Street \on= fechtncals.docx C 2016 R[ 12 Engineering, Inc.. 1 1 1 1 r t 1 1 t 1 1 City of Yakima Beech Street Interceptor, Lift Station, and Force Main Spring 2017 Bid Forms SCHEDULE OF PRICES City of Yakima Schedule A - Beech Street Interceptor Item Description Units Quantity Unit Price Total Pricc A.1 Mobilization, Demobilization, Site Preparation, and Cleanup LS 1 =s a7 000. 00 _ = s Q5 000. 00 A.2 Construction Survey LS 1 =s Ib, too. ()L =$ 16.2.00.00 A.3 Traffic Control LS 1 _$LS, (000. o0 =s 2.3, 4,00. 00 A.4 Temporary Sedimentation and Erosion Control LS 1 =s 771 000. oc =s 5.7 000. oO .A.5 Shoring and Trench Safety LS 1 =$ lb 000. 00 =s 110. 000. 00 A.6 Extra Trench Excavation CY 1,000 =s 16. SO =s 16, 806. 00 A.7 Connection to Existing Sanitary Sewer System LS 1 =s 12, 180. 0() =s 12, 12)0. 00 A.8 15 -inch Sewer Main Deep (STA 0+001- 0+63I) LF 63 =s 1l2.. 2..2... =s ‘0, B9cl. $C, A.9 24 -inch Sewer Main Deep (Greater than 10' of Cover STA 0+OOG - 21+OOG) LF 2,100 =s i2.3. 23 =$ 258 1 .00 A.10 24 -inch Sewer Main Shallow (Less than 10' of Cover STA 21+OOG - 29+46G) til Lr 846 =$ 102.. 10 =s 9.)6, 11(0. 4,0 A.11 48 -inch Manhole 6 to 10 Feet Deep EA 2 _$ 3talc. `i.7- =s (o, 590.X10 A.12 48 -inch Manhole 10 to 19 Feet Deep EA 4 =s y, 2.1 6 . 1 1 =$ 111 114. 13 1 A.13 48 -inch Manhole 19+ Feet Deep EA 2 =s Co, 38.36 •=s 12 114,. i% -9- 'L:\Bothell\Data \Y \IC\715-1Id\Phase 2 - Beech Street Lift Station and Force Tfaitt\Spres\Non-t cI,n cats\Becch Street No,,.Technicals.doc 0 2016 E2.112 Engineering, Inc. 3/30/17.15 I'M Bid Forms 1 1 r t 1 t 1 1 Spring 2017 Bid Forms City of Yakima Beech Street Interceptor, Lift Station, and Force Main City of Yakima • Schedule A— Beech Street Interceptor Item Description Units Quantity Unit Price Total Price A.14 72 -inch Specialty Manhole 19+ Feet Deep EA 1 =s 46l, 159.510 =S 49, ►19. -u, A.15 24 -inch Sewage Isolation Valve EA 1 =s Cl•"Ito t. 51 =s 11, 4(.1. 71 A.16 Rock Excavation CY 50 = s g 3 . —1 o = S 4 6'65. 00 A.17 Select Backfill TON 3,100 =s tt3. 9 1 =S 73 62.i. o0 A.18 Crushed Rock TON 800 _$ LZ. S>' _$ tb, 040. Od A.19 Controlled Density Fill CY 100 =S 12.1-1. 1:63 =s tz, 42)3. 00 A.20 Property Restoration at Washington Middle School (From Connection to Existing to STA .5+80G) LS 1 =s yo, 7—B0.00 =s `i 0, 2—Sd. op A.21 Hot Mix Asphalt Temporary Patch TON 200 =8 \k0, 1O =$ ZZ, NO. 00 A.22 1 -lot Mix Asphalt Trench patch TON 900 _$ Ai. ZO =S Z 4430. 07 A.23 Miscellaneous Work FA 1 = S25.000 = 525,000 SUBTOTAL (hems A.1 -A.23) s.,S Sales Tax rJ 8.2% TOTAL AMOUNT BID SCHEDULE, A q (oZ, 6.4-11. Gl Q $ 1 8, q SG • c,,y s t, 041, 5 7B. L3 3/30/17 1:51 I'M �=: Bid Irons —10— \Botha \Data\YAK\715.114\Phase 2 • Beech Street liG Station and Force \fart\Specs \ Non•tcchtticalc\1lecch Street Non•Tee+uncals-docx 1 t 20 It; RI -12 Engineering, Inc.. 1 1 1 1 t 1 1 r r 1 1 r t 1 1 1 City of Yakima Beech Street Interceptor, Lift Station, and Force Main Spring 2017 Bid Forms City of Yakima Schedule B — Beech Street Lift Station and Force Main Item Description Units Quantity Unit Price Total Price 13.1 Mobilization, Demobilization, Site Preparation, and Cleanup LS 1 =$ =$ B.2 Shoring and Trench Safety LS 1 =$ =S B.3 Testing and Startup LS 1 =S =$ B.4 Training and Operation and Maintenance Manuals LS 1 =5 =S 13.5 Force Account FA 1 = $150,000 = 5....150,000 13.6 Temporary Sedimentation and Erosion Control LS 1 =$ =S B.7 Dewatering and Control of Discharge Water LS 1 _$ =S B.8 Temporary Shoring for Lift Station Excavation LS 1 =$ =S B.9 Site Work and Earthwork LS 1 _$ =S 13.10 Sire Utilities and Force Main LS 1 =5 =5 B.11 Structure/Pipe Removal . EA 3 =S =$ 13.12 Unscheduled Excavation CY 100 =S =S 13.13 Unscheduled Backfill CY 100 =S =S 13.14 Structural LS 1 =s =$ —11— Z;\Bothell \ Dam \ YAK \715.11)\Phan 2 - Beech Slrect 1_i4 Stauon vtd Forte Alain\Spas \\on-tcclmicals\Derck Street Na, -i echaieals.tlocs ® 2016 RI -I2 Engineering, Inc 3/30/17 1:31 PAI Rid Fors 1 1 1 1 r r t 1 1 Spring 2017 Bid Forms City of Yakima Beech Street Interceptor, Lift Station, and Force Main City of Yakima Schedule B — Beech Street Lift Station and Force Main Item Description Units Quantity Unit Price Total Price B.15 Mechanical LS 1 _$ =S 13.16 Electrical LS 1 =$ _$ B.17 Automatic Controls and Master SCADA LS 1 =-$ = S S SUBTOTAL (Items 13.1-13.17) Sales Tax © 8.2% TOTAL AMOUNT BID SCI-I1sDUL[. 13 $ $ S City of Yakima Additive Alternative Bid B-1 — Pavement Overlay as Shown Item Description Units Quantity Unit Price Total Price 13.18 Grind Existing Roadway for HMA Overlay SY 7,000 =$ =$ 13.19 Hot Mix Asplialt Overlay TON 800 =S =$ SUBTOTAL (items 13.18-13.19) Sales Tax @ 8.2% TOTAL AMOUNT BID ADDITIVE ALTERNATIVE BID B-1 S S S 3/30/171:11 PM 13 Fonns —12— ZA\t1othc0\Data \1'Al:\713-114\Phase 2 - Beech Street U0 Station and Force Main \ Specs \Non-technicals\13ecch Street Non- Peehninl..'.doca © 2016 ltl-12 Engineering, Inc.. 1 1 1 1 1 1 1 r c 1 1 1 1 1 1 1 City of Yakima Beech Street Interceptor, Lift Station, and Force Main Spring 2017 Bid Forms City of Yakima Additive Alternative Bid B-2 — Full Road Pavement Overlay Item Description Units Quantity Unit Price Total Price B.20 Grind Existing Roadway for HMA Overlay SY 10,000 =S ,$ B.21 Hot Mix Asphalt Overlay TON 1,200 _S =S SUBTOTAL. (items B.20 -B.21) S Sales Tax ® 8.2% S TOTAL, AMOUNT BID ADDITIVE AL- FERNATIV1. BID B-2 S —13— Z\L3olbell\Dam \\'AK\715.11.1\Phase 3 - Beech Street Lift Snlinu and ljorce Main \Speee\Nun-technic-As\Beech Street Noir l'edmicaIs.docs ® 2016 RI -12 Engineering, Inc. 3/30/17 1:51 PAI 11i41I?'nnns Spring 2017 Bid Forms City of Yakima Beech Street Interceptor, Lift Station, and Force Main All bidders shall sign the proposal in the space provided. The successful bidder shall execute and furnish the attached (no substitution allowed) performance bond within ten (10) calendar days after the date of award of contract unless a written extension is granted by the City of Yakima. The Contractor agrees to perform the complete contract work as specified, including corrections, finish and cleanup within one hundred (100) calendar days for Schedule A and four hundred (400) calendar days for Schedule B, beginning the date given in the notice to proceed(s) by the City of Yakima. Failure to complete within the specified completion time may result in liquidated damages in the amount of $750 for each working day beyond the completion date. The proposal, together with the Agreement, a Work Schedule Chart, Contract Documents, Standard Specifications, Special Provisions, Addenda and Plans, when endorsed by the City of Yakima shall become a contract binding on both parties thereto, whereby the Contractor agrees to perform the complete contract work, as specified, and the City of Yakima agrees to make payment to the Contractor, as, specified, for said completed and accepted work. Dated this 04 day of r 1 , 20 . Contractor SCQA OSAc Y -i Se\a\m , %q License No. C c 6OT1 fi 59,Bb Address Telephone I 1121 - 6-162, By: Title: Attest•. (If Corporation) Witness: (If In U idual or Partnership) Acknowledgement of Receipt of Addenda: No. . 1 / /2.01/ Date `i / 2 � Initials `-- " No. Date Initials 3/30/17 1:51 PM aid Pons —14— Z:\Bothell\D3!a\YAK \715.1H\Plnse 2 - Beech Strc l:Al: Cation and Farce Main \Specs\Ton-tram:cats\Beech Street Non- cehnlcalF.tlocs © 2016 111-I2 Engineering, Inc.. City of Yakima Beech Street Interceptor, Lift Station, and Force Main Project No. 2356 City of Yakima Addendum No.1 Issued: 04/21/2017 Page 1 of 3 BEECH STREET INTERCEPTOR, LIFT STATION, AND FORCE MAIN Project No. 2356 ADDENDUM NO. 1 Issued: April 21, 2017 To all Contract Document holders: You are hereby notified of the following changes, deletions, addition's, corrections, and clarifications to the Plans, Specifications and other documents comprising the Contract Documents for the City of Yakima's Beech Street Interceptor, Lift Station, and Force Main project. The following formatting has been used to note deletions (to the original text) and changes/additions to the Contract Documents. • Deletions are formatted as stricken through (elle) text. • Changes/additions are formatted as bolded (example) text. Advertisement for Bids 1. Advertisement for Bids, Page 1 (a) Change the bid opening date and time from 2:00 pm on April 24, 2017 to 11:00 am on April 28, 2017 in two locations as follows: 1. Notice is hereby given that sealed bids will be received by the City of Yakima, until 11:00 am on April 28, 2017, for construction of the Beech Street Interceptor, Lift Station, and Force Main. 2. Bid proposals will be received only at the Clerk's Office at 129 North 2nd Street, Yakima, WA 98901 by 11:00 am on April 28, 2017, at which time they will be opened, read, and tabulated publicly. Proposals received after the time fixed for opening will not be considered. Instruction to Bidders 1. Instructions to Bidders, Page 1, 04. Proposals (a) Change the bid opening date and time from 2:00 pm on April 24, 2017 to 11:00 am on April 28, 2017 as follows: 1. Proposals shall be made on the forms included herewith and shall be addressed to City of Yakima, 129 North 2nd Street, Yakima, WA 98901. Proposals shall be in a sealed envelope. and shall be delivered to the above address to arrive not later than 11:00 am on April 28, 2017. �za.{ J:\DataWAKl715-1141Phase 2 - Beech Street Lift Station and Force Main1SDB\Addendum No. 1.doc 4/21/2017 11:05AM City of Yakima Beech Street Interceptor, Lift Station, and Force Main Project No. 2356 Bid Forms Addendum No. 1 Issued: 04/21/2017 Page 2 of 3 1. Schedule of Prices, Bid Item A.10 (a) Replace the unit listed for Bid Item A.10 - 24 -inch Sewer Main Shallow (Less than 10' of Cover STA 21 +OOG — 29+46G) to be LF (Lineal Foot). Plans — Drawinq CO2, Sheet 5 1. Key Note 2B: (a) Clarification: The City of Yakima crews will do all work on existing waterlines related to relocations, repairs or installations. Plans — Drawing C13, Sheet 13 1. Water Service and Meter: (a) Clarification: The City will provide all equipment labor and materials to install the water service from the main to meter. The contractor is responsible for the remainder of the water service from the meter to the lift station. Plans — Drawing C23, Sheet 24 1. Force Mains Restraint, Access and AirNac Detail: (a) Revise callout to the following. CURRENTLY READS: Proposed 24" ID Force Main REVISED TO READ: Proposed 24" OD Force Main Bidder Question Clarifications: 1. Any additional addendum(s) to address bidder questions will be issued no later than 5:00 pm on Monday April 24, 2017. All questions shall be received by 12:00 pm on Monday April 24, 2017 to be considered for inclusion in said addendum(s). End revisions for Addendum No. 1 J:1Data1YAK1715-1141Phase 2 - Beech Street LIR Station and Force MainnSt7BlAddendum No.1.doc42112017 11:05 AM City of Yakima Addendum No. 1 Beech Street Interceptor, Lift Station, and Force Main Issued: 04/21/2017 Project No. 2356 Page 3 of 3 Addendum No. 1 is hereby made a part of the Contract Documents, and its terms and conditions are fully binding on the Contract Document holder. He/she shall acknowledge receipt of Addendum No. 1 by signing in the space provided below and attaching it to his/her proposal. This Addendum No. 1 must be acknowledged by filling out "1". the date and signed initials on the Bid Forms. proposal page where it states: Acknowledgement of Receipt of Addenda. City of Yakima Ryan Feskeris, RH2 Engineering Issued April 21, 2017 Received and Acknowledged: S c.ov'T 4d4K co nl STitt9 C rn a,J Company N ignature of person receiving addendum PrCc'r-si Le z V T Title Date y/2 J:1DataWAK1715-1141Phase 2 - Beech Street Lift Station and Force Main\SDBtAddendum No, 1.doc4/211201711:05 AM SCHEDULE B BID FORMS City of Yakima NON -COLLUSION CERTIFICATE State of Washington ) ss. County of Yakima The undersigned, being duly sworn, deposes and says that the person, firm, association, co -partnership or corporation herein named, has 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 the preparation and submission of a proposal to City of Yakima for consideration in the award of a contract on the improvement described as follows: Beech Street Interceptor, Lift Station, and Force Main Rotschy Inc (Name of Firm) By: (Authorized Signature) Tide: Drew Rotschy- Vice President Sworn to before me this 28th day of April UJn,Adn U� Notary Public Corporate Seal: v1 ,20 17 Z:\Bothell\Dara\YAK\715.114\Phase 2 - Bccch Street Lift Station and force Alain \Specs\Non-tcchnicalA\Bccch Street Non-Technicals.docs -© 2016 RI -12 Engineering, Inc. 3/30/17 1:51 PM Aid Pormc Spring 2017 Bid Forms City of Yakima Beech Street Interceptor, Lift Station, and Force Main SUBCONTRACTOR LIST The City of Yakima requires the bidder to submit the names of all subcontractors whose subcontract amount exceeds ten (10) percent of the contract price for all contracts exceeding $100,000. Bidders shall complete Section A below as appropriate with the bid or within one (1) hour of the bid time. Bidders can attach additional sheets as necessary to identify additional subcontractors. In addition, as required by the Revised Code of Washington 1999 (RCW 39.30.060), bids of $1,000,000 or more for any public works contract require each bidder to submit the names of the subcontractors who will be performing the work in the areas of heating, ventilation, air conditioning, plumbing (as described in Chapter 18.106 RCW), and electrical (as described in Chapter 19.28 RCW), or to name itself for the work. Bidders shall complete Section B as appropriate. As required by RCW 39.30.0600., if the subcontractor names for Section B are not submitted with the bid, or within one (1) hour of the bid time, the bid shall be considered non-responsive (void). If information is delivered within one (1) hour of the bid time it may be delivered in person, by fax, courier or via email to the Owner's representative. A. Owner Required Subcontractor List The following subcontractor(s) subcontract amount exceeds 10 percent of the contract price and the contract exceeds $100,000: (list subcontractor and bid item) Bidder certifies that there are no subcontractors at this time who meet the above requirements. Name Title Signature OR There are subcontractors who meet the above requirements. - Bid Item (s) 16, 17 Subcontractor Name Pilot Electric Company Address PO Box 5795, Pasco, WA 99302 Phone No. 509-380-8484 State Contractor's License No. PILOTEC845DG Bid Item (s) Subcontractor Name Address Phone No. Bid Item (s) State Contractor's License No. Subcontractor Name Address Phone No. 3/30/17 1:51 PM Bid Forms State Contractor's License No. Z:\Bothell\Data\YAK \715-114\Phase 2 - Beech Street Lift Station and Force Main \ Specs \ Non -technicals \Beech Street Non-Technicals.docx © 2016 RH2 Engineering, Inc.. City of Yakima Beech Street Interceptor, Lift Station, and Force Main Spring 2017 Bid Forms B. RCW Required Subcontractor List The following subcontractor(s) subcontract for work listed below. This must be filled in when the total contract price equals or exceeds $1,000,000. Bidder shall indicate one of the following: • Bidder is naming themselves for the work, or • There is no work related to the item identified, or • The subcontractor who will be performing the work Heating Bidder is naming themselves for the work There is no permanent work product related to this item. Any ancillary heating work required during the execution of this contract will be performed by the Contractor. Bidder is subcontracting the work (if so, complete the following items) Bid Item (s) Yes No ❑ ❑ ❑ ❑ Subcontractor Name Address Phone No. Ventilation State Contractor's License No. Bidder is naming themselves for the work There is no permanent work product related to this item. Any ancillary ventilation work required during the execution of this contract, will be performed by the Contractor. Bidder is subcontracting the work (if so, complete the following items) Bid Item (s) Yes No ® ❑ ❑ ❑ ❑ ❑ Subcontractor Name Address Phone No. State Contractor's License No. Air Conditioning Bidder is naming themselves for the work There is no permanent work product related to this item. Any ancillary air conditioning work required during the execution of this contract, will be performed by the Contractor. Bidder is subcontracting the work (if so, complete the following items) Yes No ® ❑ ❑ ❑ ❑ ❑ —3— Z:\Bothell \ Data \ YAK \715-114\Phase 2 - Beech Street Lift Station and Force Main\Specs \ Non -technicals \Beech Street Non-Technicals.docx © 2016 RI -I2 Engineering, Inc. 3/30/17 1:51 PM Bid Forms Spring 2017 Bid Forms City of Yakima Beech Street Interceptor, Lift Station, and Force Main Bid Item (s) Subcontractor Name Address Phone No. Plumbing Bidder is naming themselves for the work There is no permanent work product related to this item. Any ancillary plumbing work required during the execution of this contract, including providing temporary water supply, will be performed by the Contractor. Bidder is subcontracting the work (if so, complete the following items) State Contractor's License No. Bid Item (s) Yes No ® ❑ ❑ ❑ ❑ ❑ Subcontractor Name Address Phone No. Electrical State Contractor's License No. Bidder is naming themselves for the work There is no permanent work product related to this item. Any ancillary electrical work required during the execution of this contract, including providing temporary electrical supply, will be performed by the Contractor. Bidder is subcontracting the work (if so, complete the following items) Bid Item (s) 16, 17 Yes No ❑ ❑ ❑ ❑ Subcontractor Name Pilot Electric Company Address Phone No. PO Box 5795, Pasco, WA 99302 509-380-8484 State Contractor's License No. Other Type: Bidder is naming themselves for the work There is no permanent work product related to this item. Any ancillary electrical work required during the execution of this contract, including providing temporary electrical supply, will be performed by the Contractor. Bidder is subcontracting the work (if so, complete the following items) 3/30/17 1:51 PM Bid Forms PILOTEC845DG Yes No ❑ ❑ ❑ ❑ ❑ ❑ —4— Z:\Bothell\Data \ YAK \715-114\Phase 2 - Beech Street Lift Station and Force Main \ Specs \ Non -technicals \Beech Street Non- rechnicals.docx © 2016 RT -12 Engineering, Inc.. City of Yakima Beech Street Interceptor, Lift Station, and Force Main Spring 2017 Bid Forms Bid Item (s) Subcontractor Name Address Phone No. State Contractor's License No. Other Type: Yes No Bidder is naming themselves for the work ❑ ❑ There is no permanent work product related to this item. Any ancillary ❑ ❑ electrical work required during the execution of this contract, including providing temporary electrical supply, will be performed by the Contractor. Bidder is subcontracting the work (if so, complete the following items) ❑ ❑ Bid Item (s) Subcontractor Name Address Phone No. State Contractor's License No. —5— Z:\Bothell \ Data \l'AK\715-114\Phase 2 - Beech Street Lift Station and Force \Iain\Specs \ Non -technicals \Beech Street Non-Technicals.docx © 2016 RI -12 Engineering, Inc. 3/30/17 1:51 I'M Bid Forms 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Spring 2017 Bid Forms City of Yakima Beech Street Interceptor, Lift Station, and Force Main BIDDER'S QUALIFICATION CERTIFICATE The undersigned hereby certifies and submits the following qualifications: 1. Name and Address Rotschy Inc 9210 NE 62nd Ave Vancouver, WA 98665 2. State of Washington Registration Number and expiration ROTSCI*1200A 12/4/2018 3. Number of years in contracting business under present firm name 27 Years 4. Particular types of construction work performed by your company: Earthwork, Utilities, Mechanical Piping, and General Heavy Construction 5. List several recent construction projects performed: Amount Type Owner Name Phone See Attachment 6. Gross amount of contracts now in hand: $124 Million 7. Bank reference(s): Riverview Community Bank Po Box 872290 Vancouver, WA 98687 By (Authorized Signature): Title Drew Rotschy- Vice President 3/311/17 1:51 PM Bid Forms --6 Z:\Bothell\Data\YAK\715.114 ;Phase 2- Meech Street Lift Station and Force Main \ Specs \ Non -tech nicals\Beech Street tion-Technicats.docx tC1 2111( RW') F,nninr•r.'inn T..� City of Yakima Beech Street Interceptor, Lift Station, and Force Main Spring 2017 Bid Forms BID BOND FORM Herewith find deposit in the form of a certified check, cashier's check, or cash in the amount of $ Not Applicable which is not less than five percent (5%) of the total bid. Sign Here: Not Applicable BID BOND Know all men by these presents, that we Rotschy, Inc. as Principal and Great American Insurance Company as Surety, are held and firmly bound unto the City of Yakima Washington, as obligee in the penal sum of Five Percent of Total Amount Bid (5%) *** dollars, for the payment of which the principal and the surety binds themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, by these presents. The condition of the obligation is such that if the obligee shall make any award to the principal for Beech Street Interceptor, Lift Station * , according to the terms of the proposal or bid made by the principal therefore, and the principal shall duly make and enter into a contract with the obligee in accordance with the terms of said proposal or bid award and shall give bond for faithful performance thereof, with surety or sureties approved by the obligee; or if the principal shall, in case of failure to do so, pay and forfeit to the.obligee the penal amount of the deposit specified in the call for bids, then this obligation shall be null and void; otherwise it shall be and remain in full force and effect and the surety shall forthwith pay and forfeit to the obligee, as penalty and liquidated damages the amount of this bond. * and Force Main - Schedule B, City Project No. 2356 Signcd, scaled and dated this 24th, day of April Rotschy, Inc. Principal a 3,.....,-- Surety ,2017 ' Vicki Mather, Attorney -in -Fact for Great American Insurance Company Return of deposit in the amount of $ Date By —7— z.\Bothelt\DtuWAK\715-f f4\Phere 2- Beech Street fXt 5IWtion end Voice Mein \Spea\Non•terhniab\11e ch Street 1:on: recMicabdoer 02016 AH2Iingineedng, Inc. 3/30/17 151 Pal Ud Pamir GREAT AMERICAN INSURANCE COMPANY® Administrative Office: 301 E 4TH STREET ® CINCINNATI, OHIO 45202 ° 513-369-5000 ° FAX 513-723-2740 The number of persons authorized by this power of attorney is not more than ELEVEN No.O 14750 POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That the GREAT AMERICAN INSURANCE COMPANY, a corporation organized and existing under and by virtue of the laws of the State of Ohio, does hereby nominate, constitute and appoint the person or persons named below, each individually if more than one is named, its true and lawful attomey-in-fact, for it and in its name, place and stead to execute on behalf of the said Company, as surety, any and all bonds, undertakings and contracts of suretyship, or other written obligations in the nature thereof; provided that the liability of the said Company on any such bond, undertaking or contract of suretyship executed under this authority shall not exceed the limit stated below. PHILIP O. FORKER J. PATRICK DOONEY JOEL DIETZMAN BRENT OLSON VICKI MATHER RAY PAIEMENT Name GLORIA BRUNING RICHARD W. KOWALSKI CHRISTOPHER A. REBURN KAREN A. PIERCE TAMI JONES Address ALL OF PORTLAND, OREGON Limit of Power ALL $100,000,000.00 This Power ofAttomey revokes all previous powers issued on behalf of the attomey(s)-in-fact named above. IN WITNESS WHEREOF the GREAT AMERICAN INSURANCE COMPANY has caused these presents to be signed and attested by its appropriate officers and its corporate seal hereunto affixed this 24TH day of DECEMBER 2015 . Attest - GREAT AMERICAN INSURANCE COMPANY Assistant Secretary Divisional Senior Vice President STATE OF OHIO, COUNTY OF HAMILTON - ss: DAVID C. KITCHIN (877-377-2405) On this 24TH day of DECEMBER , 2015 , before me personally appeared DAVID C. KITCHIN, to me known, being duly sworn, deposes and says that he resides in Cincinnati, Ohio, that he is a Divisional Senior Vice President of the Bond Division of Great American Insurance Company, the Company described in and which executed the above instrument; that he knows the seal of the said Company; that the seal affixed to the said instnunent is such corporate seal; that it was so affixed by authority of his office under the By -Laws of said Company, and that he signed his name thereto by like authority. $uwa tic NotryP:or0Mo My CcamistIonfivhs054162020 This Power ofAttomey is granted by authority of the following resolutions adopted by the Board of Directors of Great American Insurance Company by unanimous written consent dated June 9, 2008, RESOLVED: That the Divisional President, the several Divisional Senior Vice Presidents, Divisional Vice Presidents and Divisonal Assistant Vice Presidents, or any one of them, be and hereby is authorized, from time to time, 10 appoint one or more Attorneys -in -Fact to execute on behalf of the Company, as surety, any and all bonds, undertakings and contracts of suretyship, or other written obligations in the nature thereof, to prescribe their respective duties and the respective limits of their authority; and to revoke any such appointment at any time. RESOLVED FURTHER: That the Company seal and the signature of any of the aforesaid officers and any Secretary or Assistant Secretary of the Company may be affixed by facsimile to any power of attorney or certcate of either given for the execution of any bond, undertaking, contract of suretyship, or other written obligation in the nature thereof such signature and seal when so used being hereby adopted by the Company as the original signature of such officer and the original seal of the Company, 10 be valid and binding upon the Company with the same force and effect as though manually aired CERTIFICATION I, STEPHEN C. BERAHA, Assistant Secretary of Great American Insurance Company, do hereby certify that the foregoing Power ofAttomey and the Resolutions of the Board of Directors of June 9, 2008 have not been revoked and are now in full force and effect. Signed and sealed this day of 31029AF (06/15) Q Assistant Secretary Spring 2017 Bid Forms City of Yakima Beech Street Interceptor, Lift Station, and Force Main PROPOSAL Contractor: Rotschy, Inc. City: Vancouver , Washington Date: April 28th , 20 17 The Board of Commissioners/Trustees or City Council City of Yakima 129 North 2nd Street Yakima, WA 98901 Pursuant to and in compliance with your invitation for bids and all other documents relating thereto, the undersigned bidder, having familiarized himself with the terms of the contract, the local conditions affecting the performance of the contract, the cost of the work at the place where the work is to be done, proposes and agrees to perform, within the time stipulated, the contract, if this project is accepted, including all its component parts and everything required to be performed, and to provide and furnish any and all labor, materials, tools, expendable equipment, an all utility and transportation services necessary to perform the contract, complete, in a workmanlike manner, of all the work covered by the contract in connection with City of Yakima's project, designated as Beech Street Interceptor, Lift Station, and Force Main all as recjuired by and in strict conformance with the Specifications, contract Plans and the Standard Plans for the following unit prices. Note: Unit prices of all items, all extensions and total amount of bid must be shown. Show unit prices in both words and figures and, where conflict occurs, the written or typed words prevail. 3/30/17 1:51 PM Bid Forms —8— %•\BotheU\Data \YAK\7'5.114\Phan: 2- Beech Strcct Lift Station and Foict Main \Spres\Non•tcchnicals\Brach Sttcct Aon•Tcchnicals.dnn: (S'1 2016 RH2 1..nninernnn Tor 1 1 1 1 1 1 w 1 1 1 r 1 1 1 1 1 1 City of Yakima Bccch Street Interceptor, Lift Station, and Force Main Spring 2017 Bid Forms SCHEDULE OF PRICES Cin- of Yakima Schedule A — Beech Street Interceptor Item ' Description Units Quantity Unit Price Total Price AA Mobiliration. Demobilization, Site Preparation, and Cleanup 1.5 1 NO BID, -S NO BID =5 •\-2 Construction Survey 1S 1 NO BID -s NO BID -s i\.i Traffic Control 1S 1 NO BID NO BID A.4 Temporary Sedimentation and 1iroston Control 1-S I ' NO BID NO BID A-5 Shoring and Trench Safety - 1.-S 1 NO BID =s NO BID =s A.6 Extra Trench 1:acavauon CV 1,000 NO BID .S , NO BID .s A.1 Connection to I ..xisting Sanitary Sewer System 1-S 1 NO BID =s NO BID =5 .1.8 15 inch Sever Main Deep (STA 0+U0I -- I) t(,3J) I.1' 63 NO BID .s NO BID =S A-9 24 -inch Sewer Main Deep (Greater than 10' of Cover STA 0+00G -• 21+0OG) I.1 2,101) NO BID NO BID A-10 24 -inch Sewer Main Shallow (Less than 10' of (over STA 21 -I-00G - 29+46G) 15 8.46 NO BID .5 NO BID _5 A -I1 48 -inch Manhole 6 to 10 Feet Deep EA 2 NO BID =s— NO BID +\-12 48 -inch Manhole 10 to I9 Feet Deep LA 4 NO BID =S NO BID =5 +\.13 48 -inch Manhole 19+ Feet Deep E. 2 NO BID . NO BID s /.•`114?1`t ,.c Itc<ri, -erre I lii v.mm11,J1 ... 511111•?r.r„A. n errimic3;<<i1((ri, Ora; V.m:S�di-ir.J+J. •rte i.. 2016 Itli_' I:n' inicnnc. Inc. 1 it Ptl 110 1 u,.. 1 1 1 1 1 1 1 1 r 1 1 1 1 1 1 Spring 2017 Bid Forms City of Yakima Beech Street Interceptor, Lift Station, and Force Main City or Yakima Schedule A - Beech Street Interceptor • Item Description Units Quantity Unit Price Total Price • A.11 72 -inch Specialty Manhole 19+ Feet Dccp F.,1 1 NO BID -I NO BID A.15 24 -inch Sewage Isolation Valve EA 1 NO BID =5 NO BID -s \.I6 Rock Iixcac•:ttion CV 50 NO BID -S NO BID -5 :1.17 Select Backlit! TON )N 3,100 NO BID '5 NO BID =S .\.I8 Crushed Rock TON 80)) NO BID -s NO BID -S A.19 Controlled Density Fill CY I00 NO BID =s NO BID =s A.2n Property Restoration :u Washington ,\Ttddle School (From Connection ro Existing ro STA 5+80G) 1.S I NO BID — S NO BID — s .\.21 Hot Mix Asphalt Temporary Patch '10N 2011 NO BID =5 NO BID -s A.22 Hot Mix Asphalt Trench Patch TON 400 NO BID =5 NO BID =5 A.23 .Itscellanct/us Work 1':\ NO BID c sr (NIU NO BID = 52i (NIU SUBTOTAL (hems .\.1-A.23) Sales '1'as(n: Y>^. TOTAL :1\h.)UNT BID SCH).D121.1'..\ a NO BID i NO BID NO BID 1:•tle,•1 1'1 PM tt:d i'.•nn: — 10— C')t.andh,nrs.1 tt.Itt sell Yrcrt l tit ,S•mrnn .m.tin¢r\Lun.,l.rn'\.,t.rtr)In•r.,t.;n,trt•>nr t \n9ra'• dor. ti 2nitt R1.12 i.nt;inccrtnt;. Inc 1 1 1 1 1 t 1 1 1 1 1 1 City of Yakima Beech Street Interceptor, Lift Station, and Force Main Spring 2017 Bid Forms City of Yakima Schedule B - Bec.ch Street Lift Station and Force Main Item Description Uttits Quantity Unit Price Total Price Id.1 \1obilizanon, Demobilization, Site Preparation, and Cleanup iS I 295,000:00 = 295,000.00 K.2 Shoring and Trench Safety IS 1 = s 6,000.00 = 5 6,000.00 B.3 'Testing and Startup IS 1 - S 15,000.00 - s 15,000.00 B.4 • Training and Operation and d:iliucn:tnce Manuals IS 1 _ S 10,000.00 - S 10,000.00 13.5 Force Account I':\ I = SI5I (NI____ ----- - = S..I50,000 BA Temporary Sedimentation and Erosion Control 1,S 1 = s 41,000.00 — — = 5 41,000.00 11.' Dewatering and Control of Discharge Water I.S 1 S 180,000.00 -_-S 180,000.00 13.I; Temporary Shoring for Lift Station Excavation IS 1 = s 172,443.50 - s 172,443.50 13.9 Site Work and ii:trtlttvark (S 1 _ S 106,000.00 y 106,000.00 - B.111 Sire Utilities and I-orcc Main IS 1 S 840,000.00 _ 5 840,000.00 13.11 Structure,/Pipe Removal EA 3 4,000.00 12,000.00 13.12 Unscheduled Excavation CV 100 = s • . 42.70. _ S 4,270.00 33.13 Unscheduled Backfill CV 111(1 _ 5 33.80 = s 3,380.00 '. 11.14 Structural IS 1 = S 292,400.00 = 4 292,400.00 L 11,l., -I¼0,,, l .ih'.'t i 111%r.... 0 l4, -4 '.-,.. I lit >nu, rt.. -el Feer. Maul}r4- * ... n rrclr-i:x. , ltrrrb .rrc.c \•.><'f rcir-r: x4 d..a 0 2016 RI -12 hnrinccun.'. Inc. t fir: t' o c1 PU 1 1 1 1 1 r 1 1 1 r 1 1 1 1 1 1 Spring 2017 Bid Forms City of Yakima Beech Street Interceptor, Lift Station,.and Force Main City of Yakima Schedule B - Beech Street Lift Station and Force Main Item Description Item Description Units Quantity Unit Price Grind Existing Roadway for HMA Overlay Totnl Pricc 7,11110 16.15 Mechanical IS 1 5 2.70 = s 18,900.00 WO l lot Mix Asphalt Overlay TON $t1U = s_290,000;00 = S 290,000.00 _.----------....-.--- s • 97.75 1-1.1( Electrical 1,S 1 S 7,787.42 104,887.42 TOTAL AMOUNT 0I1) Annrnvii.\1.Ti.RN:ITIVIi BID 0-1 - s 218,000.00 - s 218000.00 13.1- Automatic Controls and Master SCADA 1..S 1 - $ 111,000.00 — s 111,000.00 SUI3'roTAL (Items i1.i-RA71 2,746,493.50 Sales Tns (ft; s_2'%e 5 220,268.78 • *I'(Yr:-\L AM OUN r BID SCI-IEn1-'LER i^__-�__ 2,966,762_28 - City of Yakima Additive Alternative Bid B-1 - Pavement Overlay as Shown Item Description Units Quantity Unit Price Tot.ti Price 13.16 Grind Existing Roadway for HMA Overlay SY 7,11110 5 2.70 = s 18,900.00 WO l lot Mix Asphalt Overlay TON $t1U s • 97.75 _ s . 78,200.00 SUBTOTAL (items 11.16-0.14) s 97,100.00 Sales Tar (ii 8.2%, S 7,787.42 104,887.42 TOTAL AMOUNT 0I1) Annrnvii.\1.Ti.RN:ITIVIi BID 0-1 1:'.111,417 1 51 111,f tRd 1-..rm. -12- /e I),,,\\ 10h1"15.1 t4•tr+•.,, 1 . It,re6 n>rr.r 1 Ai, t.1,14,11,n,l 1-r-rce Mort`.$r. r•'. t.,n..rrhr. r,,1.. 1b„. 'nett \,m-1 rrlm•r.�..!,.-� V 21116 RFC Fn}ttmrcnnl;. Inc 1 1 1 t 1 1 1 1 r 1 1 1 1 1 1 1 City of Yakima Bccch Street Interceptor, Lift Station, and Force Main Spring 2017 Bid Forms City of Yakima Additive Alternative Bid B-2 —Full Road Pavement Overlay Item Description Unite • Quantity Unit Price Total Price 6.20 Grind Existing Roadway for I-1MA Overlay SY 10,000 = s. 2.55 = s._ _ p.21 Hot Mix Asphalt Overlay TON 1,200 —25.500,00..._._ - 3 103.85 •- s 124 620.00 stirtr(TrA1, {Items B.20.1.211 _.. s 150,120.00 Sales Tac (ri; 8 2'!, $ 12,039.62 T( )TA1.:\ stn,NT 101) ADDITIVE Al:rERNATIVR RID '11-2 $ 162,159.62 _13_ /.'-Fb.rbc l'�•. ,V V.°.';,.1 Ll :i'!, ,,, .. Nrrrh C•rr. r 1 16 ,u+n•n. It..rr< u„n.prrr+••\..n..nh^eras-'.Nrul. arrr: \•.•,.l rch,•.r.'•�L.•� t 2016 RI -12 F.ny,Ntccring, Enc. '' 1,1 !lot I �.r n•, Spring 2017 Bid Forms City of Yakima Beech Street Interceptor, Lift Station, and Force Main All bidders shall sign the proposal in the space provided. The successful bidder shall execute and furnish the attached (no substitution allowed) performance bond within ten (10) calendar days after the date of award of contract unless a written extension is granted by the City of Yakima. The Contractor agrees to perform the complete contract work as specified, including corrections, finish and cleanup within one hundred (100) calendar days for Schedule A and four hundred (400) calendar days for Schedule B, beginning the date given in the notice to proceed(s) by the City of Yakima. Failure to complete within the specified completion time may result in liquidated damages in the amount of $750 for each working day beyond the completion date. The proposal, together with the Agreement, a Work Schedule Chart, Contract Documents, Standard Specifications, Special Provisions, Addenda and Plans, when endorsed by the City of Yakima shall become a contract binding on both parties thereto, whereby the Contractor agrees to perform the complete contract work, as specified, and the City of Yakima agrees to make payment to the Contractor, as specified, for said completed and accepted work. Dated this 28th Contractor Rotschy, Inc. day of April ,20-17 Address 9210 NE 62nd Ave Vancouver, WA 98665 Telephone (360)334-3100 License No. ROTSCI*120OA By: Title: Drew Rotschy - Vice President Attest: f Corporation) Cornell Rotschy - Secretary. Witness: (If Individual or Partnership) Acknowledgement of Receipt of Addenda: No. 1 Date 4/21/2017 Initials No. Date Initials 3/30/17 1:51 PM Bid Forms —14— Z:\Bothell\Data \YAK\715-114\Phase 2 - Beech Street Lift Station and Force Main \ Specs \Non -technicals \Beech Street Non-Technie-tls.docc © 21116 RH2 Enrrincerinrr inr.. City of Yakima Beech Street Interceptor, Lift Station, and Force Main Project No. 2356 City of Yakima Addendum No. 1 Issued: 04/21/2017 Page 1 of 3 BEECH STREET INTERCEPTOR, LIFT STATION, AND FORCE MAIN Project No. 2356 ADDENDUM NO. 1 Issued: April 21, 2017 To all Contract Document holders: You are hereby notified of the following changes, deletions, additions, corrections, and clarifications to the Plans, Specifications and other- documents comprising the Contract Documents for the City of Yakima's Beech Street Interceptor, Lift Station, and Force Main project. The following formatting has been used to note deletions (to the original text) and changes/additions to the Contract Documents. • Deletions are formatted as stricken through (cxamplc) text. • Changes/additions are formatted as bolded (example) text. Advertisement for Bids 1. Advertisement for Bids, Page 1 (a) Change the bid opening date and time from 2:00 pm on April 24, 2017 to 11:00 am on April 28, 2017 in two locations as follows: - 1. Notice is hereby given that sealed bids will be received by the City of Yakima, until 11:00 am on April 28, 2017, for construction of the Beech Street Interceptor, Lift Station, and Force Main. 2. Bid proposals will be received only at the Clerk's Office at 129 North 2nd Street, Yakima, WA 98901 by 11:00 am on April 28, 2017, at which time they will be opened, read, and tabulated publicly. Proposals received after the time fixed for opening will not be considered. Instruction to Bidders 1. Instructions to Bidders, Page 1, 04. Proposals (a) Change the bid opening date and time from 2:00 pm on April 24, 2017 to 11:00 am on April 28, 2017 as follows: 1. Proposals shall be made on the forms included herewith and shall be addressed to City of Yakima, 129 North 2nd Street, Yakima, WA 98901. Proposals shall be in a sealed envelope and shall be delivered to the above address to arrive not later than 11:00 am on April 28, 2017. .1�16ataWAK171A.114 Phaeo 7. Paarh Atraat 1 ill Alalinn end Pnrro 4AairAgriAIAdrlandi,m Nn 1 dnr Al71t11117 41 ne AAA City of Yakima Beech Street Interceptor, :Lift Station, and Force Main Project No. 2356 Bid Forms Addendum No. 1 Issued: 04/21/2017 Page 2 of 3 1. Schedule of Prices, Bid Item A.10 (a) Replace the unit listed for Bid Item A.10 - 24 -inch Sewer Main Shallow (Less than 10' of Cover STA 21+OOG — 29+46G) to be LF (Lineal Foot). Plans — Drawinq CO2, Sheet 5 1. Key Note 2B: (a) Clarification: The City of Yakima crews will do all work on existing waterlines . related to relocations, repairs or installations. Plans — Drawinq C13, Sheet 13 1. Water Service and Meter: (a) Clarification: The City will provide all equipment labor and materials to install the water service from the main to meter. The contractor is responsible for the remainder of the water service from the meter to the lift station. Plans — Drawinq C23, Sheet 24 1. Force Mains Restraint, Access and Air/Vac-Detail: (a) Revise callout to the following: CURRENTLYREADS: Proposed 24" ID. Force Main REVISED TO READ: Proposed 24" OD Force Main Bidder Question Clarifications: 1. Any additional addendum(s) to address bidder questions will be issued no later than 5:00 pm on Monday April 24, 2017. All questions shall be received by 12:00 pm on Monday April 24, 2017 to be considered for inclusion in said addendum(s). End revisions for Addendum No. 1 .1AnatalYA1(177F.17dlPl.aen 7 - Rnne1. CNm11 to ei..1.n.....4 e....... wa..1..tiCnvina.r.,..a,.... a... 4 a.... a n. .....- ... City of Yakima Beech Street Interceptor, Lift Station, and Force Main Project No. 2356 Addendum No. 1 Issued: 04/21./2017 Page 3 of 3 Addendum No. 1 is hereby made a part of the Contract Documents, and its terms and conditions are fully binding on the Contract Document holder. He/she shall acknowledge receipt of Addendum No. 1 by signing in the space provided below and attaching it to his/her proposal. This Addendum No. 1 must be acknowledged by filling out "1". the date and signed initials on the Bid Forms. proposal page where it states: Acknowledgement of Receipt of Addenda. City of Yakima Ryan Feskens, RH2 Engineering Issued April 21, 2017 Received and Acknowledged: Rotschy Inc Company Name Signature of person receiving addendum Drew Rotschy- Vice President Title April 21st, 2017 Date .1•lilala\VAK171f..11d1Phnen 9. Reerh Clreef lift Clalinn anA Gnrrn l.Aain1Q111414iAdnnA.IM kin 1 Anr A1M177f117 11.AS AAA SCHEDULE A CONTRACT FORMS CONTRACT THIS AGREEMENT, made and entered into in triplicate, this 1 day of , 2017, by and between the City of Yakima, hereinafter called the Owner, and c5Can•-k \ ,. a Washington Corporation, hereinafter called the Contractor. WITNESSETH: That in consideration of the terms and conditions contained herein and attached and made a part of this agreement, the parties hereto covenant and agree as follows: I. The Contractor shall do all work and furnish all tools, materials, labor and equipment for THE BID AMOUNT OF: $ 2971 ,1t15. 91 , for Beech Street Interceptor, Lift Station, and Force Main, City Project No. 2365, all in accordance with, and as described in the attached plans and specifications and the 2014 Standard Specifications for Road, Bridge, and Municipal Construction which are by this reference incorporated herein and made a part hereof, and shall perform any alterations in or additions to the work provided under this contract and every part thereof. Work shall start within ten (10) days after the Notice to Proceed and shall be completed in One Hundred (100) calendar days for Schedule A and Four hundred (400) calendar days for Schedule B. If work has not commenced within the ten (10) days after the Notice to Proceed, the first chargeable working day shall be the eleventh (11th) working day after the date on which the City issues the Notice to Proceed. If said work is not completed within the time specified, the Contractor agrees to pay to the Owner the sum specified in the Standard Specifications for each and every day said work remains uncompleted after expiration of the specified time, as liquidated damages. The Contractors shall provide and bear the expense of all equipment; work and labor of any sort whatsoever that may be required for the transfer of materials and for constructing and completing the work provided for in this contract and every part thereof, except such as are mentioned in the specifications to be furnished by the City of Yakima. II. The City of Yakima hereby promises and agrees with the Contractor to employ, and does employ the Contractor to provide the materials and to do and cause to be done the above described work and to complete and finish the same according to the attached plans and specifications and the terms and conditions herein contained and hereby contracts to pay for the same according to the attached specifications and the schedule of unit or itemized prices hereto attached, at the time and in the manner and upon the conditions provided for in this contract. III. INDEMNIFICATION. The Contractor shall defend, indemnify, and hold harmless the City, its officers, elected officials, employees and agents from and against any and all claims, causes of action, damages, losses, and expenses of any kind or nature whatsoever, including but not limited to, attorneys fees and court costs, arising out of, relating to, or resulting from The Contractor's performance or non-performance of the services, duties and obligations required of it under this Agreement. IV. The Contractor for himself, and for his heirs, executors, administrators, successors, and assigns, does hereby agree to the full performance of all the covenants herein contained upon the part of the Contractor. V. It is further provided that no liability shall attach to the City of Yakima by reason of entering into this contract, except as expressly provided herein. IN WITNESS WHEREOF the parties hereto have caused this agreement to be executed the day and year first herein above written. Countersigned: CITY OF YAKIMA CONTRACTOR ��e7 llic Contractor this ) i4 day of S ,2017. By: ,a 1.» /4 Corporation Ci ta Clerk CITY CONTRACT NO: .2C17 -Q 7 ( RESOLUTION NO: ��i (Print Name) rC -/;726Sr d 7 --- (President, Owner, etc.) 4210 NE 62 NO AJE VAnlcouvea INA 98665 Z:\Bothell \ Data \ YAK, \715-114\Phase 2 - Beech Street Lift Station and Force :Main \ Specs \Non-tcchmcals\Beech Street Non-Tcchnicals.docx 2016 RH2 Engineering, Inc.. 3/30/17 1:51 PM Contract Forms 1 PERFORMANCE BOND Bond No. 2219648 Spring 2017 City of Yakima Contract Fowls _ _ Beech Street Interceptor, Lift Station, and Force Main 1 1 1 1 1 1 1 1 1 1 1 1 1 BOND TO CITY OF YAKIMA KNOW ALL MEN BY THESE PRESENTS: •. tlakc•.C,On stirnct Inc. That Whereasihe'city'of-Yakiena,•WaShirigten'has awarded to • " ' " . ' • - (CciiiIractor) hereinafter 'de?,Ameted.as,the'Principal" 0,contract forthe,construclion of, the:priijectrleSigriPtedifeecy.Street:Mtereeptori,Lift•Station,.and Force Main, CityPo,jeet No. 2365, all OS'nerelb:atteChodand made a partiterad and,Whereas .Said•prineitiallS•reodireifinider the terms of said contract to:fumish ahond for Ineifaithfulperforinancedf said contract: Ain Spec' ty,, Insm Company NOW, 'THEREFORO, we, the Prinelpal,• rncrc`n• • ; • ' - . (Siirety),. ...„. • • •a corporation; organized and existing underandbyyirtee &the laws Ofthe'State 'Of - c't,'17111;11 kre ,•doly,authorizad,19,0busiriese . . • •.,• inlhe•State at WaShirigkin; as.surety,:are,Joinkyand seyerellY:.hetd.'and.firmfy,•bound:tinta,thetitY:alYakirria;„Washington,.in the:periat sum of 1,041,578'63 (rola! .pqntiad:Atlioim1),16W1 ul:Meneyel the UniLcd States, (he payment- of which jointly and 'severallY•hindourselveS,- . Our hoirs;•exee`u tars, adminiOratars:ane assigns;iapdatieceSiciti and aSSionS;,firrrity by these presents. • THE,ONDITIONS:OrtillS,BONbiS„SUCH,•ftiatif, Ifiri.,aboVe'tibrided2principal shall faithfully perform all of the provisions of said contract in ha:Manlier "Pricl':.wilhinititimithereiriset'forth,::Pr_within. such ;extensions of time as may be granted under said contract, and shall pay all laborers, inechanieS,isub;contractors7aneniateriairnekthe CliiinS•OfPriperson or persons arising under the contract to the extent such claims 'are prrivIdedTer tr'iRdW 34.68.010;ihe,statewith respect,to:taxes imposed pursuant triTittes'50, 51.and82:RCW which may be -due; and all - persons who Oak supply said pnticipafor.sulycontmlors'withprovisions•end:suppliesfor (ho carrying en of said work, and shalt ftold.said,City Of Yekirni, Washinton their ernpioyees,,,agentS,,and;olectedor,appoitited,Offfcials;, harmless from any damage occasioned to ,any person :pr property by of arkpareleSsnegitir negliganee,On'thd•Pait of said:princip,a1,'•'or..arly sUb=contraCtoriktft&performance 'of said work, arid Shall fridararify and hold the City of Y4k,frpp;'..Washingtonits empieyeeS,''agents, ,'Ort d elected Pr'appoitite if 0140 S;harmless from .any dam age or expense by reason offaiiure of perfomiance as specifled in said contract, nr rrem defect appeaiing �r devetoping in the maleliol or Werkmanship.providerior performed .under saicteontract after ite.PeCePtanei:Thereef-bY'the City.of.Yakirria;Washingtua,end,sk claims:filed in compliance with Chapter 39.08:RCW•are;Msolved andalitai,ces,:pursyant tottlas'sq and 51'and•82 RCW liave been Paid; then and In that oven( this obligation shall be'voipOid OthenviSait'Snalf be andremain in full force and ettect.- - This obligation Is entered into in pursuancaof the statutes of.the State of Washington, and the Ordinances of the City of Yakima, Washington, IN WITNESS WHEREOF, the said principal and the said surety have caused this bond to be signed and sealed by.lheir duly authorized officers this 31st day of, May Approved as tolform: IT,4) t 5ft rIfy AtiomoA I/m/17151 PM Contract FIRMS , 2017: _ _ • .Scout Lake Construction, Inc. North,t let'ican.Spe:cialty (Surply)- — 6 — nsurance Company (Signature) Diana R. Williams - (Mint ivomej- Attorney-in-Facl_ (Tide) ZAHaltell \ Data \ \ 715-114 \ Phase 2 Sc lift Station and Force Main \ Specs \Ntm-technicals \ Btech Sucet Non l'ochnicalsAacx 0 2016 RI -12 Engineering, Inc.. NAS SURETY GROUP NORTH AMERICAN SPECIALTY INSURANCE COMPANY WASHINGTON INTERNATIONAL INSURANCE COMPANY GENERAL POWER OF ATTORNEY KNOW ALL. MEN BY THESE PRESENTS, THAT North American Specialty Insurance Company, a corporation duly organized and existing under laws of the State of New Hampshire, and having its principal office in the City of Manchester, New Hampshire, and Washington International Insurance Company, a corporation organized and existing under the laws of the State of Hampshire and having its principal office in the City. of Schaumburg, Illinois, each docs hereby make, constitute and appoint: _„_. ....a., „__ H. KEITHMcNALLY, ERIN L. REPP, WM DINNEEN, CHRIS LARSON,_____,_ _.. DIANA R. WILLIAMS, KATHY GURLEY and VIRGINIA L. WEBER JOINTLY OR SEVERALLY Its true and lawful Attorney(s)-in-Fact, to make, execute, seal and deliver, for and On its behalf and as its act and deed, bonds or otherwritings obligatory in the nature of a bond onbehalf of: each of said Companies, as surety, on contracts of suretyship as are or may be required or permitted by law, regulation, contract or otherwise, provided that no bond or undertaking or contract or suretyship executed under this authority shall exceed the amount of: FIFTY MILLION ($50,000,000.00) DOLLARS This Power of Attorney is granted and is signed by facsimile under and by the authority of the following Resolutions adopted by the Boards of Directors of both North American Specialty: Insurance Company and Washington International Insurance Company at meetings duly called and held on the 9th of May, 2012: "RESOLVED, that any. two of the Presidents, any Managing Director, any Senior Vice President; any Vice President, any Assistant Vice •President, the Secretary or any Assistant Secretary:be, and each or any of them hereby is authorized to execute a Power of Attorney qualifying the attorney named in the given Power of Attorney to execute on behalf of the Company bonds, undertakings and all contracts of surety, and that each or.any of them hereby is authorized -Lei-attest to the.execution of any such Power.of Attorney and to attach therein the seal of the Company; and it is FURTHER RESOLVED, that the signature of such officers and the scat of the Company may be affixed to. any such Power of. Attorney or to any certificate relating thereto by facsimile, and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be binding upon the Company when so affixed and in the future with regard to any bond, undertaking or contract of surety to which:it is attached.” ����plttf tl urnr///i/�i f*J' Go SEAL s sem„ 1973 tu= m= Steven f ..Andersoie Senim' Vice President. of Washington-, Inter nazi, ,nl lnsurance'Company ''& Senior Vice President Of North American Specialty Insurance Company By -. ->,nnnniiiiruyuriq„v _; SEALa • Michael A. ho, Senior Nice President of ns ungton• nternuttona t rood. '.nmpn rt)" lMlnlnAt.`, � • & Senior:Vice President of North American Specialty Insurance Company IN WITNESS WHEREOF, North American Specialty Insurance Company and Washington International:Insurance Company have caused their official seals to be hereunto affixed, and these presents to be signed by their authorized officers this 18th day of ' August 2016.. State'of Illinois County of Cook ss: North American Specialty Insurance Company Washington International Insurance Company On this 18th day of August , 20 I-6 -before me, allolary Public personally appeared Steven P. Anderson , Senior Vice President of Washington International Insurance Company and Senior Vice President Of North American Specialty Insurance Company and Michael A. Ito . Senior Vice President of Washington International.InsuranccCompany and Senior Vice President of North 'American Specialty Insurance Company, personally known to rile, who being by me duly Sworn, acknowledged that they signed the above Power of Attorney.as officers -of and acknowledged said instrument to be the voluntary act and decd ofthcir respective companies. OFFICIAL SEAL M KENNY NOTARY PUBLIC, STATE OF ILLINOIS MY COMMISSION EXPIRES 12/0412017 A'S M. Kenny, Notary. Public 11^;% L Jeffrey Goldberg , the duly elected .Assistant Secretary of North American Specialty Insurance Company:and Washington International Insurance Company; do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney given by said North American Specialty Insurance Company. and Washington International Insurance Company, which is still in full force and effect. IN WITNESS WHEREOF, I have set -my hand and affixed the seals of the Companies this 31st day//of May 20 17 . Jeffrey Goldberg, Vice President & Assistant Secretay of Washinototti International Insurance Company & North American Specialty' Insurance Company LcGR» CERTIFICATE OF LIABILITY INSURANCE 6/6/2017 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER BK -Jet Group LLC 9 W Riverside Avenue, Suite 510 okane WA 99201 NAMEACT Danielle Neumann PHONE 509 319-2917 FAX �^Ic "° Fxfp ) (A/c. "°)` 509 319-2920 ) ADDRESS: dneumann@bkjet.com INSURER(S) AFFORDING COVERAGE NAIC # INSURER A :Zurich American Insurance Company 16535 SURED SCOULAK-02 out Lake Construction, Inc. OBox 1060 Selah WA 98942 INSURER B :American Guarantee and Liability In 26247 INSURER c :Ohio Casualty Insurance Company 24074 INSURER D : DAMAGE TO RENTED PREMISES (Ea occurrence) INSURER E : INSURER F : CLAIMS -MADE RTIFICATE NUMBER: 1596768255 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS INSR LTR TYPE OF INSURANCE ADDL INSD SUBR WVD POLICY NUMBER POLICY EFF (MM/DD/YYYY) POLICY EXP (MM/DD/YYYY) LIMITS x COMMERCIAL GENERAL LIABILITY Y GLA0398697 12/31/2016 12/31/2017 EACH OCCURRENCE $1,000,000 DAMAGE TO RENTED PREMISES (Ea occurrence) $100,000 CLAIMS -MADE X OCCUR MED EXP (Any one person) $10,000 PERSONAL 8 ADV INJURY $1,000,000 GENERAL AGGREGATE $2,000,000 GE 'L AGGREGATE POLICY OTHER: X LIMIT APPLIES 78F PER: LOC PRODUCTS - COMP/OP AGG $2,000,000 WA Stop Gap $1,000,000 ' AUTOMOBILE X X LIABILITY ANY AUTO AUTOWNED HIRED AUTOS X SCHEDULED NON -OWNED AUTOS GLA0398697 12/31/2016 12/31/2017 COMBINED SINGLE LIMIT (Ea accident) $ 1,000,000 BODILY INJURY (Per person) $ BODILY INJURY'(Per accident) $ PROPERTY DAMAGE (Per accident) $ $ • X UMBRELLA LIAB EXCESS LIAB X OCCUR CLAIMS -MADE AUC0399037-00 12/31/2016 12/31/2017 EACH OCCURRENCE $4,000,000 AGGREGATE $4,000,000 $ DED RETENTION $ WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below Y / N NIA PER STATUTE OTH- ER E.L. EACH ACCIDENT $ E.L. DISEASE - EA EMPLOYEE $ E.L. DISEASE - POLICY LIMIT $ A C Owners & Contractors protective Builders Risk OCP06052017 BM058075048 6/5/2017 6/5/2017 6/5/2018 12/5/2017 OCP Limit $3,000,000 Builders Risk $1,041,579 • SCRIPTION OF OPERATIONS I LOCATIONS 1 VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached If more space is required). Owners & Contractors protective liability policy for project #2356: Beech Street Interceptor, Lift Station, and Force Main, schedule "A" - :ggregate limit $3,000,000 / Each occurrence limit $3,000,000 no deductible. :uilders risk $5,000 deductible, all risk. ee Attached... CERTIFICATE HOLDER CANCELLATION City of Yakima Wastewater Division 2220 E. Viola Yakima WA 98901 CORD 25 (2014/01) SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE © 1988-2014 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD 1 Ihotor. ENCY BK -Jet Group LLC AGENCY CUSTOMER ID: SCOULAK-02 LOC #: ADDITIONAL REMARKS SCHEDULE Page 1 of 1 LICY NUMBER CARRIER NAIC CODE NAMED INSURED Scout Lake Construction, Inc. PO Box 1060 Selah WA 98942 EFFECTIVE DATE: DITIONAL REMARKS THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, bRM NUMBER: 25 FORM TITLE: CERTIFICATE OF LIABILITY INSURANCE �2E: Beech Street project. City of Yakima , City of Union Gap , their agents, employees, and elected and appointed officials are included as additional insureds and per project aggregate applies as respects general liability coverage per forms attached. CORD 101 (2008/01) © 2008 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD POLICY NUMBER: GLA0398697 COMMERCIAL GENERAL LIABILITY CG 25 03 05 09 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED CONSTRUCTION PROJECT(S) GENERAL AGGREGATE LIMIT This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Designated Construction Project(s): On file with company (as required by written contract) Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. For all sums which the insured becomes legally obligated to pay as damages caused by "occur- rences" under Section I — Coverage A, and for all medical expenses caused by accidents under Section 1— Coverage C, which can be attributed only to ongoing operations at a single designated construction project shown in the Schedule above: 1. A separate Designated Construction Project General Aggregate Limit applies to each des- ignated construction project, and that limit is equal to the amount of the General Aggregate Limit shown in the Declarations. 2. The Designated Construction Project General Aggregate Limit is the most we will pay for the sum of all damages under Coverage A, ex- cept damages because of "bodily injury" or "property damage" included in the "products - completed operations hazard", and for medi- cal 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". CG 25 03 05 09 3. Any payments made under Coverage A for damages or under Coverage C for medical expenses shall reduce the Designated Con- struction Project General Aggregate Limit for that designated construction project. Such payments shall not reduce the General Ag- gregate Limit shown in the Declarations nor shall they reduce any other Designated Con- struction Project General Aggregate Limit for any other designated construction project shown in the Schedule above. 4. The limits shown in the Declarations for Each Occurrence, Damage To Premises Rented To You and Medical Expense continue to apply. However, instead of being subject to the General Aggregate Limit shown in the Decla- rations, such limits will be subject to the appli- cable Designated Construction Project Gen- eral Aggregate Limit. © Insurance Services Office. Inc., 2008 Page 1 of 2 0 B. For all sums which the insured becomes legally obligated to pay as damages caused by "occur- rences" under Section 1— Coverage A, and for all medical expenses caused by accidents under Section I — Coverage C, which cannot be attrib- uted only to ongoing operations at a single des- ignated construction project shown in the Sched- ule above: 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 Limit, whichever is applicable; and 2. Such payments shall not reduce any Desig- nated Construction Project General Aggre- gate Limit. Page 2 of 2 C. When coverage for liability arising out of the "products -completed operations hazard" is pro- vided, any 'payments for damages because of "bodily injury" or "property damage" included in the "products -completed operations hazard" will reduce the Products -completed Operations Ag- gregate Limit, and not reduce the General Ag- gregate Limit nor the Designated Construction Project General Aggregate Limit. D. If the applicable designated construction project has been abandoned, delayed, or abandoned and then restarted, or if the authorized contract- ing parties deviate from plans, blueprints, de- signs, specifications or timetables, the project will still be deemed to be the same construction pro- ject. E. The provisions of Section 111 — Limits Of Insur- ance not otherwise modified by this endorsement shall continue to apply as stipulated. © Insurance Services Office. Inc., 2008 CG 25 03 05 09 1 1 in Additional Insured — Automatic — Owners, Lessees Or Contractors 1 1 ZURICH Policy No. Eff. Date of Pol. Exp. Date of Pol. Eff. Date of End. Producer No. Addl. Prem Return Prem. Named Insured: Address (including ZIP Code): 1 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. IThis endorsement modifies insurance provided under the: Commercial General Liability Coverage Part IA. Section 1I — Who Is An Insured is amended to include as an additional insured any person or organization whom you are required to add as an additional insured on this policy under a written contract or written agreement. Such person or organization is an additional insured only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" caused, in whole or in part, by: 1. Your acts or omissions;.or 2. The acts or omissions of those acting on your behalf, 1 inthe performance of your_�ongomg ,operations:;`or"youradedin-the,''products-comptlefed:.operations? 'hazard" which is, the subject of',the written contract or written agreement.. ' However, the insurance afforded to such additional insured: 1. Only applies to the extent permitted by law; and 2. Will not be broader than that which you are required by the written contract or written agreement to provide for 1 such additional insured. B. 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 failure to render, any professional architectural, engineering or surveying services including: 1 a. The preparing, approving or failing to prepare or approve maps, shop drawings. opinions, reports. surveys, field orders, change orders or drawings and specifications; or b. Supervisory, inspection, architectural or engineering activities. This exclusion applies even if the claims against any insured allege negligence or other wrongdoing in the supervision, hiring, employment, training or monitoring of others by that insured, if the "occurrence" which caused the "bodily injury" or "property damage", or the offense which caused the "personal and advertising injury", involved the rendering of or the failure to render any professional architectural, engineering or surveying services. 1 includes copyrighted material of Insurance Services Office, Inc., with its permission. U -GL -1175-F CW (04/13) Page 1 of 2 C. The following is added to Paragraph 2. Duties In The Event Of Occurrence, Offense, Claim Or Suit of Section IV — Commercial General Liability Conditions: The additional insured must see to it that: 1. We are notified as soon as practicable of an "occurrence" or offense that may result in a claim; 2. We receive written notice of a claim or "suit" as soon as practicable; and 3. A request for defense and indemnity of the claim or "suit" will promptly be brought against any policy issued by another insurer under which the additional insured may be an insured in any capacity. This provision does not apply to insurance on which the additional insured is a Named Insured if the written contract or written agreement requires that this coverage be primary and non-contributory. D. For the purposes of the coverage provided by this endorsement: 1. The following is added to the Other Insurance Condition of Section IV — Commercial General Liability Conditions: Primary and Noncontributory insurance This insurance is primary to and will not seek contribution from any other insurance available to an additional insured provided that: a. The additional insured is a Named Insured under such other insurance; and ,b. You are required by written contract or written agreement that this insurance be primary and not seek contribution from any other insurance available to the additional insured. 2. The following paragraph is added to Paragraph 4.b. of the Other Insurance Condition of Section IV — Commercial General Liability Conditions: This insurance is excess over: Any of the other insurance, whether primary, excess, contingent or on any other basis, available to an additional insured, in which the additional insured on our policy is also covered as an additional insured on another policy providing coverage for the same "occurrence", offense, claim or "suit". This provision does not apply to any policy in which the additional insured is a Named Insured on such other policy and where our policy is required by a written contract or written agreement to provide coverage to the additional insured on a primary and non- contributory basis. E. This endorsement does not apply to an additional insured which has been added to this policy by an endorsement showing the additional insured in a Schedule of additional insureds, and which endorsement applies specifically to that identified additional insured. F. With respect to the insurance afforded to the additional insureds under this endorsement, the following is added to Section 111 — Limits Of Insurance: The most we will pay on behalf of the additional insured is the amount of insurance: 1. Required by the written contract or written agreement referenced in Paragraph A. of this endorsement; or 2. Available under the applicable Limits of Insurance shown in the Declarations, whichever is less. This endorsement shall not increase the applicable Limits of Insurance shown in the Declarations. All other terms and conditions of this policy remain unchanged. U -GL -1175-F CW (04/13) Page 2 of 2 includes copyrighted material of Insurance Services Office, Inc., with its permission. 1 1 in Contractors Liability Supplemental Coverages And Conditions 11 t 1 1 ZURICH, Policy No. Eff. Date of Pol. Exp. Date of Pol. Eff.,Date of End. Producer No. Add'I. Prem Return Prem. THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. This endorsement modifies insurance provided under the: Commercial General Liability Coverage Part NON -OWNED WATERCRAFT SCHEDULE Watercraft Length: feet (If no amount is shown above, 51 feet applies.) A. Non -owned Watercraft Liability Extended Coverage Paragraph (2) of Exclusion 2.g. Aircraft, Auto Or Watercraft under Section 1— Coverage A — Bodily Injury And Property Damage Liability is replaced by the following: (2) A watercraft you do not own that is: (a) Less than the length shown in the Non -Owned Watercraft Schedule of this endorsement; and (b) Not being used to carry persons or property for a charge; B. Damage To Premises Rented Or Occupied By You ' 1. The last paragraph under Paragraph 2. Exclusions of Section 1 — Coverage A — Bodily Injury And Property Damage Liability is replaced by the following: Exclusions c. through n. do not apply to damage by "specific perils" to premises while rented to you or temporarily occupied by you with permission of the owner. A separate Damage to Premises Rented To You Limit of Insurance applies to this coverage as described in Section 111— Limits Of Insurance. 2. The paragraph directly following Paragraph (6) in Exclusion j. of Section I — Coverage A — Bodily Injury And Property Damage Liability is replaced by the following: Paragraphs (1), (3) and (4) of this exclusion do not apply to "property damage" to premises (other than damage by "specific perils"), including "property damage" to the contents of such premises, rented to you under a rental agreement for a period of 14 or fewer consecutive days. A separate Limit of Insurance applies to Damage to Premises Rented to You as described in Section III — Limits Of Insurance. 3. Paragraph 6. of Section 111 — Limits Of Insurance is replaced by the following: 6. Subject to Paragraph 5. above, the Damage To Premises Rented To You Limit is the most we will pay under Coverage A for damages because of "property damage" to any one premises while rented to you, or in the case of damage by one or more "specific perils" to any one premises, while rented to you or temporarily occupied by you with permission of the owner. 4. Paragraph a. of the "insured contract" definition under the Definitions Section is replaced by the following: 1 1 1 1 1 Includes copyrighted material of Insurance Services Office, Inc., with its permission. U -GL -1060-E CW (04/13) Page 1 of 6 a. A contract for a lease of premises: However, that portion of the contract for a lease of premises that indemnifies any person or organization for damage by "specific perils" to premises while rented to you or temporarily occupied by you with permission of the owner is not an "insured contract"; 5. Paragraph (11) under Paragraph 4.b.(1) of the Other Insurance Condition under Section IV — Commercial General Liability Conditions is replaced by the following: (ii) That is property insurance providing coverage for "specific perils" for premises rented to you or temporarily occupied by you with permission of the owner; 6. The following definitions are added to the Definitions Section: "Specific perils" means fire, lightning, explosion, windstorm or hail, smoke, aircraft or vehicles, riot or civil commotion, vandalism, leakage from fire extinguishing equipment, weight of snow, ice or sleet or 7water damage". 'Water damage" means accidental discharge or leakage of water or steam as the direct result of the breaking or cracking of any part of a system or appliance containing water or steam. C. Additional Insured — Lessor Of Leased Equipment — Automatic Status When Required In Lease Agreement With You 1. Section II — Who Is An Insured is amended to include as an additional insured any person(s) or organization(s) from whom you lease equipment when you and such person(s) or organization(s) have agreed in a written contract or written agreement that such person(s) or organization(s) be added as an additional insured on your policy. Such person(s) or organization(s) is an additional insured only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" caused, in whole or in part, by your maintenance, operation or use of equipment leased to you by such person(s) or organization(s). However, the insurance afforded to such additional insured: ' a. Only applies to the extent permitted by law; and b. Will not be broader than that which you- are required by the contract or agreement to provide for such additional insured. A person's or organization's status as an additional insured under this endorsement ends when their contract or agreement with you for such leased equipment ends. 2. With respect to the insurance afforded to these additional insureds, this insurance does not apply to any "occurrence" which takes place after the equipment lease expires. 3. With respect to the insurance afforded to these additional insureds, the following is added to Section III — Limits of insurance: The most we will pay on behalf of the additional insured is the amount of insurance: a. Required by the written contract or written agreement you have entered into with the additional insured; or b. Available under.the applicable Limits of Insurance shown in the Declarations; whichever is less. The insurance provided by this Paragraph C. shall not increase the applicable Limits of Insurance shown in the Declarations. D. Additional Insured — Managers Or Lessors Of Premises 1. Section 11 — Who Is An Insured is amended to include as an additional insured any person(s) or organization(s) that you have agreed 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 premises leased to you and subject to the following additional exclusions: This insurance does not apply to: a. Any "occurrence" which takes place after you cease to be a tenant in that premises. b. Structural alterations, new construction or demolition operations performed by or on behalf of the additional insured manager or lessor of the premises leased to you. However, the insurance afforded to such additional insured: a. Only applies to the extent permitted by law; and U -GL -1060-E CW (04/13) Page 2 of 6 Includes copyrighted material of Insurance Services Office, inc., with its permission. b. Will not be broader than that which you are required by the contract or agreement to provide for such additional insured. 2. With respect to the insurance afforded to these additional insureds, the following is added to Section III — Limits of Insurance: The most we will pay on behalf of the additional insured is the amount of insurance: a. Required by the written contract or written agreement you have entered into with the additional insured; or b. Available under the applicable Limits of Insurance shown in the Declarations; whichever is less. The insurance provided by this Paragraph D. shall not increase the applicable Limits of Insurance shown in the Declarations. E. Additional Insured — State Or Governmental Agency Or subdivision Or Political Subdivision — Permits Or Authorizations 1. Section II — Who Is An Insured is amended to include as an additional insured any state or governmental agency or subdivision or political subdivision that you have agreed in a written contract or written agreement or that you are required by statute, ordinance or regulation to name as an additional insured, subject to the following provisions: a. 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. b. 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". However, the insurance afforded to such additional insured: a. Only applies to the extent permitted by law; and b. Will not be broader than that which you are required by the contract or agreement to provide for such additional insured. 2. With respect to the insurance afforded to these additional insureds, the following is added to Section III — Limits of Insurance: The most we will pay on behalf of the additional insured is the amount of insurance: a. Required by the written contract or written agreement you have entered into with the additional insured; or b. Available under the applicable Limits of Insurance shown in the Declarations; whichever is less. The insurance provided by this Paragraph E. shall not increase the applicable Limits of Insurance shown in the Declarations. F. Personal And Advertising Injury Coverage — Assumed Under Contract Or Agreement 1. Exclusion e. of Section I — Coverage B — Personal And Advertising Injury Liability is replaced by the following: 2. Exclusions This insurance does not apply to: e. Contractual Liability "Personal and advertising injury" for which the insured has assumed liability in a contract or agreement. This exclusion does not apply to: (1) Liability for damages that the insured would have in the absence of the contract or agreement; or (2) Liability for "personal and advertising injury" if: 'U -GL -1060-E CW (04/13) Page 3 of 6 Includes copyrighted material of Insurance Services Office, Inc., with its permission. (a) The liability pertains to your business and is assumed in a contract or agreement that is an "insured contract"; and (b) The "personal and advertising injury" occurs subsequent to the execution of the contract or agreement. Solely for the purposes of liability so assumed in such "insured contract", reasonable attorney fees and necessary litigation expenses incurred by or for a party other than an insured are deemed to be damages because of "personal and advertising injury", provided: (i) Liability to such party for, or for the cost of, that party's defense has also been assumed in the same contract or agreement; and (ii) Such attorney fees and litigation expenses are for defense of that party against a civil or alternative dispute resolution proceeding in which damages to which this insurance applies are alleged. 2. For purposes of this "personal and advertising injury" coverage only: Paragraph d. and the second to last paragraph under Paragraph 2. of Supplementary Payments — Coverages A and B are replaced by the following: d. The allegations in the "suit" and the information we know about the "occurrence" or offense are such that no conflict appears to exist between the interests of the insured and the interest of the indemnitee; So long as the above conditions are met. attorneys' fees incurred by us in the defense of that indemnitee, necessary litigation expenses incurred by us and necessary litigation expenses incurred by the indemnitee at our request will be paid as Supplementary Payments. Such payments will not be deemed to be damages for "bodily injury', "property damage" or "personal and advertising injury" and will not reduce the limits of insurance. G. Insured Contract Amendment Paragraph f. and f.(1) through f.(3) of the "insured contract" definition under the Definitions Section is replaced by the following: 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 which you assume the tort liability of another to pay for "bodily injury", "property damage" or "personal and advertising injury" 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 indemnifies a railroad for "bodily injury', "property damage" or "personal and advertising injury" arising out of construction or demolition operations within 50 feet of any railroad property and affecting any railroad bridge or trestle, tracks, road -beds, tunnel, underpass or crossing; (2) That indemnifies 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; (3) Under which the insured, if an architect, engineer or surveyor, assumes liability for an injury or damage arising out of the insured's rendering or failure to render professional services, including those listed in (2) above and supervisory, inspection, architectural or engineering activities; (4) That indemnifies a person or organization for "personal and advertising injury": (a) Arising out of advertising. publishing, broadcasting or telecasting done for you or on your behalf: or • (b) To an "employee" of such person or organization that does advertising, publishing, broadcasting or telecasting for you or on your behalf; or (5) That indemnifies a labor leasing firm for "bodily injury" to "leased workers". U -GL -1060-E CW (04/13) Page 4 of 6 Includes copyrighted material of Insurance Services Office, Inc., with its permission. H. Medical Payments — Increased Reporting Period Paragraph a. of Section I — Coverage C — Medical Payments is replaced by the following: a. We will pay medical expenses as described below for "bodilyinjury" caused by an accident: (1) On premises you own or rent; (2) On ways next to premises you own or rent; or (3) Because of your operations; provided that: (a) The accident takes place in the "coverage territory" and during the policy period; (b) The expenses are incurred and reported to us within three years of the date of the accident; and (c) The injured person submits to examination, at our expense, by physicians of our choice as often as we reasonably require. 1. Broad Bail Bond Coverage Paragraph 1.b. under Supplementary Payments — Coverages A And B is replaced by the following: 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. J. Amendment — Duties In The Event of Occurrence, Offense, Claim or Suit The following paragraphs are added to Paragraph 2. Duties In The Event Of Occurrence, Offense, Claim Or Suit of Section IV — Commercial General Liability Conditions: Notice of an 'occurrence" or of an offense which may result in a claim under this insurance or notice of a claim or "suit" shall be given to us as soon as practicable after knowledge of the "occurrence", offense, claim or "suit" has been reported to your officer, manager, partner or an "employee" authorized by you to give or receive such notice. Knowledge by "employees" other than your officer, manager, partner or "employee" authorized by you to give or receive such notice of an "occurrence", offense, claim or "suit" does not imply that you also have such knowledge. In the event that an insured reports an "occurrence" to your workers compensation carrier and this "occurrence" later develops into a General Liability claim, covered by this Coverage Part, the insured's failure to- report such "occurrence" to us at the time of the "occurrence" shall not be deemed to be a violation of this Condition. You must, however, give us notice as soon as practicable after being made aware that the particular claim is a General Liability rather than a Workers Compensation claim. K. Unintentional Failure To Disclose Or Describe Hazards Paragraph 6. Representations of Section IV — Commercial General Liability Conditions is replaced by the following: 6. Representations By accepting this policy, you agree: a. The statements in the Declarations are accurate and complete; b. Those statements are based upon representations you made to us; and c. We have issued this policy in reliance upon your representations. Coverage will continue to apply if you unintentionally: (1) Fail to disclose all hazards existing at the inception of this policy; or (2) Make an error, omission or improper description of premises or other statement of information stated in this policy. You must notify us in writing as soon as possible after the discovery of any hazards or any other information that was not provided to us prior to inception of this Coverage Part. L. Bodily Injury Redefined The "bodily injury" definition under the Definitions Section is replaced by the following: U -GL -1060-E CW (04/13) Page 5 of 6 Includes copyrighted material of Insurance Services Office, Inc., with its permission. "Bodily injury" means bodily injury, sickness or disease sustained by a person, including death. resulting from any of these at any time. This includes mental anguish, mental injury, shock, fright or death resulting from bodily injury, sickness or disease. M. Two Or More Of Our Coverage Parts/Policies The following is added to Section 111 — Limits of Insurance: 1. Subject to Paragraph 2. or 3. above, whichever applies, if this Coverage Part and any other Commercial General Liability Coverage Part or policy providing Commercial General Liability insurance issued to you by us or any other Zurich underwriting company affiliated with us apply to the same "occurrence", only the highest available Each Occurrence Limit under any such Coverage Part or policy applies to such "occurrence". 2. Subject to.Paragraph 2. above, if this Coverage Part and any other Coverage Part or policy providing Commercial General Liability insurance issued to you by us or any other Zurich underwriting company affiliated with us apply to the same offense, only the highest available Personal And Advertising Injury Limit under any such Coverage Part or policy applies to such offense. 3. Under this Coverage Part and all other Zurich underwriting company Coverage Parts or policies to which Paragraphs 1. and 2. above combined apply, the most we will pay for all injury or damage because of "bodily injury" or "property damage" "occurrences", "personal and advertising injury" offenses and medical expenses is: a. The single highest Coverage Part or policy General Aggregate Limit; or b. The single highest Coverage Part or policy Products -Completed Operations Aggregate Limit, whichever applies, whether such "occurrence", offenses or medical expenses are covered by one or more than one Zurich underwriting company policy. 4. Any existing provisions under Paragraph 4. Other Insurance under Section IV — Commercial General Liability Conditions that may be contrary to the provisions of this endorsement are amended to comply with the changes in coverage as stipulated in Paragraphs 1., 2., and 3. above. This provision does not apply to any Coverage Part or policy issued by us or any other Zurich underwriting company affiliated with us specifically to apply as excess insurance over this Coverage Part. N. Your Work Redefined Paragraph a.(1) of the "your work" definition under the Definitions Section is replaced by the following: 22. "Your work": a. Means: (1) Work or operations performed by you or on your behalf, but does not include work or operations performed by another entity who joined with you to form a partnership or joint venture not shown as a Named Insured in the Declarations, which terminated or ended prior to the effective date of this policy; and All other terms and conditions of this policy remain unchanged. U -GL -1060-E CW (04/13) Page 6 of 6 Includes copyrighted material of Insurance Services Office, Inc., with its permission. DNEUMANN C'C7►R4,70- INSURANCE BINDER DATE (MMIODJYYYY) 6/6/2017 THIS BINDER IS A TEMPORARY INSURANCE CONTRACT, SUBJECT TO THE CONDITIONS SHOWN ON PAGE 2 OF THIS FORM. ENCY -JET Group, LLC 999 W Riverside Avenue, Suite 510 pokane, WA 99201 COMPANY Zurich American Insurance Company BINDER # 178 DATE EFFECTIVE INF*DATE CAUSES EXPIRATION TIM12- 6/5/2017 12:01 X AM PM 8/28/2017 X 12:01 AM NOON PHONE 509 (A/C. No. Ext): ( ) 319-2901 FAX (plc. No): (509) 319-2920 LIABILITY COMMERCIAL GENERAL LIABILITY THIS BINDER IS ISSUED TO EXTEND COVERAGE IN THE ABOVE NAMED COMPANY PER EXPIRING POLICY/: DE: SUB CODE: ENCYSTONER ID: SCOU LAK -02 DESCRIPTION OF OPERATIONS! VEHICLES / PROPERTY (Including Location) Beech Street Interceptor, Lift Station , and Force Main Schedule A. Beech Street Interceptor City Project No. 2356 Policy issued to -City of Yakima , City of Union Gap , their agents, employees, and elected and appointed officials t behalf of Scout Lake Construction, Inc. INSURED AND MAILING ADDRESS City of Yakima Waste Water Division 2220 E. Viola Yakima, WA 98901 I LIMITS TY PE OF INSURANCE - COVERAGE IFORMS DEDUCTIBLE COINS% - AMOUNT PROPERTY 1 BASIC CAUSES OF LOSS BROAD SPEC ENERAL LIABILITY COMMERCIAL GENERAL LIABILITY RETRO DATE FOR CLAIMS MADE: , EACH OCCURRENCE 3,000,000 DAMAGE TO RFNTFn PRFMLSFS S MED EXP fAnv one person) S CLAIMS MADE X OCCUR PERSONAL & ADV INJURY $ Owners and Contractors Protective Lia GENERAL AGGREGATE S 3,000,000 PRODUCTS - COMPIOP AGG $ VEHICLE LIABILITY ANY AUTO ALL OWNED AUTOS SCHEDULED AUTOS HIRED AUTOS NON -OWNED AUTOS COMBINED SINGLE LIMIT BODILY INJURY (Per person) 5 BODILY INJURY (Per accident( $ PROPERTY DAMAGE ,S MEDICAL PAYMENTS S PERSONAL INJURY PROT 5 UNINSURED MOTORIST .J 5 EHICLE PHYSICAL DAMAGE DED COLLISION: I ALL VEHICLES SCHEDULED VEHICLES ACTUAL CASH VALUE $ STATED AMOUNT OTHER THAN COL • RAGE LIABILITY ANY AUTO AUTO ONLY - EA ACCIDENT 5 OTHER THAN AUTO ONLY: EACH ACCIDENT S AGGREGATE $ CESS LIABILITY UMBRELLA FORM OTHER THAN UMBRELLA FORM RETRO DATE FOR CLAIMS MADE: EACH OCCURRENCE AGGREGATE 5 SELF-INSURED RETENTION S WORKERS COMPENSATION AND EMPLOYERS LIABILITY PER STATUTE E.L. EACH ACCIDENT 5 E.L. DISEASE - EA EMPLOYEE $ E.L. DISEASE - POLICY LIMIT $ PECIAL ONDITIONS 1 OTHER COVERAGES FEES S TAXES S ESTIMATED TOTAL PREMIUM $ AME & ADDRESS MORTGAGEE LOSS PAYEE ADDITIONAL INSURED LOAN AUTHORIZED REPRESENTATIVE Page 1 of 2 01993-2013 ACORD CORPORATION. All rights reserved. CORD 75 (2013/09) The ACORD name and logo are registered marks of ACORD AGENCY CUSTOMER ID: SCOULAK-02 DNEUMANN CONDITIONS This Company binds the kind(s) of insurance stipulated on page 1 of this form. The Insurance is subject to the terms, conditions and limitations of the policy(ies) in current use by the Company. This binder may be cancelled by the Insured by surrender of this binder or by written notice to the Company stating when cancellation will be effective. This binder may be cancelled by the Company by notice to the Insured in accordance with the policy conditions. This binder is cancelled when replaced by a policy. If this binder is not replaced by a policy, the Company is entitled to charge a premium for the binder according to the Rules and Rates in use by the Company. Applicable in Arizona Binders are effective for no more than ninety (90) days. Applicable in California When this form is used to provide insurance in the amount of one million dollars ($1.000,000) or more, the title of the form is changed from "Insurance Binder" to "Cover Note". Applicable in Colorado With respect to binders issued to renters of residential premises. home owners, condo unit owners and mobile home owners, the insurer has thirty (30) business days, commencing from the effective date of coverage, to evaluate the issuance of the insurance policy. Applicable in Delaware The mortgagee or Obligee of any mortgage or other instrument given for the purpose of creating a lien on real property shall accept as evidence of insurance a written binder issued by an authorized insurer or its agent if the binder includes or is accompanied by: the name and address of the borrower; the name and address of the lender as loss payee: a description of the insured real property; a provision that the binder may not be canceled within the term of the binder unless the lender and the insured borrower receive written notice of the cancellation at least ten (10) days prior to the cancellation; except in the case of a renewal of a policy subsequent to the. closing of the loan. a paid receipt of the full amount of the applicable premium, and the amount of insurance coverage. Chapter 21 Title 25 Paragraph 2119 Applicable in Florida Except for Auto Insurance coverage, no notice of cancellation or nonrenewal of a binder is required unless the duration of the binder exceeds 60 days. For auto insurance, the insurer must give 5 days prior notice. unless the binder is replaced by a policy or another binder in the same company. Applicable in Maryland The insurer has 45 business days, commencing from the effective date of coverage to confirm eligibility for coverage under the insurance policy. Applicable in Michigan The policy may be cancelled at any time at the request of the insured. Applicable in Nevada Any person who refuses to accept a binder which provides coverage of Tess than $1.000,000.00 when proof is required: (A) Shall be fined not more than $500.00, and (B) is liable to the party presenting the binder as proof of insurance for actual damages sustained therefrom. Applicable in Oklahoma All policies shall expire at 12:01 a.m. standard time on the expiration date stated in the policy. Applicable in Oregon Binders are effective for no more than ninety (90) days. A binder extension or renewal beyond such 90 days would require the written approval by the Director of the Department of Consumer and Business Services. Applicable in the Virgin Islands This binder is effective for only ninety (90) days. Within thirty (30) days of receipt of this binder, you should request an insurance policy or certificate (if applicable) from your agent and/or insurance company. CORD 75 (2013/09) Page 2 of 2 City of Yakima Beech Street Interceptor, Lift Station, and Force Main Spring 2017 Contract Forms CONTRACTOR'S DECLARATION OF OPTION FOR MANAGEMENT OF STATUTORY RETAINED PERCENTAGE Prior to beginning the project, complete and submit the "Statement of Intent to Pay Prevailing Wages" (Sample of the form is provided under the Prevailing Wages section, actual form shall be obtained from the State) Retainage is held by the Owner following Substantial Completion. Contractor shall be responsible for paying the necessary insurance to the State of Washington. Retainage will not be released until after the Owner receives the Contractor completed Certification of Industrial Insurance Paid and Request for Release form and all other contract requirements are met. If Contractor wishes to have retainage invested, fill out form below and submit to the Owner prior to first progress payment. A. I hereby elect to have the retained percentage of this contract held in a fund by the Owner. Signature Date B. I hereby elect to have the Owner deposit the retained percentage of this contract in an interest bearing account, not subject to withdrawal until after final acceptance of the work. Signature Date C. I hereby elect to have a bond in lieu of retained percentage of this contract with a bonding company found acceptable to the Owner, not subject to release until thirty (30) days after final acceptance of the work. Signature Date D. I hereby elect to have the Owner invest the retained percentage of this contract from time to time as such retained percentage accrues. I hereby designate as the repository for the escrow of said funds. I hereby further agree to be fully responsible for payment of all costs or fees incurred as a result of placing said retained percentage in escrow and investing it as authorized by statute. The Owner shall not be liable in anyway for any costs or fees in connection therewith. Prior to the Owner investing any fund in an escrow account, the Contractor shall obtain a letter from the repository on their letterhead stating their acceptance of the account, the account number and a statement that they will not release any funds until authorized in writing by the Owner. Signature Date —7— Z:\Bothell \Data\SAh\715-114\Phase 2 - Beech Street Lift Station and Force il(am\Specs \ Non -technicals \Beech Street Non- Pechnicals.docx © 2016 121-I2 f0nginecring, Inc. 3/30/17 1:51 PM Contract Forms Spring 2017 Contract Forms City of Yakima Beech Street Interceptor, Lift Station, and Force Main Certification of Industrial Insurance Paid and Request for Release Prior to beginning the project the following shall be completed and copied to the Owner: • "Statement of Intent to Pay Prevailing Wages" (Sample of the form is provided under the Prevailing Wages section, actual form shall be obtained from the State) • If Contractor is self-insured, provide proof via letter correspondence from Labor and Industries Self -Insured Certification Services stating self-insurance is in good standing and will be for duration of the project. Prior to project closeout and release of retainage the Contractor shall provide the Owner with the following information for all work on the project including subcontractors work: • Complete and submit the State form "Affidavit of Wages Paid" (sample of this form is provided under the Prevailing Wages section. Actual form shall be obtained from the State) • Provide a copy of the Worker's Compensation Rate Notice from the Washington State Department of Labor and Industries • Complete and submit the statement provided below certifying that all industrial insurance has been paid for all work performed on this project Certification of Industrial Insurance Paid I (Contractor) hereby certify that all industrial insurance has been paid to the State of Washington as required by law for all work on this project including the work of subcontractors and that the Owner shall be indemnified and held harmless from any and all claims arising from disputes over payment of industrial insurance with the State or any other person or entity. Signature Date Business Name L & I Account ID Unified Business ID (UBI) 3/30/17 1:51 Pial Contract Forms —8— Z:\Bothell \ Data \ YAK \715-114\Phase 2 - Beech Street Lift Sranon and Force Alain \ Specs \Non-technicals\Beech Street Non-Technicals.docx © 2016 RH2 Engineering, Inc.. SCHEDULE B CONTRACT FORMS CONTRACT THIS AGREEMENT, made and entered into in triplicate, this <day of .' - , 2017, by and between the City of Yakima, hereinafter called the Owner, and 12-0kScNr-v,k t rAC- • a Washington Corporation, hereinafter called the Contractor. WITNESSETH: That in consideration of the terms and conditions contained herein and attached and made a part of this agreement, the parties hereto covenant and agree as follows: I. The Contractor shall do all work and furnish all tools, materials, labor and equipment for THE BID AMOUNT OF: $'4°1-11 :70557 for Beech Street Interceptor, Lift Station, and Force Main, City Project No. 2365, all in accordance with, and as described in the attached plans and specifications and the 2014 Standard Specifications for Road, Bridge, and Municipal Construction which are by this reference incorporated herein and made a part hereof, and shall perform any alterations in or additions to the work provided under this contract and every part thereof. Work shall start within ten (10) days after the No ctl e'ttoo_fr , Schedule A and Four hundred (400) calendaidays,for; the Notice to Proceed, the first chargeable work�rag;;day issues the Notice to Proceed. hall b completed in One Hundred (100) calendar days for t!If rcI�has not commenced within the ten (10) days after we e enf t 1 th) working day after the date on which the City If said work is not completed within the time specified, the Contractor agrees to pay to the Owner the sum specified in the Standard Specifications for each and every day said work remains uncompleted after expiration of the specified time, as liquidated damages. The Contractors shall provide and bear the expense of all equipment; work and labor of any sort whatsoever that may be required for the transfer of materials and for constructing and completing the work provided for in this contract and every part thereof, except such as are mentioned in the specifications to be furnished by the City of Yakima. II. The City of Yakima hereby promises and agrees with the Contractor to employ, and does employ the Contractor to provide the materials and to do and cause to be done the above described work and to complete and finish the same according to the attached plans and specifications and the terms and conditions herein contained and hereby contracts to pay for the same according to the attached specifications and the schedule of unit or itemized prices hereto attached, at the time and in the manner and upon the conditions provided for in this contract. III. INDEMNIFICATION. The Contractor shall defend, indemnify, and hold harmless the City, its officers, elected officials, employees and agents from and against any and all claims, causes of action, damages, losses, and expenses of any kind or nature whatsoever, including but not limited to, attorney's fees and court costs, arising out of, relating to, or resulting from The Contractor's performance or non-performance of the services, duties and obligations required of it under this Agreement. IV. The Contractor for himself, and for his heirs, executors, administrators, successors, and assigns, does hereby agree to the full performance of all the covenants herein contained upon the part of the Contractor. V. It is further provided that no liability shall attach to the City of Yakima by reason of entering into this contract, except as expressly provided herein. IN WITNESS WHEREOF the parties hereto have caused this agreement to be executed the day and year first herein above written. Countersigned:iCITY OF YAKIMA CONTRACTOR Lr this I day of�LI...1!1C 2017. c -i -y ._ 111/6 ,a u%A Corporation C6ntractor 111111ILI City Mar ger ► .,� cu e' City, CITY CONTRACT NO: RESOLUTION NO hew rk is da ress: (Print Name) V f C fee316c--Atr— (President, Owner, etc.) 92.to NE 62. o AvE VAAlaoUVett WK 9164.6' Z:\Bothell\Data \ YAK \715-114\Phase 2 - Beech Street Lift Sta,inn and Force Main \ Specs \Von-rechnicals\Beech Street Non=1'echnicals.doc, 0 2016 RI -12 Engineering, Inc.. 3/30/17 1:51 PM Contract Fomre Issued in Triplicate (3) Originals Spring 2017 Contract Forma Bond # 1523603 City of Yaldma Beech Street Interceptor, Lift Station, and Force Main PERFORMANCE BOND BOND TO CITY OF YAKIMA KNOWALL MEN BY THESE PRESENTS: That whereas Meaty ofYakima, Washinglonhas awarded to Rotschy, Inc. (Contractor) hereinafter designated as the 'Principal' a contract for the consWdlon of the project designated Beech Street Interceptor, Lift Station, and Force Main, City Project No. 2365, all as hereto sUached and made a pad hereof and whereas, said prindpal le required under the terns of sold contrecl lo furnish a bond for the faithful performance of said carved: NOW, THEREFORE, we, gra pdndpal, and Great American Insurance Company (Surety), a corporation, organized and existing under end by virtue of the laws of the State of Ohio , duly authorised to do business In the State of Washington, as surety, are Jointly and severally held end finny bound unto the City of Yakima, Washington, in the penal sum of $ Two " • (Total Contract Aman() lawful money of the United Stales, the payment of which we jointly end severally bind ourselves, our heirs, executors, administrators and assigns, and successors and assigns, Softly by these presents. THE CONDITIONS OF THIS BOND IS SUCH, thal H the above bonded principal shall faithfully perform all of the provIslons of said contras In the manner and within the time therein set forth. or within such extensions of lime ss may be granted under said contract, and shall pay al laborers, mechanics, aub•oontraclas end matedalmen; the claims of any person or persons wising under the contract to the extent such claims are provided for in RCW 39.08.010; the stele with reaped to taxes Imposed pursuant to Titles 50, 51 and 82 RCW which may be due; end all persons who shall supply said pdndpal or sub•contrectors with provisions and supplies for the carrying on of said worts, end shell hold said Cly of Yakima, Washington. their employees, agents, end elected or appointed officials, harmless from any damage occasioned to any person or property by reason of any carelessness or negtgence on the part of said pdndpal, or any subcontractor In the performance of said work, and shall Indemnify and hold Ira City of Yetdme, Washington, Its employees, agents, and elected or appointed Medals, 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 after Its ecceptance thereof by the City of Yakima, Washington, end ell claims filed In compliance veilh Chapter 39.08 RCW are resolved and ail taxes pursuant to Titles 60 and 51 and 82 RCW have been paid, then and in Mel event this obligation shell be void; but otherwlse ((shall be and remain In full force end effect. This obligation is entered Into In pursuance of the stekrtes of the Stele of Washington, and the Ordinances of the City of Yaldma, Washington. IN WITNESS WHEREOF. the said principal and the said surely have caused this bond to be signed and seated by their duly authorized oh1cers thls day of , 2017. Approved as to corm, C' 4 /kjrAvr.li9/ • f (Tdo) C.4 tangy) 3/30/17 I:SI vrd Canino r4,nw. 6 Rotschy, Inc. (PlindP0 Pi91 we) (NMI Name) _Great American Insurance Company. Vicki Mather (Si naturoJ (Print Name) Attorney -in -Fact Mk) Z:\DodwI D.4\Y.1K\7r3•r r4\4Mere 3 -seed Swett 130 S..da. sad Fame lrda\ip.u\Non•sedrao0.\9etd, Ona Non• rednddr daft 2016 RH2 P.ngineerfng, Inc. • * Million Nine Hundred Seventy -One Thousand Seven Hundred Five and 97/100 ($2,971,706.97) *** GREAT AMERICAN INSURANCE COMPANY® Administrative Office: 301 E 4TH STREET • CINCINNATI, OHIO 45202 • 513-369-5000 • FAX 513-723-2740 The number of persons authorized by this power of attorney is not more than ELEVEN No. 0 14750 POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That the GREAT AMERICAN INSURANCE COMPANY, a corporation organized and existing under and by virtue of the laws of the State of Ohio, does hereby nominate, constitute and appoint the person or persons named below, each individually if more than one is named, its true and lawful attorney-in-fact, for it and in its name, place and stead to execute on behalf of the said Company, as surety, any and all bonds, undertakings and contracts of suretyship, or other written obligations in the nature thereof; provided that the liability of the said Company on any such bond, undertaking or contract of suretyship executed under this authority shall not exceed the limit stated below. Name Address Limit of Power PHILIP 0. FORKER GLORIA BRUNING ALL OF ALL J. PATRICK DOONEY RICHARD W. KOWALSKI PORTLAND, $100,000,000.00 JOEL DIETZMAN CHRISTOPHER A. REBORN OREGON BRENT OLSON KAREN A. PIERCE VICKI MATHER TAMI JONES RAY PAIEMENT This Power of Attomey revokes all previous powers issued on behalf of the attomey(s)-in-fact named above. IN WITNESS WHEREOF the GREAT AMERICAN INSURANCE COMPANY has caused these presents to be signed and attested by its appropriate officers and its corporate seal hereunto affixed this 24TH day of DECEMBER 2015 . Attest - GREAT AMERICAN INSURANCE COMPANY (..e3. Assistant Secretary A644. Divisional Senior i,ce President STATE OF OHIO, COUNTY OF HAMILTON - ss: DAVID C. KITCHIN (877-377-2405) On this . 24TH day of DECEMBER , 2015 , before me personally appeared DAVID C. KITCHIN, to me known, being duly sworn, deposes and says that he resides in Cincinnati, Ohio, that he is a Divisional Senior Vice President of the Bond Division of Great American Insurance Company, the Company described in and which executed the above instrument; that he knows the seal of the said Company; that the seal affixed to the said instrument is such corporate seal; that it was so affixed by authority of his office under the By -Laws of said Company, and that he signed his name thereto by like authority. Nib Malt Nairg This Power of Attorney is granted by authority of the following resolutions adopted by. the Board of Directors of Great American Insurance Company by unanimous written consent dated June 9, 2008. RESOLVED: That the Divisional President, the several Divisional Senior Vice Presidents, Divisional Vice Presidents and Divisonal Assistant Vice Presidents, or any one of them, be and hereby is authorized, from time to time, to appoint one or more Attorneys -in -Fact to execute on behalf of the Company, as surety, any and all bonds, undertakings and contracts of suretyship, or other written obligations in the nature thereof; to prescribe their respective duties and the respective limits of their authority; and to revoke any such appointment at any time. RESOLVED FURTHER: That the Company seal and the signature of any of the aforesaid officers and any Secretary or Assistant Secretary of the Company may be affixed by facsimile to any power of attorney or certificate of either given for the execution of any bond, undertaking, contract of suretyship, or other written obligation in the nature thereof such signature and seal when so used being hereby adopted by the Company as the original signature ofsuch officer and the original seal of the Company, to be valid and binding upon the Company with the same force and effect as though manually affixed. CERTIFICATION I, STEPHEN C. BERAHA, Assistant Secretary of Great American Insurance Company, do hereby certify that the foregoing Power of Attorney and the Resolutions of the Board of Directors of June 9, 2008 have not been revoked and are now in full force and effect. Signed and sealed this day of S1029AF (08/15) Assistant Secretary ROTSINC-01 BSUTHERLAND. • ACOR®. �� CERTIFICATE OF LIABILITY INSURANCE DATE (MMIDD/YYYY) 05/17/2017 ITHIS 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. ' I/ IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. ' If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER Anchor Insurance & Surety, Inc. 1201 SW 12th Ave. Suite 500 Portland, OR 97205 C NTACT — , - Ca BethanySuther•land PHOFAX {AIc: No;NE; Ei<t)i,(503);224-2500 I {A/c, No);'(503)`224-9830 "An. . bsutherland@anthorias.com ADDRES i INSURER(S) AFFORDING COVERAGE ., NAIC # INSURER A:Valleyforge Insurance Co. INSURER B :Continental Insurance Company 20508 35289 INSURED Rotschy, Inc. 9210 NE 62nd AvenueINSURER Vancouver, WA 98665 INSURER c:. Continental Casualty Co. 20443 D INSURER E EACH OCCURRENCE INSURER F : COVERAGES CERTIFICATE'NUMBER! _ _REVISION NU CERTIFICATEHOLDER City of Yakima Wastewater Division 2220 E. Viola Yakima, WA 98901 ACORD 25 (2016/03) :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. AUTHORIZED REPRESENTATIVE ©1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR 'LTR - TYPE OF INSURANCE . ADDL INSD SUER W WW1 - - POLICY NUMBER POLICY EFF i (MM!DDIYYYY1' POLICY EXP • .(MM/DDIYYYYI - LIMITS A X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE 1 00O 000 $ ' ' If ® CLAIMS -MADE X OCCUR X 5095022533 11 /29/2016 11 /29/2017 DAMAGE TO RENTED PREMISES (Ea aacu(rencal 100,000 � S . _MED EXP (Any one person) . 15,000 PERSONAL &ADV. INJURY_ j_ - 1'000,000 , .GEN'. AGGREGATE;LIMIT APPLIES PER: GENERAL -AGGREGATE - $ - 2,000,000 POLICY X PES LOC PRODUCTS - COMP/OP AGG $ 2,000,000 OTHER::, WA STOP GAP $ 1,000,000 B AUTOMOBILE LIABILITY - COMBINED(SINGLE LIMIT $ 1,000,000 ANY AUTO X ., x 5095997663 11/29/2016 11/29/2017 BODILY INJURY (Per person)_ ' $ OWNED AUTOS ONLY _ SCHEDULED AUTOS - - ' - ' BODILY INJURY (Per_ accident)_ !$ _— - __.. _ HIRED AUTOS ONLY _ NON -OWNED , AUTOS ONLY PROPERTY DAMAGE _(Per accident)- — _. -.. $ $ C X UMBRELLALIAB X OCCUR10,000,000 EACH OCCURRENCE $ EXCESS LIAB ' CLAIMS -MADE 5095997680 11/29/2016; 11/29/2017 - AGGREGATE. $ 10000,000 DED , X RETENT ON $ 10,000 • WORKERS COMPENSATION AND EMPLOYERS' LIABILITY- -IN. LL - -PER - STATUTE - OTH- ER - ANY PROPRIETOR/PARTNER/EXECUTIVE Y N / A E.L EACH.ACCIDENT_ _ - - $- - FFICER/MEMBER EXCLUDED? Mandatory in NH) E.L. DISEASE - EA EMPLOYEE $ If yes, describe under DESCRIPTION OF OPERATIONS below . - - _- - -E.L. DISEASE - POLICY LIMIT $ _ DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if mo a space is requl ed) ert-ficate Holder and ALL REQUIRED ENTITIES its officers, elected officials, employees, agents, and volunteers, when required by Written Contract, are ' dditional Insured (Primary/Non-Contributory), including ONGOIG Completed Operations, with Waiver of Subrogation, per attached -Forms: CNA75079XX 01/15 and CNA74705XX (01/15) (GL), CNA63359XX 04/12 (AUTO) RE: Beech Street Interceptor, Lift station, and force main schedule B, lift station. and force B City protect 2356 No deductible applies to General Liability. CERTIFICATEHOLDER City of Yakima Wastewater Division 2220 E. Viola Yakima, WA 98901 ACORD 25 (2016/03) :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. AUTHORIZED REPRESENTATIVE ©1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD CNA Blanket Additional Insured - Owners, Lessees or Contractors - with Products -Completed Operations Coverage Endorsement This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART It is understood and agreed as follows: 1 The WHO IS AN INSURED section is amended to add as an Insured any person or organization whom the Named Insured is required by written contract to add as an additional insured on this coverage part, including any such person or organization, if any, specifically set forth on the Schedule attachment to this endorsement. However, such person or organization is an Insured only with respect to such person or organization's liability for: A. unless paragraph B. below applies, 1. bodily injury, property damage, or personal and advertising injury caused in whole or in part by the acts or omissions by or on behalf of the Named Insured and in the performance of such Named Insured's ongoing operations as specified in such written contract; or 2. bodily injuryor property damage caused in whole or in part by your work and included in the products -completed operations hazard, and only if a. the written contract requires the Named Insured to provide the additional insured such coverage; and b. this coverage part provides such coverage. B. bodily injury, property damage, or personal and advertising injury arising out of your work described in such written contract, but only if: 1. this coverage part provides coverage for bodily injury or property damage included within the products completed operations hazard; and 2. the written contract specifically requires the Named Insured to provide additional insured coverage under the 11-85 or 10-01 edition of CG2010.or the 10-01 edition of CG2037. II. Subject always to the terms and conditions of this policy, including the limits of insurance, the Insurer will not provide such additional insured with: A. coverage broader than required by the written contract; or B. a higher limit of insurance than required by the written contract. I11. The insurance granted by this endorsement to the additional insured does not apply to bodily injury, property damage, or personal and advertising injury arising out of: A. the rendering of, or the failure to render, anyprofessional architectural, engineering, or surveying services, including: 1. the preparing, approving, or failing toprepare or approve maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications; and 2. supervisory, inspection, architectural or engineering activities; or B. any premises or work for which the additional insured is specifically listed as an additional insured on another endorsement attached to this coverage part. IV. Notwithstanding anything to the contrary in the section entitled COMMERCIAL GENERAL LIABILITY CONDITIONS, the Condition entitled Other Insurance, this insurance isexcess of all other insurance available to the additional insured whether on a primary, excess, contingent or any other basis. However, if this insurance CNA75079XX (1-15) Pagelof2 Policy No:5095022533 Endorsement No: Effective Date: 11/29/2016 Insured Name: Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission. CNA Blanket Additional Insured -Owners, Lessees or Contractors - with Products -Completed Operations Coverage Endorsement is required by written contract to be primary and non-contributory, this insurance will be, primary and non- contributory relative solely to insurance on which the additional insured is a named insured. V. Solely with respect to the insurance granted by this endorsement, the section entitled COMMERCIAL GENERAL LIABILITY CONDITIONS is amended as follows: The Condition entitled. Duties In The Event of Occurrence, Offense, Claim or Suit is amended with the addition of the following: Any additional insured pursuant to this endorsement will as soon as practicable: 1. give the Insurer written notice of any claim, or any occurrence or offense which may result in a claim; 2: except as provided in .Paragraph IV. of this endorsement, agree to make available any other insurance the additional insuredhas for any loss covered under this coverage part; 3. send the Insurer copies of all legal papers received, and otherwise cooperate with the Insurer in the investigation, defense, or settlement of the claim; and 4. tender the defense and.. indemnity of any, claim to any other insurer or self insurer whose policy or program applies to a loss that the Insurer covers under this coverage part. However, if the written contract requires this insurance to. be primary and non-contributory, this paragraph (4) does not apply to insurance on which the additional insured is a named insured. The Insurer has no duty to defend or indemnify an additional insured under this endorsement until the Insurer receives written notice of a claim from the additional insured. VI. Solely with respect to the insurance granted by this endorsement, the section entitled DEFINITIONS is amended to add the following definition: Written contract means a written; contract or written agreement that requires the Named Insured to make.a person or organization an additional insured on this coverage part, provided the contract or agreement: A. is currently in effect or becomes effective during the term of this policy; and B. was executed .prior to: 1. the bodily injury or property damage; or 2. the offense that caused the personal and advertising injury for which the additional insured seeks coverage. Any coverage:granted by this endorsement shall apply solely to the extent permissible bylaw. All other terms and conditions of the Policy remain unchanged. This endorsement, which forms a part of and is for attachment to the Policy issuedby the designated Insurers, takes effect on the effective date of said Policy at the hour stated in said Policy, unless another effectivedate is shown below, and expires concurrently with said Policy. .. . CNA75079XX (1-15) Page 2 of 2 Policy No:5095022533 Endorsement No: Effective Date: 11/29/2016 Insured Name: Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission. 1 1 1 1 1 1 1 r 1 1 1 1 1 1 1 CNA Contractors' General Liability Extension Endorsement It is understood and agreed that this endorsement amends the COMMERCIAL .GENERAL LIABILITY COVERAGE PART as. follows. If any other endorsement attached to this policy amends any provision also amended by this endorsement, then that other ;endorsement controls with respect to such provision, and the changes made bythis endorsement with respect to such provision do not apply. TABLE OF CONTENTS 1. Additional Insureds 2. Additional Insured- Primary And Non -Contributory To Additional Insured's Insurance 3. Bodily Injury - Expanded Definition 4. Broad Knowledge of Occurrence/ Notice of Occurrence 5. Broad Named Insured 6. Broadened Liability Coverage For Damage To Your Product And Your Work 7. Contractual: Liability - Railroads 8. Electronic Data Liability 9. Estates, Legal Representatives and Spouses 10. Expected Or Intended Injury - Exception for Reasonable Force 11. General Aggregate_ Limits of Insurance - Per Project 12. In Rem Actions 13. Incidental Health Care Malpractice Coverage 14. Joint Ventures/Partnership/Limited Liability Companies 15. Legal Liability - Damage To Premises l Alienated Premises / Property In The Named Insured's Care, Custody or Control 16. Liquor Liability 17. Medical Payments 18. ,Non -owned Aircraft Coverage 19. Non -owned Watercraft 20. Personal And Advertising Injury - Discrimination or Humiliation 21. Personal And Advertising Injury - Contractual Liability 22. Property Damage -.Elevators 23. Supplementary Payments 24. Unintentional Failure To Disclose Hazards 25. Waiver of Subrogation - Blanket 26. Wrap -Up Extension: OCIP CCIP, or Consolidated (Wrap -Up) Insurance Programs CNA74705XX (1-15) Page 1 of 17 Insured Name: Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission. Policy. No: 5095022533 Endorsement No: Effective Date: 11/29/2016. CNA Contractors' General Liability Extension Endorsement 1. ADDITIONAL INSUREDS a. WHO IS AN INSURED is amended to include as an Insured any person or organization described in paragraphs A. through H. below whom a Named Insured is required to add as an additional insured on this Coverage Part undera written contractor written agreement, provided such contract or agreement: (1) is currently in effect or becomes effective during the term of this Coverage Part; and (2) was executed prior to: (a) the bodily injury or property damage; or (b) the offense that caused the personal and advertising injury, for which such additional insured seeks coverage. b. However, subject always to the terms and conditions of this policy, including the limits of insurance, the Insurer will not provide such additional insured with: (1) a higher limit of insurance than required by such contract or agreement; or (2) coverage broaderthan required by such contract or agreement, and in no event broader than that describedby the applicable paragraph A. through H. below. Any coverage granted by this endorsement shall apply only to the extent permissible bylaw. A. Controlling Interest Any person or organization with- a controlling .interest in a Named Insured, but. only with respect_ to .such person orrorganization's liability for bodily:injury, property.damage or personal and advertising injury arising out of: 1. such person ororganization'sfinancial control ofa Named Insured; or 2. :premises. such person or organization owns, maintains or:controls while a Named Insured leases or occupies such. premises; provided:that the coverage granted by this paragraph does not apply to structural alterations; new construction or demolition operations performed by, on behalf of, or for such additional insured. B. Co-owner of Insured Premises A co-owner of a premises co -owned by a •Named Insured and:covered under this insurance but only with respect to such co -owner's liability. for bodily injury,:property damage or personal and advertising injury as co-owner of such premises. C. Lessor of Equipment. Any person or organization from whoma Named:Insured leases equipment, but only with respect to liability for bodily injury, property damage:or personal and advertising :injury caused, in whole or in part, by the Named insured's maintenance, operation .or use of such equipment, provided that the occurrence giving rise to such bodily injury, property damage .or the offense giving rise to such personal and advertising injury takes place priorto the termination of such lease. D. Lessor of Land Any• person or organization from whom a :Named Insured leases land but .only with :respect to liability for bodily injury, property damage or .personal and advertising -injury :arising .out of the ownership, maintenance or use of -such land, _provided that the occurrence giving rise to such bodily injury, property damage or the offense giving . rise to such :personal and advertising injury takes place prior to the termination of such lease. The coverage granted by. this .paragraph does not apply to. structural. alterations, new construction or demolition operations performed by, on behalf of, or.for such.additional:insured. E. Lessor of Premises CNA74705XX (1-15) Page 2 of 17 Policy No: 5095022533 Endorsement No: Effective Date: 11/29/2016 Insured Name: Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission. CNA Contractors' General Liability Extension Endorsement An owner or lessor of premises leased to the Named Insured, or such owner or lessor's real estate manager, but only with respect to liability for bodily injury, property damage or personal and advertising injury arising out of the ownership, maintenance or use of such part of the premises leased to the Named Insured, and provided that the occurrence giving rise to such bodily injury or property damage, or the offense giving rise to such personal and advertising injury, takes place prior to the termination of such lease. The coverage granted by this paragraph does not apply to structural alterations, new construction or demolition operations performed by, on behalf of, or for such additional insured. F. Mortgagee, Assignee or Receiver A mortgagee, assignee or receiver of premises but only with respect to such mortgagee, assignee or receiver's liability for bodily injury, property damage or personal and advertising injury arising out of the Named Insured's ownership, maintenance, or use of a premises by a Named Insured. The coverage granted by this paragraph . does not apply to structural alterations, new construction or demolition operations performed by, on behalf of, or for suchadditional insured. G. State or Governmental Agency: or Subdivision or Political Subdivisions — Permits A state or governmental agency or subdivision or political subdivision that has issued a permit or authorization but only with respect to such state or governmental agency or subdivision or political subdivision's liability for bodily injury, property damage or personal and advertising injury arising out of: 1. thefollowing hazards in connection with premises a Named Insured owns, rents, or controls and to which this insurance applies: a. the existence, maintenance, repair, .construction, erection, or removal of advertising signs, awnings, canopies, cellar entrances, coal holes, driveways, manholes, marquees, hoistaway openings, sidewalk vaults, street banners, or decorations and similar exposures; or b. the construction, erection, or removal of elevators; or c. the ownership, maintenance or use of any elevators covered by this. insurance; or 2. the permitted or authorized operations performed by a Named Insured or on a Named Insured's behalf. The coverage granted by this paragraph does not apply to: a. Bodily injury, property damage or personal and advertising injury arising out of operations performed for the state or governmental agency or subdivision or political subdivision;' or b. Bodily injury or property damage included within the products -completed operations hazard. With respect to this provision's requirement that additional insured status must be requested under a written contract or agreement, the Insurer will treat as a written contract any governmental permit that requires the Named Insured to add the governmental entity as an additional insured. H. Trade Show Event Lessor 1. With respect to a Named Insured's participation in a trade show event as an exhibitor, presenter or displayer, any person or organization whom the Named Insured is required to include as an additional insured, but only with respect to such person or organization's liability for bodily injury, property damage or personal and advertising injury caused by: a. the Named Insured's acts or omissions; or b. the acts or omissions of those acting on the Named Insured's behalf, in the performance of the Named Insured's ongoing operations at the trade show event premises during the trade show event. 2. Thecoverage granted by this paragraph does not apply to bodily injury or property damage included within the products -completed operations hazard. CNA74705XX (1-15) Page 3of17 Policy No: 5095022533 Endorsement No: Effective Date: 11/29/2016 Insured Name: Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission. CNA Contractors' General Liability Extension Endorsement 2 . ADDITIONAL INSURED - PRIMARY AND NON-CONTRIBUTORY TO ADDITIONAL INSURED'S INSURANCE The Other Insurance Condition in the COMMERCIAL GENERAL LIABILITY CONDITIONS Section is amended to add the following paragraph: If the Named :Insured has agreed in writing in a contract or agreement that this insurance is primary and non- contributory .relative to an additional insured's own insurance, then this insurance is primary, and the Insurer will not seek contribution from that other insurance. For the purpose of this Provision 2., the additional insured's own insurance means insurance on which the additional insured is a named insured. Otherwise, and notwithstanding anything to the contrary elsewhere in this Condition, the insurance provided to such person or organization is excess of any other insurance available to such person or organization. 3. BODILY INJURY— EXPANDED DEFINITION Under DEFINITIONS, the definition of bodily injuryis deleted and replaced by the following: } Bodily injury means physical injury, sickness or disease sustained by a person, including death, :humiliation, shock; mental anguish or mental injury sustained by that person at anytime which results as a consequence of the; physical injury, sickness or disease. 4 BROAD KNOWLEDGE OF OCCURRENCE/ NOTICE OF OCCURRENCE . Under CONDITIONS the condition entitled Duties in The Event of Occurrence, Offense, Claim or. Suit is amended:to add the following provisions: A. BROAD KNOWLEDGE OF OCCURRENCE The Named Insured must give the Insurer or theInsurer's authorized representative notice of an occurrence, "offense or claim only when the occurrence, offense or claim is known to a natural person Named Insured, to•a partner, executive officer, manager or member of a Named Insured, or an employee designated by any of the above to give such notice. B. NOTICE OF OCCURRENCE The. Named Insured's rights under this Coverage Part will not be, prejudiced if the Named Insured fails to give the Insurer notice of an occurrence, offense or claim and that failure is solely due to the Named Insured's reasonable belief that the bodily injury or property damage is not covered under this Coverage Part. However, the Named Insured shall give written notice of:such occurrence, offense or claim to the Insurer as :soon as the Named Insured is aware that this insurance may apply to such occurrence, offense or claim. 5. BROAD NAMED INSURED. WHO IS AN INSURED is amended to delete its Paragraph 3. in its entirety and replace it with the following: 3. Pursuant to the limitations described in Paragraph 4. below, any organization in which a Named Insured has Management control: a. on the effective date of this Coverage Part; or b. by reason of a Named Insured creating or acquiring the organization during the policy period, qualifies as a Named Insured, provided that there is no other similar liability insurance, whether primary, contributory, excess, :contingent or otherwise, which provides coverage to such organization, or which would have provided coverage but for the exhaustion of its limit, and without regard to whether its coverage is broader or narrower than that provided by this insurance. But this BROAD NAMED INSURED provision does not apply to: (a) any partnership, limited liability company or joint venture; or (b) any organization for which coverage is excluded by another endorsement attached to this Coverage Part. CNA74705XX (1-15) Page 4of17 Policy No: 5095022533 Endorsement No: Effective Date: 11/29/2016 Insured Name: Copyright CNA All Rights Reserved. Includescopyrighted material of Insurance Services Office, Inc., with its permission. CNA Contractors' General Liability Extension Endorsement For the purpose of this provision, management control means: A. owning interests representing more than 50% of the voting, appointment or designation power for the selection of a majority of the Board of Directors of a corporation; or B. having the right, pursuant to a written trust agreement, to protect,control the use.of, encumber or transfer or sell property held bya trust. 4. With respect to organizations which qualify as Named Insureds by virtue of Paragraph 3. above, this insurance does not apply to: a. bodily injury or property damage that first occurred prior to the date of management control, or that first occurs after management control ceases; nor b. personal or advertising injury caused by an offense that first occurred prior to the date ofmanagement control or that first occurs after management control ceases. 5. The insurance provided by this Coverage Part applies to Named Insureds when trading under their own names or under such other trading names or doing -business -as names (dba) as any Named Insured should choose to employ. 6. BROADENED LIABILITY COVERAGE FOR DAMAGE TO YOUR PRODUCT AND YOUR WORK A. Under COVERAGES, Coverage A — Bodily Injury and Property Damage Liability, the paragraph entitled Exclusions is amended to delete exclusions k. and 1. and replace them with the following: This insurance does not apply to: k. Damage to Your Product Property damage to your product arising out of it, or any part of it except when caused by or resulting from: (1) fire; (2) smoke; (3) collapse; or (4) explosion. 1. Damage to Your Work Property damage to your work arising out of it, or any part of it and included in the products -completed operations hazard. This exclusion does not apply: (1) If the damaged work, or the work out of which the damage arises, was performed on the Named Insured's behalf by a subcontractor; or (2) If the cause of loss to the damaged work arises as a result of: (a) fire; (b) smoke; (c) collapse; or (d) explosion. B. The following paragraph is added to LIMITS OF INSURANCE: Subject to 5. above, $100,000 is the most the Insurer will pay. under Coverage A for the sum of damages arising out of any one occurrence because of property damage to your product and your work that is caused by fire, smoke, collapse or explosion and is included withinthe product -completed operations CNA74705XX (1-15) Page 5 of 17 Policy No: 5095. 022533 Endorsement No: Effective Date: 11/29/2016 Insured Name: Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission. CNA ContractorsGeneral Liability Extension Endorsement: hazard. This sublimit does not apply to property, damage to your work if the damaged work, or the work out Of which the:damage arises, was performed on the Named Insured's behalf by a subcontractor. C. This Broadened Liability Coverage For Damage To Your Product And Your Work Provision does not apply if an endorsement of the same name is attached to this:policy. 7. CONTRACTUAL LIABILITY — RAILROADS With respect to operations performed within :50feet of railroad property, the definition of insured contract is replaced by the. following: Insured Contract means: :a: A contract fora lease of premises: However; that portion of the contract for a lease of premises that indemnifies any person or organization for damage by fire to premises while rented to a Named Insured or temporarily occupied by a Named Insured 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 municipality, except in connection with work for a municipality; e. An elevator maintenance agreement; f.: That .part of any other contract or agreement pertaining to the::Named Insured's -business (including an indemnification of a municipality in connection with work performed -for amunicipali_ty) under which the Named Insured assumes the tort liability of another party to,: pay for bodily injury or. propertydamage 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 indemnifies 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; • (2) Under which the Insured, if an architect, engineer or surveyor, assumes liability for an injuryor damage arising out of the insured's rendering or failure to render professionalservices; including those listed in (1). above and supervisory, inspection, architectural or engineering activities. 8. ELECTRONIC DATA LIABILITY A. Under COVERAGES, Coverage A — Bodily Injury and Property Damage Liability, the paragraph entitled Exclusions is amended to delete exclusion p. Electronic.Data and replace it with the following: This insurance does not apply to: p. Access Or DisclosureOf Confidential Or Personal Information And Data -related Liability Damages arising out of: (1) any access to or disclosure of any person's or organization'sconfidential or personal information, including patents, trade secrets, processing methods, customer lists, financial, information, credit card: information, health information or any other type of nonpublic information; or (2) 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. CNA74705XX (1-15) Page 6 of 17 insured Name: Copyright CNA All Rights Reserved. includes copyrighted material of Insurance Services Office; Inc., with its permission. Policy No: 5095022533 Endorsement No: Effective Date: 11/29/2016 C'NA Contractors' General Liability Extension Endorsement However, unless' Paragraph (1) above applies, this exclusion 'does not apply to damages • because of bodily injury. This exclusion applies even if damages are claimed for notification costs, credit monitoring expenses, forensic expenses, public relation expenses or any other loss, cost or expense incurred by the Named Insured or others arising. out of that which is described in Paragraph (1) or (2) above. B. The following paragraph is added to LIMITS OF INSURANCE: Subject to 5. above, $100,000 is the most the Insurer will pay under Coverage A for all damages arising out of any one occurrence because of. property damage that results from physical injury to _tangible property and arises out of electronic data:. C. The following definition:is added to DEFINITIONS: Electronic data means information, facts or programs:stored as or on, created or used on, or transmitted to or from computer software (including. systems and :applications software), hard or floppy disks, CD-ROMS, tapes, drives, celis;_data processing devices or any .other media which are used with electronically controlled equipment. D. :For the purpose of the coverage provided by this ELECTRONIC DATA LIABILITY Provision, the definition of property damage in DEFINITIONS 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. E. If'Electronic Data Liability is provided at a higher limit by another endorsement:attached to this policy, then the $100,000 limit provided.by this ELECTRONIC DATA LIABILITY Provision is part of, and not in addition to, :that higher limit. 9. ESTATES, LEGAL REPRESENTATIVES, AND SPOUSES The estates, heirs, legal representatives and spouses of any natural person insured shall also be insured under this policy; provided, however, coverage is affordediao. such estates, heirs, legal representatives, and:ispouses only for claims arising solely out of their capacity or-status.as such and, in the case of a spouse, where,such claim seeks damages from marital, community property, jointly'held,,propertyor property. fransferred'from..such natural person Insured to such spouse. No coverage is provided'forany act, .error or omission of arr,;estate,.heir, legal representative, or spouse outside the scope of such person's capacity or status assuch; provided, however that the spouse of a natural person Named Insured and the spouses of members orpartners of joint venture or partnership Named Insureds are Insureds with respect.to suchIspouses' acts, errors or omissions in the conduct of the Named Insured's. business. 10. EXPECTED OR INTENDED INJURY—:EX_CEPTION:FOR REASONABLE FORCE Under COVERAGES, Coverage A — Bodily Injury and Property Damage Liability, the paragraph entitled Exclusions is amended to delete the exclusion entitled Expected or Intended Injury and replace it with the following: This.insurance does not apply to: Expected orintended Injury CNA74705XX (1-15) Page 7 of 17 Policy No: 5095022533 Endorsement No: Effective Date: 11/29/2016 Insured Name: Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission. CNA Contractors' General Liability Extension Endorsement 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. 11. GENERAL AGGREGATE LIMITS OF INSURANCE - PER PROJECT A. For each construction project away from premises the Named insured owns or rents, a separate Construction Project General Aggregate .Limit, equal to the amount of the General Aggregate Limit. shown in the Declarations, is the most the Insurer will pay for the sum of: 1. -All damages, under Coverage A, except damages. because of bodily injury or property damage included in the products -completed operations hazard; and 2. All medical expenses under Coverage.C, that arise from occurrences or accidents 'which can be attributed solely to ongoing .operations at that construction project. 'Such payments shall not reduce the General.Aggregate Limit shown.in the. Declarations, nor:the Construction Project General Aggregate Limit of any other construction. project. B. All: 1. . Damages under Coverage B, regardless of the' number of locations or construction projects involved; 2. Damages; under Coverage A, caused by occurrences which cannot be attributed solely .to ongoing operations at a single construction project, except damages because of- bodily injury or property damage included in. the products -completed operations hazard; and 3. . Medical expenses.underCoverage C caused by accidents which cannot be:attributed: solelyto:ongoing operations at a single construction project, will:reduce the General Aggregate Limit shown in:the Declarations. C. The limits shown in the Declarations for Each Occurrence, for Damage To Premises: Rented To You and for Medical Expense continue to apply, but Will:be subject to either.the Construction Project General Aggregate Limit or the General Aggregate Limit shown in the.Declarations, depending on whether the occurrence:can be attributed solely to ongoing operations at a:particular construction project. D. When coverage for liability arising out of the products -completed operations hazard is provided, any payments for damages because of bodily injury orproperty damage included in the products -completed operations hazard will reduce the Products -Completed Operations Aggregate Limit shown in the Declarations, regardless of the number of projects involved. E. If a single construction project away from, premises owned by or rented to the Insured has been 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. 'F. The provisions of LIMITS OF INSURANCE: not otherwise modified by this endorsement shall continue to apply as stipulated. 12..IN REM ACTIONS .A quasi in rem action against any vessel owned or operated by or'for.the Named Insured, or chartered by or for :the Named Insured, will be treated in the same manner as though the action were in. personam‘ against :the Named Insured. 13. INCIDENTAL HEALTH CARE MALPRACTICE COVERAGE Solely with respect to bodily injury that arises out of a health care incident: A. Under COVERAGES, Coverage A — Bodily Injury and Property Damage Liability, the paragraph entitled Insuring Agreement is amended to replace Paragraphs 1.b.(1) and 1.b.(2) with the following: CNA74705XX (1-15) Page 8of17 Policy No: 5095022533 Endorsement No: Effective Date: 11/29/2016 Insured Name: Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services. Office, Inc., with its permission. CNA Contractors' General Liability Extension Endorsement b. This insurance applies to bodily injury provided that the professional health care services are incidental to the Named Insured's primary business purpose, and only if: (1) such bodily injury is caused by an occurrence that takes place in the coverage territory. (2) the bodily injury first occurs during the policy period. All bodily injury arising from an occurrence will be deemed to have occurred at the time of the first act, error, or omission that is part of the occurrence; and B. Under COVERAGES, Coverage A—Bodily Injury and Property Damage Liability, the paragraph entitled Exclusions is amended to: i. add the following to the Employers Liability exclusion: This exclusion applies only if the bodily injury arising from a health care incident is covered by other liability insurance available to the Insured (or which would have been available but for exhaustion of its limits). ii. delete the exclusion entitled Contractual Liability and replace it with the following: This insurance does not apply to: Contractual Liability the Insured's actual or alleged liability under any oral or written contract or agreement, including but not limited to express warranties or guarantees. iii. add the following additional exclusions: This insurance does not apply to: Discrimination any actual or alleged discrimination, humiliation or harassment, including but not Limited to claims based on an individual's race, creed, color, age, gender, national origin, religion, disability, marital status or sexual orientation. Dishonesty or Crime Any actual or alleged dishonest, criminal or malicious act, error or omission. Medicare/Medicaid Fraud any actual or alleged violation of law with respect to Medicare, Medicaid, Tricare or any similar federal, state or local governmental program. Services Excluded by Endorsement Any health care incident. for which coverage is excluded by endorsement. C. DEFINITIONS is amended to: add the following definitions: Health care incident means an act, error or omission by the Named insured's employees or volunteer workers in the rendering of: a. professional health care services on behalf of the Named Insured or b. Good Samaritan services rendered in an emergency and for which no payment is demanded or received. Professional health care services means any health care services or the related furnishing of food, beverages, medical supplies or appliances by the following providers in their capacity as such but solely to the extent they are duly licensed as required: CNA74705XX (1-15) Page 9 of 17 Policy No: 5095022533 Endorsement No: Effective Date: 11/2912016 Insured Name: Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission. Contractors' General Liability Extension Endorsement. a. Physician; b. Nurse; c. Nurse practitioner; d: Emergency medical technician; e: Paramedic; f. Dentist; g. Physical therapist; h. Psychologist; i, Speech therapist; j. Other allied health professional; or Professional health care services does not include any services rendered in connection with human Clinical trials or product testing. ii. delete the definitionof occurrence and replace it with the following: Occurrence means a health care:incident. All acts, errors or omissions that are logically connected by any common fact, circumstance, .situation, transaction, event, advice or decision will be considered to constitute a single occurrence; amend the definition of insured to: a. add the following: the Named Insured's employees are Insureds with respect to: (1) bodily injury to a co -employee while in the course of the co -employee's employment by the Named Insured or while performing duties related to the conduct of the Named Insured's business; and (2) bodily injury to a volunteer worker while performing duties related to the conduct of the Named Insured's business; when such bodily injury arises out of a health care incident. • the Named Insured's volunteer workers areinsureds with respect to: (1) bodily injury to a co -volunteer worker while performing duties_related to the conduct of the Named Insured's business; and (2) bodily injuryto an ernpioyee while in the course of the employee's employment :by the Named Insured or while performing duties related: to the conduct of the Named Insured's business; when such bodily injury arises out of a health care incident. b. delete Subparagraphs (a), (b), (c) and (d) of Paragraph 2.a.(1) of WHO IS AN INSURED. D. The Other Insurance condition is amended to delete Paragraph b.(1) in its entirety and replace it with the following: Other Insurance b. Excess Insurance CNA74705XX (1-15) Page 10of17 Policy No: 5095022533 Endorsement No: Effective Date: 11/29/2016 Insured Name: Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission. CNA Contractors' General Liability Extension Endorsement (1) To the extent this insurance applies, it is excess' over any other insurance, self insurance or risk transfer instrument, whether primary, excess, contingent or on any other basis, except for insurance purchased specifically by the Named Insured to be excess of this coverage. 14. JOINT VENTURES / PARTNERSHIP / LIMITED LIABILITY COMPANIES WHO IS AN INSURED is amended to delete its last paragraph and replace it with the following: No person or organization is an insured with.respect to the conduct ofany current or past partnership; joint venture or limited liability company that is•;not shown as a Named Insured in the Declarations, .except that.if the Named Insured was a joint venturer, partner, or member of a limited liability company and such joint venture; partnership or limited liability company terminated prior to. pr during the policy period, such Named Insured is an Insured with respect to its interest in such joint venture, partnership or limited liability company :but only to th;e extent that: a. any offense giving rise to personal and advertising injury occurred prior to such termination date, and the personal and advertising injury arising out of such offense first occurred after such termination date; b. the bodily Injury or property damage first occurred after such termination date; and c. there is no other valid and collectible insurance purchased specifically to insure the partnership, joint venture or limited liability company; and If the joint venture, partnership or limited liability company is or was insured under a consolidated (wrap-up) insurance program, then such insurance will always be considered valid and collectible for the purpose of paragraph.c. above. But this provision will not serve to exclude bodily injury, property damage or personal and advertising injury that would otherwise be covered under the Contractors General Liability Extension Endorsement provision entitled WRAP-UP EXTENSION: OCIP, CLIP, OR CONSOLIDATED (WRAP-UP) INSURANCE PROGRAMS. Please see that provision for the definition of consolidated (wrap-up) insurance program., 15. LEGAL LIABILITY — DAMAGE TO PREMISES / ALIENATED PREMISES / PROPERTY IN THE NAMED INSURED'S CARE, CUSTODY OR CONTROL A. Under COVERAGES, Coverage A — Bodily Injury and Property Damage Liability, the paragraph entitled Exclusions is amended to delete exclusion j. Damage to .Property in its entirety and replace it with the following: This insurance does not apply to: j• Damage to Property Property damage to: (1) Property the Named Insured owns, rents, or occupies', including any costs or expenses incurred by you, or any other person, organization or entity, for repair,'replacement, enhancement, restoration or maintenance of such property for any reason, including prevention of injury_ lo'a person or damage to another's property; (2) Premises the Named Insured sells, gives away or abandons, if the property damage arises out of any part of those premises; (3) Property loaned to the Named Insured; (4) Personal property in the care, custody or control of the Insured; (5) That particular part of real property on which the Named Insured or anycontractors or subcontractors working directly or indirectly on the Named Insured's behalf are performing operations, if the property damage arises out of those operations; or That particular part of any property that must be restored, repaired or replaced because your work was incorrectly performed on it. (6) CNA74705XX (1-15) Page 11 of 17 Policy No: 5095022533 Endorsement No: Effective Date: 11/29/2016 Insured Name: Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission. CNA Contractors' General Liability Extension Endorsement. Paragraphs (1), (3) and (4) of, this exclusion_ do not apply to property damage (other than damage by fire) to premises rented to the:Named Insured or temporarily occupied by the Named Insured with the permission of the owner, nor to the contents.of premises rented to the Named Insured for a period of 7 'or fewer consecutive days. A separate limit of insurance applies to 'Damage To Premises Rented To You as described in:LIMITS OF INSURANCE: Paragraph_(2).ofthis exclusion does not:apply;if the premises are your work. Paragraphs (3), (4); (5) and' (6) of this exclusion do ,not apply to. liability assumed under a sidetrack :agreement. Paragraph (6)'of this exclusion does.not apply to property damage included in the products-complleted operations hazard. Paragraphs (3) and (4) of this exclusion do not apply to property.damage to: is tools, or equipment the Named Insured borrows from others, nor ii. other personal .property of others in the Named Insured's care, .custody or control while -being used in the Named Insured's operations away from any Named Insured's premises. However, the coverage granted by this exception to Paragraphs (3) and (4) does not apply to: a. property at a job site awaiting or during such property's installation, fabrication, or erection; b. property -that is mobile equipment leased by an Insured; c. property that is an auto, aircraft or watercraft; d. property in transit;.or e. any portion. of property damage for: which the• Insured has available; other valid and collectible insurance, ,or would have such insurance but for exhaustion of its limits, or but for application of one of its exclusions. . A separate limit. of insurance and • deductible apply to such property of others. See LIMITS OF INSURANCE as amended below. B. Under COVERAGES,. Coverage A.=.Bodily Injury and Property Damage Liability, the 'paragraph entitled Exclusions is amended to delete its.last paragraph and replace it with the following: Exclusions.c. through n. do .not apply to damage :by fire to premises while rented to a Named Insured or temporarily occupied by a Named Insured with permission of the owner, nor to damage to the contents of premises rented to a Named Insured for a period of 7 or fewer consecutive days. A separate limit of insurance applies to this coverage as described in LIMITS OF INSURANCE. C. The following paragraph is added to LIMITS OF INSURANCE: Subject:to 5. above, $25;000 is the most.the Insurer will pay. under Coverage A for damages arising out of any one occurrence because. of the sum of all property damage to borrowed tools 'or equipment, and to other personal property of others in the' Named Insured's care, custody or control, while being used in the Named tnsured's_ operations away from any Named Insured's. premises. The Insurer's obligation to pay Stich property damage does not apply until the amount of such property damage exceeds $1,000. The Insurer has the right but not the duty to pay any portion of this $1,000 in order to effect settlement. If the Insurer exercises that right, the Named Insured will. promptly. reimburse the Insurer for any such amount. . D. Paragraph 6., Damage To Premises Rented To You Limit, of LIMITS OF INSURANCE is deleted and replaced by the following: 6. Subject to Paragraph 5. above, (the Each Occurrence. Limit); the :Damage To Premises Rented, To You Limit is the most the Insurer will pay under Coverage A for damages because of property damage to any one premises while rented to the Named Insured. or temporarily occupied by the Named Insured CNA74705XX (1-15) Page 12 of 17 Policy No: 5095022533 Endorsement No: Effective Date: 11/29/2016 Insured Name: Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance`Services Office, Inc., with its permission. CNA Contractors' General Liability Extension Endorsement with the permission of the owner, including contents of such premises rented to the Named insured for a period of 7 or fewer consecutive days. The Damage To Premises Rented To. You Limit is the greater of: a. $500,000; or b. The Damage To Premises Rented To You Limit shown in the Declarations. E. Paragraph 4.b.(1)(a)(ii) of the Other Insurance Condition is deleted and replaced by the following: (ii) That is property insurance for premises rented to the Named Insured, for premises temporarily occupied by the Named Insured with the permission of the owner; or for personal property of others in the Named Insured's care, custody or control; 16. LIQUOR LIABILITY Under COVERAGES, Coverage A — Bodily Injury and Property Damage Liability, the paragraph entitled Exclusions is amended to delete the exclusion entitled Liquor Liability. This LIQUOR LIABILITY provision does not apply to any person or organization who otherwise qualifies as an additional insured on this Coverage Part. 17. MEDICAL PAYMENTS A. LIMITS OF INSURANCE is amended t� delete Paragraph 7. (the Medical Expense Limit) and replace it with the following: 7. Subject to Paragraph. 5. above (the Each Occurrence Limit), the Medical Expense Limit is the most the Insurer will pay under Coverage C — Medical Payments for all medical expenses because of bodily injury sustained by any one person, The Medical Expense Limit is the greater of: (1) $15,000 unless a different amount is shown here: @@@@@@@@@@@@@Cr or (2) the amount shown in the Declarations for Medical Expense Limit. B. Under COVERAGES, the Insuring Agreement of Coverage C — Medical Payments is amended to replace Paragraph 1.a.(3)(b) with the following: (b) The expenses are incurred and reported to the Insurer within three years of, the date of the accident; and This Paragraph B. does not apply to medical expenses incurred in the state of Missouri. 18. NON -OWNED AIRCRAFT Under COVERAGES, Coverage A — Bodily Injury and Property Damage Liability, the paragraph entitled Exclusions is amended as follows: The exclusion entitled Aircraft, Auto or Watercraft is amended to add the following: This exclusion does not apply to an aircraft not owned by any Named Insured, provided that: 1. the pilot in command holds a currently effective certificate issued by the duly constituted authority of the United States of America or Canada, designating that person as a commercial or airline transport pilot; 2. the aircraft is rented with a trained, paid crew to the Named Insured; and 3. the aircraft is not being used to carry persons or property for a charge. 19. NON -OWNED WATERCRAFT Under COVERAGES, Coverage A — Bodily Injury and Property Damage Liability, the paragraph entitled Exclusions is amended to delete subparagraph (2) of the exclusion entitled Aircraft, Auto or Watercraft, and replace it with the following. This exclusion does not apply to: (2) a watercraft that is not owned by any Named Insured, provided the watercraft is: CNA74705XX (1-15) Policy No: 5095022533 Page 13 of 17 Endorsement No: Effective Date: 11/29/2016 Insured Name: Copyright CNA All Rights Reserved. includes copyrighted material of insurance Services Office, Inc., with its permission. CNA Contractors' General Liability Extension Endorsement (a) less than 75 feet long; and (b) 'not being used to carry persons or property for:a'charge. 20. PERSONAL AND ADVERTISING INJURY —DISCRIMINATION OR HUMILIATION A. Under DEFINITIONS, the definition of personal and advertising injury is amended to add the following tort: • Discrimination'or humiliation that results in injury to the feelings or reputation of a natural person. B. Under COVERAGES, Coverage B - Personal and Advertising Injury Liability, 'the paragraph entitled Exclusions is amended to: 1. delete the Exclusion entitled Knowing Violation Of Rights Of Another and replace it with the following: This insurance does not apply to: Knowing Violation of Rights of Another Personal and advertising injury caused by or at the direction of the Insured with the knowledge that the act would violate the rights of another and would inflict personal and advertising injury. This exclusion shall not apply to discrimination or humiliation that results'.in injury to the feelings or reputation of a natural person, but only if such discrimination or humiliation is not done intentionally by or at the direction' of: (a) the Named Insured; or (b) any executive officer, director; stockholder, partner, member or. manager (if .the .Named Insured is a limited liability company) of the Named Insured. 2. add the following exclusions: This insurance does not apply to: Employment Related Discrimination Discrimination or humiliation directly or indirectlyrelated to the employment, prospective :employment, past employment or termination of employment of any person by any Insured. Premises. Related Discrimination discrimination or humiliation arising out of the sale, rental, lease or sub -lease or prospective sale, rental; lease or sub -lease of any room, dwelling or premises by or at the direction of any Insured. Notwithstanding the above, there is no coverage for fines or penalties levied or imposed by a governmental entity because of discrimination. The coverage; provided by this PERSONAL AND ADVERTISING INJURY —DISCRIMINATION OR HUMILIATION Provision does not apply to any person'or organization whose status as an Insured derives solely from • Provision 1. ADDITIONAL INSURED of this endorsement; or • attachment of an additional insured endorsement to this Coverage Part. This PERSONAL AND ADVERTISING INJURY —DISCRIMINATION OR HUMILIATION Provision does not apply to any person or organization who otherwise qualifies 'as an additional insured on this Coverage Part. 21. PERSONAL AND ADVERTISING INJURY - CONTRACTUAL LIABILITY A. Under COVERAGES, Coverage B —Personal and Advertising Injury Liability, the paragraph entitled • Exclusions isamended to delete the exclusion entitled Contractual Liability. CNA74705XX (1-15) Page 14 of 17 Policy No: 5095022533 Endorsement No: Effective Date: 11/29/2016 Insured Name: Copyright CNA All Rights Reserved. Includes copyrighted material of insurance Services Office, Inc., with its permission. CNA Contractors' General Liability Extension Endorsement B. Solely for :the purpose of the coverage provided by. this PERSONAL AND ADVERTISING INJURY - CONTRACTUAL LIABILITY provision, the following changes are made to the section entitled SUPPLEMENTARY PAYMENTS - COVERAGES A AND B: 1. Paragraph 2.d. is replaced by the following: d. The allegations in the suit and the information. the Insurer knows about the offense alleged in such suit are such that no conflict appears to exist between the interests of the Insured and the interests of the indemnitee; 2. The first unnumbered paragraph beneath Paragraph 2.f.(2)(b) is deleted and replaced by the following: So long as the above conditions are met, attorneys fees. incurred by the Insurer in the defense of that indemnitee, necessary litigation expenses incurred by the. Insurer, and necessary litigation expenses incurred by the indemnitee at the Insurer's request.will_be paid as defense costs. Such payments will not be deemed to be damages for personal and advertising injury and will not reduce the limits of insurance. C. This PERSONAL. AND ADVERTISING INJURY - CONTRACTUAL LIABILITY Provision does not apply:if Coverage B -Personal and Advertising Injury Liability is excluded by another endorsement attached to. this Coverage Part. This PERSONAL AND ADVERTISING INJURY - CONTRACTUAL LIABILITY Provision does not apply to any person or organization who otherwise qualifies as an additional insured on this Coverage Part. 22. PROPERTY DAMAGE - ELEVATORS A. Under COVERAGES, Coverage A - Bodily Injury and Property Damage Liability, the paragraph entitled Exclusions is amended such that the Damage to Your Product Exclusion and subparagraphs (3), (4) and (6) of the Damage to :Property Exclusion do not apply to property damage that results from the use of elevators. B. Solely for the purpose of the coverage provided by this PROPERTY DAMAGE - ELEVATORS Provision, the Other Insurance conditions is amended .to add the following paragraph: This insurance is excess Over any of the other insurance,:whether.primary, excess, contingent or on any other basis that is Property insurance coveringproperty of others damaged from the use of elevators. 23. SUPPLEMENTARY PAYMENTS The section entitled SUPPLEMENTARY PAYMENTS —COVERAGES A AND B.is amended as follows: A. Paragraph 1.b. is amended to delete the $250 limit .shown for the cost of bail bonds and replace it with a $5,000. limit; and B. Paragraph 1.d. is amended to delete the limit of $250 shown for daily loss of earnings and replace it with a $1,000. limit. 24. UNINTENTIONAL FAILURE TO DISCLOSE HAZARDS If the Named Insured unintentionally fails to disclose all existing hazards at the inception date of the Named Insured's Coverage Part, the Insurer will not deny coverage under this Coverage Part because.of such failure. 25. WAIVER OF SUBROGATION -BLANKET Under CONDITIONS, the condition entitled Transfer Of Rights Of Recovery Against Others To:Us.is amended to add the following: The Insurer waives any right of recovery the Insurer may have against any person or organization because of payments the Insurer makes for injury or damage arising out of: 1. the Named Insured's ongoing operations; or CNA74705XX:(1-15) Page 15 of 17 Policy No: 5095022533 Endorsement No: Effective Date: 11/29/2016 Insured Name: Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc., with Its permission. Contractors' General Liability Extension Endorsement, 2. your work included in the products -completed operations hazard. However, this waiver applies only when the Named Insured has agreed in writing to waive such rights of recovery a.written contract or written agreement, and only if such contract or agreement: 1. is in effect or becomes. effective during the term of this Coverage Part; and 2.. was executed prior to the bodily injury, property damage or personal and. advertising injury giving rise to the claim. 26. WRAP-UP EXTENSION: OCIP, CCIP, OR CONSOLIDATED (WRAP-UP) INSURANCE PROGRAMS Note: The following provision does not apply to any public construction project in the state of Oklahoma, nor; to any construction project in the state of Alaska, that is not permitted to be insured under a consolidated (wrap- up) insurance program by applicable state statute or regulation. If the endorsementEXCLUSION'—CONSTRUCTION WRAP-UP is attached to this policy, or another exclusionary endorsement pertaining to Owner Controlled- Insurance Programs (O.C.LP.) or Contractor Controlled insurance :Programs .(C.0:I.P..) is attached, then the following changes apply: A. The .following wording is added to the above -referenced endorsement: With respect to a consolidated (wrap-up) insurance program project in which the Named Insured is or was involved, this exclusion does not apply to those sums:the.Named Insured become legally obligated to pay as damages teCause of: 1. • Bodily injury, property damage, 'or .personal or advertising injury that occurs during: the. Named Insured's ongoing operations at the project, or during :such operations of anyone acting on the Named Insured's behalf; nor 2. : Bodily injury or property _damage. included within. the products -completed operations hazard that arises out of those portions of the project that are not residential structures. B. Condition 4. Otherinsurance is amend to add the following subparagraph 4:b:(1)(c): This :insurance is -excess -over: (c) :Any of: the other insurance whether primary, excess, contingent; :or any: other basis: that is insurance . available to the Named Insured as a result of the Named Insured being, a participant in a consolidated (wrap-up) insurance program, but only as respects, the Named Insured's involvement in that consolidated (wrap-up) insurance, program. :C. DEFINITIONS is arnended.to.add the following definitions: Consolidated:(wrap-up) insurance program. means a construction, erection.or'demolition project for which the prime contractor/project manager or owner of the construction project' has secured general liability insurance covering• some or all.of the contractors or subcontractors involved in the project, such as an Owner Controlled Insurance Program (O.C:I.P.) or Contractor Controlled Insurance Program (C.C.I.P.). Residential structuremeans any structure where 30% or more of the square foot.area is.used. or is intended to be used for human residency,.including but not limited:to: 1. single or multifamily housing, apartments, condominiums, townhouses,• co-operatives 'or planned unit developments; and 2. the common areas and:structures appurtenantto the structures in paragraph 1. (including :pools, hot tubs, detached garages; guest houses or any similar structures). 'However, when there, is .no individual ownership of units, residential structure does 'not include military housing, college/university housing or dormitories, long term care facilities, hotels or motels. Residential structure also does not include hospitals or prisons. C NA74705XX .(1-15) Page .16 of 17 Policy No: 5095022533 Endorsement No: Effective Date: 11/29/2016 Insured Name: Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc., with lis permission. 1 1 1 1 1 1 1 Contractors' General Liability Extension Endorsement This WRAP-UP EXTENSION: OCIP, CCIP, OR CONSOLIDATED (WRAP-UP) INSURANCE PROGRAMS Provision does not apply to any person or organization who otherwise qualifies as an additional insured on this Coverage Part. All other terms and conditions of the Policy remain unchanged. This endorsement, which forms a part of and is for attachment to the Policy issued by the designated Insurers, takes effect on the effective date of said Policy at the hour stated in said Policy, unless another effective date is shown below, and expires concurrently with said Policy. CNA74705XX (1-15). Page 17 of 17 Policy No: 5095022533 Endorsement No: Effective Date: 11/29/2016 insured Name: Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission. CNA CNA63359XX (Ed. 04/12) THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. CONTRACTORS EXTENDED. COVERAGE ENDORSEMENT -BUSINESS AUTO PLUS - This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM I. LIABILITY COVERAGE A. Who Is An Insured The following is added to Section 11, Paragraph A.1., Who Is An Insured: 1. a. Any incorporated entity of which the "Named Insured owns a majority of the voting stock on the date of inception of this Coverage Form; provided that, b. The insurance afforded by this provision A.1. does not apply to any such entity that is an "insured" under any other liability "policy" providing "auto" coverage, 2. Any organization you newly acquire or form, other than a limited liability company, partnership or joint venture, and over which you maintain majority ownership interest. The insurance afforded by this provision A.2.. a. Is effective on the acquisition or formation date, and is afforded only until the end of the policy period of this Coverage Form, or the next anniversary of its inception ' date, whichever is earlier. b. Does not apply to: (1) "Bodily injury" �r "property damage',' caused by an "accident" that occurred before you acquired or formed the organization; or (2) Any such organization that is an "insured" under any other liability "policy" providing "auto" coverage. 3. Any person or organization that you are required by a written contract to name as an additional insured is an "insured" but only with respect to their legal liability for acts or omissions of a person; who qualifies as an "insured" under Section II — Who Is An Insured and for whom Liability Coverage is afforded under this policy. If required by written contract, this insurance will. be primary and non-contributory to insurance on which the additional insured is a Named Insured. 4. An "employee" of yours is an "insured" while operating an "auto hired oriented undera contract or agreement in that:"employee's" name,: with your permission, while performing duties related to the' conduct of . your business. "Policy," as used in this provision A. Who Is An Insured, includes those policies that were in force on the inception date of this Coverage Form but: 1. Which are no longer in:force; or 2. Whose limits have:been exhausted. B. Bail Bonds and Loss of Earnings Section 11, Paragraphs A.2: (2) and A.2: (4) are. revised as follows: 1. In a.(2), the limit for the cost of bail bonds is changed from $2,000 to $5,000; and 2. In a.(4), the limit for the loss of earnings is changed from $250:to.$500 a day. C. Fellow Employee Section II, Paragraph B.5 does not apply. Such coverage as is afforded by this provision C. Hs excess over any other collectible insurance: II.. PHYSICAL DAMAGE COVERAGE A. Glass Breakage — Hitting A Bird Or Animal '— Falling Objects Or:Missiles The following is added to Section , III, Paragraph A.3.: With respect to. any covered "auto," any, deductible shown :in the Declarations will not apply to glass breakage' if such glass 'is repaired, in • a manner acceptable to us, rather than replaced. B. Transportation Expenses Section III, Paragraph A.4.a. is revised, with respect to transportation, expense incurred by you, to provide: a. $60 per day, in.lieu of $20; subject to b. $1,800 maximum, in lieu of $600. CNA63359XX Copyright, CNA Corporation, 2000. (Ed. 04/12) Includes copyrighted material of the Insurance Services Office used with its permission. Page 1 of 3 ' CNA C. Loss of Use Expenses Section III, Paragraph A.4.b: is revised, with respect to Toss of use expenses incurred by you, to provide: a. $1,000 maximum, in lieu of $600. D. Hired "Autos" The following is added to Section III. Paragraph A.: 5. Hired "Autos" If Physical Damage coverage is provided under this policy, and such coverage does not extend to Hired Autos, then Physical Damage coverage is extended to: a. Any covered "auto" you lease, hire, rent or borrow without a driver; and b. Any covered "auto" hired or rented by your "employee" without a driver, under a contract in that individual "employee's" name, with your permission, while performing duties related to the conduct of your business. c. The most we will pay for any one "accident" or "loss" is the actual cash value, cost of repair, cost of replacement or $75,000, whichever is less, minus a $500 deductible for each covered auto. No deductible applies to "loss" caused by fire or lightning. d. The physical damage coverage as is provided by this provision is equal to the physical damage coverage(s) provided on your owned "autos." e. Such physical damage coverage for hired "autos" will: (1) include loss of use, provided it is the consequence of an "accident" for which the Named Insured is legally liable, and as a result of which a monetary loss is sustained by the leasing or rental concern. (2) Such coverage as' is provided by this provision will be subject to a limit of $750 per "accident." E. Airbag Coverage The following is added to Section 111, Paragraph B.3.: The accidental discharge of an airbag shall not be considered mechanical breakdown. F. Electronic Equipment CNA63359XX (Ed. 04/12) Section III, Paragraphs B.4.c and B.4.d. are deleted and replaced bythe following: c. Physical Damage Coverage on a covered "auto" also applies to "loss" . to any permanently installed electronic equipment including its antennas and other accessories. d. A $100 per occurrence deductible applies to the coverage provided by this provision. G. Diminution In Value The following is added to Section III, Paragraph B.6.: Subject to the following, the "diminution in value" exclusion does not apply to: a. Any covered "auto" of the private passenger type you lease, ,hire, rent or borrow, without a driver for a period of 30 days or less, while performing duties related to the conduct of your business; and b. Any covered "auto" of the private passenger type hired or rented by your "employee" without a driver for a period of 30 days or Tess, under a contract in that individual "employee's" name, with your permission, while performing duties related to the conduct of your business. c. Such coverage as is provided by this provision is limited to a "diminution in value" loss arising directly out of accidental damage and not as a result of the failure to make repairs; faulty or incomplete maintenance or repairs; or the installation of substandard parts. d. The most we will pay for "loss" to a covered "auto" in any one accident .is the lesser of: (1) $5,000; or (2) 20% of the "auto's" actual cash value (ACV). III. Drive Other Car Coverage -- Executive Officers The following is added to Sections II and Ill: 1. Any "auto" you don't own, hire or borrow is a covered "auto" for Liability Coverage while being used by, and for Physical Damage Coverage while in the care, custody or control of, any of your "executive officers," except: a. An "auto" owned by that "executive officer" or a member of that person's household; or CNA63359XX Copyright, CNA Corporation, 2000. Page 2 of 3 (Ed. 04/12) Includes copyrighted material of the Insurance Services Office used with its permission. ChA b: An "auto" used by that 'executive officer" while working in a business of selling, servicing, repairing or parking "autos." Such Liability and/or Physical Damage Coverage as is afforded by this provision. (1) Equal to the greatest of those coverages afforded any covered "auto'; and (2) Excess over any other collectible insurance. 2 For purposes of this provision, "executive officer" means a person holding any of the officer positions created by your charter, constitution, by-laws or any other similar governing document, and, while a resident of the same household, includes that person's spouse. Such "executive officers" are "insureds" while using a covered. "auto" described in this provision. IV. BUSINESS AUTO CONDITIONS A. Duties In The Event Of Accident, Claim, Suit Or Loss The following is added to Section IV, Paragraph A.2.a.: (4) Your "employees" may know of an "accident" or "loss." This will not mean that you.: have such knowledge, unless such "accident" or "loss" is known .to you or if you are .not an individual, to any of your executive officers or partners or your insurance manager. The following is added to Section , IV, Paragraph A.2.b.: (6). Your "employees may know of documents received concerning a claim or "suit." This will not mean that you V. have such knowledge, unless receipt of such documents is known to you or if you are not an individual, to any of your executive officers or partners or your insurance manager. B. Transfer Of Rights Of Recovery Against Others To Us C NA63359XX (Ed. 04/12) The following is added to Section IV, Paragraph A.5. Transfer Of Rights Of Recovery Against Others To Us: We waive any right of recovery we may have, because of payments we make for injury or damage, against any person:or organization for whom or, which you are 'required by written contract or agreement to obtain this waiver from us. This injury or -damage must arise . out of your activities under a contract with that person or organization.. You must agree to that requirement prior to an "accident" or "loss." C. Concealment, Misrepresentation orFraud The following is added to Section IV, Paragraph B.2.: Your failure to disclose all hazards existing on the date of inceptionof this Coverage Form shall not prejudice you with respect to the coverage afforded provided such failure or omission is not intentional. D. Other Insurance The following is added to Section IV, Paragraph B.5:: Regardless of the provisions of Paragraphs 5.a. and 5.d. above, the coverage provided by this policy shall be on a primary non-contributory basis. This provision is applicable only when required by a written contract. That written contract must have been entered into prior to "Accident" br "Loss." E. Policy Period, Coverage Territory Section IV, Paragraph B. 7.(5):(a). is revised to provide: a. 45 days of coverage in lieu of 30 days. DEFINITIONS Section V. Paragraph C. is deleted and replaced by the: following: "Bodily injury" means bodily injury, sickness or disease sustained by a person, including mental anguish, mental injury or death resulting from any of these. CNA63359XX Copyright, CNA Corporation, 2000. Page 3 of 3 (Ed. 04/12) Includes copyrighted material of the Insurance Services Office used with its permission. City of Yakima - Spring 2017 -Beech Street Interceptor, Lift Station, and Force Main Contract Forms OVTRACTOR'S DECLARATION OF OPTION FOR MANAGEMENT OF:STATUTORY RETAINED PERCENTAGE , "Prior.to beginning the project, complete and submit the "Statement of Intent to Pay -Prevailing Wages" (Sample of the form is provided under the Prevailing Wages section, actual formshall be :obtained from the State) `Retainage is held by the Owner following Substantial Completion. Contractor shall be responsible : for. paying the necessary insurance to the State of Washington. Retainage will not be released until after the -Owner receives the Contractor completed Certification of Industrial Insurance Paid and :Request for Release form and all other contract requirements are met. If Contractor _wishes to have retainage invested, fill out form below and submit to the Owner prior to first progress payment. A. I hereby elect to have the retained percentage of this contract held in a fund by the Owner. Signature - Date • I hereby elect to -have the Owner deposit the retained percentage of this contract in an interest bearing account, not subject to withdrawal until after final acceptance of the work. Signature Date I hereby elect to have a bond in lieu of retained percentage of this contract with a bonding company -found acceptable to the Owner, not subject to release until thirty (30) days after final acceptance of the work. Signature - Date D. I hereby elect to have the Owner invest the retained percentage of this contract from time to time as such retained percentage accrues. I hereby designate as the repository for the escrow of said funds. -I hereby further agree to be fully responsible for payment of all costs or fees incurred as a result of placing said retained percentage in escrow and investing it as authorized by statute. The Owner shall not be liable in any way for any costs or fees in connection therewith. Prior to, the Owner investing any fund in an escrow account, the Contractor shall obtain a Tetter from the repository on their letterhead stating their acceptance of the account, the account number and a statement that they will not release any funds until authorized in writing - by the Owner. Signature Date —7— Z:\Bothell \ Data \ YAK \715-114\Phase 2 - Beech Street Ltft Stanon and Force i\lain\Specs \ Non -technicals \Beech Street Non-Technicals.docx © 2016 RI -I2 Engineering, Inc. 3/30/17 1:51 PM Contract Forms Spring 2017 Contract Forms City of Yakima Beech Street Interceptor, Lift Station, and Force Main Certification of Industrial Insurance Paid and Request for Release Prior to beginning the project the following shall be completed and copied to the Owner: "Statement of Intent to'Pay Prevailing Wages" (Sample of the form is provided under the Prevailing Wages section, actual form shall be obtained from the State) • If Contractor is self-insured, provide proof via letter correspondence from Labor and Industries Self -Insured Certification Services stating self-insurance is in good standing and will be for duration of the project. ) - Prior to project closeout and release of retainage the Contractor shall provide the Owner with the following information for all work on the project including subcontractors work: ,• Complete and submit the State form "Affidavit of Wages Paid" (sample of this form is provided under the Prevailing Wages section. Actual form shall be obtained from the State) • Provide a copy of the Worker's Compensation Rate Notice from the Washington State Department of Labor and Industries • Complete and submit the statement provided below certifying that all industrial insurance has been paid for all work performed on this project Certification of Industrial Insurance Paid • I (Contractor) hereby certify that all industrial insurance has been paid to the State of Washington as required by law for all work on this project including the work of 'subcontractors and that the Owner shall be indemnifiedandheld harmless from any and all claims arising from disputes over payment of industrial insurance with the State or any other person or entity. Signature Date 'Business Name L & I Account ID Unified Business ID (UBI) 3/30/17 1:51 PM Contract Forms —8— Z:\Bothell \ Data \ YAK. \715-114\Phase 2 - Beech Street Taft Station and Force Maui\Specs \ Non -technicals \Beech Street Non-Techmcals.docx © 2016 1tH2 Engineering, Inc.. PREVAILING WAGES 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 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: 04/24/2017 County Trade Job Classification Wage HolidayOvertime Note Yakima Asbestos Abatement Workers Journey Level $17.83. 1 Yakima Boilermakers Journey Levet $64.54 5N 1C Yakima Brick Mason Journey Level $46.34 5A 1M Yakima Building Service Employees Janitor $11.00 1 Yakima Building Service Employees Shampooer $11.14 1 Yakima Building Service Employees Waxer $11.00 1 Yakima Building Service' Employees Window Cleaner $11.00 1 Yakima Cabinet Makers (In Shop) Journey Levet $16.35 1 Yakima Carpenters Journey Level $29.72 1 Yakima Cement Masons Journey Level $40.80 7B 1N Yakima Divers Et Tenders Diver $108.77 5D 4C 8A Yakima Divers Et Tenders Diver On Standby $66.05 5D 4C Yakima Divers 8 Tenders Diver Tender $59.88 5D 4C Yakima Divers Et Tenders Surface Rcv a Rov Operator $59.88 5D 4C Yakima Divers Et Tenders Surface Rcv Et Rov Operator Tender $55.76 5A 4C Yakima Dredge Workers Assistant Engineer $56.44 5D 3F Yakima Dredge Workers Assistant Mate (Deckhand) $56.00 5D 3F Yakima Dredge Workers Boatmen $56.44 5D 3F Yakima Dredge Workers Engineer Welder $57.51 5D 3F Yakima Dredge Workers Leverman, Hydraulic $58.67 5D 3F Yakima Dredge Workers Mates $56.44 5D 3F Yakima Dredge Workers Oiler $56.00 5D 3F • Yakima Drywall Applicator Journey Level $41.68 5D 4C Yakima Drywall Tapers Journey Level $37.46 '7E 1P Yakima Electrical Fixture Maintenance Journey Levet $43.32 1 • Workers Yakima [Yakima Electricians - Inside Cable Splicer $59.51 5A 1 E Electricians - Inside Journey Level $59.30 5A 5A 1E 1 E Yakima Electricians - Inside Welder $61.50 Yakima Electricians - Motor Shop Craftsman $15.37 1 Yakima Yakima Electricians - Motor Shop Journey Level Cable Splicer _....__.__.___.._ Certified Line Welder $14.69 $71.85 $65.71 5A 5A 1 �,_.__..4 _........_............ D 4D . ElectriciansPowerline Construction Yakima Electricians - Powerline Construction Yakima Electricians - Powerline Groundperson $44.12 5A 4D Construction Yakima Electricians - Powerline Heavy Line Equipment Operator $65.71 $65.71 $55.34 ____ __ $65.71 $49.16 5A 5A 5A .__......_.___.__.._... 5A 5A 4D 4D i 4D _ Construction Yakima Yakima Yakima Yakima Electricians - Powerline Journey Level Lineperson Line Equipment Operator Pole Sprayer Powderperson Construction Electricians - Powerline Construction.__._---_---..._.._.....,_..._.-.. Electricians - Powerline _.. 4D 4D . r Construction Electricians - Powerline Construction Yakima Electronic Technicians (Journey Level $23.401 fi $85.45 i 7D 1 � 4A Yakima Elevator Constructors Mechanic Yakima Elevator Constructors Mechanic In Charge $92.35 7D 4A Yakima Fabricated Precast Concrete .Craftsman - In-Factory Work Only $11.001 r 1 1 _._._.....__._........_.-_-- 1 1 _____._ ---------- e Products Yakima Yakima Yakima Yakima Fabricated Precast Concrete Journey Level - In-Factory Work Only __._—_._......._..__....._...-___ Fence Erector Journey Level Journey Level $11.00, __._._..._..._._._..._............. $13.79 61 Products ..............__.._..._.__...____—_________ Fence ce Erectors Flaggers T $24.62 $22.43 _. Glaziers 1B Yakima Heat Et Frost Insulators And Journey Level $25.32 1 Asbestos Workers Yakima Heating Equipment Mechanics [Journey Level $34.85 1 1 Yakima Hod Carriers Et Mason Tenders Journey Level $37.54 $11.00 7A 31 1 Yakima Yakima Industrial Power Vacuum Cleaner Journey Level Inland Boatmen Journey Level Cleaner Operator, YFoamer� Operator Grout Truck Operator $11.00 $11.00 $11.481 1 1 1 j g :, Yakima Inspection/Cleaning/Sealing Of Sewer Et Water Systems By Remote Control Yakima Inspection/Cleaning/Sealing Of Sewer & Water Systems By Remote Control Yakima Inspection/Cleaning/Sealing Of Head Operator $12.78 1 Sewer & Water Systems By Remote Control 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Yakima Inspection/Cleaning/Sealing Of Technician $11.00 1 Sewer Et Water Systems By Remote Control Yakima Inspection/Cleaning/Sealing Of Tv Truck Operator $11.00 1 Sewer £t Water Systems By Remote Control Yakima Insulation Applicators Journey. Level - $41.68 5D 4C Yakima Ironworkers Journeyman $57.66 7N 10 • Yakima Laborers Air, Gas Or Electric Vibrating Screed- - $36.47 7A 31 Yakima Laborers Airtrac Drill Operator $37.54 7A 31 Yakima Laborers Ballast Regular Machine $36.47 7A 31 Yakima Laborers Batch Weighman $34.25 7A 31 Yakima Laborers Brick Pavers $36.47 7A 31 Yakima Laborers Brush Cutter $36.47 7A 31 Yakima Laborers Brush Hog Feeder $36.47 7A 31' Yakima Laborers Burner $36.47 7A 31 Yakima Laborers Caisson Worker $37.54 7A 31 Yakima Laborers Carpenter Tender $36.47 7A 31 Yakima Laborers Cement Dumper -paving ' $37.09 7A 31 Yakima Laborers Cement Finisher Tender $36.47 7A 31 Yakima Laborers Change House Or Dry Shack $36.47 7A 31 Yakima Laborers Chipping Gun (under 30 Lbs.) $36.47 7A 31 Yakima Laborers Chipping Gun(30 Lbs. And Over) $37.09 7A 31 Yakima Laborers ' Choker Setter $36.47 7A 31 Yakima Laborers Chuck Tender $36.47 7A 31 :Yakima Laborers Clary Power Spreader $37.09 7A 31 fff Yakima Laborers Clean-up Laborer $36.47 7A 31 Yakima Laborers Concrete Dumper/chute Operator $37.09 7A 31 Yakima Laborers Concrete Form Stripper $36.47 7A 31 Yakima . Laborers Concrete Placement Crew $37.09 7A 31 Yakima Laborers Concrete Saw Operator/core Driller $37.09 7A 31 Yakima Laborers Crusher Feeder $34.25 7A 31 Yakima Laborers • Curing Laborer $36.47 7A 31 Yakima Laborers Demolition: Wrecking £r Moving (incl. Charred Material) $36.47 7A 31 Yakima Laborers Ditch Digger $36.47 7A 31 Yakima Laborers Diver $37.54 7A 31 Yakima Laborers Drill Operator (hydraulic,diamond) $37.09 7A' 31 Yakima Laborers Dry Stack Walls $36.47 7A 31 Yakima Laborers Dump Person $36.47 7A 31 Yakima Laborers Epoxy Technician $36.47 7A 31 Yakima Laborers Erosion Control Worker $36.47 7A 31 |.._' ILaborers Faller . Bucker .i Saw 1 / $37.09' -. - . � | � !- -- -�-'--^-' -'� ' �]4.25/ 74 � 31 I \ ' -'/ __ ~^ Yakima Laborer Form Setter $36. 3A t �X | �'4 ' � Yakima '. .orers _ .i Basket -d $36.47I -A I l - Yakima 'Laborers General Laborer $36.47! �� � | � �--� | Yakima 'Laborers Grade Checker Et Transit Person $37.541 7A ! 1 31 Yakima !Laborers Grinders $36.471 7A I 31 |Grout Machine Tender $36.47' 7A I 31 4 - !Yakima !Yakjma !Laborers Fine ! �]6.47/ �� | 31 i ` ' ' ' | ' ~- [Yakima !Laborers Firewatch Yakima 'Laborers Yakima I -,-- I �| Tension Beams -'' -4- f - Yakima !Laborers Gu�ea���T��r $37.64' 7A 31------| '----- -' ! -----''---- Yakima LaborersGuardrail Erector / $36.47 7A 31 ^ Yakima Laborers Hazardous Waste Worker (LeveLA) $37.54 7A 31 Yakima ----— !' -bon-- H-~,~,d"~s Waste ~~+e v",ke, (level B) txr ow 7x n ': t- '[�/ ,^..i --.'---- Hazardous Waste Worker (level -) ^--'__' 31 r -- Yakjma ILaborers High Scaler i $37 31 f 1- -��--- ----- Yakima ;Laborers ackhammer $37.09i 7A 31 -1 - Yakima 'Laborers L�e�e mOperatur Yakima !Laborers Maintenance Person $36.471 7A -1 $37.89| 7A 3/31 T� Yakima Laborers 0\anhuieBuildep' mudman ' �3709' TA ]X Yakima !Laborers Material Yard Person $36.471 7A ^ YakimaLaborer Motonnan'dinkyLocnmobve $37.09! 7A 31 i -. ---- ---f Yakima !Laborers INozzleman (concrete Pump, Green $37.091 7A 31 / Cutter When Using Combination | Of High Pressure Air �VVaterOn / � Rock,|[oncrete�Sandblast, � �� / UGm�te, Shotcrete, YYater0a i ^ __ __ _- �� 1 !Yakima |/`�... |"---~"---..-- { ~,�""� `^ | ."="." ��""`=, �m�ux� ��' v� �� 31 L. ��"-' . Laboneo R�tCar $]4.25 7A ]| Yakima . � � __ ;PipeLayer�ad) $37.54} 7A 3/ � -r' �Yakma iLaborer iPipeLayer/��kx $37.09/ TA 1Yakjma |Laborer 1 1 1 1 1 1 1 1 1 1 1 1 31 '----' A� PipePotTender ]7.U9 7A |- � �� + ! _-�� | Yakima !Laborers- |PipeRebner �37.O�� �� 3X ' IPipe Yakima ILaborers Wrapper $37.091 7A ]} ' .1 111 --- - -T - ', !Laborers !Pot Tender $36.47, TA ` 31 . _ - Yakima bonen IPovw1ennan $37.54 7A 31 1 _ _ Yakima LoborersPovwjennan'sHeber $36.47 7A I 31 --I- [Yakima kima Laborers !Power �---- 7�31-- III !Yakima 'Laborers I Railroad Spike Puller - Power 1 $37.09 7A , 31 4 1 ~ 1- iYakima Laborers :Raker 'Asphalt | $37.54 7A , 31 ---�' -----� In I!- -' -[ ^ L....^.~ n"-*"��,��" $37.54 r^ |31 _� - Yakima Laborers Remote Equipment Operator | B7.� 7A 31i � i �_-._ [___-_ , '-� 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Yakima Laborers Rigger/signal Person $37.09 7A 31 Yakima Laborers Rip Rap Person $36.47 7A 31 Yakima Laborers Rivet Buster $37.09 7A 31 Yakima Laborers Rodder $37.09 7A 31 Yakima Laborers Scaffold Erector $36.47 7A 31 Yakima Laborers Scale Person $36.47 7A 31 Yakima Laborers Sloper (over 20") $37.09 7A 31 Yakima Laborers Sloper Sprayer $36.47 7A 31 Yakima Laborers Spreader (concrete) $37.09 7A 31 Yakima Laborers Stake Hopper $36.47 7A 31 Yakima Laborers Stock Piler $36.47 7A 31 Yakima Laborers Tamper Et Similar Electric, Air a Gas Operated Tools $37.09 7A 31 Yakima Laborers Tamper (multiple 8 Self-propelled) $37.09 7A 31 Yakima Laborers Timber Person - Sewer (tagger, Shorer a Cribber) $37.09 7A 31 Yakima Laborers Toolroom Person (at Jobsite) $36.47 7A 31 Yakima Laborers Topper $36.47 7A 31 Yakima Laborers Track Laborer • $36.47 7A 31 Yakima Laborers Track Liner (power) $37.09 7A 31 Yakima Laborers Traffic Control Laborer $36.31 7A 31 8R Yakima Laborers Traffic Control Supervisor $36.31 7A 31 8R Yakima Laborers Truck Spotter $36.47 7A 31 Yakima Laborers Tugger Operator $37.09 7A 31 Yakima Laborers Tunnel Work -Miner $37.64 7A 31 8�C Yakima Laborers Vibrator $37.09 7A 31 Yakima Laborers Vinyl Seamer $36.47 7A 31 Yakima Laborers Watchman $31.25 7A 31 Yakima Laborers Welder $37.09 7A 31 Yakima Laborers Well Point Laborer $37.09 7A 31 Yakima Laborers Window Washer/cleaner $31.25 7A 31 Yakima Laborers - Underground Sewer Et General Laborer £t Topman $36.47 7A 31 Water Yakima Laborers - Underground Sewer Et Pipe Layer $37.09 7A 31 Water Yakima Landscape Construction Irrigation Or Lawn Sprinkler Installers $11.00 1 Yakima Landscape Construction Landscape Equipment Operators Or Truck Drivers $15.45 1 Yakima Landscape Construction Landscaping Or Planting Laborers $11.00 1 Yakima Lathers Journey Level $41.68 5D 4C Yakima Marble Setters Journey Level $46.34 5A 1M Yakima Metal Fabrication (In Shop) Fitter $12.00 1 Yakima Metal Fabrication (In Shop) Laborer $11.00 1 Yakima Metal Fabrication (In Shop) Machine Operator $11.32 1 Yakima Metal Fabrication (In Shop) Painter $12.00 1 Yakima Metal Fabrication (In Shop) Welder $11.32 1 Yakima Millwright Journey Level $26.05 1 Yakima Modular Buildings Journey Level Journey Level Level_. Journey Level $14.111 6Z 5D_._� ZQ. 1 Painters Yakima Yakima $32.15 $5477 1W Pile Driver 4C___.___.___ 1R ____ —_ _---.------Journey Plasterers Yakima ..$54 $53.20 Yakima Playground Et Park Equipment Journey Level $11.00 1 Installers Yakima Plumbers Et Pipefitters Journey Level $78.33 6Z 1Q Yakima Power Equipment Operators Asphalt Plant Operators $58.691 7A 3C I 8P Yakima Power Equipment Operators Assistant Engineer $55.21 7A 3C 1 8P Yakima Yakima Power Equipment Operators Barrier Machine (zipper) Batch Plant Operator, Concrete $58.171 $58.17 $55.21 7A 3C I 8P 7A 3C 8P 7A 3C 8P Power Equipment Operators Yakima Power Equipment Operators Bobcat Yakima Power Equipment Operators IBrokk - Remote Demolition $55.21 Equipment 7A 3C 8P Yakima Power Equipment Operators Brooms$55.211 7A 3C 8P Yakima Yakima Yakima Yakima Power Equipment Operators Bump Cutter ...}____ Cableways Chipper Compressor Concrete Pump: Truck Mount With Boom Attachment Over 42 M 1 $58.17 _ 1 $58.69 $58.171 $55.21 $58.69 7A 3C _-______ 7A 3C 7A 3C 7A 3C 7A 3C 8P 8P j 8P Power Equipment Operators Power Equipment Operators Power Equipment Operators 8P 8P Yakima Power Equipment Operators Yakima Power Equipment Operators Concrete Finish Machine -laser Screed $55.21 7A 3C 8P Yakima Power Equipment Operators Concrete Pump - Mounted Or Trailer High Pressure Line Pump, Pump High Pressure. $57.72 7A 3C I 8P 8P 8P 8P Yakima Power Equipment Operators Concrete Pump: Truck Mount With Boom Attachment Up To 42m Conveyors $58.17 $57.72 7A 3C 7A 3C 7A 3C Yakima Power Equipment Operators Yakima Power Equipment Operators Cranes Friction: 200 tons and over $60.47 Yakima Power Equipment Operators Cranes: 20 Tons Through 44 Tons With Attachments $58.17 7A 3C 8P Yakima Yakima Power Equipment Operators Cranes: 100 Tons Through 199 Tons, Or 150' Of Boom (Including Jib With Attachments) $59.28 $59.88 7A 3C 7A 3C 8P 8P 8P Power Equipment Operators Cranes: 200 tons- 299 tons, or 250' of boom including jib with attachments Yakima Power Equipment Operators Cranes: 300 tons and over or 300' of boom including jib with attachments $60.47 7A 3C ( 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Yakima Power Equipment Operators Cranes: 45 Tons Through 99 Tons, Under 150' Of Boom (including Jib With Attachments) $58.69 • 7A 3C 8P Yakima Power Equipment Operators Cranes: A -frame - 10 Tons And Under $55.21 7A 3C 8P Yakima Power Equipment Operators Cranes: Friction cranes through 199 tons $59.88 7A 3C 8P Yakima Power Equipment Operators Cranes: Through 19 Tons With Attachments A -frame Over 10 Tons $57.72 7A 3C 8P Yakima Power Equipment Operators Crusher $58.17 7A 3C 8P Yakima Power Equipment Operators DeckEngineer/deck Winches (power) $58.17 7A 3C 8P Yakima Power Equipment Operators Derricks, On Building Work $58.69 7A 3C 8P Yakima Power Equipment Operators Dozers D-9 l* Under $57.72 7A 3C 8P Yakima Power Equipment Operators Drill Oilers: Auger Type, Truck Or Crane Mount $57.72 7A 3C 8P Yakima Power Equipment Operators Drilling Machine $59.28 7A 3C . 8P Yakima Power Equipment Operators Elevator And Man -lift: Permanent And Shaft Type $55.21 7A 3C 8P Yakima Power Equipment Operators Finishing Machine, Bidwell And Gamaco 5t Similar Equipment $58.17 7A 3C 8P Yakima Power Equipment Operators Forklift: 3000 Lbs And Over With Attachments $57.72 7A 3C 8P Yakima Power Equipment Operators Forklifts: Under 3000 Lbs. With Attachments $55.21 7A 3C 8P Yakima Power Equipment Operators Grade Engineer: Using Blue Prints, Cut Sheets, Etc $58.17 7A 3C 8P Yakima Power Equipment Operators Gradechecker/stakeman $55.21 7A 3C . 8P • Yakima Power Equipment Operators Guardrail Punch $58.17 7A 3C 8P Yakima Power Equipment Operators Hard Tail End Dump Articulating Off- Road Equipment 45 Yards. & Over $58.69 7A 3C 8P Yakima Power Equipment Operators Hard Tail End Dump Articulating Off-road Equipment Under 45 Yards $58.17 7A 3C 8P Yakima Power Equipment Operators Horizontal/directional Drill Locator $57.72 7A 3C 8P Yakima Power Equipment Operators Horizontal/directional Drill - Operator $58.17 7A 3C 8P Yakima Power Equipment Operators Hydralifts/boom Trucks Over 10 Tons $57.72 7A , . 3C 8P Yakima Power Equipment Operators Hydralifts/boom Trucks, 10 Tons And Under $55.21 7A 3C 8P Yakima Power Equipment Operators Loader, Overhead 8 Yards. it Over $59.28 7A . 3C 8P Yakima Power Equipment Operators Loader, Overhead, 6 Yards. But Not Including 8 Yards $58.69 7A 3C 8P Yakima Power Equipment Operators Loaders, Overhead Under 6 Yards • $58.17 7A 3C 8P Yakima Power Equipment Operators Loaders, Plant Feed $58.171 7A 3C 8P 'Yakima Power Equipment Operators Loaders: Elevating Type Belt -f 57.721 7A $57.721I- $58.171 7A 3C 3C 8P 8P Yakima Power Equipment Operators Locomotives, All Yakima Power Equipment Operators Material Transfer Device $58.17, 7A 1 3C 8P Yakima Power Equipment Operators Mechanics, All (leadmen - $0.50 Per Hour Over Mechanic) $59.28 7A i 3C 8P Yakima Power Equipment Operators Motor Patrol Graders $58.69( $58.691# 7A 1 7A 7A 7A 7A 7A 7A i i ! ! --- 3C 3C 3C 3C 3C 3C 3C 3C 3C 3C 3C 8P j 8P Yakima Yakima Yakima __ Yakima Yakima 1Power Yakima Yakima Power Equipment Operators Mucking Machine, Mole, Tunnel Drill, Boring, Road Header And/or Shield Power Equipment Operators Oil Distributors, Blower Distribution Et Mulch Seeding Operator $55.21 $57.721 $58.17 $59.281 $58.691 8P 8P Power Equipment Operators Outside Hoists (elevators And Man_.._._._.._______._.._._.__..__........ lifts), Air Tuggers,strato ._._.-._.__.. .__. __._.. Power Equipment Operators Overhead, head, Bridge Type Crane: 20 Tons Through 44 Tons Overhead, Bridge Type: 100 Tons And Over Overhead, Bridge Type: 45 Tons Through 99 Tons Pavement Breaker 8P 8P 8P 8P 8P r 8P 8P Equipment Operators Power Equipment Operators Power Equipment Operators $55.21 i 7A 7A Yakima Power Equipment Operators Pile Driver (other Than Crane Mount) $58.17 Yakima Power Equipment Operators Plant Oiler - Asphalt, Crusher $57.72 7A s t 7A Yakima Power Equipment Operators Posthole Digger, Mechanical $55.211 Yakima Power Equipment Operators Power Plant $55.21 7A 3C 1 8P Yakima Power Equipment Operators Pumps - Water $55.21 7A 3C 8P Yakima Power Equipment Operators Quad 9, Hd 41, D10 And Over $58.69 7A 3C 8P Yakima Power Equipment Operators Quick Tower - No Cab, Under 100 Feet In Height Based To Boom $55.21 7A 3C --- 8P , Yakima Power Equipment Operators Remote Control Operator On Rubber Tired Earth Moving Equipment $58.69 7A i 3C ! 8P Yakima Power Equipment Operators Rigger And Bellman $55.211 7A , 3C ! 8P Yakima Power Equipment Operators Rigger/Signal Person, Bellman I (Certified) $57.72 7A I $58.69 7A $55.21 7A $57.721 7A f $58.17 7A ! 3C 3C 3C 3C 3C 8P 8P 8P 8P 8P Yakima Power Equipment Operators Rollagon Yakima Power Equipment Operators Roller, Other Than Plant Mix Yakima Power Equipment Operators Roller, Plant Mix Or Multi -lift Materials Yakima Power Equipment Operators Roto -mill, Roto -grinder Yakima Power Equipment Operators Saws -Concrete$57.721 7A _I 6 $58.17; 7A I i $57.72 7A 3C 3C E ' 8P Yakima Power Equipment Operators Scraper, Self Propelled Under 45 ! Yards 8P 8P 1 Yakima Power Equipment Operators Scrapers - Concrete Et Carry All 3C 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Yakima Power Equipment Operators Scrapers, Self-propelled: 45 Yards And Over $58.69 7A 3C 8P Yakima Power Equipment Operators Service Engineers - Equipment $57.72 7A 3C 8P Yakima Power Equipment Operators Shotcrete/gunite Equipment $55.21 7A 3C 8P Yakima Power Equipment Operators Shovel , Excavator, Backhoe, Tractors Under 15•Metric Tons. $57.72 7A 3C 8P Yakima Power Equipment Operators Shovel, Excavator, Backhoe: Over 30 Metric Tons To 50 Metric Tons $58.69 7A 3C 8P Yakima Power Equipment Operators Shovel, Excavator, Backhoes, Tractors: 15 To 30 Metric Tons $58.17 7A 3C 8P Yakima Power Equipment Operators Shovel, Excavator, Backhoes: Over 50 Metric Tons To 90 Metric Tons $59.28 - 7A 3C 8P Yakima Power Equipment Operators Shovel, Excavator, Backhoes: Over 90 Metric Tons $59.88 7A 3C 8P Yakima Power Equipment Operators Slipform Pavers $58.69 7A 3C 8P Yakima Power Equipment Operators Spreader, Topsider & Screedman $58.69 7A 3C 8P Yakima Power Equipment Operators Subgrader Trimmer $58.17 7A 3C 8P Yakima Power Equipment Operators Tower Bucket Elevators $57.72 7A 3C 8P Yakima Power Equipment Operators Tower Crane Up To 175' In Height Base To Boom $59.28 7A 3C 8P Yakima Power Equipment Operators Tower Crane: over 175' through 250' in height, base to boom $59.88 7A 3C - 8P Yakima Power Equipment Operators Tower Cranes: over 250' in height from base to boom $60.47 7A 3C 8P Yakima Power Equipment Operators Transporters, All Track Or Truck Type $58.69 7A 3C • 8P Yakima Power Equipment Operators Trenching Machines $57.72 7A 3C 8P Yakima Power Equipment Operators Truck Crane Oiler/driver - 100 Tons And Over $58.17 7A 3C 8P Yakima Power Equipment Operators Truck Crane Oiler/driver Under 100 Tons $57.72 7A 3C 8P Yakima Power Equipment Operators Truck Mount Portable Conveyor $58.17 7A 3C 8P Yakima Power Equipment Operators Welder $58.69 7A 3C 8P Yakima Power Equipment Operators Wheel Tractors, Farman Type $55.21 7A 3C 8P Yakima Power Equipment Operators Yo Yo Pay Dozer $58.17 7A 3C 8P Yakima Power Equipment Operators- Asphalt Plant Operators $58.69 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Assistant Engineer $55.21 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Barrier Machine (zipper) $58.17 7A 3C 8P Underground Sewer & Water Yakima Power' Equipment Operators- Batch Plant Operator, Concrete $58.17 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Bobcat $55.21 7A 3C 8P Underground Sewer & Water Yakima Yakima Yakima Power Equipment Operators- Brokk - Remote Demolition Equipment Brooms Bump Cutter $55.21 7A $55.21 1 7A I $58.17 7A 3C 3C 3C 8P 8P 8P Underground Sewer & Water Power Equipment Operators- Underground Sewer Et Water Power Equipment Operators- Underground Sewer Et Water Yakima Power Equipment Operators- Cableways $58.69! 7A 3C 8P Underground Sewer Et Water I Yakima Power Equipment Operators- Chipper $58.171 7A 3C 8P Underground Sewer Et Water i Yakima Power Equipment Operators- Compressor $55.211 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Concrete Pump: Truck Mount With $58.691 7A 3C 8P Underground Sewer & Water Boom Attachment Over 42 M Yakima Power Equipment Operators- Concrete Finish Machine -laser $55.2117A 3C 8P Underground Sewer Et Water Screed i Yakima Power Equipment Operators- Concrete Pump -Mounted Or Trailer High Pressure Line Pump, Pump High Pressure. $57.721 7A j 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Concrete Pump: Truck Mount With $58.17 7A 3C 8P Underground Sewer Et Water Boom Attachment Up To 42m Yakima Power Equipment Operators- Conveyors $57.721 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Cranes Friction: 200 tons and over $60.471 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Cranes: 20 Tons Through 44 Tons $58.17' 7A 3C 8P Underground Sewer Et Water With Attachments Yakima Power Equipment Operators- Cranes: 100 Tons Through 199 $59.281 7A 3C 8P Underground Sewer & Water Tons, Or 150' Of Boom (Including 1 Jib With Attachments) Yakima Power Equipment Operators- Cranes: 200 tons- 299 tons, or $59.881 7A 3C 8P Underground Sewer & Water 250' of boom including jib with attachments 'Yakima Power Equipment Operators- Cranes: 300 tons and over or 300' of boom including jib with attachments $60.47 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Cranes: 45 Tons Through 99 Tons, $58.691 7A 3C 8P Underground Sewer & Water Under 150' Of Boom (including Jib C With Attachments) -I- Yakima Power Equipment Operators- Cranes: A -frame - 10 Tons And 3C 8P $55.211 7A Underground Sewer & Water Under Yakima Power Equipment Operators- Cranes: Friction cranes through $59.881 7A 3C 8P Underground Sewer & Water 1199 tons Yakima Power Equipment Operators- Cranes: Through 19 Tons With $57.72 7A 3C 8P Underground Sewer & Water Attachments A -frame Over 10 Tons Yakima Power Equipment Operators- Crusher $58.17 7A 3C 8P Underground Sewer & Water 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Yakima Power Equipment Operators- Deck Engineer/deck Winches (power) $58.17 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Derricks, On Building Work $58.69 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Dozers D-9 Et Under $57.72 7A 3C . 8P Underground Sewer Et Water Yakima Power Equipment Operators- Drill Oilers: Auger Type, Truck Or Crane Mount $57.72 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Drilling Machine $59.28 7A 3C 8P Underground Sewer &t Water Yakima Power Equipment Operators- Elevator And Man -lift: Permanent And Shaft Type $55.21 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Finishing Machine, Bidwell And Gamaco Et Similar Equipment $58.17 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Forklift: 3000 Lbs And Over With - Attachments $57.72 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Forklifts: Under 3000 Lbs. With Attachments $55.21 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Grade Engineer: Using Blue Prints, Cut Sheets, Etc $58.17 7A . 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Gradechecker/stakeman $55.21 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Guardrail Punch. • $58.17 7A ' 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Hard Tail End Dump Articulating Off- Road Equipment 45 Yards. Et Over $58.69 • 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Hard Tail End Dump Articulating Off-road Equipment Under 45 Yards $58.17. - 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Horizontal/directional Drill Locator $57.72 7A 3C 8P . Underground Sewer Et Water Yakima Power Equipment Operators- Horizontal/directional Drill Operator $58.17 7A 3C 81D Underground Sewer Et Water Yakima Power Equipment Operators- Hydralifts/boom Trucks Over 10 Tons $57.72 7A 3C, 8P Underground Sewer Et Water Yakima Power Equipment Operators- Hydralifts/boom Trucks, 10 Tons And Under $55.21 , ,7A 3C 8P Underground Sewer &t Water Yakima Power Equipment Operators- Loader, Overhead 8 Yards. Et Over $59.28 7A 3C 8P Underground Sewer a Water Yakima Power Equipment Operators- Loader, Overhead, 6 Yards. But Not Including 8 Yards. $58.69 7A . 3C 8P Underground Sewer &Water Yakima Power Equipment Operators- Loaders, Overhead Under 6 Yards $58.17 7A 3C 8P Underground Sewer &t Water Yakima Power Equipment Operators- Loaders, Plant Feed $58.'17 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Loaders: Elevating Type Belt $57.72 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators - Underground Sewer Et Water Yakima Power Equipment Operators - Underground Sewer Et Water Yakima Power Equipment Operators- UnderRround Sewer & Water Yakima Power Equipment Operators - Underground Sewer & Water Yakima Power Equipment Operators - Underground Sewer & Water Yakima Power Equipment Operators - Underground Sewer & Water Yakima .......... Yakima Power Equipment Operators- EUnderground Sewer & Water Power Equipment Operators- UnderQround Sewer & Water Yakima Power Equipment Operators - Underground Sewer & Water Yakima Power Equipment Operators- UnderQround Sewer & Water Yakima Power Equipment Operators - Underground Sewer & Water Yakima Power Equipment Operators - Underground Sewer & Water Yakima Power Equipment Operators - Underground Sewer & Water Yakima Power Equipment Operators - Underground Sewer & Water Yakima Power Equipment Operators - Underground Sewer & Water Yakima Yakima Yakima Yakima Power Equipment Operators - Underground Sewer & Water Power Equipment Operators - Underground Sewer & Water Power Equipment Operators - Underground Sewer & Water Locomotives, All Material Transfer Device ;Mechanics, All (leadmen - $0.50 Per Hour Over Mechanic) ;Motor Patrol Graders Mucking Machine, Mole, Tunnel Drill, Boring, Road Header And/or Shield Oil Distributors, Blower Distribution & Mulch Seeding 1 Operator Outside Hoists (elevators And Manlifts), Air Tuggers,strato Overhead, Bridge Type Crane: 20 Tons Through 44 Tons 3C 3C !-- 3C -4- $58.691 7A j 3C $58.69; 7A 3C $55.211 7A 3C 8P 8P 8P 8P $57.721 7A $58.171 7A 3C 8P 3C Overhead, Bridge Type: 100 Tons $59.28; 7A jAnd Over Overhead, Bridge Type: 45 Tons $58.69; 7A Through 99 Tons Pavement Breaker $55.21 Power Equipment Operators - Underground Sewer & Water Yakima Power Equipment Operators - Underground Sewer & Water Yakima Power Equip...__.__.__._.____.___.___.._........... ment Operators - Underground Sewer & Water Power Equipment Operators - Underground Sewer & Water Yakima Power Equipment Operators - 3C Pile Driver (other Than Crane $58.17 Mount) !Plant Oiler Asphalt, Crusher 57.721 7A 3C � a '1Posthole Digger, Mechanical $55.211 7A ! 3C 7A 3C 8P 3C 8P Power Plant !Pumps - Water Quad 9, Hd 41, D10 And Over ;Quick Tower - No Cab, Under 100 Feet In Height Based To Boom 1, Remote Control Operator On !Rubber Tired Earth Moving Equipment Rigger And Bellmany Rigger/Signal Person, Bellman (Certified) Rollagon Roller, Other Than Plant Mix $55.21, 7A $55.21 7A 3C $58.691 7A $55.211 7A $58.69 7A 3C 3C 55.21, 7A $57.72 7A 8P $58.69 7A $55.21 7A 3C 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Underground Sewer & Water Yakima Power Equipment Operators- Roller, Plant Mix Or Multi -lift Materials $57.72 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Roto -mill, Roto -grinder $58.17 7A 3C 8P Underground Sewer &t Water Yakima Power Equipment Operators- Saws - Concrete $57.72 7A 8P. Underground Sewer Et Water Yakima Power Equipment Operators- Scraper, Self Propelled Under 45 Yards $58.17 7A 8P Underground Sewer Et Water- Yakima Power Equipment Operators- Scrapers - Concrete Et Carry All $57.72 7A 8P Underground Sewer & Water Yakima Power Equipment Operators- Scrapers, Self-propelled: 45 Yards And Over $58.69 7A- 3C 8P . Underground Sewer Et Water Yakima Power Equipment Operators- Service Engineers - Equipment $57.72 7A 3C 8P Under round SewerEt Water Yakima Power Equipment Operators- Shotcrete/gunite Equipment $55.21 7A 8P Under • round Sewer Et Water Yakima Power Equipment Operators- Shovel , Excavator, Backhoe, Tractors Under 15 Metric Tons. $57.72 7A 8P Under round Sewer & Water . Yakima Power Equipment Operators- Shovel, Excavator, Backhoe: Over 30 Metric Tons To 50 Metric Tons $58.69 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Shovel, Excavator, Backhoes, Tractors: 15 To 30 Metric Tons $58.17 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Shovel, Excavator, Backhoes: Over 50 Metric Tons To 90 Metric Tons $59.28 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Shovel, Excavator, Backhoes: Over 90 Metric Tons $59.88 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Slipform Pavers $58.69. 7A 8P Underground Sewer & Water Yakima Power Equipment Operators- Spreader, Topsider & Screedman - . $58.69 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Subgrader Trimmer $58.17 . 7A 3C , 8P Under• round Sewer & Water Yakima Power Equipment Operators- Tower Bucket Elevators $57.72 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Tower Crane Up To 175' In Height Base To Boom $59.28 7A . 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Tower Crane: over 175' through 250' in height, base to boom $59.88 7A 3C 8P Under• round Sewer & Water Yakima- Power Equipment Operators- Tower Cranes: over 250' in height from base to boom $60.47 7A • 3C ' 8F Underground Sewer & Water Yakima Power Equipment Operators- Transporters, All Track Or Truck Type $58.69 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Trenching Machines $57.72 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Truck Crane Oiler/driver - 100 $58.17 7A 3C ---I 8P !Underground Sewer & Water Yakima Power Equipment Operators - °Underground Sewer & Water Yakima Power Equipment Operators - !Underground Sewer & Water Yakima :Power Equipment Operators- ` Underground Sewer & Water Yakima Power Equipment Operators - Underground Sewer Et Water Tons And Over !Truck Crane Oiler/driver Under 1100 Tons !Truck Mount Portable Conveyor Welder Wheel Tractors, Farmall Type Yakima !Power Equipment Operators - !Underground Sewer & Water € Yo Yo Pay Dozer Yakima !Power Line Clearance Tree Trimmers Yakima ;Power Line Clearance Tree ;Trimmers Yakima !Power Line Clearance Tree !Trimmers Yakima Power Line Clearance Tree Trimmers [Yakima !Power Line Clearance Tree 'Trimmers Yakima !Refrigeration & Air Conditioning ;Mechanics Yakima !Residential Brick Mason Yakima !Residential Carpenters Yakima 1Residential Cement Masons Journey Level In Charge !Spray Person Tree Equipment Operator Tree Trimmer Tree Trimmer Groundperson !Journey Level ,Journey Level 'Journey Level ;Journey Level Yakima !Residential Drywall Applicators Journey Level Yakima !Residential Drywall Tapers !Journey Level Yakima 1Residential Electricians !Journey Level Yakima 1Residential Glaziers ;Journey Level Yakima ;Residential Insulation Applicators 'Journey Level Yakima 'Residential Laborers !Journey Level Yakima 1 Residential Marble Setters :Journey Level Yakima 1Residential Painters 'Journey Level Yakima Residential Plumbers & Pipefitters Journey Level Yakima !Residential Refrigeration & Air !Conditioning Mechanics Journey Level 5A 5A ! 4A 5A 4A 5A 4A 1 1 Yakima ±Residential Sheet Metal Workers 1Journey Level (Field or Shop) Yakima {I Residential Soft Floor Layers !Journey Level Yakima IResidential Sprinkler Fitters (Fire !Journey Level ;Protection) Yakima Residential Stone Masons LJourney Level $31.65; $29.001 $17.14! $11.86° $18.00! $17.00: $21V: 98_1 $22.43 61 $14.38 $11.02 $29.00 $16.32 $20.55 $28.11 $41.28 5A $17.55[ $11.00! $16.00! Yakima °Residential Terrazzo Workers !Journey Level $11.001 _ Yakima !Residential Terrazzo/Tile Finishers Journey Level I $17.001 Yakima !Residential Tile Setters :Journey Level $16.78! 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Yakima Roofers Journey Level $12.00 1 Yakima Sheet Metal Workers Journey Level (Field or Shop) $56.06 5A 1X Yakima Sign Makers it Installers Journey Level $14.65 1 (Electrical) Yakima Sign Makers & Installers (Non- Journey Level . $14.65 1 Electrical Yakima Soft Floor Lavers Journey Level $23.11 5A 1N Yakima Solar Controls For Windows Journey Level $11.00 1• Yakima Sprinkler Fitters (Fire Protection) Journey Level $26.43 1 Yakima Stage Rigging Mechanics (Non Journey Level $13.23 1 Structural) Yakima Stone Masons Journey Level $46.34 5A 1M Yakima Street And Parking Lot Sweeper Journey Level $11.00 1 Workers Yakima Surveyors Assistant Construction Site Surveyor $57.72 7A 3C 8P Yakima Surveyors Chainman $57.17 7A 3C 8P Yakima Surveyors Construction Site Surveyor $58.69 7A 3C 8P Yakima Telecommunication Technicians Journey Level $20.00 1 Yakima Telephone Line Construction - Cable Splicer $38.84 5A 2B Outside Yakima Telephone Line Construction - Hole Digger/Ground Person $21.45 5A 2B Outside Yakima Telephone Line Construction - Installer (Repairer) $37.21 5A 2B Outside Yakima Telephone Line Construction - Special Aparatus Installer I $38.84 5A 2B Outside Yakima Telephone Line Construction - Special Apparatus Installer II $38.03 5A 2B Outside Yakima • Telephone Line Construction - Telephone Equipment Operator (Heavy) $38.84 5A 2B Outside Yakima Telephone Line Construction - Telephone Equipment Operator (Light) $36.09 5A 2B Outside Yakima Telephone Line Construction - Telephone Lineperson $36.09 5A 2B Outside Yakima Telephone Line Construction - Television Groundperson $20.33 5A 2B Outside Yakima Telephone Line Construction - Television Lineperson/Installer $27.21 5A 2B Outside Yakima Telephone Line Construction - Television System Technician $32.55 5A 2B Outside Yakima Telephone Line Construction - Television Technician $29.18 5A 2B Outside Yakima Telephone Line Construction - Tree Trimmer $36.09 5A 2B Outside Yakima Terrazzo Workers Journey Level $39.42 5A 1M Yakima !Tile Setters Yakima Tile. Marble Et Terrazzo Finishers Yakima Traffic Control Stripers Yakima Truck Drivers Yakima Truck Drivers Yakima Truck Drivers Truck Drivers Yakima Yakima Yakima Journey Level Journey Level Journey Level $39.42 5A 1M a- $32.20 5A $44.85 7A 1M 1K Truck Drivers Well Drillers Et Irrigation Pump Installers Asphalt Mix Dump Truck Et Trailer(c.wa-760) _' Dump Truck(c.wa-760) Other Trucks(c.wa-760) Transit Mixer $14.19 $40.58 $40.58 $40.58 $38.96 Irrigation Pump Installer $25.44 Yakima Well Drillers Et Irrigation Pump Installers Yakima Well Drillers Et Irrigation Pump Installers Oiler $11.00 Well Driller $18.00 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Benefit Code Key — Effective 3/3/2017 thru 8/30/2017 Overtime Codes Overtime calculations are based on the hourly rate actually paid to the worker. On public works projects, the hourly rate must be not less than the prevailing rate of wage minus the hourly rate of the cost of fringe benefits actually provided for the worker. 1. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. B. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. C. The first two (2) hours after eight (8) regular hours Monday through Friday and the first ten (10) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All other overtime hours and all hours worked on Sundays and holidays shall be paid at double the hourly rate:of wage. D. The first two (2) hours before or after a five -eight (8) hour workweek day or a four -ten (10) hour workweek day and the first eight (8) hours worked the next day after either workweek shall be paid at one and one=half times the hourly rate of wage. All additional hours worked and all worked on Sundays and holidays shall be paid at double the hourly rate of wage. The first two (2) hours after eight (8) regular hours Monday through Friday and the first eight (8) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All other hours worked Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. F. The first two (2) hours after eight (8) regular hours Monday through Friday and the first ten (10) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All other overtime hours worked, except Labor Day, shall be paid at double the hourly 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 paidat 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 hours Monday through Friday and the first ten (10) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked over ten (10) hours Monday • through Saturday, Sundays and holidays shall be paid at double the hourly rate of wage. K. All hours worked on Saturdays and Sundays shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays shall be paid at double the hourly rate of wage. 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 3/3/2017 thru 8/30/2017 Overtime Codes Continued 1. 0. The first ten (10) hours worked on Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays, holidays and after twelve (12) hours, Monday through Friday and after ten (10) hours on Saturday shall be paid at double the hourly rate of wage. P. All hours worked on Saturdays (except makeup days if circumstances warrant) and Sundays shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays shall be paid at double the hourly rate of wage. 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 times the hourly rate of wage. All hours worked on holidays and all other overtime hours worked, except Labor Day, shall be paid at double the hourly rate of wage. All hours worked on Labor Day shall be paid at three times the hourly rate of wage. U. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays (except Labor Day) shall be paid at two tines the hourly rate of wage. All hours worked on Labor Day shall be paid at three times the hourly rate of wage. V. All hours worked on Sundays and holidays (except Thanksgiving Day and Christmas day) shall be paid at one and one-half times the hourly rate of wage. All hours worked on Thanksgiving Day and Christmas day shall be paid at double the hourly rate of wage. W. All hours worked on Saturdays and Sundays (except make-up days due to conditions beyond the control of the employer)) shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays shall be paid at double the hourly rate of wage. X. The first four (4) hours after eight (8) regular hours Monday through Friday and the first twelve (12) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked over twelve (12) hours Monday through Saturday, Sundays and holidays shall be paid at double the hourly rate of wage. When holiday falls on Saturday or Sunday, the day before Saturday, Friday, and the day after Sunday, Monday, shall be considered the holiday and all work performed shall be paid at double the hourly rate of wage. Y All hours worked outside the hours of 5:00 am and 5:00 pm (or such other hours as may be agreed upon by any employer and the employee) and all hours worked in excess of eight (8) hours per day (10 hours per day for a 4 x 10 workweek) and on Saturdays and holidays (except labor day) shall be paid at one and one-half times the hourly rate of wage. (except for employees who are absent from work without prior 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 Benefit Code Key — Effective 3/3/2017 thru 8/30/2017 Overtime Codes Continued 2. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. B. All hours worked on holidays shall be paid at one and one-half times the hourly rate of wage. C. All hours worked on Sundays shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays shall be paid at two times the hourly rate of wage. F. The first eight (8) hours worked on holidays shall be paid at the straight hourly rate of wage in addition to the holiday pay. All hours worked in excess of eight (8) hours on holidays shall be paid at double the hourly 'rate of wage. G. All hours worked on Sunday shall be paid at two times the hourly rate of wage. All hours worked on paid holidays shall be paid at two and one-half times the hourly rate of wage including holiday pay. H. All hours worked on Sunday shall be paid at two times the hourly rate of wage. All hours worked on holidays shall be paid at one and one-half times the hourly rate of wage. 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 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. 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:OO pm and midnight shall receive an additional one dollar (51.00) 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 nornal 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. 3 Benefit Code Key — Effective 3/3/2017 thru 8/30/2017 Overtime Codes Continued 3. D. All hours worked between the hours of 6:00 pm and 6:00 am, Monday 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 tines 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. 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. H. 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 perforned 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. 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. However, 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. 4 Benefit Code Key — Effective 3/3/2017 thru 8/30/2017 Overtime Codes Continued 4. 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) hours 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. E. The first two (2) hours after eight (8) regular hours Monday. through Friday and the first eight (8) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All other hours worked Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. 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 Monday or Friday not utilized in the normal four-day, ten hour work week, and Saturday shall be paid at one and one half (1Y2) times the regular shift rate for the first 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 hours 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. H. 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 overtime hours worked, except Labor Day, and all hours on Sunday 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. Holiday Codes 5. A. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, and Christmas Day (7). B. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, the day before Christmas, and Christmas Day (8). C. Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (8). D. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and 5 Benefit Code Key — Effective 3/3/2017 thru 8/30/2017 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). Holiday Codes Continued 5. 1. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, and Christmas Day (6). J. Holidays: New Year's Day, Memorial Day, Independence Day, Thanksgiving Day, Friday after Thanksgiving Day, Christmas Eve Day, And Christmas Day (7). K. Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday After Thanksgiving Day, The Day Before Christmas, And Christmas Day (9). L. Holidays: New Year's Day, Martin Luther King Jr. Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, And Christmas Day (8). N. Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Veterans' Day, Thanksgiving Day, The Friday After Thanksgiving Day, And Christmas Day (9). P. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday And Saturday After Thanksgiving Day, The Day Before Christmas, And Christmas Day (9). If A Holiday Falls On Sunday, The Following Monday Shall Be Considered As A Holiday. 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). 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, Labor Day, Veterans' Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, and Christmas Eve Day (1 1). H. Paid Holidays: New Year's Day, New Year's Eve Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday After Thanksgiving Day, Christmas Day, The Day After Christmas, And A Floating 6 Benefit Code.Key — Effective 3/3/2017 thru 8/30/2017 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). Holiday Codes Continued 6. 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). 7. 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. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day, And Christmas Day (8). Any Holiday Which Falls On A Sunday Shall Be Observed As A Holiday On The Following Monday. If any of the listed holidays falls on a Saturday, the preceding Friday shall be a regular work day. -B. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day, And Christmas Day (8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. C. Holidays: New Year's Day, Martin Luther King Jr. Day, Memorial Day, Independence Day, Labor Day, 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 observed as a holiday on the preceding Friday. F. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, the last working day before Christmas day and Christmas day (8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. G. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, and Christmas Day (6). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. H. Holidays: New Year's Day, Martin Luther King Jr. Day, Independence Day, Memorial Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, the Last Working Day before Christmas Day and Christmas Day (9). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. 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 7 Benefit Code Key — Effective 3/3/2017 thru 8/30/2017 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. Holiday Codes Continued 7. 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. 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. 8 1 1 1 Benefit Code Key — Effective 3/3/2017 thru 8/30/2017 Note Codes 8. A. In addition to the hourly wage and fringe benefits, the following depth premiums apply to depths of fifty feet or more: Over 50' To 100' -$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 Note Codes Continued 1 1 1 1 r 1 1 1 1 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 hazrnat 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 hazrnat projects receive additional hourly premiums as follows: Levels A & B: $1.00, Levels C & D: $0.50. N. Workers on hazmat projects receive additional hourly premiums as follows -Level A: $1.00, Level B: $0.75, Level C: $0.50, And Level D: $0.25. P. Workers on hazmat projects receive additional hourly premiums as follows -Class A Suit: $2.00, Class B Suit: $1.50, Class C Suit: $1.00, And Class D Suit $0.50. Q. The highest pressure registered on the gauge for an accumulated time of more than fifteen (15) minutes during the shift shall be used in determining the scale paid. 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 utilized. 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. 9 Benefit Code Key — Effective 3/3/2017 thru 8/30/2017 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 hazmat 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 fifty (150) feet above grade elevation receive an additional $0.50 per hour. 10 1 Depai Intent of Labor and Industries Prevailing Wage I(360) 902-5335 www.lni.wa.gov/TradesLicensing/PrevWage • This form must be typed or printed in ink. • Fill in all blanks or the form will be returned for correction (see instructions). I• Please allow a minimum of 10 working days for processing.' • Once approved, your form will be posted online at https://fortress.wa.gov/Ini/pwianub/SearchFor.asp IYour Company Information Your Company Name ABC Company, Inc. Your Address 1234 Main Street City Olympia IYour Contractor Registration Number ABCCI*0123AA State WA Zip+4 98501-1234 Your UBI Number 123456789 Your Industrial Insurance Account Number 1111,111-11 Your Email Address (required for notification of approval) prevailingwage@lni.wa.gov Your Phone Number (555) 555-5555 Additional Details Your Expected Job Start Date (rtn/dd/yyyy) 01/01/2011 G IJob Site Address/Directions State Street @ Plum Street ARRA Funds 1 1 Does this project utilize American Recovery and ❑ Yes ®No Prime Contractor's Company Information Prime Contractor's Company Name XYZ Company, Inc. Prime Contractor's Registration Number XYZIN*0123AA Reinvestment Act (ARRA\)'fd d\ Prime Contractors Intent Nullifier Prime Contact\\ B1-Numb 987654321 STATEMENT OF INTENT TO PAY PREVAILING WAGES Public Works Contract $40.00 Filing Fee Required Intent ID # (Assigned by L&I) Awarding Agency Information Project Name Road Repair Contract Number 2011-01B Awarding Agency WA State Departtnent of Tra n)p/n Agency Awarding Address/\ \\ V� PBox 4 354 City Olympia State WA Jr Zip+4 98501 Awarding AgenContact Name John Doe/ PiioneNN'utnber ('5155).555-5555, • County Where Wo\W\ e Performed \) \ Tfhurston� city Where Work Will Be Performed Olympia Contract Details Bid Due Dat Prime Contr\ ( j 08/01/20101 Award Date (Prime Contractor's) 08/10/2010 Indicate 17661 Dollar Amount of/Your Contract (including sales ta)` r ti lme and materials if applicable. $1000.00 Weatherization or Energy Efficient Funds Does this`project utilize any weatherization or energy efficiency upgrade funds (ARRA or otherwise)? ❑ Yes ®No / Hiring Contractor's Company Information Hiring/ontractor's Company Name Super Pavers, Inc. Hifing Contractor's Contractor Registration Number SUPERPA123AA Hiring Contractor's UBI Number 321456987 ''Do you intend to use ANY subcontracts. -.. Employment Information Will ALL work be subcontracted? 0 Yes Will employees perform work on this project? Z Yes ❑ No \\ \ Yes`- ,® No Do you intend to use apprentice employees? ® Yes ❑ No \ / Number of Owner/Operators who own at least\3�� f the comp ,who will perform work on the project: Crafts/Trades/Occupations(Do not list apprentices. They are listed on the Affidavit of Wages Paid only.) If an employe Irks in more than one trade, ensure that all hours worked in each trade are reported below. For additionalcwrafts/trades/occupatii ns•please use\Addendum A. I Laborer - Asphat`Raker—�'� ' 0 None (0) ® One (1) 0 Two (2) 0 Three (3) Number of Workers Rate of Hourly Pay Rate of Hourly Usual ("Fringe") Benefits 2 39.28 5.00 Power Equipment Operator - Asphalt Plait Operator 1 Truck Driver - Asphalt Mix ( o er 16 Yds) 48.04 2.35 46.47 0.00 ISignature Block I hereby certify that 1 have read and understand the instructions to complete this form and that the infonnation, including any addenda, are correct and that all workers I employ on this Public Works Project will be paid no less than the Prevailing. Wage Rate(s) as detennined by the Industrial Statistician of the Department of Labor and Industries. IPrint Name: For L&I Use OnI Print Title: Signature: Date: Approved by signature of the Department of Labor and Industries Industrial Statistician 1 INOTICE: If the prime contract is at a cost of over one million dollars (51,000,000.00), RCW 39.04.370 requires you to complete the EHB 2805 (RCW 39.04.370) Addendum and attach it to your Affidavit of Wages of Paid when your work on the project concludes. This is only a notice. The EHB 2805 Addendum is not submitted with this Intent. SAMPLE - F700-029-000 Statement of Intent to Pay Prevailing Wages 03-2011 Department of Labor & Industries Prevailing Wage Program P.O. Box 44540 Olympia, Washington 98504-4540 Phone (360) 902-5335 / Fax (360) 902-5300 INSTRUCTIONS STATEMENT OF INTENT TO PAY PREVAILING WAGES FOR PUBLIC WORKS CONTRACTS COMPLETE ALL FIELDS ON THE FORM The numbered blocks in the following instructions correspond to the numbered Statement of Intent to Pay Prevailing Wage above. In addition a completed sample form (without numbers) is included at the end of these instructions. Iol I©I I®I Your Company Information - Enter the following information: a) Your Company Name and Address. b) Your Contractor Registration Number — You can verify this number at: https://fortress.wa.gov/Ini/bbip/Search.aspx. c) Your UBI Number (Unified Business Identifier) — This 9 -digit number registers you with several state agencies and allows you to do business in Washington. You can verify this number at: https://fortress.wa.gov/dol/dolprod/bpdLicenseOuery/. d) Your Industrial Insurance Account Number — You can verify this number at: https://fortress.wa.gov/lni/crpsi/MainMenu.aspx?Messageld=2001. e) Please provide your Email Address so that L&I can notify you of form approval and/or any required corrections. If you do not provide this information, L&I will use standard mail to send you correction notices. You can access approved forms at: https://fortress.wa.gov/Ini/pwiapub/SearchFor.asp. No notice of approval will be mailed. f) Your company Phone Number. Awarding Agency Information — Enter the following information regarding the agency that awarded the contract. This information is available from the Prime Contractor: a) Project Name — This is the name the Awarding Agency assigned to the project. b) Contract Number — This is the number the Awarding Agency assigned to the project. c) Awarding Agency — This is the name of the agency that awarded the contract. d) Please enter the Street Address, City, State and Zip+4 for the Awarding Agency. e) Awarding Agency Contact Name and Phone Number — Enter the name and phone number of the person the Prime Contractor communicates with at the Awarding Agency. f) County Where Work Will Be Performed — Enter the name of the county where the work will be performed. If the work will be performed in multiple counties, include the names of all counties where work will be performed. City Where Work Will Be Performed — Enter the name of the city where the work will be performed. If the work will be performed outside the limits of any city, or in multiple cities, include the name of the nearest city. g) Additional Details a) Your Expected Job Start Date — This is the date that you expect to begin work on the project. b) Job Site Address/Directions — Enter the specific address of the project or provide brief details regarding the location of the site, if no specific address exists. Instructions - F700-029-000 Statement of Intent to Pay Prevailing Wages 03-2011 I1 It* 161 lot 1®1 Contract Details a) Bid Due Date — Enter the date the Prime Contractor had to submit the bid to the Awarding Agency for this project (mm/dd/yyyy). • What if my contract was not. bid? — If the contract you will be working under was not required to be bid, you will enter the date the contract was awarded. b) Award Date — This is the date the awarding agency awarded the contract to the Prime Contractor (mm/dd/yyyy)• c) Indicate the Total Dollar Amount of Your Contract — Enter the dollar amount of your contract, including the applicable sales tax. If this is a "time and materials" contract, please indicate this by checking the box next to "T&M." ARRA & Weatherization Funding Questions — Enter the information regarding the source of funds. This information should be obtained from the Awarding Agency or the Prime Contractor. a) Does this project utilize American Recovery and Reinvestment Act (ARRA) funds? b) Does this project utilize any weatherization or energy efficiency upgrade funds (ARRA or otherwise)? Prime Contractor's Company Information — Enter the information about the "contractor who has the direct contract with the Awarding Agency: a) Prime Contractor's Company Name — Enter the Prime Contractor's company name. b) Prime Contractor's Intent ID Number — Enter the Prime Contractor's Approved Intent ID Number. c) Prime Contractor's Registration Number — Enter the Contractor Registration Number for the Prime Contractor. You can verify the number at: https://fortress.wa.gov/1ni/bbip/Search.aspx. d) Prime Contractor's UBI Number — Enter the UBI number for the Prime Contractor. You can verify this number at: https://fortress.wa.gov/dol/dolprod/bpdLicenseOuery/. Hiring Contractor's Company Information — Enter the information about the Hiring Contractor. This is the contractor who hired or contracted your firm to perform work on this project: a) Hiring Contractor's Company Name — Enter the company name of the contractor who hired or contracted with your firm to perform work on this project. b) Hiring Contractor's Registration Number — Enter the Contractor Registration Number for the contractor who hired you. You can verify the number at: https://fortress.wa.gov/lni/bbip/Search.aspx. c) Hiring Contractor's UBI Number — Enter the UBI Number for the contractor who hired you. You can verify this number at: https://fortress.wa.gov/dol/dolprod/bpdLicenseQuery/. Employment Information — Enter information about the individuals who will perform work on this project: a) Do you intend to use subcontractors? — If PART of the work will be performed by subcontractors you will hire, check the "Yes" box. b) Will employees perform work on this project? - If employees, including apprentices, will perform any work on the project, check the "Yes" box and list each employee's applicable craft/trade/occupation. Do not list the actual apprentice, just the craft/trade/occupation the apprentice will be working in. Also, please note the information regarding apprentices in "d" below. If you choose "No" and this changes later, you certify that you will submit a new Intent form listing. workers. . c) Will All work be subcontracted? — If ALL work will be performed by subcontractors, check the "Yes" box. d) Do you intend to use apprentice employees? - If you plan to employ apprentices on this project please be aware: o Any workers NOT registered with the Washington State Apprenticeship and Training Council (WSATC) must be paid the correct journey -level prevailing rate of wage. o Any apprentice NOT registered with the WSATC within 60 days of hiring must be paid at the'correct journey -level prevailing rate of wage for the time preceding the date of registration. Instructions - F700-029-000 Statement of Intent to Pay Prevailing Wages 03-2011 o You must be a registered training agent with the WSATC in order to pay a registered apprentice less than journey -level prevailing rate of wage. o To verify apprenticeship and/or registered training agent status call (360) 902-5324. e) Number of Owners/Operators who own at least 30% of the company who will perform work on this project — Indicate the number of Owners/Operator(s) who will perform work on this project. If no 30%+ Owners/Operators will perform work on the project, check the box "None". Crafts/Trades/Occupations — List each craft/trade/occupation of all workers you plan to employ on this project. ❖ Crafts/Trades/Occupations If you indicated above that Owners/Operators will work on this project, and you also indicated above that no employees will perform work on the project, or ALL work will be subcontracted, then you do not need to fill in this section. (Individuals who own less than 30% of the company are not considered to be Owners/Operators, and must be listed as employees and paid the correct prevailing rate of wage.) Use Addendum A for additional Crafts/Trades/Occupations that will not fit on this form. Residential Construction — If you are using any residential classifications (e.g. Residential Carpenter, Residential Laborer, etc.) you must provide information regarding the following questions, on Addendum C, in order for L&I to determine if residential rates are being utilized appropriately: 1. Did the Awarding Agency, in compliance with RCW 39.12.030, determine that the project/work contracted for meets the definition of residential construction? 2. Please indicate the type of structure (e.g. single-family dwelling, duplex, apartment, condominium or other residential structure). 3. Including any basement or garage, how many stories or levels does the structure have? 4. What is the facility used for? - Answer "yes" or "no" to each of the following options: a. Permanent residence only? b. Rehabilitation house? c. Transitional housing? d. Communal dining facility? e. Treatment services? f. Counseling? g. Other? 5. Does each dwelling unit have its own full, self-contained kitchen? 6. Does each dwelling unit have its own full bathroom? 7. Is there a community facility or manager's office on site? 8. Is any part of the facility used by members of the public? Landscape Construction — If you are using "Landscape Construction" or any of the sub -classifications within Landscape Construction (e.g., Landscape or Planting Laborer, Irrigation or Lawn Sprinkler Installers, or Landscape Equipment Operators or Truck Drivers) you must provide information on Addendum C regarding the following aspects of the work in order for L&I to determine if you are appropriately applying Landscape Construction rates: 1. The beautification of a plot of land through addition of or modification to lawns, trees and bushes under the Landscape Construction Scope of Work (WAC 296-127-01346) is a limited universe and has exclusions that may affect its application. Please provide L&I with the following information so we can verify whether the landscape construction wage rates apply to this project. a. Please describe the whole project — not just your part. b. Please describe your part(s) of the project — the tasks you performed, equipment used, and tools used. Please provide as much detail as you can. Instructions - F700-029-000 Statement of Intent to Pay Prevailing Wages 03-2011 1 1 t 1 1 1 1 1 1 1 1 1 1 1 1 1®1 c. If the project involves installing an irrigation system, trenching, installing French drains or other subsurface water collection systems, or spreading top soil or mulch, please tell us the relevant depths. 2. If Operating Engineers and/or Truck Drivers will be used in addition to Landscape Construction, describe the type of equipment used, and list the size or rated capacity of the equipment. Number of Workers — Enter the number of journey -level workers you plan to employ on this project for that craft/trade/occupation. Rate of Hourly Pay — Enter the rate of hourly pay as defined by RCW 39.12.010, that you will actually pay the worker(s) for that craft/trade/occupation. The amount listed for "Rate of Hourly Pay" plus the amount listed for the "Rate of Hourly Fringe Benefits," if any, must equal or exceed the applicable prevailing rate of wage. Rate of Hourly Usual ("Fringe") Benefits — Enter the rate of hourly Usual ("fringe") Benefits for that craft/trade/occupation. This is the cost of usual benefits, as defined by RCW-39.12.010, that you will actually pay the worker(s). The amount listed for "Rate_ of Hourly Pay" plus the amount listed for "Rate of Hourly Usual ("Fringe") Benefits," if any, must equal or exceed the applicable prevailing rate of wage. If there is not enough space to list all required information on one form, use the appropriate Addendum as needed. No additional fee is required for using Addendums to the form. No other attachments will be accepted. L&I's approval of your Statement of Intent to Pay Prevailing Wages is based on the information you provide. Approval of the form does not signify that the classifications of labor you listed on theform are•the correct classifications of work for the tasks performed on the public works project. It is your responsibility to pay workers the prevailing rate of wage for the classification of work that correctly applies to the actual work they perform. Be sure to include your email address on the form. If you do not provide this information, L&I will use standard mail to send you correction notices. You will be able to access approved forms at: https://fortress.wa.gov/lni/pwiapub/SearchFor.asp (No notice of approval will be mailed). MAILING INSTRUCTIONS You must mail the completed and signed orm with original signature fa photocopy �f a signaturewill not"be accepted). with the $40 filing fee to. Management Services Department of Labor. Industries Prevailing Wage:Program PO Box 44835 Olympia, WA '9850.4-4835.~ -,1v _ Make checks payable to Department of Labor and Industr. ies .. Ifyou have questions or would: like. assistance . in..completing the for•m,=please callus at ;(360),902-5335 or email the Prevailing ageoffice atpwlPLni:wa.gov. Prevailing wage rates are available on the Internet at: http://www.lni. wa. gov/TradesLicensing/PrevW age/W ageRates/default.asp Instructions - F700-029-000 Statement of Intent to Pay Prevailing Wages 03-2011 ,Department of Labor and Industries Prevailing Wage Program (360) 902-5335 ITwww.Lni.wa.cov/TradesLicensinci/PrevWage/default.asp his form must be typed or printed in ink. Fill in ALL blanks or the form will be returned for correction (see instructions). Please allow a minimum of 10 business days for processing. Once approved, your form will be posted online at: https://fortress.wa. qov/I n i/waaelook up/sea rchform s.aspx Affidavit of Wages Paid Public Works Contract $40.00 Filing Fee Required* *Exemption may apply. See instruction 9. Affidavit ID # (Assigned by L&I):. # WA67554-9090 CICJD Company InformationI Awarding Agency IBJ Project Name Road Repair Contract Number 123-456 Your Company Name ABC Company Awarding Agency • WA St Department of Transportation I1234 Your Company Address Main Street Awarding Agency Address PO Box 123 City Olympia State WA Zip+4 98501-1234 City Olympia /� nWA State Zip+4 98501 Your Contractor Registration.NumberI ABCCI*0123AA Your UBI Number 123456789 Your Industrial Insurance Account Number 111,111-11 Awarding Agency' ContacbN/ame John Doe \\ /,/ Phone Number ,(555) 555-5555 County Where Work Was / Performed Thurston // ,City Where Work Was Performed Olympia • Your Email Address (required for notification of approval) prevailingwage@lni.wa.gov Your Phone Number (555) 555-5555 Contract Details IAdditional Details Your Job Start Date (mm/dd/yyyy) Your Date Work Completed (mm/dd/yyyy) v Bid'Due�Date (Prime^ C�ntrac o ' ) 1/1//20'2, Award Date (Prime Contractor's) 1/5/2011 2/1/2011 3/1/2011 •,V , Indicate Total'Dollar Amount of Your • 'Plum Job Site Address/Directions and State Street Your Approved IntentiD-# 123456 <' Contract (including sales tax). $ $10,000.00 EHB 2805 (RCW 39.04.370) — Is the Prime Contractor's contract at a cost of over one million dollars ($1,000,000)? i1 No If "Yes' to the/EH/13 2805 question and the Award Date is 9/1/2010 or later ■ Yes�you must complete and submit the EHB 2805 (RCW 39.04.370) Addendum. \ Weatherization or Energy �3 phR ply this project utilize American Recovery and Reinvestment Act (ARR�A�funds?\ es �� No /--,..\ \ \ �D`oes this project utilize any weatherization or energy efficiency upgrade funds (ARRA or otherwise)? • Yes . ►4 No (tea Contractor's Company ftilitijiEflatill / Hiring Contractor's Company Information Prime Contractor's Company Name \� XYZ Company /� \\ v Hiring Contractor's Company Name CBA Company Prime Contractor's Registration Number XYZCI*0123AA Prime Contractor's UBI Number 98765 34 21) Hiring Contractor's Registration Number CBACI*0123AA Hiring Contractor's UBI Number 456789123 Employment Did you use ANY subcontractors? °' ^�O Yes (Addendum B Required) No Did employees perform work on this ►I Yes • No 7 % \ \ project? 1 Was ALL work subcontracted? ■ esddendum B Required) it No Did you use apprentice employees? • Yes -4 No Number of Owner/Operators who -own at least 306/4f the company who performed work on this project: You must list the First and Last Name(s) of any'Owner/Operator performing work below ■None (0) • One (1) • Two (2) • Three (3) List your Crafts/Trades/Occupations Belt -1w -'For Journey Level Workers you must provide all of the information below. Owner/Operators - must provide their First and Last name no other information required. "Apprentices are not recorded below. You must use Addendum D to list Apprentices.. Number of Workers Total # of Hours Worked Rate of Hourly Pay Rate of Hourly Usual ("Fringe") Benefits General Labor 2 153 41.23 8.54 Carpenter 5 210 52.26 10.13 Signature Block I hereby certify that I have read and understand the instructions Public Works Project were paid no less than the Prevailin to complete this form and that the information on the form and any addenda is correct and that all workers I employed on this Wage Rate(s) as determined by the Industrial Statistician of the Department of Labor and Industries. Print Name: Print Title: Signature: Date: 1 For L&I• Use Only. Department of Labor and Industries APPROVED BY: Industrial Statistician 1700-007-000 Affidavit of Wages Paid Department of Labor & Industries Prevailing Wage Program P.O. Box 44540 Olympia, Washington 98504-4540 Phone (360) 902-5335 / Fax (360) 902-5300 INSTRUCTIONS AFFIDAVIT OF WAGES PAID FOR PUBLIC WORKS CONTRACTS COMPLETE ALL FIELDS ON THE FORM The numbered blocks in the following instructions correspond to the numbered blocks on the numbered Affidavit of Wages Paid above. In addition, a completed sample form (without numbers) is included at the end of these instructions. Your Company Information — Enter the following information: a) Your Company Name and Address. b) Your Contractor Registration Number — You can verify this number at: http://www.lni.wa.gov/TradesLicensinq/Contractors/HireCon/ c) Your UBI Number (Unified Business Identifier) — This 9 -digit number registers you with several state agencies and allows you to do business in Washington. You can verify this number at: http://www.b1s.dorwa.qov/LicenseSearch/ d) Your Industrial Insurance Account Number — You can verify this number at: https://fortress.wa.qov/Ini/crpsi/MainMenu.aspx?Messageld=2001 e) Please provide your Email Address so that L&I can notify you of form approval and/or any required corrections. If you do not provide this information, L&I will use standard mail to send you correction notices. You can access approved forms at: https://fortress.wa.qov/Ini/wagelookup/searchforms.aspx f) No notice of approval will be mailed. g) Your company Phone Number. i. Awarding Agency Information — Enter the following information regarding the agency that awarded the contract. This information is available from the Prime Contractor: a) Project Name — This is the name the Awarding Agency assigned to the project. b) Contract Number — This is the number the Awarding Agency assigned to the project. c) Awarding Agency — This is the name of the agency that awarded the contract. d) Please enter the Street Address, City, State and Zip+4 of the Awarding Agency. e) Awarding Agency Contact Name and Phone Number — Enter the name and phone number of the person the Prime Contractor communicates with at the Awarding Agency. f) County Where Work Was Performed — Enter the name of the county where the work was performed. If the work was performed in multiple counties, include the names of all counties where work was performed. g) City Where Work Was Performed — Enter the name of the city where the work was performed. If the work was performed outside the limits of any city, or in multiple cities, include the name of the nearest city. Additional Details a) Your Job Start Date — This is the date that you began work on the project. b) Your Date Work Completed — This is the date you completed work on the project. You cannot have a date in the future. c) Job Site Address/Directions — Enter the specific address of the project or provide brief details regarding the location of the site, if no specific address exists. d) Your Approved Intent ID # — Enter the 6 -digit number, assigned by L&I, from the approved Intent form filed for this project. F700-007-000 Affidavit of Wages Paid 1 1 INSTRUCTIONS (Cont.) 1 1 1 1700-007-000 Affidavit of Wages Paid . ./, Contract Details a) Bid Due Date — Enter the date the Prime Contractor had to submit a bid to the Awarding Agency for this project (mm/dd/yyyy). • What if my contract was not bid? — If the contract you are working under was not required to be bid, you will enter the date the contract was awarded. b) Award Date — This is the date the Awarding Agency awarded the contract to the Prime Contractor (mm/dd/yyyy). c) Indicate the Total Dollar Amount of Your Contract — Enter the total amount of your contract, including ' the applicable sales tax. You must enter the final amount of your contract. You cannot enter Time and Materials on an Affidavit of Wages Paid. . . (,:; EHB 2805 (RCW 39.04.370) - F700-164-000 is an addendum to your Affidavit of Wages Paid Form. RCW 39.04.370 requires you to complete form F700-164-000 for contracts entered into between September 1, 2010 and December 31, 2013 if the Prime's contract is at a cost of over one million dollars ($1,000,000). If you fail to properly provide the requested information more than one time between September 1, 2010 and December 31, 2013, pursuant to RCW 39.04.350(1)(f) you will not be considered a responsible bidder qualified to be awarded a public works project. Use as many of these forms as you need in order to provide the requested information for all relevant project items. This is an addendum to form F700-007-000. C. ARRA & Weatherization Funding Questions — Enter the information regarding the source of funds. This information should be obtained from the Awarding Agency or the Prime Contractor. a) Does this project utilize American Recovery and Reinvestment Act (ARRA) funds? b) Does this project utilize any weatherization or energy efficiency upgrade funds (ARRA or otherwise)? Prime Contractor's Company Information — Enter information about the contractor who has the direct contract with the Awarding Agency: a) Prime Contractor's Company Name — Enter the Prime Contractor's company name. b) Prime Contractor's Registration Number — Enter the Contractor Registration Number for the Prime Contractor. You can verify the number at: https://fortress.wa.gov/Ini/bbip/Search.asox. c) Prime Contractor's UBI Number — Enter the UBI number for the Prime Contractor. You can verify this number at: https://fortress.wa.gov/dol/dolprod/budLicenseQuery/. (:, Hiring Contractor's Company Information — Enter the information about the Hiring Contractor. This is the contractor who hired or contracted your firm to perform work on this project: a) Hiring Contractor's Company Name — Enter the name of the contractor who hired or contracted your firm to perform work on this project. b) Hiring Contractor's Registration Number — Enter the Contractor Registration Number for the contractor who hired you. You can verify the number at: https://fortress.wa.gov/Ini/bbip/Search.aspx. c) Hiring Contractor's UBI Number — Enter the UBI Number for the contractor who hired you. You can verify this number at: https://fortress.wa.gov/dol/dolprod/bpdLicenseQuery/. 1 1 1 1700-007-000 Affidavit of Wages Paid Employment Information — Enter information about the individuals who performed work on this project: a) Did you use any subcontractors? - If PART of the work was performed by subcontractors you hired, check the "Yes" box and complete Addendum B. b) Did employees perform work on this project? - If employees, including apprentices, performed any work on the project, check the "Yes" box and list each employee's applicable craft/trade/occupation. If you utilized apprentices on this project you must complete Addendum D. NOTICE. ['n�0 requirements, employees performed payment. GLOP work question, more subject your information Washington form @9@ OMP may website prevailing submitted wage without ho. p°Gw.....I ii.wla.go/1Trcade_sLLcensinq/PrievaWa,garllrdenttA.ffidaw.itis/A iile%de ta,u.ht.aap c) Was ALL work subcontracted? - If ALL work was performed by subcontractors, check the "Yes" box and complete Addendum B. d) Did you use apprentice employees? — If you used apprentices on this project please be aware: 1. Any workers NOT registered with the Washington State Apprenticeship and Training Council (WSATC) must be paid the correct journey -level prevailing rate of wage. 2. Any apprentice NOT registered with the WSATC within 60 days of hiring must be paid at the correct journey -level prevailing rate of wage for the time preceding the date of registration. 3. You MUST be a registered training agent with the WSATC in order to pay a registered apprentice less than journey -level prevailing rate of wage. 4. To verify apprenticeship and/or registered training agent status call (360) 902-5324. e) Number of Owners/Operators who own at least 30% of the company who performed work on the project — Indicate the number of Owners/Operators who performed work on the project. If no 30%+ Owners/Operators performed work on the project, check the box "None". F700-007-000 Affidavit of Wages Paid 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Crafts/Trades/Occupations and Apprentices — List the craft/trade/occupation of each worker, journey -level and apprentice, employed on this project. Crafts/Trades/Occupations If you indicated above that Owners/Operators worked on this project, and you also indicated above that no employees performed work on the project, and that ALL work was subcontracted, then you do not need to fill in this section. Individuals who own less than 30% of the company are not considered Owner/Operators under RCW 39.12 and must be listed as employees and paid at least the prevailing rate of wage for the work performed Use Addendum A for additional Crafts/Trades/Occupations that will not fit on this form. Residential Construction - If you are using any residential classifications (e.g. Residential Carpenter, Residential Laborer, etc.) you must provide information regarding the following questions, on Addendum C, in order for L&I to determine if residential rates are being utilized appropriately: 1. Did the Awarding Agency, in compliance with RCW 39.12.030, determine that the project meets the definition of residential construction? 2. Please indicate the type of structure (e.g. single-family dwelling, duplex, apartment, condominium or other residential structure). 3. Including any basement or garage, how many stories or levels does the structure have? 4. What is the facility used for (answer "yes" or "no" to each of the following options)?: a. Permanent residence only? b. Rehabilitation house? c. Transitional housing? d. Communal dining facility? e. Treatment services? - f. Counseling? g. Other? 5. Does each dwelling unit have its own full, self-contained kitchen? 6. Does each dwelling unit have its own full bathroom? 7. Is there a community facility or manager's office on site? 8. Is any part of the facility used by members of the public? Landscape Construction - If you are using "Landscape Construction" or any of the sub -classifications within Landscape Construction (e.g. Landscape or Planting Laborer, Irrigation or Lawn Sprinkler Installers, Landscape Equipment Operators or Truck Drivers) you must provide information regarding the following questions, on Addendum C, in order for L&I to determine if Landscape Construction rates are being utilized appropriately: 1. The beautification of a plot of land through addition of or modification to lawns, trees and bushes under the Landscape Construction Scope of work (WAC 296-127-01346) is a limited universe and has exclusions that may affect its application. Please provide L&I with more information so we can verify whether the landscape construction wage rates apply to this project. a. Please describe the whole project — not just your part. • b. Please describe your part(s) of the project -the tasks you performed, equipment used, and tools used. Please provide as much detail as you can. c. If the project involves installing an irrigation system, trenching, installing French drains or other subsurface water collection systems,.or spreading top soil or mulch, please tell us the relevant depths. 2. If Equipment Operators and/or Truck Drivers were used, describe the type, and list the size or rated capacity of the equipment. F700-007-000 Affidavit of Wages Paid 06-2014 If there is not enough space to list all required information on one form, use the appropriate Addendum as needed. No additional fee is required for using Addendums to the form. No other attachments will be accepted. L&I approval of your Affidavit of Wages Paid is based on the information you provide. Approval of the form does not signify that the classifications of labor you listed on the form are the correct classifications of work for the tasks performed on the public works project. It is your responsibility to pay workers the prevailing rate of wage for the classification of work that correctly applies to the actual work they perform. Be sure to include your email address on the form. If you do not provide this information, L&I will use standard mail to send you correction notices. You will be able to access approved forms at: https://fortress.wa.qov/ini/wageiookup/searchforms.aspx �MA, IU,11KelliNgilinhaili1d2„N.M1111 You must mail the completed and signed form with original signature fa photocopy, of a signature will not be accepted) with the $40 filing fee; if applicable*, to: Management Services. Departinen`tofLabor&'Industries Prevailing Wage -Program .PO Box 44835 Olvin►iia, WA 98504-4835 11111111111111111471111E4SWOY _ /,1 Trt0/1— Make checks payable to: Depart►nent of Labor and Industries .Ifyou have questions or wouldilikeassistance in completing the form, -please callus at'(360) 902- 5335 or email the Prevailing Wage°office at Prevailing wage rates are available on the Internet at: http://www.lni.wa.qov/TradesLicensinq/PrevW age/WageRates/default.asp (No notice of approval will be mailed). F700-007-000 Affidavit of Wages Paid 1 1 1 1 1 1 Crafts/Trades/Occupations and Apprentices (Cont.) Apprentices — If you employed apprentices on this project, list each apprentice by Name, Registration Number, Trade, the number of hours the individual had completed in the program when they started work (Beginning Hours) and ended work (Ending Hours) on the project, Beginning and Ending dates of work performed on this project, and Rate of Hourly Pay and Usual ("Fringe") Benefits. 1. Any workers NOT registered with the Washington State Apprenticeship and Training Council (WSATC) must be paid the correct journey -level prevailing rate of wage. 2. Any apprentice NOT registered with the WSATC within 60 days of hiring must be paid at the correct journey -level prevailing rate of wage for the time preceding the date of registration. 3. You MUST be a registered training agent with the WSATC in order to pay a registered apprentice less than journey -level prevailing rate of wage. 4. To verify apprenticeship and/or registered training agent status call (360) 902-5366. IINumber of Workers — Enter the number of journey -level workers employed on this project for that craft/trade/occupation. ellTotal Number of Hours Worked — Enter the number of hours worked for that Craft/Trade/Occupation. Rate of Hourly Pay — Enter the rate of hourly pay, as defined by RCW 39.12.010, that you actually paid the workers for that Craft/Trade/Occupation. The amount listed for "Rate of Hourly Pay" plus the amount listed for the "Rate of Hourly Fringe Benefits," if any, must equal or exceed the applicable prevailing rate of wage. 1111 Rate of Hourly Usual ("Fringe") Benefits — Enter the rate of hourly fringe benefits for that Craft/Trade/Occupation. This is the cost of fringe benefits, as defined by RCW 39.12.010, that you actually paid to the workers. The amount listed for "Rate of Hourly Pay" plus the amount listed for "Rate of Hourly Usual ("Fringe") Benefits," if any, must equal or exceed the applicable prevailing rate of wage. If there is not enough space to list all required information on one form, use the appropriate Addendum as needed. No additional fee is required for using Addendums to the form. No other attachments will be accepted. L&I approval of your Affidavit of Wages Paid is based on the information you provide. Approval of the form does not signify that the classifications of labor you listed on the form are the correct classifications of work for the tasks performed on the public works project. It is your responsibility to pay workers the prevailing rate of wage for the classification of work that correctly applies to the actual work they perform. Be sure to include your email address on the form. If you do not provide this information, L&I will use standard mail to send you correction notices. You will be able to access approved forms at: https://fortress.wa.qov/ini/wageiookup/searchforms.aspx �MA, IU,11KelliNgilinhaili1d2„N.M1111 You must mail the completed and signed form with original signature fa photocopy, of a signature will not be accepted) with the $40 filing fee; if applicable*, to: Management Services. Departinen`tofLabor&'Industries Prevailing Wage -Program .PO Box 44835 Olvin►iia, WA 98504-4835 11111111111111111471111E4SWOY _ /,1 Trt0/1— Make checks payable to: Depart►nent of Labor and Industries .Ifyou have questions or wouldilikeassistance in completing the form, -please callus at'(360) 902- 5335 or email the Prevailing Wage°office at Prevailing wage rates are available on the Internet at: http://www.lni.wa.qov/TradesLicensinq/PrevW age/WageRates/default.asp (No notice of approval will be mailed). F700-007-000 Affidavit of Wages Paid 1 1 1 1 1 1 GENERAL CONDITIONS GENERAL CONDITIONS 01. Scope The Standard Specifications shall be followed on this project, as a whole, except where amended or replaced by these Specifications. 02. Definitions The following terms as used in this Contract shall be defined and interpreted as follows: A. "Contract" or "this Contract": the particular contract executed by Contractor and Owner, of which these general conditions are integral parts. B. "Contract Documents": Contract Documents shall consist of the following, and in case of conflicting provisions, the first mentioned shall have precedence: • Change Orders or Supplemental Drawings and Instructions After the Agreement is Signed • Addenda • Agreement • Plans • Instructions to Bidders • Measurement and Payment • Owner's Standard Details (See also section 05 of these General Conditions) • General Conditions • Technical Specifications • Standard Specifications • Performance and Payment Bond C. "Owner": the entity that.is a part of this Contract, contracting under the official name set forth in the agreement. D. "Contractor": the person, partnership, firm or corporation contracting to do the work under these Contract Documents. Term shall also include Contractors agents, employees, and subcontractors. Legal address is shown in the proposal. E. "Engineer": the Owner's utilities Engineer or his duly authorized assistants, which includes chief Engineer and project Engineer and/or inspectors, acting as agents for Owner in the administration of this Contract, for the benefit of Owner in accordance with Contract Documents. Legal address of Engineer and the names of the chief Engineer and project Engineer are shown in the information for bidders. F. "Project": the structure or improvement to be constructed in whole or in part through the performance of the Contract. G. "Plans": the Plans shall mean all official drawings or reproductions of drawings made or to be made pertaining to the work provided for in the Contract, or to any structure connected therewith. H. "Specifications": the specifications shall mean the prescribed directions, requirements, explanations, terms and provisions pertaining to the various features of the work to be done, or manner and method of performance, and the manner and method of measurements and payments. They also include directions, requirements, and explanations as set forth on the Plans. —1— Z:\Bothell \Data\YAK \715-114\Phase 2 - Beech Street Lift Station and Force Nam\Specs \ Non -technicals \Beech Street Non= fechntcals.docx © 2016 RI -I2 Engineering, Inc. 3/30/2017 11:49 AN General Conditions Spring 2017 City of Yakima General Conditions Beech Street Interceptor, Lift Station, and Force Main I. "Reference Specifications": reference specifications shall mean the Technical Specifications of other agencies incorporated or referred to herein. J. "Proposal": the proposal shall mean the approved proposal form upon which the bidder is to submit, or has submitted, his proposal or bid for performing the work contemplated. K. "Proposed": When used in the Contract documents, the word refers to work that is part of the Contract and to be performed by the Contractor. L. "Work": the work necessary to manufacture and deliver the machinery, equipment and material and/or the furnishings of all labor, tools, materials, equipment, construction equipment, working drawings, where required, and other necessities for the construction or erection of the structures shown and called for in the Plans, Specifications and Contract, and the act of constructing or erecting said structures complete. M. "Item": a convenient subdivision of work under these Specifications, as herein separately described. N. "Major contract (bid) item": any item whose contract price exceeds 10% of the total contract price, as determined by original proposed quantities and unit contract prices. O. "Material or materials": these words shall be construed to embrace machinery, manufactured articles, materials of construction (fabricated or otherwise) and any other classes of material to be furnished in connection with the Contract. P. "Equipment": the machinery, accessories, appurtenances, and manufactured articles to be furnished and/or installed under the Contract. Q. "Contractor's equipment": the phrase "Contractor's equipment" shall include all items of materials or equipment remaining in Contractor's ownership and removed from the site upon completion of the project. R. "Or equal": any manufactured article, material, method, or work which, in the opinion of Engineer, is equally desirable or suitable for the purposes intended in these Specifications and Contract, as compared with similar articles specifically mentioned herein. S. "Standard Specifications" The Standard Specifications for Road, Bridge and Municipal Construction as prepared by the Washington State Department of Transportation, most current version at the time of the bid advertisement. T. "Supplemental drawings and instructions" All details or drawings prepared and issued by the Engineer subsequent to the signing of the Contract, providing further explanation or amplifications of the Contract Drawings, or for the revision of the same, all as herein provided. The Engineer may furnish, at their sole discretion, upon written request of Contractor, with reasonable promptness, additional instructions by means of drawings or documents necessary, in the opinion of the Engineer, for the proper execution of the work. All such drawings and instructions shall be consistent with the Contract Documents. U. "Words and phrases": whenever the words, "as directed", "as required", "as permitted", or words of like effect are used, it shall be understood that the direction, requirements or permission of Owner and Engineer is intended. Words, "sufficient", "necessary", "proper", and the like shall mean sufficient, necessary, or proper in the judgment of Owner and Engineer. Words, "approved", "acceptable", "satisfactory", or words of like importance shall mean approved by or acceptable to Owner and Engineer. V. "Contract price": either the unit price, the unit prices, or lump sum price or prices named in the proposal, or in properly executed change orders. W. "Surety": any firm or corporation executing a surety bond or bonds payable to Owner, securing the performance of the Contract either in whole or in part. X. "Time limits": all time limits stated in Contract Documents are of the essence of the Contract. 3/30/17 11:49 AM Technicals.does General Conditions _7_ Z:\Bothell\Data\YAK\715-114\Phase 2 - Beech Street Lt& Station and Force Main \ Specs \ Non -technicals \Beech Street Non- © 2016 RI -12 Engineering, Inc. City of Yakima Spring 2017 Beech Street Interceptor, Lift Station, and Force Main General Conditions Y. "Points": wherever reference is made to Engineer's points, this shall mean all marks, benchmarks, reference points, stakes, hub, tacks, etc., established by Engineer for maintaining horizontal and vertical control of the work. Z. "Conflict of provisions": in the event of any conflict between any provision or requirement of the component parts of this Contract, the component part having the highest order of sequence, as established in paragraph B, shall govern. AA. "Working Days": Every day will be counted as a working day unless it is a nonworking day or an Engineer determined unworkable day. A nonworking day is defined as a Saturday, a Sunday, a day on which the contract specifically suspends work, or one of the following holidays: January 1 Third Monday of January Third Monday of February Memorial Day July 4 Labor Day November 11 Thanksgiving Day The day after Thanksgiving Christmas Day If any of these holidays fall on a Saturday, the preceding Friday shall be a nonworking day. If the any of the holidays fall on a Sunday, the following Monday shall be a nonworking day. The days between December 25 and January 1 will be classified nonworking days, provided that the Contractor actually suspends work on the project. An unworkable, day is defined as a partial or whole day the Engineer declares to be unworkable because of weather, conditions caused by the weather or such other conditions beyond the control of the Contractor that prevents satisfactory and timely performance of the work, and such performance, if not hindered, would have otherwise progressed toward physical completion of the work. BB. "Substantial Completion": When the contract work has progressed to the extent that the Owner has full use and benefit of the facilities, both from the operational and safety standpoint, and only minor incidental work, replacement of temporary substitute facilities, or correction or repair remains to physically complete the total contract, the Engineer may determine the contract work is substantially complete. The Engineer will notify the Contractor in writing of the substantial completion date. CC. "Final Acceptance": When the contract work is complete and the Owner has full use and benefit of the facilities, and all minor incidental work including replacement of temporary substitute facilities, correction or repair and all punch list items are complete to the satisfaction of the Owner, the Owner may determine Final Acceptance of the contract work. The Engineer or Owner may notify the Contractor in writing of the Final Acceptance date. DD."Lowest Responsive Bidder": In addition to price, the Owner shall determine the lowest responsible bidder taking into consideration factors such as: (a) The ability, capacity, and skill of the bidder to perform the contract or provide the service required; (b) The character, integrity, reputation, judgment, experience, and efficiency of the bidder; (c) Whether the bidder can perform the contract within the time specified; (d) The quality of performance of previous contracts or services; (e) The previous and existing compliance by the bidder with laws relating to the contract or services; (f) Such other information as may be secured having a bearing on the decision to award the contract EE. "Proposed": When used on the plans, technical specifications or special provisions the word refers to work that is part of the Contract and is to be performed by the Contractor. —3— Z:\Bothell \ Data \YAK \715-114\Phase 2 - Beech Street Lift Station and Force Main \ Specs \ Non -technicals \Beech Street Non-Techntcals.doa © 2016 RI -12 Engineering, Inc. 3/30/17 11:49 Alit General Conditions Spring 2017 City of Yakima General Conditions Beech Street Interceptor, Lift Station, and Force Main 03. Abbreviations Whenever the following abbreviations are used on the Plans, Specifications, Proposals and Contracts, they shall be construed to mean the words and terms as listed below: A acre AC asbestos cement AF acre-feet ADJ adjust AIA American Institute of Architects AISC American Institute of Steel Construction AITC American Institute of Timber Construction ANSI American National Standard Institute Asp. Pay. asphalt pavement Asp. Conc. Pay. asphalt concrete pavement ASTM American Society for Testing and Materials A113 asphalt treated base ave avenue AWS American Welding Society A\XWA American Water Works Association bk book blvd boulevard bo blow off cb catch basin cb. Inlet curb inlet ci cast iron cip cast iron pipe civb cast iron valve box cl centerline crap corrugated metal pipe cmu concrete masonry unit conc. concrete conc. Cb. concrete curb conc. Pay. concrete pavement conc. Ret. Wall concrete retaining wall conc. Sew. concrete sewer cond. conduit conn connect cr cross ctb cement treated base c to c center to center 'CU cubic ddwsp double dipped and wrapped steel pipe DFPA Douglas Fir Plywood Association dw drive or driveway e east. elev. elevation ex, exist. existing exc excavation fbm foot board measure fh fire hydrant fl flange ft, ft2, ft3 foot, square feet, cubic feet ga gauge gip galvanized iron pipe gpad gallons per acre day gph gallons per hour 3/30/17 11,19 AM "rechnicals.docx General Conditions —4— Z:\Bothell\Data \ YAK \715-11-1\Phase 2 - Beech Street Lift Station and Force Main \ Specs \ Non -technicals \Beech Street Non- © 2016 R1-12 Engineering, Inc. 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 City of Yakima Spring 2017 Beech Street Interceptor, Lift Station, and Force Main General Conditions gpm gallons per minute g stl p' galvanized steel pipe gv gate valve hyd hydrant hyd ext hydrant extension id or dia inside diameter in, in2, in3 inch, square inch, cubic inch inl inlet 1 length lbs pounds if lineal feet LTF length to fit max maximum mb mail box mc monument case min minimum mgd million gallons per day mh manhole mj mechanical joint n north nic not in contract no. number ars non rising stem od outside diameter pay pavement pc point of curvature pjm premolded expansion joint material pl property line pl place plk planking pos position pp power pole pri primary prop proposed psf pounds per square foot psi pounds per square inch pt point of tangency r radius rc reinforced concrete rcp reinforced concrete pipe rem remove repl replace rs rising stem, resilient seat s south sec secondary s sewer sp special sq square ss side sewer or sanitary sewers SSPC Steel Structure Painting Council std standard temp temporary trans transformer USAS U.S.A. Standards vc vertical curve v ch valve chamber vg vertical grain w west or watermain —5— Z:\Bothell\DataV AK\713-114\Phase 2 - Beech Street Lift Stanon and Force Mani \ Specs \ Non -technicals \Beech Street Non-Tecluncals.docx © 2016.81-I2 Engineering, Inc. 3/30/17 11,19 AM General Conditions Spring 2017 City of Yakima General Conditions Beech Street Interceptor, Lift Station, and Force Main wm water meter APWA American Public Works Association WSDOT Washington State Department of Transportation wsp wood stave pipe yd yard ' 04. Execution, Correlation, and Intent of Documents A. Contract Documents are complementary, and what is called for by any one shall be as binding as if called for by all. Intention of the documents is to include all labor and materials, equipment and transportation necessary for the proper execution of the work except where material or equipment is specifically excepted. Materials or work described in words which so applied have a well-known technical or trade meaning shall be held to refer to such recognized standards. B. It is intended that work not covered under any heading, section, branch, class or trade of the Specifications shall be supplied if it is shown on the drawings or is reasonably inferable as being necessary to produce the intended results. Minor items of work or material omitted from the original Plans or Specifications, but clearly inferable from the information presented and which are called for by accepted good practice shall be provided and/or performed by Contractor as part of his original cost. - 05. Plans and Specifications - Omissions and Discrepancies Upon receipt of award of Contract, Contractor shall carefully study and compare all Plans, Specifications and other instructions, and shall, prior to ordering material or performing work, report in writing to Engineer any error; inconsistency or omission in respect to design, mode of construction or cost which he may discover. If Contractor, in the course of this study or in the accomplishment of the work, finds any discrepancy between the drawings and the physical condition of the locality as represented in the drawings, or any such errors or omissions in respect to design, mode of construction or cost in drawings or in the layout given by points and instructions, it shall be his duty to inform Engineer immediately in writing and Engineer shall promptly check the same. Any work done after such discovery, until correction of drawings or authorization of extra work is given, if Engineer finds that extra work is involved, will be done at Contractor's risk. If extra work is involved, the procedure shall be as provided in changes in the work. The Owner's standard construction plans and details are incorporated into the contract documents by reference, whether physically included in the contract set or not. It is the bidder's responsibility to contact the Owner to obtain a set of standard details. Order of precedence is identified in Section 02 of these General Conditions. 06. Examination of Site of Work Before submitting his bid, the bidder shall examine the site of the work and ascertain for himself all the physical conditions in relation thereto. Failure to do this shall not relieve the bidder from entering into a contract nor excuse him from performing the work in strict accordance with the terms of the Contract and Specifications. He will not be entitled to additional compensation if he subsequently finds the conditions to require other methods or equipment that he did not anticipate in making his unit contract bid prices. Any statement or representation made by an officer, agent or employee of Owner with respect to the physical conditions pertaining to the site of the work shall not be binding upon Owner. 3/30/17 11:49 AM 1'echntcals.docx General Conditions Z:\Bothell\Data\YAK\715-114\Phase 2 - Beech Street Lift Stanon and Force Main \ Specs \Non -technicals \ Beech Street Non- © 2016 R1I2 Engineering, Inc. City of Yakima Spring 2017 Beech Street Interceptor, Lift Station, and Force Main General Conditions 07. Status of Engineer A. Engineer shall act as advisor and consultant to represent Owner in engineering matters relating to the Contract, provided, however, nothing contained herein or elsewhere in Contract Documents shall be construed as requiring Engineer to direct the method or manner of performing any work by Contractor under this Contract. Owner, or his duly authorized official, has authority to stop the work whenever, in his opinion, such stoppage may be necessary to ensure the proper execution of the Contract. Engineer may reject all work and materials which, in his opinion, do not conform to the Contract. B. It is understood and agreed by and between the parties hereto that the work included in the Contract is to be done to the complete satisfaction of Engineer, or his duly authorized representative, and that the decision of Engineer as to the true construction and meaning of the Contract, Plans, Specifications, and estimates, and as to all questions arising as to proper performance of the work shall be final. Engineer shall determine the unit quantities and the classification of all work done and materials furnished under the provisions of this agreement and his determination thereof shall be final and conclusive and binding upon Contractor. C. Engineer shall decide any and all questions which may arise as to the quality or acceptability of materials furnished and work performed and as to the rate of progress of the work, and all questions as to acceptable fulfillment and performance of the Contract on the part of Contractor and as to compensation. Decision of Engineer in such matters shall be final. D. Engineer may direct the sequence of conducting work when it is in locations where Owner is doing work either by Contract or by his own forces, or where such other works may be affected by the contract, in order that the conflict may be avoided and the work under these Specifications be harmonized with that under other contracts, or with other work being done in connection with, or growing out of, operations of Owner. Nothing herein contained, however, shall be taken to relieve Contractor of any of his obligations or liabilities under the contract. E. Neither Engineer nor his representatives have authority to waive the obligation of Contractor to perform the work in accordance with Contract Documents. Failure or omission on the part of Engineer or his representatives to condemn unsuitable, inferior or defective work and/or labor or material or equipment furnished under the Contract shall not release Contractor or his bond from performing the work in accordance with Contract Documents. F. All correspondence from the Contractor shall be directed to the Project Engineer. All correspondence from the Contractor constituting any notice of protest, notice of dispute, or other correspondence constituting notification required to be furnished under the Contract, must be in paper format, hand delivered or sent via mail delivery service to the Project Engineer's office. Electronic copies such as e-mails or electronically delivered copies of correspondence will not constitute such notice and will not comply with the requirements of the Contract. Electronic correspondence may be used for other communications unless explicitly prohibited elsewhere in the contract, The Contractor is responsible for following up with the recipient to verify that any electronic correspondence has been received. Neither the Engineer nor Owner is responsible for failure of electronic correspondence to reach the desired destination. 08. Engineer's Decision A. Engineer shall, within a reasonable time after presentation of written claims by Contractor to him, make decisions in writing on all claims and on all matters relating to the execution and progress of the work or the interpretation of Contract Documents. Contractor must make all claims in writing. Oral instructions shall be disregarded by Contractor. Notice of all claims shall be addressed to the chief Engineer at the address of Engineer given in Contract Documents. B. All the decisions of Engineer shall be final, except in cases where disputed time and/or increase of the contract price is involved, which, if no agreement in this regard thereto is reached, shall be subject to determination by a court of competent jurisdiction. In respect to performance of the work prior to any such determination, if Contractor does proceed with the work which is the subject of dispute, he does so at his own risk pending such determination. —7— Z:\Bothell\Dara\YAK \715-114\Phase 2 - Beech Street Lift Station and Force Main \ Specs \ Non -technicals \Beech Street Non-Technicals.docx © 2016 RI -12 Engineering, Inc. 3/30/17 11:49 AAI General Conditions Spring 2017 City of Yakima General Conditions Beech Street Interceptor, Lift Station, and Force Main 09. Contractor's Representations and Warranty In making a proposal under these Contract Documents, Contractor represents and warrants that he has satisfied himself as to construction conditions by personal examination of the Plans, Specifications, site of the proposed work, and by appropriate examination and investigation as to the nature of the soil and construction problems which may be encountered by reason thereof. Contractor also warrants and represents himself to be experienced and an expert in the construction contemplated. Contractor further understands that in making the contract award, Owner is relying upon the representations and warranties of Contractor herein contained. 10. Inspection and Tests A. Engineer and his representatives shall at all times have access to the work to observe the progress and quality wherever it is in preparation or progress, and Contractor shall provide proper facilities for such access and for necessary inspection testing. If any work shall be covered up without approval or consent of Engineer, it must, if required by Engineer, be uncovered for inspection at Contractor's expense. After inspection, a reexamination of questioned work may be ordered by Engineer, and if so ordered, the work shall be uncovered by Contractor. If such work is found by Engineer to be in accordance with Contract Documents, Owner shall pay the cost of reexamination and replacement. If such work is not found in accordance with Contract Documents, Contractor shall pay such costs. B. Contractor shall make reasonable tests of the work at Contractor's expense upon Engineer's request, and shall maintain a record of such tests. Prior to the time scheduled for a performance test to be observed by Engineer, Contractor shall make whatever preliminary tests are necessary to assure that the material and/or equipment are in accordance with the Specifications. If, for any reason, the test observed by Engineer is unsatisfactory, Contractor shall pay all costs incurred by Engineer for the inspection of the unsatisfactory test in the manner specified for liquidated damages. C. Should Contractor elect to work more than eight (8) hours per day, or more than five (5) days per week, or on holidays, during the course of the stated contract time limit, all costs of Engineering and inspection thus entailed will be charged to Contractor, at two (2) times payroll costs. Such charges will be billed directly to Contractor by Owner and said cost shall be a lien against Contractor's work. In the event Contractor fails to pay said bill or bills by the 30th day of the month billed, such payments may be handled in accordance with the Payments lV thheld section of these Specifications. In addition to the above, where the inspector furnished for the project is an employee of Owner, Contractor shall reimburse Owner for all inspection time required on holidays which are a part of Owner's normal holiday schedule. D. Where specifications, Engineer's instructions, laws, ordinances or any government authority require any work to be specially tested, or inspected, Contractor shall give Engineer timely notice that such test of completed work is ready for inspection. If the inspection is by another authority than Engineer, Contractor shall give Engineer timely notice of the date fixed for such inspection. Required certificates of inspection by authority other than Engineer shall be secured by Contractor. 11. Final Inspection and Acceptance All materials and completed work are subject to final inspection by Engineer before acceptance by Owner. Engineer may require and shall have the right to subject all machinery and equipment and work to such test, as in his opinion, will assist in determining whether the Contract has been performed in accordance with Contract Documents. All such tests shall be at the expense of Contractor. See,Defunitions section above for definition of Final Acceptance. 3/30/17 11:49 AM "I'cchnicals.docs General Conditions —8— Z:\Bothell \ Data \ YAK \715-114\Phase 2 - Beech Street Lift Station and Force Main \ Specs \ Non -technicals \ Beech Street Non- © 2016 RI -I2 Engineering, Inc. City of Yakima Spring 2017 Beech Street Interceptor, Lift Station, and Force Main General Conditions 12. Plans and Specifications A. Contractor will be furnished three copies of the Plans and Specifications and shall keep at least one copy of the same constantly accessible at the construction site. B. Where shop drawings are required to be submitted for acceptance, one copy of the approved shop drawings shall be kept constantly accessible at the construction site. 13. Ownership of Drawings All Plans, Specifications and copies thereof prepared or furnished by Engineer are his property. They are not to be used on other work, and with the exception of the signed contract set, are to be returned to him upon completion of the work. 14. Notice of Award A. A notice of award will be forwarded by the Owner to the successful Contractor, which notice will also state the date of a pre -construction conference to be held between Engineer and Contractor. Notice of award will be accompanied by the agreement to be signed by Contractor and returned to Owner within ten (10) days from receipt, along with the following items: • Progress schedule • Public liability insurance policy • Performance bond • Materials list • Schedule for values of lump sum work B. Award of contract, if made, will be made to the lowest responsible bidder. No award will be made until necessary investigations are made by Owner as to the responsibility of the apparent low bidder. Owner shall be the sole judge as to the responsibility of the bidder to satisfactorily perform the work as specified and within the time limit set. Upon failure of Contractor to enter into a Contract and to submit documents listed above within ten (10) days after receiving notice of award, the bid deposit shall be forfeited to Owner. Award may then, at the discretion of Owner, be made to the next lowest responsible bidder or the work may be re -advertised, or may be constructed by Owner, in any legal manner. 15. Notice to Proceed Notice to proceed is the official notice from Engineer on behalf of Owner to Contractor to commence prosecution of the work, and commences the running of the time for completion of the work. Notice to proceed will generally be given within two (2) weeks of notice to Contractor of award of contract. No work shall be commenced by Contractor prior to receipt of notice to proceed. 16. Work Hours Except in the case of emergency or unless otherwise approved by the Contracting Agency, the normal straight time working hours for the contract shall be any consecutive 8 -hour period between 7:00 a.m. and 6:00 p.m. of a working day with a maximum 1 -hour lunch break and a 5 -day work week. The normal straight time 8 -hour working period for the contract shall be established at the preconstruction conference or prior to the Contractor commencing the work. —9— Z:\Bothell \ Data \VAI:\715-114\Phase 2 - Beech Street Lift Station and Force Main \ Specs \ Non -technicals \Beech Street Non-Technicals.docx © 2016 RI -12 Engineering, Inc. 3/30/17 11:49 AM General Conditions Spring 2017 City of Yakima General Conditions Beech Street Interceptor, Lift Station, and Force Main 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 such times. Permission to work longer than an 8 -hour period between 7:00 a.m. and 6:00 p.m. is not required. Such requests shall be submitted to the Engineer no later than noon on the working day prior to the day for which the Contractor is requesting permission to work. Permission to work between the hours of 10:00 p.m. and 6:00 a.m. during weekdays and between the hours of 10:00 p.m. and 8:00 a.m. on weekends or holidays may also be subject to noise control requirements. Approval to continue work during these hours may be revoked at any time the Contractor exceeds the Contracting Agency's noise control regulations or complaints are received from the public or adjoining property owners regarding the noise from the Contractor's operations. The Contractor shall have no claim for damages or delays should such permission be revoked for these reasons. Permission to work Saturdays, Sundays, holidays or other than the agreed upon normal straight time working hours Monday through Friday may be given subject to certain other conditions set forth by the Contracting Agency or Engineer. These conditions may include but are not limited to: requiring the Engineer or such assistants as the Engineer may deem necessary to be present during the work; requiring the Contractor to reimburse the Contracting Agency for the costs in excess of straight -time costs for Contracting Agency employees who worked during such times, on non -Federal aid projects; considering the work performed on Saturdays, Sundays, and holidays as working days with regards to the contract time; and considering multiple work shifts as multiple working days with respect to contract time even though the multiple shifts occur in a single 24-hour period. Assistants may include, but are not limited to, survey crews; personnel from the Contracting Agency's material testing lab; inspectors; and other Contracting Agency employees when in the opinion of the Engineer, such work necessitates their presence. 17. Progress Schedule A. Progress schedule shall set forth the order in which Contractor plans to perform the work. Schedule may be in graph or tabular form, and shall include the date of submission for approval of drawings as may be required, starting dates for construction of the several parts of the work, and estimated completion dates of such parts, and completion date of the project. B. Progress schedule shall coordinate the work of Contractor with the work of other contractors in respect to the availability of job sites upon completion of other work to be performed by other contractors. Progress schedule may be altered or revised by Engineer in the interest of public safety, welfare or the interest of Owner, or for coordination with any other activity of other contractors, the availability of all or portions of the job site, or special provisions of this contract, or to reasonably meet the completion date of the project. C. Contractor shall promptly report to Engineer any conditions which Contractor feels will require revision of the schedule and shall promptly submit proposed revisions in the progress schedule for acceptance by Engineer. Revised schedule shall be followed by Contractor. D. Progress schedule will be reviewed at the pre -construction conference between Engineer and Contractor. Contractor shall furnish Engineer with three (3) copies of the accepted progress schedule prior to commencement of the work. 18. Schedule for Values of Lump Sum Work If payments are to be made on lump sum items, Contractor shall submit a preliminary schedule of values of the various parts of work, including quantities, aggregating the total sum of the contract, made out in such form as Owner may require, and if required, supported by such evidence as to its correctness as Owner or Engineer may direct. Owner shall further modify the schedule at their discretion to adequately account for work progress. Owner finalized schedule shall be final and used as the basis for certificates for payments for lump sum work. Contractor shall submit estimates of the percentage of work completed, and payment will be based upon the Owner finalized schedule of values for the work. 3/30/17 11:49 AM Technicals.docx Gcner l Conditions -10 Z:\Bothell\Data\YAK\715-114\Phase 2 - Beech Street Lift Station and Force Main \ Specs \ Non -technicals \l3eech Street Non- • © 2016 RI -I2 Engineering, Inc. City of Yakima Spring 2017 Beech Street Interceptor, Lift Station, and Force Main General Conditions 19. Pre -Construction Conference A. A pre -construction conference shall be held at a time and place fixed by Engineer which will be within two (2) weeks from date of notice of award. Contractor must be prepared for a thorough discussion and review, as well as revision which may be deemed necessary in the opinion of Engineer, of the following: • Progress schedule • Materials list • Product data • Equipment list • Job procedures • Inspection procedures • Plans and Specifications • Shop drawings • Supplemental drawings • Preliminary Schedule of value of lump sum work • Subcontractor lists • Other matters pertaining to performance of the work B. Acceptance by Engineer of the progress schedule shall not in any event excuse Contractor of the obligation to complete the work within the time specified in the agreement or of complying with all terms, conditions and provisions of Contract Documents. Failure of Contractor to follow the progress schedule submitted and accepted, including revisions thereof, shall relieve Owner of any and all responsibility for furnishing and making available all or any portion of the job site from time to time, and will relieve Owner of any responsibility for delays to Contractor in the performance of the work. C. The following personnel must attend the Conference: • The person representing the Contractor with contract authority • The project site superintendent • Major subcontractor site superintendents • The Owner and their representative shall be present D. The Owner may require that some subcontractors attend a pre -construction conference prior to beginning work on this project. In the event that subcontractors have not been selected prior to the general pre -construction conference, or various subcontractors do not attend the general pre -construction conference, a second pre -construction conference will be scheduled for these subcontractors. If requested, a subcontractor may not begin work until attending a pre -construction conference. 20. Material and Equipment - Material and Equipment List A. All materials and equipment shall be new and shall be as specified in Contract Documents, or, if not specified, shall be of a quality approved by Engineer. All materials and equipment furnished are warranted by Contractor as new and in accordance with the Plans and Specifications, if specified therein, and as suitable for the intended purpose. In addition thereto, Contractor shall furnish Owner with copies of the supplier's warranty, and adopt the same as the warranty of Contractor, and shall also be liable thereon to Owner. B. For each proposed substitution Contractor shall submit samples, descriptive and technical data, and reports of tests to Owner for approval. Contractor shall also indicate the difference in contract cost by reason of the proposed substitution. No substitute items shall be furnished or installed without Owner's written approval. Contractor shall reimburse Owner for any additional Engineering charges and for any charges for changes in the work of other contractors resulting from substitutions. C. Contractor shall file three (3) copies of a material and equipment list with Engineer prior to the pre -construction conference. This list shall include the quantity, manufacturer, and model number, if applicable of materials and —11— Z:\Bothell \ Data \YAK\715-114\Phase 2 - Beech Street Lft Stanon and Force Mam\Specs \Non-techmeals\Beech Street Non-Techmcals.docx 3/30/17 11:49 Ant © 2016 RI -I2 Engineering, Inc. General Condmons Spring 2017 City of Yakima General Conditions Beech Street Interceptor, Lift Station, and Force Main equipment to be installed under the contract. This list will be checked by Engineer as to conformity with the Plans and Specifications.. Engineer will pass upon the lists with reasonable promptness, indicating required corrections. Contractor shall make any required corrections and file two (2) corrected copies with Engineer within one (1) week after receipt of the required corrections. Engineer's review and acceptance of the lists shall not relieve Contractor from responsibility for suitability for the intended purpose nor for deviations from the Plans and Specifications unless Contractor has in writing called Engineer's attention to such deviations at the time of submittal, and secured Engineer's written approval for such deviation. D. In the event that Contractor shall request, or submit, an alternate design, or designs for some portions of his work, Engineer will consider such alternate designs with reasonable promptness. Such request for either a design review from alternate plans submitted by Contractor, or request for a redesign initiated by Contractor as set forth above shall be made in writing to Engineer. When Contractor submits plans for an alternate design it shall be in the form of reproducible drawings. Provided that such proposed alternate design or requested redesign appears reasonable and satisfactory to Engineer, Engineer will perform an Engineering review of the proposed alternate design or if requested by Contractor, Engineer will perform an Engineering redesign of the work to assure its compatibility within the framework of the complete operating unit or system ready for use between the contract limits. Cost of Engineering review of the proposed alternate, or the cost of an Engineering redesign as requested by Contractor will be billed to Contractor by Engineer at the rate of two times Engineer's direct payroll costs, plus direct expenses directly attributable to the work. E. Hourly rates for each piece of equipment used on the jbb shall be provided to the Owner. Equipment rates shall be per the most recent AGC/bluebook compilation. 21. Shop Drawings Shop drawings shall be per Division 1 of the Technical Specifications. Engineer's acceptance of such drawings or schedules shall not relieve Contractor from responsibility for deviation from Plans or Specifications, unless Contractor has in writing called Engineer's attention to such deviation at the time of submission, and secured Engineers written approval, nor shall it relieve Contractor from responsibility for errors in shop drawings or schedules. 22. Cutting and Fitting Contractor shall do all cutting and fitting of his work that may be required to make its several parts come together properly, and fit it to receive or be received by work of other contractors shown or reasonably implied by the Plans and Specifications for the completed structure. Contractor shall restore all surfaces damaged by cutting and fitting as Engineer may direct. 23. Labor, Materials, Equipment, Facilities, and Workmen A. Contractor shall provide and pay for all materials, labor, water, tools, equipment, light, power, transportation, and other facilities necessary for the execution and completion of the work, except as otherwise stipulated in Contract Documents. B. Contractor shall satisfy himself as to the character of the work and quantities of materials required to complete the project. Quantities in the bid documents are approximate and payment will be made for the exact quantities measured in accordance with the measurement and payment section of this contract. 3/30/17 11:49 AM Teclmtcals.docx General Conditions —12— Z:\Bothell \ Data \ YAK. \715-114\Phase 2 - Beech Street Lift Station and Force Main \ Specs \ Non -technicals \Beech Street Non- © 2016 RI -I2 Engineering, Inc. City of Yakima Spring 2017 Beech Street Interceptor, Lift Station, and Force Main General Conditions C. Contractor shall, at all times, enforce strict discipline and good order among his employees and shall not employ on the work any person unfit or not skilled in the work assigned to him. Employees or agents of Contractor who, in the opinion of Engineer, may impair the quality of the construction shall forthwith be discharged by Contractor upon the written request of Engineer. D. During the term of this contract, neither party shall employ nor hire any employee of the other party, nor of Engineer, without the written consent of the other party or of Engineer. Contractor shall not use any work performed or any information obtained from any employee hired in violation of this provision in making a claim against Owner or Engineer and shall also be liable to Owner as liquidated damages in an amount equal to double the amount of salary or wages paid to any such employee so hired in violation hereof. E. Necessary sanitation conveniences for the use of workmen on the job, properly secluded from public observation, shall be provided and maintained by Contractor. 24. Materials and Equipment Furnished by Owner Contractor shall receive, inspect and accept all Owner -furnished items of material and equipment, subject only to latent defects. Claims by Contractor to Owner shall be made in writing within five (5) days after discovery of any latent defect. In any event, the liability of Owner to Contractor for furnishing an item having a latent defect is limited to damages or loss resulting from use thereof only to extent that such loss or damage is recoverable by Owner against the supplier. Contractor shall supply the Owner with a detailed account of any loss associated with the latent defect. Owner shall include in their claim the amount of damage identified by the Contractor. The Owner shall be responsible for pursuing the claim against the supplier of the materials provided to the Owner used/installed by the Contractor. The Contractor agrees to cooperate with Owner in furnishing facts or data to assist the Owner in prosecuting such action. 25. Samples Contractor shall furnish for approval all samples as directed by Engineer. Finished work shall be in accordance with approved samples. Approval of samples by Engineer does not relieve Contractor of performance of the work in accordance with Contract Documents. 26. Determination of "Or Equal" Engineer shall be the sole judge in the question of "or equal" of any supplies or materials proposed by Contractor. Contractor shall pay Owner the cost of tests and evaluations by Engineer to determine acceptability of alternates proposed by Contractor, in accordance with the established rates of Engineer for time and expense work, the total cost of which may be offset by Owner against the contract price. 27. Royalties and Patents Contractor shall be liable for all suits brought against Owner by reason of infringement of patent rights or licenses on any materials, machine, appliance or process he may use on the work or incorporate into the finished job, except where specifically exempted by this Contract. Prices named in the proposal shall include payment of royalties, if any. Contractor shall defend and hold Owner harmless from any such suit, costs of defense and any judgment which may be made or entered against Owner thereon. —13— Z:\Bothell \ Data \YAK\715-114\Phase 2 - Beech Street Lift Station and Force Main \ Specs \ Non -technicals \Beech Street Non-Technicals.docx © 2016 RT -I2 Engineering, Inc. 3/30/17 11:49 AM General Conditions Spring 2017 City of Yakima General Conditions Beech Street Interceptor, Lift Station, and Force Main 28. Lands for Work Owner will furnish all lands and rights-of-way necessary for carrying out this Contract and completion of the work herein contemplated, and will use due diligence in acquiring said lands and rights-of-way as speedily as possible. It is possible that all lands and rights-of-way may not be obtained as herein contemplated before construction begins, in which event Contractor shall begin his work upon such land and rights-of-way as Owner may have previously acquired and no claim for damages whatever will be allowed by reason of the delay in obtaining the remaining land and rights-of-way. Should Owner be prevented or enjoined from proceeding with the work, or from authorizing its prosecution, either before or after the giving of notice to proceed by reason of any litigation, or by reason of its inability to procure any lands or rights-of-way for said work, Contractor shall not be entitled to any damages, costs, expenses, additional compensation or loss of profits by reason of said delay, or to withdraw from the Contract except by consent of Owner. Time for completion of the work due to the time lost by such delay shall be extended by Owner in writing if so requested by the Contractor. Contractor may terminate the Contract as provided in paragraph 45. 29. Surveys, Permits, Laws, and Regulations A. Owner shall furnish all property boundary surveys (if necessary) unless otherwise specified. Permits, permission under franchises, licenses and bonds of a temporary nature necessary for and during the prosecution of the work, and inspection fees in connection therewith shall be secured and paid for by Contractor as directed in the Technical Specifications. Where Owner is required to secure such permits due to Contractor's inability to secure such permits as directed in the Technical Specifications, permission under franchises, licenses and bonds and pay the fees, the costs incurred by Owner thereby shall be charged against Contractor and offset by Owner against the contract price. B. Contractor shall give all notices and comply with all laws, ordinances, rules and regulations bearing on the conduct of the work required by Contract Documents. If Contractor observes that Contract Documents or any part thereof are inconsistent or at variance therewith, he shall promptly notify Engineer in writing, and any necessary changes shall be made as provided in the Contract for changes in the work. If Contractor performs any work contrary to such laws, ordinances, rules and regulations, or prior to obtaining permits, permission under or obtained by Owner, he does so at his own risk and without payment or reimbursement therefore from Owner unless Owner shall have given written approval thereof to Contractor. C. Wherever the law of the place of construction requires a sales, consumer, use or similar tax, Contractor shall pay such tax. 30. Points and Instructions A. Contractor shall provide reasonable and necessary opportunities and facilities for setting points and making measurements by Engineer as set forth in the Technical Specifications. Contractor shall not proceed with the work until timely demand in writing has been made upon Engineer for, and Contractor has received from Engineer, such points and instructions. Work shall be done in strict conformity with such points and instructions. B. Contractor shall preserve benchmarks, reference points and stakes, and, in case of destruction or removal thereof for any reason, Contractor is responsible for the resulting costs for replacement and shall be responsible for any mistakes and loss or damage arising there from which may be caused by the absence, destruction, removal or disturbance thereof. 3/30/17 11:49 AM Technicals.docx General Conditions —14— Z:\Bothell \ Data \ YAK \715-114\Phase 2 - Beech Street Lift Station and Force Main \ Specs \ Non -technicals \Beech Street Non- © 2016 RT -12 Engineering, Inc. City of Yakima Spring 2017 Beech Street Interceptor, Lift Station, and Force Main General Conditions 31. Payment of Prevailing Wages A. General This contract is subject to the minimum wage requirements of RCW 39.12 and to RCW 49.28 (as amended or supplemented). On Federal -aid projects, Federal wage laws and rules also apply. The hourly minimum rates for wages and fringe benefits are listed in the Contract Documents. When Federal wage and fringe benefit rates are listed, the rates match those identified by the US Department of Labor's "Decision Number". The Contractor, any subcontractor, and all individuals or firms required by RCW 39.12, WAC 296-17, or the Federal Davis Bacon and Related Acts (DBRA) to pay minimum prevailing wages, shall not pay any worker less than the minimum hourly wage rates and fringe benefits required by RCW 39.12 or the DBRA. Higher wages and benefits may be paid. By including the hourly minimum rates for wages and fringe benefits in the contract provisions, the Owner does not imply that the Contractor will find labor available at those rates. The Contractor shall be responsible for any amounts above the minimums that will actually have to be paid. The Contractor shall bear the cost of paying wages above those shown in the contract provisions. B. Joint State and Federal Jurisdictions When the project is subject to both State and Federal hourly minimum rates for wages and fringe benefits and when the two rates differ for similar kinds of labor, the Contractor shall not pay less than the higher rate unless the State rates are specifically pre-empted by Federal law. C. Labor Class Not Listed If employing labor in a class not listed in the contract, the Contractor shall request a determination of the correct wage rate for that class and locality from the Industrial Statistician, Washington State Department of Labor and Industries (State L&I), and from the US Secretary of Labor on Federal -aid projects. The Contractor shall provide a copy of these determinations to the Engineer. D. Suppliers, Manufacturers, or Fabricators The Contractor shall ensure that any firm (Supplier, Manufacturer, or Fabricator) that falls under the provisions of Chapter 39.12 RCW because of the definition "Contractor" in WAC 296-127-010 complies with all the requirements of Chapter 39.12 RCW. The Contractor shall be responsible for compliance with the requirements of DBRA and Chapter 39.12 RCW by all firms (Subcontractors, Lower Tier Subcontractors, Suppliers, Manufactures, or Fabricators) engaged in any part of the work necessary to complete this contract. Therefore, should a violation of this subsection occur by any firm that is providing work or materials for completion of this contract whether directly or indirectly responsible to the Contractor, the Owner will take action against the Contractor, as provided by the provisions of the contract, to achieve compliance, including but not limited to, withholding payment on the contract until compliance is achieved. E. Errors in Listing Wages In the event the Owner has an error (omissions are not errors) in the listing of the hourly minimum rates for wages and fringe benefits in the contract provisions, the Contractor, any subcontractor, any lower tier subcontractor, or any other firm that is required to pay prevailing wages, shall be required to pay the rates as determined to be correct by State L&I. A change order will be prepared to ensure that this occurs. The Owner will reimburse the Contractor for the actual cost to pay the difference between the correct rates and the rates included in the contract provisions, subject to the following conditions: The affected firm relied upon the rates included in the contract provisions to prepare its proposal and certifies that it did so; —15 Z:\I3othell\Data\Pali\715-114\Phase 2 - Beech Street Lift Station and Force 1\latn\Specs \ Non -technicals \Beech Street Non-Techmeals.docx © 2016 R1-12 Engineering, Inc. 3/30/17 11:49 AM General Conditions Spring 2017 City of Yakima General Conditions Beech Street Interceptor, Lift Station, and Force Main The allowable amount of reimbursement will be the difference between the rates listed and rates later determined to be correct plus only appropriate payroll markup the employer must pay, such as, social security and other payments the employer must make to the Federal or State Government; The allowable amount of reimbursement may also include some overhead cost, such as, the cost for bond, insurance, and making supplemental payrolls and new checks to the employees because of underpayment for previously performed work; and Profit will not be an allowable markup. Firms that anticipated, when they prepared their proposals, paying a rate equal to, or higher than, the correct rate as finally determined will not be eligible for reimbursement. F. Posting Notices In a location acceptable to State L&I, the Contractor shall ensure the following is posted: 1. One copy of the approved "Statement of Intent to Pay Prevailing Wages", for the Contractor, each subcontractor, each lower tier subcontractor, and any other firm (Supplier, Manufacturer, or Fabricator) that falls under the provisions of RCWXW 39.12 because of the definition of "Contractor" in WAC 296-127-010; 2. One copy of the prevailing wage rates for the project; 3. The address and telephone number of the Industrial Statistician for State L&I (along with notice that complaints or questions about wage rates may be directed there). G. Apprentices If employing apprentices, the Contractor shall submit to the Engineer written evidence showing: 1. Each apprentice is enrolled in a program approved by the Washington State Apprenticeship and Training Council; 2. The progression schedule for each apprentice; and 3. The established apprentice -journey level ratios and wage rates in the project locality upon which the Contractor will base such ratios and rates under the contract. Any worker for whom an apprenticeship agreement has not been registered and approved by the Washington State Apprenticeship and Training Council shall be paid at the prevailing hourly journey level rate as provided in RCW 39.12.021. H. Disputes If labor and management cannot agree in a dispute over the proper prevailing wage rates, the Contractor shall refer the matter to the Director of State L&I. The Director's decision shall be final, conclusive, and binding on all parties. I. Required Documents On forms provided by the Industrial Statistician of State L&I, the Contractor shall submit to the Owner the following for itself and for each firm covered under RCW 39.12 that provided work and materials for completion of the contract: 1. A copy of an approved "Statement of Intent to Pay Prevailing Wages" State L&I's form number F700-029-000. The Owner will make no payment under this contract for the work performed until this form is received by the Owner. 2. Because L&I no longer requires a review of the request for release form, it is up to the Contractor to provide the Owner with adequate documentation that all industrial insurance is paid to the State L&I. The Owner will not release to the Contractor any funds retained under RCW 60.28.011 until the Certification of Industrial Insurance Paid 3/30/17 11:49 AM Techntcals.docx General Conditions —16 Z:\Bothell\Data\YAK\715-114\Phase 2 - Beech Street Lift Station and Force Main \ Specs \Non-tecluncals\Beech Street Non - 2016 R1 -T2 Engineering, Inc. City of Yakima Spring 2017 Beech Street Interceptor, Lift Station, and Force Main General Conditions J. and Request for Release form (located in the contract documents) has been signed by the Contractor and received by the Owner. 3. The Contractor shall be responsible for requesting these forms from State L&I and for paying any fees and insurance required by State L&I. Audits The Owner may inspect or audit the Contractor's wage and payroll records. 32. Protection of Work and Safety A. Contractor shall continuously maintain adequate protection of the work from damage and shall protect Owner's property from injury or loss arising in connection with or during the existence of this contract. He shall make good any such damage, injury, or loss, except such as may be directly due to errors in Contract Documents or caused by agents or employees of Owner. He shall adequately protect adjacent property from loss or damage occasioned by performance of the work. He shall provide and maintain all passageways, guard fences, lights and other facilities for protection required by public authority or local conditions. B. Contractor shall bear the risk of loss or damage for all finished or partially finished work until the entire Contract is accepted by Owner. C. The Contractor shall be responsible for the Safety of all workers on the project and shall comply with all applicable Health and Safety Standards including: Federal, State, and Local Codes as regulations. He shall erect and properly maintain, at all times, as required by the conditions and progress of the work, all necessary safeguards for protection of workmen and the public; shall post danger signs warning against known or unusual hazards; and he shall designate a responsible member of his organization on the construction site whose duty shall be the prevention of accidents. Name and position of such person so designated shall be reported in writing to Engineer by Contractor. 33. Work on Streets Workmen shall wear proper safety equipment, hardhats, fluorescent vests, etc., in accordance with the Local Codes, WISHA and OSHA. 34. Existing Utilities or Obstructions A. Contractors work shall be confined to Owner's premises, including easements and construction permit limits, whenever possible. He shall not enter upon or place materials on other property except by written consent of the individual Owner and he shall save Owner harmless from all suits and actions of every kind and description that might result from his use of property other than that of Owner. B. Contractor is directed to RCW 19.122 for responsibilities relating to locating, protecting, relocating and repair of existing underground utilities. C. Existing utilities indicated on the drawings have been plotted from the best information available to Engineer. Source of information may consist of construction records, One -Call locates, and other data obtained verbally from officials associated with the particular utility. Verification by excavation of buried facilities has not occurred unless specifically noted. Vertical position of existing utilities, if not located or discernible from accessible structures (manholes, catch basins, valve boxes, etc.) are assumed to be in a normal depth range for such utility. Contractor shall expect to pothole ahead of main excavation to verify both horizontal and vertical locations of utilities. —17— Z:\Bothell \ Data \ YAK \715-114\Phase 2 - Beech Street Lift Statin and Force Alain \ Specs \ Non -technicals \ Beech Street Non-Technicals.docx © 2016 RI -12 Engineering, Inc. 3/30/17 11:49 AM General Conditions Spring 2017 City of Yakima General Conditions Beech Street Interceptor, Lift Station, and Force Main Neither Owner nor Engineer guarantees the accuracy or completeness of this information and assumes no responsibility for improper locations or failure to show utility locations on the construction Plans; and it is to be understood that other above ground or underground facilities not shown on the drawings may be encountered during the course of the work. The Contractor shall carefully review the identified utilities on the Plans and compare to One -Call locates. If there are any discrepancies between the Plans and field locates, the Contractor shall bring such discrepancies to the attention of the Engineer and Utility Owner and excavation shall not commence until such discrepancies have been addressed. Existing utilities shown on the Plans as a single line do not necessarily represent a single carrier. Where utilities are clustered, such as a dry utility duct bank, this may be represented on the Plans by a single line. No extra payment will be made for working around any such clustered utilities. Existing utilities, whether shown on the drawings or not, shall be protected by the Contractor. Contractor shall notify Engineer and Utility Owner immediately upon determination of any conflict or disturbance. In the event that an existing utility must be removed, relocated, rerouted, is damaged or otherwise disturbed, such modification or repair shall be performed by the Utility Owner or at the Utility Owner's direction in compliance with RCW 19.122.050. The Contractor is responsible for all costs and delays associated with damage or disturbance to an identified or located utility including unmarked services per RCW 19.122.030(5). Compensation for costs and delays attributed to utilities not located shall be settled between the Contractor and Utility Owner. The Contractor shall hold the project Owner and Engineer harmless for a utility company's failure to correctly locate their utility per RCW 19.122. D. Right is reserved by owners of public utilities and franchises to enter upon any street, road, right-of-way or easement for the purpose of maintaining their property and for making necessary repairs or adjustments caused by Contractor's operations. Contractor shall cooperate with said owners and save Owner and Engineer harmless of any cost so incurred. E. Pursuant to RCW 19.122, the Contractor shall call the utilities underground location center for full location of the utilities and shall not begin excavation until all known utilities have been located and marked. Contractor shall take adequate precautions to protect existing lawns, trees and shrubs outside rights-of-way, sidewalks, curbs, pavements, utilities, adjoining property, and structures, and to avoid damage thereto. He shall, at this own expense, completely repair any damage thereto caused by his operations to the satisfaction of Engineer, unless otherwise agreed to in writing by the Engineer and affected Owner(s). 35. Replacing Improvements Whenever it is necessary in the course of construction to remove or disturb culverts, driveways, roadways, pipelines, property stakes or other existing improvements, without limiting the generality thereof and whether on private or public property, they shall be replaced to a condition at least equal to that existing before they were so removed and disturbed, and all such costs for this replacement shall be borne by Contractor and considered incidental to the construction and work covered by these Specifications unless specific unit or lump sum pay items have been established in the Contract to cover any of the above work. 36. Traffic Maintenance and Protection The following shall apply to traffic regulation during the extent of this contract: • There shall be at all times adequate vehicle and pedestrian access to and egress from the properties adjacent to the project. • During non -working hours, Contractor shall keep the existing traffic lanes clear for traffic without interference from his operations including all approaches and intersections. 3/30/17 11:49 AM Techincals.docx General Conditions © 2016 RI 12 Engineering, Inc. — 18— Z:\Bothell\Data\YAK\715-114\Phase 2 - Beech Street Ltft Stanon and Force Main \ Specs \ Non -technicals \ Beech Street Non- City of Yakima 0 Spring 2017 Beech Street Interceptor, Lift Station, and Force Main General Conditions • Where hazardous conditions exist, proper signing and barricading shall be provided by Contractor. Whenever directed by Engineer, supplemental signs and barricades, including lanterns and/or high rise warning devices, shall be provided at the expense of Contractor. • Contractor shall notify the Traffic Engineering Department, Fire Department, Police Department, medic one, State Highway Department, and the school bus garage by phone or in writing before the beginning of his operations so that these agencies may re-route their emergency and service vehicles around the construction zone. • Any asphalt concrete pavement, crushed surfacing or gravel base required for maintaining traffic during the life of this Contract shall be furnished and placed by Contractor immediately upon request by Engineer in amounts designated and shall be at no additional cost to Owner. • Owner shall not be held liable for any claims resulting from accidents or damages caused by Contractor's failure to comply with traffic and public safety regulations during the construction period. • If operations of Contractor are shown to significantly impede traffic flow during peak hours of traffic, Engineer shall have the authority to restrict Contractor's to time of operation on the street. • The Contractor shall notify property owners a minimum of twenty-four (24) hours in advance of a driveway closure. Driveway access shall be provided at all times during non -working hours. 37. Superintendence and Supervision Contractor shall keep a competent superintendent on the construction site during the progress of the work and any necessary assistants, all satisfactory to Engineer. Superintendent shall not be changed except with the consent of Engineer, unless the superintendent proves to be unsatisfactory to Contractor and ceases to be in his employ. Superintendent shall represent Contractor in his absence. Instructions to Contractor shall be confirmed in writing upon his request in each case. Contractor shall give efficient supervision to the work, using his best skill and attention. 38. Changes in the Work A. Except as limited by the section titled "Increase or Decrease of Work", Owner, without invalidating the contract, may order extra work or make changes by altering, adding to or deducting from the work, the Contract sum being adjusted accordingly. All such work shall be executed under the conditions of the original contract, except that any claim by Contractor for extension of time caused thereby shall be made at the time such change is ordered. B. In giving instructions, Engineer shall have authority to make minor changes in the work, not inconsistent with the purposes of the work. Except in any emergency endangering life or property, no extra work or change shall be made unless in pursuance of a written order by Engineer and countersigned by Owner, and no claim for an addition to the Contract sum shall be valid unless so ordered. C. Value of any such extra work shall be determined in one or more of the following ways: 1. By estimate and agreement on a lump sum. By unit prices named in the Contract or subsequently agreed upon. 3. If, for any reason, method 1 or 2 cannot be agreed upon, such work will be paid for as described under the section titled "Force Account". —19— \Bothell \ Data \ YAK \715-11 1\Phase 2 - Beech Street Lift Station and Force Main \ Specs \ Non -technicals \Beech Street Non-Technicals.docx © 21116 R1-12 Engineering, Inc. 3/30/17 11:49 AM General Conditions Spring 2017 City of Yakima General Conditions Beech Street Interceptor, Lift Station, and Force Main 39. Increase or Decrease of Work A. Owner reserves the right to make such alterations in the Plans or in the quantities of work as may be considered necessary. Such alterations shall be in writing by Engineer and shall not be considered a waiver of any condition of the Contract nor invalidate any of the provisions thereof, provided, however, that the execution of a supplemental agreement acceptable to both parties of the Contract shall be necessary before any alteration is made which involves: 1. An extension or shortening of the physical length of the project by more than 25 percent, 2. An increase or decrease of more than 25 percent of the total cost of the work calculated from the original proposal quantities and the unit contract prices, 3. An increase or decrease of more than 25 percent in the quantity of any one major contract item (a "major contract item" is defined in 02. Definitions, unless otherwise indicated on the Plans or designated in the Specifications), or 4. A change in the nature of the design or in the type of construction which materially increases or decreases the cost of the performance of the work. B. When an alteration requires the execution of a supplemental agreement, such agreement shall be signed by both parties before any work on the alteration is started. Alterations involving a change of more than 25 percent in the net of any one minor contract item will not require a supplemental agreement. 40. Claims for Extra Cost A. If Contractor claims that the cost of construction under the Contract has been increased through instructions, by drawings or other acts of Owner, after the Contract has been made, he shall give Engineer written notice thereof within ten (10) working days after the receipt of any such instructions, or occurrence of any other act, and in any event before proceeding to execute the work, except in emergency endangering life or property, and the procedure shall then be as provided for changes in the work. No claim for extra cost shall be valid unless so made. B. Contractor shall not be entitled to claim against Owner for any damages, costs, expenses, additional compensation or lost profits due to work stoppage or delays caused by any governmental agency or by act of third parties, or inability of Owner to make the jobsite available, or for any other cause beyond the control of Owner. 41. Delays and Extension of Time A. Should Contractor be delayed in the prosecution or completion of the work by the act, neglect or default of Owner, any of its officers or employees, any other contractor employed by Owner upon the work, or by any damage caused by fire or other casualty for which Contractor is not responsible, or by combined action of workmen, in no way caused by or resulting from default or collusion on the part of Contractor, then the time herein set for completion of the work shall be extended for a period equivalent to the work time lost by reason of any or all of the causes aforesaid. Extended time period shall be determined and fixed by Owner, which determination shall be final, but no such allowance shall be made unless a claim therefore is presented in writing to Owner within ten (10) days after the occurrence of such delay. B. Time for the completion specified has taken into consideration the possibility of delay and work interruption resulting from acts of other contractors, whether or not a contractor for Owner, and no extension of time will be allowed because of such interruption or delay. Contractor shall cooperate with contractor of an adjoining or interdependent project to the full extent possible so that the operations of both will suffer a minimum of interference and delay. In case of disagreement between contractors, the decision of Engineer shall be accepted as final. Any unavoidable delays to Contractor resulting there from shall be adjusted as to contract time in accordance with the specifications of this section. 3/30/17 11:49 ASI Technicals.docx General Conditions —20— Z:\Bothell\Data \ YAK \715-114\Phase 2 - Beech Street Lift Station and Force Main \ Specs \ Non -technicals \Beech Street Non- © 2016 W-12 Engineering, Inc. City of Yakima Spring 2017 Beech Street Interceptor, Lift Station, and Force Main General Conditions C. Number of working days allowed for completion of the project is sufficient to provide for the procurement of all materials necessary for construction and, unless otherwise noted in the special provisions, failure to procure the materials involved is not reason for an extension of time. If no schedule or agreement is made between Engineer and Contractor stating the dates upon which instructions and/or drawings shall be furnished by Engineer, then no claim for delay shall be allowed by the Contractor on account of such failure to furnish drawings unless Contractor shall have given two (2) weeks' notice of the need for such drawings and not then unless claim of need for such drawings is reasonable. D. When it has been determined that Contractor is entitled to an extension of time, the amount of such extension shall be only to compensate for direct delays and shall be based upon Contractor's energetically pursuing the work at a rate not less than that which would have been necessary to complete the basic contract on lime. In determining the amount of extension, Engineer will consider that Contractor is applying efforts simultaneously on the several parts of the job to the maximum amount practicable. 42. Completion and/or Correction of Work and Remedies before Final Payment A. If Contractor should neglect to prosecute the work properly and/or fail to perform any provision of this contract, Owner, upon certification by Engineer and after five (5) days' written notice to Contractor, may, without prejudice to any other remedy, make good such deficiencies and deduct the cost thereof from payments then or thereafter due to Contractor. B. Contractor shall promptly remove from the construction site all materials condemned by Engineer as failing to conform to the contract, whether incorporated in the work or not and Contractor shall promptly replace and re -execute his own work in accordance with the intent of the Contract and without expense to Owner and shall bear the expense of making good all work of other contractors destroyed or damaged by such removal or replacement. If Contractor does not remove such condemned work and materials and commence re-execution of the work within five (5) days of notice from Engineer, Owner may correct the same as otherwise provided herein. C. If Contractor does not remove such condemned work and material within the period herein above described, Owner may remove and store any such materials at the expense of Contractor. If Contractor does not pay the cost of such removal within ten (10) days from the notice to Contractor of the fact of such removal, Owner may, upon an additional ten (10) days' written notice, sell such materials at public or private sale, and deduct all costs and expenses incurred, including costs of sale, accounting to Contractor for the net proceeds remaining, and Owner may bid at any such sale. Contractor shall be liable to Owner for the amount of any deficiency remaining between the costs incurred and the proceeds of sale. Owner may deduct the costs of such removal, storage and sale and/or remaining deficiency from any funds otherwise due to the Contractor. 43. Defects Arising in One Year and Remedies A. Contractor shall be responsible for correcting all defects in workmanship and material within one year after acceptance of this work. When corrections of defects are made, Contractor shall be responsible for correcting all defects in workmanship and/or materials in the corrected work for one year after acceptance of the corrections by Owner. Contractor shall start work to remedy such defects within seven (7) days of mailing notice of discovery thereof by Owner and shall complete such work within a reasonable time. In emergencies where damage may result from delay or where loss of service may result, such corrections may be made by Owner, in which case the cost shall be borne by Contractor. In the event Contractor does not accomplish corrections at the time specified, the work will be otherwise accomplished and the cost of same shall be paid by Contractor. B. Contractor shall be liable for any costs, losses, expenses or damages including consequential damages suffered by Owner resulting from defects in Contractor's work including, but not limited to, cost of Engineering, inspection and supervision by Owner or Engineer. Contractor shall hold Owner harmless from any and all claims which may be made against Owner as a result of any defective work and Contractor shall defend any such claims at his own expense. —21 Z:\Bothell\Data\YAK\715-114\Phase 2 - Beech Street Lift Station and Force Main \ Specs \ Non -technicals \Beech Street Non-Technicals.docx © 2016 RI -I2 Engineering, Inc. 3/30/17 11:49 Ail General Conditions Spring 2017 City of Yakima General Conditions Beech Street Interceptor, Lift Station, and Force Main 44. Suspension of Work A. Owner may at any time suspend the work, or any part thereof, by giving notice to Contractor in writing. Work shall be resumed by Contractor within ten (10) days after the date fixed in the written notice from Owner to Contractor to do so. Owner shall not reimburse Contractor for expense incurred by Contractor in connection with the work under this Contract as a result of such suspension. B. Suspension of the work by Owner shall not furnish any ground for claim by Contractor for damages or extra compensation, but the period of such suspensions shall be taken into consideration in determining the revised date for completion as hereinafter provided. Contractor shall not suspend work under the Contract without the written order of Owner as stated in the preceding paragraphs. Contractor will be required to work a sufficient number of hours per day in order to complete the project within the days specified. Question as to the necessity of discontinuing any portion of the work by reason of unfavorable weather conditions shall -be determined by Engineer.. C. " Upon failure of Contractor to carry out the orders of Engineer or to perform work under the Contract in accordance with its provisions, Owner may suspend the work for such period as he may deem necessary. Time lost by reason of such failure or in replacing improper work or materials shall not furnish any ground to Contractor for claiming an extension of time or extra compensation, and shall not release Contractor from damages or liability from failure to complete the work within the time prescribed. 45. Owner's Right to Terminate Contract A. Owner may terminate the Contract and take possession of the premises and of all materials thereon and finish the work by whatever methods he may deem expedient, upon the occurrence of any one or more of the events hereafter specified, and receipt of the certificate by Engineer that sufficient cause exists to justify such action: 1. If Contractor should be adjudged a bankrupt. 2. If Contractor should make a general assignment for the benefit of his creditors. 3. If a receiver should be appointed on the account of insolvency of Contractor. 4. If Contractor should persistently or repeatedly refuse or fail to supply a sufficient number of properly skilled workmen or proper materials for completion of the work. 5. If Contractor should fail to complete the work within the time specified in the contract. 6. If Contractor should fail to make prompt payment to subcontractors or for material or labor. 7. If the Contractor should persistently disregard laws, ordinances, or regulations of federal, state or municipal agencies or subdivisions thereof. 8. If Contractor should persistently disregard instruction of Engineer, or otherwise be guilty of a substantial violation of the contract. 9. If Contractor fails to make progress in accordance with the Progress Schedule. B. Owner shall give Contractor seven (7) calendar days' written notice to cure the default, and if not cured to the satisfaction of Owner as certified by Engineer, Owner may, upon two (2) days written notice terminate the Contract. Any such termination shall be without prejudice to any other right or remedy which Owner may have against Contractor. 3/3(1/17 11:49 ASI Techntcals.docx General Conditions _22 Z:\Bothell\Data\YAK\715-114\Phase 2 - Beech Street Lift Station and Force Main \ Specs \ Non -technicals \ Beech Street Non - 2016 RI -I2 Engineering, Inc. City of Yakima Spring 2017 Beech Street Interceptor, Lift Station, and Force Main General Conditions C. In the event of the failure of Contractor to cure the default of which notice is given as above provided, or if Contractor abandons the work undertaken under the contract, Owner may, at his sole option, upon seven (7) days' written notice to the surety and without any written notice of Contractor, transfer the employment of said work from Contractor to surety. Upon receipt of such notice, the surety shall enter upon the premises and take possession of all materials, tools and appliances thereon for the purpose of completing the work included under this Contract and employ, by Contract or otherwise, any person or persons to finish the work and provide the material therefore, without termination of the continuing full force and effect of the contract. In case of transfer of such employment to the surety, the surety shall be paid in its own name on estimates covering the work subsequently performed under the terms of the Contract and according to the terms hereof, without any right of Contractor to make any claim for the same or any part thereof. D. In the event that the Contract is terminated by Owner, Contractor shall not be entitled to receive any further balance of the amount to be paid under this Contract until the work shall have been fully finished. At such time, if the unpaid balance of the amount to be paid under this Contract exceeds the expense incurred by Owner in finishing the work, and all damages sustained or which may be sustained by Owner by reason of such refusal, neglect, failure of discontinuance of employment, such excess shall be paid by Owner to Contractor. If such expense and damages shall exceed the unpaid balance, Contractor and his surety and each thereof shall be jointly and severally liable therefore to Owner and shall pay the difference to Owner. Such expense and damage shall include all legal costs incurred by Owner in the employment of attorneys to protect the rights and interests of Owner under the contract; provided such legal costs shall be reasonable. 46. Contractor's Right to Stop Work or Terminate Contract If the work should be stopped under an order of any court, or other governmental authority for a period of ninety (90) working days, through no act or fault of Contractor or of anyone employed by him, including subcontractors, or if payments due Contractor under this Contract are unreasonably delayed, or if Owner suspends this Contract for any reason other than act or neglect of Contractor for a period of one hundred eighty (180) consecutive calendar days, Contractor may stop work and terminate this Contract and recover from Owner payment for all work executed, but Contractor shall not be entitled to claim against Owner for damages, expenses, costs, additional compensation or lost profits due to the suspension or termination. Final payment to Contractor shall be made pursuant to the provisions of paragraphs 48 and 49. 47. Removal of Equipment In case of the termination of this Contract before completion for any cause whatever, Contractor, if notified to do so by Owner, shall promptly remove any part or all of his equipment and supplies from the property of Owner; Owner shall have the right to remove such equipment and supplies at the expense of Contractor, deducting the cost thereof from any funds otherwise due Contractor. 48. Use of Completed Portion of Work Owner shall have the right to take possession of and use completed, partially completed or substantially portions of the work, notwithstanding that the time may not have expired for completing the entire work. Such taking possession and use shall not be deemed to be completion of the Contract in respect to such work nor shall the same be deemed to be any acceptance of any work not completed in accordance with Contract Documents. 49. Application for Payment A. At least five (5) working days before invoices are due to the City for processing, Contractor shall submit to Engineer four (4) copies of an itemized application for payment, supported to the extent required by Engineer by receipts or —23— Z:\Bothell\Data\YAK\715-114\Phase 2 - Beech Street Ltft Station and Force Main \ Specs \Non-technicals\Beech Street Non=fechmcals.docx 3/30/17 11:49 AM © 2016 RT -T2 Engineering, Inc. General Condmons Spring 2017 City of Yakima General Conditions Beech Street Interceptor, Lift Station, and Force Main other vouchers showing payment for materials and labors, payments to subcontractors, and such other evidence of Contractor's right to payment as Engineer may direct. B. Contractor shall be entitled to monthly progress payments corresponding to the stage of the work. Progress estimates will be prepared by Engineer not later than the twentieth day of the month after commencing work, and every thirty (30) days thereafter, if so entitled, for the duration of construction. These shall be based upon an approximate estimate of quantities of work completed and considered acceptable, as extended by the unit prices established in the Contract or as provided by the schedule of lump sum payments. Owner shall deduct from each monthly progress payment an amount of retainage of 5% by this Contract and also for any charges against Contractor authorized by this contract. C. Cost of materials, properly stored, protected and insured at the site of the work will be paid on monthly estimates only when provided for in this Contract, and then only for specific materials listed therein for partial payment. In preparing the monthly estimates, advancement will be made therein for 90 percent of the cost of such materials, as evidenced by invoices to 'Contractor. Advances will not be made for any item of material amounting to less than five hundred dollars ($500.00). All materials must conform to the requirements of these Specifications. However, advancement for materials will not constitute acceptance, and any faulty material will be condemned although advancement may have been made for same in the estimates: Deductions at the same rates, and equal in amount to the advancements, will be made on the estimates as the material is used. All materials for which costs are allowed under this subparagraph must be substantiated by written documentation from the material supplier that the material has been paid for. D. Quantities used for progress estimates shall be considered only as approximate and provisional, and shall be subject to recalculation, adjustment and correction by Engineer in subsequent progress estimates and in final estimates. Inclusion of any quantities in progress estimates, or failure to disapprove the work at the time of progress estimates, shall not be construed as acceptance of corresponding work or materials. E. Retained amount shall be withheld by Owner for sixty (60) days following final acceptance or termination of the Contract and shall be paid to Contractor at the expiration of sixty (60) days if no claims have been filed against such funds as provided by law and if Owner has no unsatisfied claims against Contractor. No payments shall be made until the form Certification of Industrial Insurance Paid and Request for Release has been obtained from the Contractor. In the event claims are filed, Owner shall withhold, until such claims are satisfied, a sum sufficient to satisfy all claims and to defray the cost of foreclosing the liens of such claims and to pay attomey's fees. In addition, Owner shall withhold such amount as is required to satisfy any claims by Owner against Contractor, until such claims have been finally settled. F. Neither the final payment nor any part of the retained percentage shall become due until Contractor, if requested, shall deliver to Owner a complete release of all liens arising out of this contract, or receipts in full in lieu thereof, and, if required in either case, an affidavit that so far as he has knowledge or information, the release and receipts include all labor and materials for which a lien could be filed; but Contractor may, if any subcontractor refuses to furnish a release or receipt in full, furnish a bond satisfactory to Engineer to indemnify Owner against any lien. If any lien remains unsatisfied after all payments are made, Contractor shall reimburse to Owner all moneys that the latter may be compelled to pay in discharging such lien, including all cost and reasonable Engineer's and attorney's fees. 50. Payments Withheld Notwithstanding the issuance of any certificate, Owner may withhold any payment or portion of payment or recover any payment theretofore made, to such extent as may be necessary to protect Owner from loss on account of: 1. Defective work not remedied. 2. Claims filed or written notice that valid claims will be filed. 3. Failure of Contractor to make payments properly to subcontractors or suppliers of material or labor. —24— Z:\Bothell\Data \ YAK \715-114\Phase 2 - Beech Street Lift Station and Force Main Street Non- © 2016 RH2 Engineering, Inc. 3/30/17 11:49 AM Techntcals.docx General Condmons City of Yakima Spring 2017 Beech Street Interceptor, Lift Station, and Force Main General Conditions 4. Reasonable doubt that the Contract can be completed for the balance then unpaid. 5. Liquidated damages, inspection and Engineering charges, or other claims against Contractor by Owner. 6. Damage to another contractor. 7. Failure of Contractor to furnish invoices to support application for payment for materials not incorporated in the work but delivered and suitably stored at the site. 8. Expenses, including court costs and legal fees, whether or not incident to suit, incurred by Owner due to any default of Contractor. Notice of payment withholding shall be performed in accordance with RCW, Chapter 39.76. 51. Hold Harmless The Contractor shall defend, indemnify and save harmless the Owner, its officers, employees, agents and Engineer, from any and every claim and risk and all losses, damages, demands, suits, judgments and attorney's fees, and other expenses of any kind, on account of injury to or death of any and all persons and/or on account of all property damage of any kind, whether tangible or intangible, including loss of use resulting therefrom, in connection with the work performed under this contract, or caused or occasioned in whole or in part by reason of the presence of the Contractor or its subcontractors, or their property, employees or agents, upon or in proximity to the property of the Owner, or any other property upon which the Contractor is performing any work called for or in connection with this Contract, except only for those losses resulting solely from the negligence of the Owner, its officers, employees, agents and Engineer. 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 Owner, its members, officers, employees, agents and Engineer, 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 Contractor's waiver of immunity under industrial insurance, Title 51 RCW, solely for the purposes of this indemnification. This waiver has been mutually negotiated by the parties. If a lawsuit is filed in respect to this hold harmless provision, the Contractor shall appear and defend that lawsuit at its own cost and expense, and if judgment is rendered or settlement made requiring payment of damages by the Owner, its officers, agents, employees, volunteers and Engineer, the Contractor shall pay the same. 52. Insurance Insurance shall meet the requirements of 1-07.18 Public Liability, and Property Damage Insurance, of the Standard Specifications, APWA WSDOT latest edition, as a minimum. ACORD forms shall be provided to the Owner as indicated in the bid forms. Subcontractors: Contractor shall include all subcontractors as additional insureds under its policies or shall furnish separate certificates for each subcontractor. All coverage for subcontractors shall be subject to all of the requirements stated herein. Builders Risk insurance covering interests of the Owner, Contractor, and Subcontractors in the work. Builders Risk insurance shall be on an all-risk policy form and shall insure against the perils of fire and extended coverage and physical loss or damage including flood, earthquake, theft, vandalism, malicious mischief, collapse, temporary buildings and debris removal and disposal. This Builders Risk insurance covering the work will have a deductible of $5,000 or less for each occurrence which will be the responsibility of the Contractor. Builders Risk insurance shall be maintained until final acceptance of the Work by the Owner. —25— Z:\Bothell \ Data \ YAK \715-114\Phase 2 - Beech Street Lift Station and Force Main \ Specs \ Non -technicals \ Beech Street Non-Technrcals.docx © 2016 RI -12 Engineering, Inc. 3/30/17 11:49 AM General Conditions Spring 2017 City of Yakima General Conditions Beech Street Interceptor, Lift Station, and Force Main Contractor shall maintain limits of insurance no less than: Comprehensive general liability: $1,000,000 combined single limit per occurrence for bodily injury, personal injury and property damage, and for those policies where aggregates are applicable, a $2,000,000 aggregate limit. Automobile liability: $1,000,000 combined single limit per accident for bodily injury and property damage. Workers' compensation and employers' liability: workers' compensation limits as required by the workers' compensation act of Washington. Builders Risk insurance shall be written in the amount of the Contractor's bid for the project work with no co-insurance provisions. Any deductibles or self-insured retention must be declared to and approved by Owner. At the option of Owner, either: the insurer shall reduce or eliminate such deductibles or self-insured retention as respects Owner, its officials and employees; or Contractor shall procure a bond guaranteeing payment of losses and related investigation, claim administration and defense and expenses. Policies are to contain or be endorsed to contain, the following provisions: General liability and automobile liability coverage: Owner, its officials, employees, agents and volunteers are to be covered as an additional insured as respects: liability arising out of activities performed by or on behalf of Contractor; products and completed operations of Contractor; premises owned, leased, or used by Contractor; or automobiles owned, leased, hired or borrowed by Contractor. Coverage shall contain no special limitations on the scope of protection afforded to Owner, its officials, employees or volunteers. Contractor's insurance coverage shall be primary insurance as respects Owner, its officials, employees and volunteers. Any insurance or self-insurance maintained by Owner, its officials, employees or volunteers shall be in excess of Contractor's insurance and shall not contribute with it. Any failure to comply with reporting provisions of the policies shall not affect coverage provided to Owner, its officials, employees or volunteers. Coverage shall state that Contractor's insurance shall apply separately to each insured against whom claim is made or suit is brought, except with respect to the limits of the insurer's liability. All Coverage: Each insurance policy required by this clause shall state that coverage shall not be suspended, voided, canceled by either party, reduced in coverage or in limits except after thirty (30) days prior written notice by certified mail, return receipt requested, has been given to Owner. Defense costs are to be provided as an additional benefit and not included within the limit of liability of the general liability policy. No deductible or retention in excess of $5,000 shall apply to any coverage provided by the general liability insurance without the prior written approval of the Owner. Should the Contractor maintain commercial umbrella insurance, it shall be excess over all coverage described herein. This policy shall have the same inception and expiration dates as underlying liability policies and shall provide coverage no less broad than those in the primary policies or program. Any and all deductibles or retentions in the policies described herein shall be paid for, assumed by, for the account of and at the Contractor's sole risk. The Owner shall not be responsible for the payment of any deductible or retention. 3/30/17 11:49 ADI Techvcals.docx General Conditions —26 Z:\Bothell\Data\YAK\715-114\Phase 2 - Beech Street Lift Stanon and Force Main \ Specs \ Non -technicals \Beech Street Non- © 2016 RT -I2 Engineering, Inc. City of Yakima Spring 2017 Beech Street Interceptor, Lift Station, and Force Main General Conditions Owner shall have the right, but not the obligation, of prohibiting the Contractor from entering the Project site until such certificates or other evidence that insurance has been placed in complete compliance with these requirements is received and approved by the Owner. Commencement of work on the Project site without the required Certificates of Insurance, or without compliance with any other provision of this Agreement, shall not constitute a waiver by the Owner of any rights in this Agreement. Acceptability of Insurers: Insurance is to be placed with insurers with a Bests' rating of no less than A:XIII, as shown in the most current issue of A.M. Best's Key Rating Guide or with an insurer acceptable to Owner. Verification of Coverage: Contractor shall furnish Owner with certificates of insurance and with CG 2010 (03 97) naming the owner as an additional insured with original endorsements affecting coverage required by this clause. Certificates for each insurance policy are to be signed by a person authorized by that insurer to bind coverage on its behalf. Certificates are to be received and approved by Owner before work commences. Owner reserves the right to require complete, certified copies of all required insurance policies, at any time. Subcontractors: Contractor shall include all subcontractors as additional insured under its policies or shall furnish separate certificates for each subcontractor. All coverage for subcontractors shall be subject to all of the requirements stated herein. Waiver of Transfer: Contractor shall provide CG 2404 (10 93) Waiver of Transfer of Rights of Recovery against other to us if not included in General Liability coverage form already. 53. Performance and Payment Bond A. Contractor shall furnish a surety bond or bonds covering faithful performance of the Contract and the payment of all obligations arising thereunder. Bond shall be in the full amount of the Contract and shall be upon the form of bond set forth herein. Surety shall be a firm qualified to conduct business as a surety in the state in which the work is done. B. Performance for this Contract shall not only indemnify Owner for the usual performance provisions of the contract, but in addition shall be a bond to guarantee payment of any and all tax liability of any type, kind, nature or description due as a result of work performed pursuant to the contract. 54. Damages Any claim against Owner for damages, expenses, costs, lost profits, or extra compensation arising out of the performance of this Contract shall be made in writing to Owner within a reasonable time after the discovery of such damage, and in no event later than the time of approval by Owner of final payment. Contractor, upon making application for final payment, shall be deemed to have waived his right to claim for any other damages for which claim has not been made, unless such claim for fmal payment includes notice of additional claim and fully describes the alleged damage. The amount of liquidated damages shall be as identified in the Proposal for failure to complete the work as described in the contract documents within the contract time. —27— /..:\Bothell\Dara\YAK\715-114\Phase 2 - Beech Street Lift Station and Force Alain \ Specs \ Non -technicals \ Beech Street Non-Techn,cals.docx © 2016 12.I-12 Engineering, Inc. 3/30/17 11:49 AAI General Contltnons Spring 2017 City of Yakima General Conditions Beech Street Interceptor, Lift Station, and Force Main Accordingly, Contractor agrees: 1. To pay liquidated damages for each working day beyond the contract deadline date for Substantial Completion, and 2. To authorize Engineer to deduct these liquidated damages from any money due or coming due to Contractor. Liquidated damages will not be assessed for any days for which an extension of time is granted. No deduction or payment of liquidated damages will, in any degree, release Contractor from further obligations and liabilities to complete the entire contract. The Owner reserves the right to collect Engineering and Legal fees incurred as a result of delays or efforts for resolution of disputes, liens, liquidated damages or any other issues requiring Engineering or Legal services beyond the normal progression of the contract, if such expenses are deemed to have been initiated by the Contractor's failure to properly execute any provision of the Contract. 55. Subletting and Subcontracting A. Contractor shall not assign or sublet the Contract in whole or in part without the written consent of Owner, nor shall Contractor assign any monies due or to become due to him hereunder without the prior written consent of Owner. B. Contractor shall not subcontract more than 40 percent of the work without the written consent of Owner. In any event, Contractor shall, at least five (5) days prior to start of a subcontractor's work, notify Engineer in writing of the name of the subcontractor proposed for the work, and shall not employ any which Engineer may object to as incompetent or unfit. C. Contractor agrees that he is fully responsible to Owner for the acts and omissions of the subcontractor and persons either directly or indirectly employed by subcontractors, as well as for the acts and omissions of persons directly employed by Contractor. Consent to subcontracting part of the work shall in no way release Contractor from responsibility for performance of the work and he will be held in all respects accountable for the same as if no consent has been given. Contractor shall be required to give his personal attention to the work which is sublet. Nothing contained in Contract Documents shall create any contractual relation between any subcontractor and Owner. 56. Subcontractor Identification Every invitation to bid on a contract that is expected to cost in excess of one hundred thousand dollars for the construction, alteration, or repair of any public building or public work of the state or a state agency or municipality as defined under RCW 39.04.010 shall require each bidder to submit as part of the bid, or within twenty-four (24) hours of the bid, the names of the subcontractors whose subcontract amount is more than ten percent of the contract price with whom the bidder, it awarded the contract, will subcontract for performance of the categories of work designated on the list to be submitted with the bid or to indicate by naming itself that a category of work on the list shall not be subcontracted. Failure to name such subcontractors or itself shall render the bidder's bid non-responsive and, therefore, void. 57. Separate Contract - Interference with Other Contractors Owner reserves the 'right to perform work with its own forces or to let other contracts for work under similar general conditions in connection with this project, of which the work awarded to one or more Contractors under separate contract is a part. Contractor shall afford Owner and other contractors' reasonable opportunity for the introduction and storage of their materials and the execution of their respective work, and shall properly connect and coordinate his work with theirs. 3/30/17 11:49 AM Technicals.docx General Conditions —28 Z:\Bothell\Data\YAK\715-114\Phase 2 - Beech Street Lift Stanon and Force \taut\Specs \ Non -technicals \Beech Street Non- © 2016 RI -L Engineering, Inc. City of Yakima Spring 2017 Beech Street Interceptor, Lift Station, and Force Main General Conditions A. Bidders are required to inform themselves fully of the conditions relating to construction and labor under which the work will be or is now being performed, and Contractor shall employ, as far as possible, such methods and means in the carrying out of his work as will not cause any interruption or interference with any other contractor or agency. If any part of Contractor's work depends, for proper execution or results, upon the work of any other contractor, Contractor shall inspect and promptly report in writing to the Engineer any defect in such work which renders it unsuitable for such proper execution and result. His failure to so inspect and report shall constitute an acceptance of the other contractor's work after the execution of his work. (To insure proper execution of his subsequent work, Contractor shall measure work already in place and shall report at once to Engineer any discrepancy between the executed work and the drawings.) B. If the performance of any contract for the project is likely to be interfered with by the simultaneous execution of some other contract or contracts, Engineer shall decide which contractor shall cease work temporarily and which contractor shall continue, or whether the work under the contracts can be coordinated so that contractors may proceed simultaneously. Owner shall not be responsible for any damages suffered or extra costs incurred by Contractor resulting directly or indirectly from the award or performance or attempted performance of any other contract or contracts on the project or caused by any decision or omission of Engineer respecting the order of precedence in the performance of the contracts other than for an extension of time. 58. Cleanup A. Contractor shall clean up frequently all refuse, rubbish, scrap material and debris caused by his operations, to the end that at all times the site of the work shall present a neat, orderly, and workmanlike appearance. B. Upon completion of the work, Contractor shall remove all rubbish, scrap material, tools, scaffolding and surplus materials, false -works, temporary structures, including foundations thereof, plants of any description, and debris of every nature, resulting from his operations, shall clean out all ditches that may have been filled during the work, replace damaged surfacing, and put the site in a neat, orderly condition and, in respect to structures, shall clean all windows and leave buildings broom clean. 59. Washington State Sales Tax Revenue Act of 1935 as amended requires Owner to pay Contractor for transmittal to the state a sales tax on the total charges made for construction unless otherwise exempt by rule 171. Rule 171, issued by the Excise Tax Division of the State of Washington, provides for certain exemptions and compensating tax in regard to public roadway improvements. In case of a public roadway improvement contract, Contractor shall include any applicable compensating tax in the bid item and Owner shall make no payment of any sales tax. 60. Force Account Force Accounts shall be completed in accordance with 1-09.6 Force Account, of the Standard Specifications. 61. Dispute Resolution If any dispute, controversy or claim arises out of or relates to this contract, or the breach thereof, and if the dispute cannot be settled through direct discussion, the parties agree first to try to settle the dispute by mediation under the Commercial Mediation Rules of the American Arbitration Associates, before resorting to arbitration, litigation or some other dispute resolution procedure. Any dispute, controversy or claim involving $35,000 or less not resolved by mediation shall be settled —29— \Bothell \ Data \ YAK \715-114\Phase 2 - Beech Street Lift Station and Force Main \ Specs \Non-technicals\Beech Street Non-Techrncals.docx 3/30/17 11:49 Ail © 2016 RI -12 I_.ttginccring, Inc. General Conditions Spring 2017 City of Yakima General Conditions Beech Street Interceptor, Lift Station, and Force Main by arbitration in accordance with the Commercial Arbitration Rules of the American Arbitration Association, and judgment upon the award rendered by the arbitrator(s) may be entered in any court having appropriate jurisdiction. In the event any action is filed in connection with the Contract, the substantially prevailing party shall be entitled to recover its costs and a reasonable sum for attorney fees. The parties further agree that the substantially prevailing party shall be entitled to recover its costs and a reasonable sum for attorney fees incurred through any Final Order as a result of any Appeal. 62. Street Cleaning, Dust, Mud, Erosion, and Siltation Control The contractor shall be responsible for controlling dust and mud within the project limits, and all streets used by the Contractor during the execution of this contract shall be maintained in a clean condition. The Contractor shall be prepared to use watering trucks equipped with high -velocity water jets and low -head sprinkling devices, power sweepers, and any other pieces of equipment necessary to render the streets free of all mud, debris, and foreign materials. Any damage caused by dust and/or mud accumulation on the streets or in the storm sewer system shall be the sole responsibility of the Contractor. Cut slopes or embankment areas shall be restored per the Plans and details shown thereon. The Contractor shall provide straw and/or straw bales as required to control erosion and siltation. Watering trucks may be used on paved streets with an adequate storm drainage system. Watering trucks shall not be used on streets where, in the opinion of the engineer, mud is created, causing a nuisance. Where water flushing is not allowed, street sweepers (not power brooms) shall be used. The Contractor shall provide for sweeping, or flushing all surfaced roadways upon completion of each day's activities. Equipment required for this operation shall be on the job site or available at all times. Failure to have this equipment on the job site or available will necessitate a shutdown of the project. Payment for street cleaning, dust, mud, erosion and siltation control will be considered incidental to the project and as such included in the various bid items, and no separate payment will be made. 63. "As -Built" Drawings Prior to receiving final payment for the work, the Contractor shall deliver a complete set of acceptable "as -built" drawings to the engineer. Drawings shall be made on clean, unmarked prints for this project in accordance with the following standards: Yellow markings or highlights = deleted items Red markings = new or modified items It shall be the Contractor's responsibility to record the location, by centerline station, offset, and depth below pavement, of all existing utilities uncovered or crossed during his work as covered under this project. It shall be the Contractor's responsibility to have his surveyor locate by centerline station, offset and elevation, each major item of work done under this contract. Items of work shall be defined to include such items as: • Fittings • Valves • Pipe • Hydrants • Services • Manholes • Vaults 3/30/17 11:49 AM Tcchnicals.docx General Conditions —30— Z:\Bothell \ Dam \ YAK \715-114\Phase 2 - Beech Street Lift Station and Force Main \ Specs \Non-technicals\Beech Street Non - 2016 RI -12 Engineering, Inc. City of Yakima Spring 2017 Beech Street Interceptor, Lift Station, and Force Main General Conditions • Structures • PRVs • Air/Vacs After the completion of the work covered by this contract, the Contractor's surveyor shall provide to the owner the hard cover field book(s) containing the construction staking and as -built notes. —31— z:\Bothell \ Data \VAIi\715-114\Phase 2 - Beech Street Lift Stanon and Force Main \ Specs \Kon-technicals\Beech Street Non-Tedmieals.docx © 2016 RI -12 Engineering, Inc. 3/30/17 11:49 r1M General Conthnons TECHNICAL SPECIFICATIONS Division 1 General 1.10 GENERAL Sections in these specifications titled "Common Work for . . ." shall apply to all following subsections whether directly referenced or not. Sections in these specifications tided "Related Sections" shall be read as integral to the specification as if they were fully detailed within. All work and materials described in such sections shall be provided and performed by the Contractor. 1.11.01 Project Description Schedule A: The Beech Street Interceptor consists of the construction of approximately 60 LF of 15 -inch gravity sewer main and 2,950 LF of 24 -inch gravity sewer main with manholes and appurtenances, removal of an existing structure, a connection to the existing sanitary sewer collection system, a temporary sewage bypass, and restoration including a sports field and track, roadways, utilities, and all other disturbed areas. Schedule B: The Beech Street Lift Station and Force Main consists of the construction of a cast -in-place concrete wet well and valve chamber; an above -grade prefabricated metal building that consists of electrical gear, equipment, and a restroom; site fencing, paving, and landscaping; site work, including deep excavation, temporary shoring, and dewatering; sewage pump station mechanical equipment; and utilities, including installation of temporary sewage bypasses, 12 -inch gravity sewer main, 24 -inch gravity sewer main , 30 -inch gravity sewer main, 36 -inch gravity sewer main, collection manholes, and slip lining 6,550 LF of 24 -inch sanitary sewer force main with appurtenances and discharge structure. Half and full road overlays are also being considered for inclusion as part of this schedule. 1.11.02 Reuse of Documents The Contractor and any Subcontractor or Supplier shall not: 1. Have or acquire any title to or ownership rights in any of the Drawings, Specifications, or other documents (or copies of any thereof) prepared by or bearing the seal of Engineer or its consultants, including electronic media editions; or 2. Reuse any such Drawings, Specifications, other documents, or copies thereof on extensions of the Project or any other project without written consent of Owner and Engineer and specific written verification or adaptation by Engineer. 3. The prohibitions of this Paragraph will survive final payment, or termination of the Contract. Nothing herein shall preclude Contractor from retaining copies of the Contract Documents for record purposes. 1.11.03 Electronic Data 1. Unless otherwise stated in the Supplementary Conditions, the data furnished by Owner to Contractor, or by Contractor to Owner, that may be relied upon are limited to the printed copies (also known as hard copies). Files in electronic media format of text, data, graphics, or other types are furnished only for the convenience of the receiving party. Any 1-1 Z:\Bothell\Data\YAK\715-114\Phase 2 - Beech Street Lift Station and Force Main\Specs\1 General docx © 2017 R1-12 Engineering, Inc. 3/30/2017 11:50 AIVI Spring 2017 City of Yakima Division 1 — General Beech Street Interceptor, Lift Station, and Force Main 2, conclusion or information obtained or derived from such electronic files will be at the user's sole risk. If there is a discrepancy between the electronic files and the hard copies, the hard copies govern. Because data stored in electronic media format can deteriorate or be modified inadvertently or otherwise without authorization of the data's creator, the party receiving electronic files agrees that it will perform acceptance tests or procedures within thirty (30) days, after which the receiving party shall be deemed to have accepted the data thus transferred. Any errors detected within the 30 -day acceptance period will be corrected by the transferring party. 3. When transferring documents in electronic media format, the transferring party makes no representations as to long term compatibility, usability, or readability of documents resulting from the use of software application packages, operating systems, or computer hardware differing from those used by the data's creator. 4. Computer Aided Design (CAD) files for portions of the project may be available upon request and will be provided at the sole discretion of the engineer. Any files provided will be subject to the terms and conditions included in a mandatory disclaimer signed by the contractor. 1.13 Permits and Licenses The Owner will secure and pay for the following permits: • Building Permit • Construction Easement Permit — WSDOT • Land Use and Critical Areas Permitting The Contractor shall acquire and pay for all other necessary permits which may include: • Dust Control Plan • ROW Use Permit • Building Permit for Deferred Items • Electrical Permit • Mechanical Permit • Disposal Permit • Plumbing Permit A copy of the Owner acquired permits are available at the Owner's office for examination by bidders. Conform to the requirements of these permits and all other permits issued for this project. 1.15 Warranty The Contractor shall warrant all work and products for a period of one (1) year following project acceptance except for those components and listed warrantees below. The date of 1-2 3/30/2017 11:30 AM Z:\Bothell\Dara\YAK\715-114\Phase 2 - Beech Street Lift Station and Force Main \ Specs \1 General.docx © 2017 12112 Engineering, Inc. City of Yakima Spring 2017 Beech Street Interceptor, Lift Station, and Force Main Division 1— General project acceptance is defined as the date the final payment is sent to the Contractor from the Owner. Warranty does not cover damage due to misuse by the Owner or conditions outside of the Owner or Contractor's control or exceptional events (force majeure) including war, strikes, floods (water exceeding normal high water mark), rainfall in excess of 100 year storm event, fire, earthquakes, high winds (over 85 mph for 3 seconds peak gust), freezes below 10 degrees Fahrenheit (Western Washington), freezes below minus 10 degrees Fahrenheit (Eastern Washington), governmental restrictions, vandalism, and power failures or surges. The Contractor has control over workmanship, third party subcontractors, and parts and materials used to complete the project. Warranties in addition to this warranty are listed in the following sections: • Division 2.13.1 Vegetation Protection • Division 2.90.1 Landscaping • Division 7.05 Roof Systems • Division 8.11.1 Access Doors • Division 8.34.2 Access Hatches • Division 9.97.26 Concrete Crystalline Waterproofing • Division 11.20.1 Pump Motors • Division 14.05 Crane Systems • Division 16.91.2 Engine Generator • Division 17.05 and 17.90.1 Telemetry systems 1.16 Locks and Keys Contractor shall provide dedicated construction locks, or Owner's standard lock with removable construction core, for site and facility security. Contractor shall provide Owner with two construction key(s) for all temporary locks. Owner may "double lock" any padlocks at their discretion. All devices requiring locks, including but not limited to doors, gates, access hatches, convenience hatches, etc. shall be cored to match Owner standard lock and keys. The Owner will replace construction cores following final acceptance. Coordinate with the City regarding core type prior to ordering locks. If the Owner provides a key to the Contractor for existing Owner locks, the Contractor will be responsible for the key until returning it to the Owner. If the Contractor loses the key, the Contractor will pay for re -coring of all Owner locks that use that key. 1.20 PRICE AND PAYMENT 1.21.29 Quantity Allowances If more or fewer materials are needed when the construction quantity is within plus or minus 25 percent of the bid quantity, costs for restocking of unused materials, or handling and 1-3 Z:\Bothell\Data\YAK\715-114\Phase 2 - Beech Street Lift Station and Force Main \ Specs \1 General.docx © 2017 RH2 Engineering, Inc. 3/30/2017 11:50 Al\1 Spring 2017 City of Yakima Division 1 — General Beech Street Interceptor, Lift Station, and Force Main delivery costs on additional materials shall be incidental to the bid price and no additional payment will be made. The following bid items for Schedule A are not subject to a renegotiation of price. A change in quantity, including zero quantity, shall not be cause for unit price adjustment to these or other related bid items. Payment will be made only for actual quantity incurred. • Extra Trench Excavation • 24 -inch Sewage Isolation Valve • Rock Excavation • Controlled Density Fill 1.29 Cost Increases for Materials There shall be no allowance for additional payment should the cost of any materials go up during the course of the original contract timeframe. The Contractor is responsible for securing prices at the time of bid. 1.30 ADMINISTRATIVE 1.31 Responsibilities 1.31.1 Contractor's Responsibility The work included in this contract is shown on the contract plans and described in these project specifications. All work incidental and necessary to the completion of the work described and shown shall be performed by the Contractor. In submitting a bid for this project, the Bidder warrants that they are an expert in this and related work, that they understand the process and functions shown, and that various work and processes not shown but necessary for the successful operation of this project will be provided by the Contractor. The General (or Prime) Contractor is fully responsible for providing his subcontractors and suppliers with all relevant portions of the plans and specifications necessary to bid and construct the improvements. Damage to existing utilities or property shall be repaired or replaced by the Contractor at the discretion of the Owner. The Contractor and each of the Subcontractors are responsible for coordinating the required inspections. There are specific requirements for inspection responsibilities and the advance notice that must be given to minimize construction delays. It is the Contractor's responsibility to be familiar with these requirements, include the coordination necessary in this estimate of project costs and schedule, and to comply with the requirements during construction. Failure to follow proper inspection and notification procedures may result in on-site work stoppages and removal or demolition of unapproved structures or systems, all at the Contractor's expense. See Testing, Startup and Operation section below for details. Do not start work on this project or on any public or private right-of-way or easement until clearance is given by the Owner. It will be the responsibility of the Contractor to comply with the requirements of any permit for the project. Do not hinder private property access without 1-4 3/30/2017 11:50 AM Z.:\Bothell\Data\YAK\715-11d\Phase 2 - Beech Street Lift Station and Force Main\Specs\1 General.docx 2017 RH2 Engineering, Inc. City of Yakima Spring 2017 Beech Street Interceptor, Lift Station, and Force Main Division 1— General a 24-hour notice to the private property owner, and do not hinder access for more than an 8 -hour period. Do not disrupt emergency aid access to private property. The Contractor is solely responsible for all elements of site safety. Inspections performed by the Owner are only to monitor and record that project plans and specifications are being complied with and construction is consistent with the design intent. The Contractor shall be responsible for managing, coordinating, and overseeing his subcontractors, suppliers, manufacturers' representatives, or any other persons performing Work. The Contractor shall have a competent representative, familiar with the project and work being performed, on-site at all times. 1.31.1.1 Construction Inspection Scheduling Unless otherwise noted on the plans or within these specifications, 48-hour prior notice shall be given to the Owner and appropriate reviewing agency for all inspections required for the construction of the project. 48-hour notice is defined as two (2) complete working day notice. Time is not counted on weekends and holidays (inspections required on a Monday or the day after a holiday shall be scheduled a minimum of 48 hours in advance not including the holiday hours or weekend hours.) Contractor shall schedule and arrange for the following inspections and tests with the appropriate reviewing agency and testing company. • Special Inspections as required per IBC Division 17 and as noted on the drawings • Any additional inspections required by the Building Department, or other approval agency • Soils and crushed rock compaction • Asphalt materials and compaction • Paint thickness and finished quality • Pressure testing 1.31.1.2 Contractor Conducted Progress Meetings The Contractor shall schedule and hold regular on-site progress meetings weekly and at other times as requested by the Owner or as required by progress of the work. The Contractor, Owner, and all Subcontractors active on the site must attend each meeting. 1.31.1.3 Contractor Provided Schedule and Non -working Day Approval Contractor is responsible for providing an up to date construction schedule with each monthly pay estimate and at other times as requested by the Owner or as required by progress of the work. If the current schedule is still in-line with the previous schedule, the Contractor shall inform the Owner with each pay estimate. Non -working day approval shall also be received by the Owner with each monthly pay estimate. Owner may delay monthly progress payments if Contractor fails to submit updated schedule and non -working day requests. 1-5 Z:\Bothell\Data\YAK\715-114\Phase 2 - Beech Street Lift Station and Force Main\Specs\1 General.docx 3/30/2017 11:50 AM © 2017 RH2 Engineering, Inc. Spring 2017 City of Yakima Division 1 — General Beech Street Interceptor, Lift Station, and Force Main 1.31.2 Owner Inspector's Responsibility The Owner may elect to have an inspector on site to monitor, observe and record construction progress. The Contractor maintains complete responsibility to verify construction is meeting the design intent and is being constructed in accordance with the plans and specifications. It is not the responsibility of the Owner's inspector to address neither means and methods issues on site nor direct safety issues on site. The Owner's inspector does not have the authority to stop work if unsafe conditions are observed. 1.33 Submittals 1.33.1 Submittal and Shop Drawings Submittals are required for all items installed on this contract. Submittals shall be addressed to: RH2 Engineering, Inc. 22722 29`15 Drive SE, Suite 210 Bothell, WA 98021 Attn: Ryan Feskens Email: rfeskens@rh2.com Submittals may be provided in electronic format (preferred) or hard copy. Owner reserves the right to require the Contractor to provide hard -copy submittals at no additional cost to the Owner. Where hard -copy submittals are provided, Contractor shall submit three (3) copies; one (1) set will be returned to the Contractor after review. Electronic submittal via email is acceptable, however the Contractor shall take responsibility to follow up with the Owner to verify that the submittal was received. The Owner assumes no responsibility for emails that do not make it to the recipient. In the case of electronic submittals, only one (1) copy will be returned to the Contractor, either electronically or hard copy at the Owner's discretion. Submittal data for each item shall contain sufficient information on each item to determine if it is in compliance with the contract requirements. Submittal cutsheets and datasheets shall be annotated by the Contractor and shall clearly indicate the equipment and materials that will be provided, including any options or additive items. No generic cutsheets or datasheets will be accepted. Items that are installed in the work that have not been approved through the submittal process shall be removed and an approved product shall be furnished, all at the Contractor's expense. Shop drawing review will be limited to general design requirements only, and shall not relieve the Contractor from responsibility for errors or omissions, or responsibility for consequences due to deviations from the contract documents. No changes may be made in any submittal after it has been reviewed except with written notice and approval from the Owner. Shop drawings shall be submitted on 81/2 -inch by 11 -inch, 11 -inch by 17 -inch, or 22 -inch by 34 -inch sheets and shall contain the following information: 1-6 3/30/2017 11:50 AM Z:\Bothell\Data\YAK\715-114\Phase 2 - I3eech Street Lift Station and Force Main \ Specs \ 1 General.docx © 2017 RI -12 Engineering, Inc. City of Yakima Spring 2017 Beech Street Interceptor, Lift Station, and Force Main Division 1— General • Project Name as it appears on the Document Cover. • Prime Contractor and Applicable Subcontractor. • RH2 Engineering. • Owner's Name. • Applicable Specification and Drawings Reference. • A stamp showing that the Contractor has checked the equipment for conformance with the contract requirements, coordination with other work on the job, and dimensional suitability. • A place for the Engineer to stamp. Submittals that do not comply with these requirements may be returned to the Contractor for re -submittal. The Contractor shall revise and resubmit as necessary. Acceptable submittals will be reviewed as promptly as possible, and transmitted to the Contractor not later than fifteen (15) working days after receipt by the Engineer. Delays caused by the need for re -submittal shall not be a basis for an extension of contract time or delay damages. Shop drawings and submittals shall contain the following information for all items: A. Shop or equipment drawings, dimensions, and weights. B. Catalog information. C. Manufacturer's specifications. D. Special handling instructions. E. Maintenance requirements. F. Wiring and control diagrams. G. List of contract exceptions. By approving and submitting shop drawings and samples, the Contractor warrants that they have determined and verified all field measurements, field construction criteria, materials, catalog numbers, and similar data, and have checked and coordinated each shop drawing with the requirements of the work and of the contract documents. The Owner will pay the costs and provide review services for a first and second review of each submittal item. Additional reviews shall be paid by Contractor by withholding the appropriate amounts from each payment estimate. The Contractor is responsible for identifying the shop drawings and submittals required for this project. Specific submittal requirements are listed in each section of these specifications. Contractor shall keep a complete and up to date copy of all submittals and review responses at the job site readily available to the Owner for inspection. 1-7 Z:\Bothell\Data\YAK.\715-11d\Phase 2 - Beech Street Lift Station and Force Main\Specs\1 General.docx 3/30/2017 11:50 AM © 2017 RH2 Engineering, Inc. Spring 2017 City of Yakima Division 1— General Beech Street Interceptor, Lift Station, and Force Main 1.33.2 Substitutions Any product or construction method that does not meet these specifications will be considered a substitution. Substitutions must be approved prior to their installation or use on this project. 1.33.2.1 Prior to Bid Opening Before opening bids, the Owner may consider written requests from product suppliers or prime bidders for substitutions. All requests for substitution must be received by Owner a minimum of seven (7) working days prior to bid opening. Requests shall be accompanied by drawings and specifications in sufficient detail to allow the Owner to determine whether or not the substitute proposed is equal to that specified. All requests shall include a listing of any significant variations in material or methods from those specified. If there are no variations, a statement to that fact shall be included in the request for approval. The determination as to whether or not a proposed substitute is acceptable shall rest solely with the Owner. Approval of substitutions will be only by addendum. The bidder shall include, in the proposal, all costs for any modifications required to adopt the substitute. 1.33.2.2 After Contract Execution Within thirty (30) calendar days after the date of the contract, the Owner shall consider formal requests from the Contractor for a substitution of products in place of those specified. Submit two copies of each request for a substitution. Data shall include the necessary change in construction methods, including a detailed description of the proposed method and related drawings illustrating the methods. An itemized comparison of each proposed substitution with product or method specified shall be provided. In making a request for a substitution, the Contractor represents that they have investigated the proposed product or method and has determined that it is equal or superior to the product specified. The Contractor shall coordinate the installation of accepted substitutions into the work, making changes that may be required for the work to be completed. The Contractor waives all claims for additional costs related to substitutions. 1.40 QUALITY CONTROL 1.42 Reference Specifications Work under this contract shall be performed in accordance with applicable sections of the current Standard Specifications for Road, Bridge and Municipal Construction, Washington State Chapter, American Public Works Association, and Washington State Department of Transportation, hereafter referred to as the Standard Specifications. Certain other referenced standards used in this specification are from the latest editions of: e IBC International Building Code ® UPC Uniform Plumbing Code ® IMC International Mechanical Code G IFC International Fire Code 1-8 3/30/2017 11:50 ASI Z:\Bothell\Data\YAK\715-11-1\Phase 2 - Beech Street Lift Station and Force Main \ Specs \ 1 General.docx © 2017 RH2 Engineering, Inc. City of Yakima Spring 2017 Beech Street Interceptor, Lift Station, and Force Main Division 1— General • NEC National Electrical Code • AWWA American Water Works Association • ANSI American National Standards Institute • ASA American Standards Association • ASTM American Society for Testing and Materials 1.50 CONSTRUCTION SUPPORT 1.51 Temporary Utilities The Contractor is responsible for providing all necessary water for construction -related fire protection and utilities required by this contract, or by laws and regulations. Sanitary facilities adequate for all workers shall comply with all codes and regulations. At the close of this contract, the Contractor shall pay all utility bills that are outstanding, remove all temporary electrical, sanitary, gas, telephone and water facilities, and any other temporary service equipment that may remain. In addition, the Contractor shall arrange for the transfer of electrical and water accounts to the Owner's name. Make all arrangements for the required construction power. Power is available at some locations on the construction site. The Contractor is responsible for reviewing what is available and providing what is required. The Contractor shall be responsible for an adequate temporary electrical system. This system shall be arranged by and all costs paid by the Contractor. The Contractor shall make arrangements for and provide all necessary facilities for any/all water supply needed for construction, including but not limited to, the procurement of a fire hydrant permit and a meter from the City's Water/Irrigation Division, at their own expense unless otherwise provided. 1.52 Temporary Facilities The Contractor is responsible for construction and location of all field offices, all necessary gates and barricades, fences, handrails, guard rails, and securities required by this contract, or by laws and regulations. There shall be shelters and dry facilities for the workers as required. The Contractor shall provide all guards, marks, shields, protective clothing, rain gear, and other equipment required by law, ordinance, labor contracts, Occupational Safety and Health Administration (OSHA) regulations, and other regulations for the maintenance of health and safety. First aid kits and equipment as required by law shall also be supplied. Provide a work area in the Contractor's office trailer for exclusive use by the Owner's field inspection personnel. The work area for the Owner's field personnel is to be a minimum of 8 feet wide, 10 feet long, and provide a minimum of 8 feet interior height. Office furniture shall be provided for the Owner's field personnel. This furniture shall consist of one office desk, one desk chair, and one metal file cabinet. The metal desk shall have a hard, flat, level writing surface that is 30 inches by 60 inches and have three desk drawers for the storage of miscellaneous office supplies. The desk chair shall be capable of supporting a 1-9 Z:\Bothell\Data\YAK\715-114\Phase 2 - Beech Street Lift Station and Force Main \ Specs \ 1 General.docx 3/30/2017 11:50 ANI CO 2017 81-12 Engineering, Inc. Spring 2017 City of Yakima Division 1 — General Beech Street Interceptor, Lift Station, and Force Main 300 pound person comfortably. The metal file cabinet shall have four individual drawers capable of supporting letter and legal -sized file folders. The Contractor is to provide a telephone, fax machine, computer with internet connection, and copier for the use of the Owner's field personnel. These items can be shared with the Contractor's personnel. The Contractor shall pay for all costs associated with the use of this equipment. Telephone calls will be limited to local calls. 1.55.26 Traffic Control Any traffic control activities required during construction shall be consistent with the Uniform Traffic Control Manual, latest edition, and applicable local codes. The Contractor shall limit delay of traffic to 5 minutes. If flaggers are used, orientation meetings per WAC 296-155-305 shall be held each time a new flogger is introduced to the site or if site conditions change significantly. The Contractor is responsible for scheduling such meetings. 1.59 Site Control The Contractor shall not perform work activities, store materials or equipment, move equipment through, or disturb in any way the areas outside the "Construction Limits" or other area as identified for use on the plans, unless approved by the Owner in writing. 1.59.1 Surveying and Staking The Contractor is responsible for surveying and staking and will stake out the locations of the permanent easements, temporary easements, rights-of-way, and all major facilities shown on the Plans and establish bench marks at locations designated by the Owner. The Contractor shall protect all stakes and marks in their original conditions. If stakes and markings are destroyed or defaced before their use is ended, the cost of replacing them will be at the Contractor's expense. All stakes, points, and marks, shall be administered and approved by a registered professional land surveyor licensed in the State of Washington. Provide approved and stamped survey notes, and control points to the Owner for as -built purposes. Contractor to survey the station line(s) and install pins or offset stakes every 50 feet within areas that will not be disturbed by construction. For utility work, 5 -foot and 10 -foot offset stakes must be provided for major components including, but not limited to: tees, valves, manholes, catch basins, changes in angle 45 degrees or more, and vaults larger than 4 -foot square. Replace all damaged survey monuments in accordance with Chapter 332-120 WAC. 1.70 EXECUTION AND CLOSEOUT 1.72 Scheduling and Sequencing Refer also to the Completion Time section under the Instructions to Bidders. The gravity interceptor portion of the work West of South Fair Avenue must be constructed during Yakima School District summer break months (approximately the middle of June 1-10 3/30/2017 11:50 AM L:\Bothell\Data\YAh\715-114\Phase 2 - Beech Street Lift Station and Force Main \ Specs \1 Generai.docs J 2017 R1-12 Engineering, Inc. City of Yakima Spring 2017 Beech Street Interceptor, Lift Station, and Force Main Division 1— General through the end of August) and be substantially complete prior to the beginning of the 2017/2018 academic year. 1.75 Testing, Startup, and Operation 1.75.1 Schedule The placing of all improvements in service shall consist of three parts: "testing," "startup," and "operation." Not less than twenty-one (21) calendar days before the anticipated time for beginning testing, the Contractor shall notify and submit to the Owner for approval, a complete plan for the following: 1. Schedules for tests: A. Pipeline and Valve Pressure Testing B. Wet Well/Valve Chamber Leakage Test C. Factory Demonstration Test (at panel shop) D. Pumps and Motors E. Control System F. Meter Calibration G. Emergency Power System 2. Product Representatives to be on site : A. Pump representative B. Generator representative 3. Detail schedule of procedures for startup. 4. Complete schedule of events to be accomplished during testing. 5. An outline of work remaining under the contract that will be carried out concurrently with the operation phases. Failure to provide proper notification to the Owner may lead to liquidated damages if schedule cannot be maintained. If rescheduling is required because components are not ready for testing the notification requirements are reset and shall provide for twenty-one (21) calendars days advance notice in order to reserve Engineer's and/or Owner Representatives' time. Not less than five (5) working days before the anticipated time for beginning the testing, the Contractor shall provide a list of representatives that will be attending the testing. The Owner may request additional representatives if necessary at no additional cost. The Contractor shall conduct all testing and startup. Testing and startup shall not be a cause for claims for delay by the Contractor and all expenses for testing and startup shall be incidental to this contract. The Contractor shall make arrangements for all materials, supplies, and labor necessary to efficiently complete the testing, startup, and operation. At a minimum, the Contractor shall provide: 1. Calibrated pressure gauge, 2. Air compressor Z:\Bothell\Data\YAK\715-114\Phase 2 - Beech Street Lift Station and Force Main\Specs \ 1 General.docx 3/30/2017 11:50 ADI © 2017 RH2 Engineering, Inc. Spring 2017 City of Yakima Division 1— General Beech Street Interceptor, Lift Station, and Force Main 3. Voltmeter 4. Amp meter. 5. Load Bank (generator testing) 6. Sound Level measuring device (generator testing) 1.75.2 Testing The Contractor may periodically request preliminary testing for items that must be covered or tested before other work can proceed. In these cases, the work shall not be tested or covered up without timely notice to the Owner of its readiness for testing. Should any work be covered up without notice, approval, or consent, it must, if required by the Owner, be uncovered for examination at the Contractor's expense. Where work is to be tested, all necessary equipment shall be set up and the work given a preliminary test so that any and all defects may be discovered and repaired prior to calling out the Owner for the test. Final testing shall consist of individual tests and checks made on equipment intended to provide proof of performance of unit and proper operation of unit control together with necessary tests to show system operation in the presence of the Owner. Assure proper alignment, size, condition, capability, strength, proper adjustment, lubrication, pressure, hydraulic test, leakage test, and all other tests deemed necessary by the Owner to determine that all materials and equipment are of specified quality, properly situated, anchored, and in all respects, ready for use. Any certificates required by these specifications by the manufacturer's representatives shall be supplied to the Owner prior to startup. All piping shall be tested as required by specifications and applicable codes. Tests on individual items of equipment, such as pipelines, structures, controls, and other items shall be as necessary to show proper system operation. During testing, the Contractor shall correct any defective work discovered. Startup shall not begin until all tests required by these specifications have been completed and approved by the Owner. 1.75.3 Scheduling of Owner Review for Testing See Division 1.75.1 Scheduling for scheduling and notification requirements. In addition, the Contractor shall provide further notification two (2) working days and two (2) working hours (to confirm schedule) of the scheduled test to the Owner confirming that the Contractor has successfully completed all preliminary testing and that all equipment, tools, materials, labor, subcontractors, manufacturer's representatives, and all other items required for witnessed testing are available and fully functional. Failure to provide advance notification and confirmation, or meet any of the testing requirements shall constitute a failed test in accordance with the section Inspection and Tests of the General Conditions. A detailed testing schedule shall be provided by the Contractor and updated as needed to be at least 48 hours ahead of actual testing at the project site. If testing requires downtime in order to perform repairs due to failed test, the Contractor shall pay the Owner in the amount of $200 per hour per Owner Representative on site (minimum of $400 per scheduled visit) for downtime lasting longer than one (1) hour required to complete repairs to verify the complete construction is ready for startup and operation. This amount will be deducted from the appropriate bid item that relates to the finished construction and documented by the Owner 1-12 3/30/2017 11:50 AM Z:\Bothell\Data\YAK\715-114\Phase 2 - Beech Street Lift Station and Force Slain\Specs\1 General.docx © 2017 RI -I2 Engineering, Inc. City of Yakima Spring 2017 Beech Street Interceptor, Lift Station, and Force Main Division 1— General at their discretion. The Contractor is required to have all systems pre -tested to their satisfaction prior to calling the Owner for formal testing. 1.75.4 Pump Testing See Division 11.10.1 for pumps and motors. 1.75.6 Electrical and Control Systems Testing See Division 16.95 for electrical system testing. See Division 17.90 for automatic control system testing. The following is a list of components that shall be tested prior to project completion. This list is intended as a general guide and is not necessarily complete: • Pressure sensors and alarms • Flow sensors and alarms • Temperature sensors and alarms • Smoke alarms • Intrusion sensors and alarms • Motion sensors • Photovoltaic sensors • HVAC controls • Local control • Automatic control • Variable speed drives 1.75.10.2 Wet Well/Valve Chambers Leakage Test On completion of the vet well /valve chamber (wet well), and prior to any specified backfill placement at the footing or wall, the following test shall be applied to determine water tightness: The wet well shall be filled with potable water to the elevation 1,018.00 feet (overflow weir elevation) and let stand for 24 hours to allow the concrete to absorb moisture. Roof access hatches and other penetrations may be covered with plastic sheets to prevent water evaporation. The water level shall be marked and measured inside the wet well at the beginning of the test. The drop in water level shall then be measured after the structures are filled with water for one (1) week. The leakage in the wet well shall not exceed 5 percent of 1 percent of the total wet well capacity per day (35 percent of 1 percent of the total wet well capacity per week). For the wet well, the leakage shall not exceed 143 gallons after one (1) week. If the wet well water loss after the one (1) week period is less than or equal to the amount calculated as specified above, the test shall be considered satisfactory. 1-13 Z:\Bothell\Data\YAK\715-114\Phase 2 - Beech Street Lift Station and Force Main \ Specs \ 1 General.docx © 2017 RI -12 Engineering, Inc. 3/30/2017 11:50 AM Spring 2017 City of Yakima Division 1— General Beech Street Interceptor, Lift Station, and Force Main If the wet well level drops more than the amount calculated above, the leakage shall be considered excessive and the wet well and valve chamber shall be repaired and retested until the leakage falls within the appropriate limit. Damp spots on the exterior wall surface or measurable leakage of water at the wall base shall not be permitted. Damp spots are defined as spots where moisture can be picked up on a dry hand. The source of water movement through the wall shall be located and permanently sealed in an acceptable manner. Leakage through the wall -base joint or footing shall likewise be corrected. Damp spots on the footing are generally to be expected and are permissible. The Contractor shall pay for all repairs and water used in any retest. The Owner will pay for the water for the initial test only. After the wet well is backfilled and dewatering systems are removed, leakage volume will be measured on the interior of the wet well and valve chamber. The leakage volume criteria for this infiltration leak test will be the same as the leak test performed above. Any defect found in this test shall be repaired using epoxy injection or other methods. 1.75.30 Startup See Division 17.92 for control system startup. Startup shall consist of a simulated operation of all equipment and controls. The purpose of startup shall be to check that all equipment will function under operating conditions, that all interlocking controls and sequences are properly set, and that the facility will function as an operating unit. Technically qualified factory representatives shall be present for the startup phase. All Representatives shall be trained, qualified, and have experience in troubleshooting and fixing field issues. The startup shall continue until it is demonstrated that all functions, controls, and machinery are functioning correctly. Authorized factory representatives shall be provided for the following items: • Pumps and motors • Variable frequency drives • Motor control centers (electrician may qualify if approved by manufacturer) • Telemetry equipment 1.77 Cleaning 1.77.2.1 Site and Facility Cleanup Clean up debris and unused material, and remove from the site and any buildings. If vehicle traffic causes ruts, repair asphalt (new or existing) in paved areas, in other areas back track with dozer or excavator and repair to proposed surface condition including necessary hydroseed, mulch, and landscaping as shown on the plans. Buildings shall be broom clean and all foreign damage or markings removed or repaired. Equipment shall be washed clean using appropriate methods. 1-14 3/30/2017 11:50 AM Z:\Bothell\Data\YAK\715-114\Phase 2 - Beech Street Lift Station and Force Main \ Specs \ 1 General.doc t © 2017 RH2 Engineering, Inc. City of Yakima Spring 2017 Beech Street Interceptor, Lift Station, and Force Main Division 1— General Unpainted exposed concrete structures shall be cleaned to a consistent bare concrete surface finish. Remove extraneous substances such as efflorescence, leakage residue and excess repair materials. 1.77.2.2 Utility Corridor Cleanup All areas impacted by the work shall be restored to at least original condition, unless specifically identified otherwise in the plans or specifications. All costs are incidental. If an area of the project will be left idle, or minimal work performed for more than two (2) weeks, the Contractor shall clean up the area prior to moving. In this context, clean-up means: stockpiles and materials shall be removed so as not to be obstructions or hazards; surfaces graded smooth as to their purpose; traffic control systems removed and traffic restored to the satisfaction of the local road agency. 1.79 Training and Documentation Failure to provide acceptable final documentation including O&M manuals and as -built drawings will result in non-payment of the appropriate bid item in the schedule of prices. The Contractor shall remove all tags and instructions that come packaged with or attached to equipment used on the project. Deliver all such documents to the Owner bound in a three ring binder or with the Operation and Maintenance Manual. Insert documents in sleeves if they cannot be punched. 1.79.1 Training See Division 17.93 for automatic control systems training. At the time that the facility is ready to be put into operation, the Contractor is to conduct an operation and maintenance training meeting with the Owner to explain in detail the operation and maintenance requirements of each of the facility's components. The training meeting shall not occur on the same date(s) as a startup. Operation of the facility shall commence immediately after completion of testing, startup, and Owner training and after satisfactory repairs and adjustments have been made. 1.79.2 Operation and Maintenance Manuals See also Division 17.94 for additional requirements for automatic control systems manuals. Detailed requirements for specific equipment and systems may also be included in their respective specification sections. Prior to the receipt of payment for more than 90 percent of the work, the Contractor shall deliver to the Owner acceptable manufacturer's operating and maintenance instructions covering equipment and systems installed on the Project requiring operational and/or maintenance procedures and for any additional items indicated by the Owner, including coatings furnished under this contract. The operating and maintenance instructions shall include, as a minimum, the following data for each coating and item of mechanical and electrical equipment: 1-15 Z:\Bothell\Data\YAK\715-114\Phase 2 - Beech Street Lift Station and Force Main \ Specs \1 General.docx 3/30/2017 11:50 AM © 2017 RH2 Engineering, Inc. Spring 2017 City of Yakima Division 1— General Beech Street Interceptor, Lift Station, and Force Main Products A. Equipment Identification including brand name, model number, and serial numbers. B. Date of manufacture and date of installation on job site. C. Complete as -built elementary wiring and one -line diagrams. D. Complete parts list, by generic title and identification number, complete with exploded views of each assembly. Maintenance A. Recommended spare parts. B. Lubrication schedule including the applicable lubricant designation available from the Standard Oil Company of California. C. Recommended preventive maintenance procedures and schedules. Schedule shall be provided for daily, weekly, monthly, quarterly, semi-annually and annually maintenance. D. Disassembly and re -assembly instructions including parts identification and a complete parts breakdown for all equipment. E. Weights of individual components of each item of equipment weighing over 50 pounds. F. Name, location, and telephone number of the nearest suppliers and spare parts warehouses. G. All manufacturers' warranties. Include name, address, and telephone number of the manufacturer's representative to be contacted for warranty, parts, or service information. H. Cleaning, repair, and maintenance instructions for each coating system. I. Provide videotapes, video CDs or DVDs utilized in the program for the owner. Operation A. Recommended trouble -shooting and startup procedures. B. Recommended step-by-step operating procedures. C. Emergency operation modes, if applicable. D. Normal shutdown procedures. E. Long term shutdown (mothballing) procedures. F. Equipment specifications and guaranteed performance data. G. General manuals which describe several items not in the contract will not be accepted unless all references to irrelevant equipment are neatly eradicated or blocked out. Provide three (3) hard copies of O&M manuals. A duplicate CD copy may be provided but shall not substitute a hard copy unless approved by the Owner. manufacturer's instruction 1-16 3/30/2017 11:50 AM Z:\Bothell\Data\YAh\715-114\Phase 2 - Beech Street Lift Station and Force Main \Specs\ 1 General.docx :0 2017 RH2 Engineering, Inc. City of Yakima Spring 2017 Beech Street Interceptor, Lift Station, and Force Main Division 1— General Each set of instructions shall be bound into multiple volumes; each volume to be complete with an index and bound in a suitable, hard -covered binder. Binders shall be of hardback construction with full-length metal hinge. Capacity shall be 3 -inch to 5 -inch as appropriate for the quantity of O&M documentation. More than one binder may be required for large projects. Binders shall be equal to Wilson Jones WLJ344 series or WLJ369 series or Specialty Loose Leaf models 87784, 98085, 98086, or 98984. Manuals shall be assembled and indexed so that information on each coating and piece of equipment can be readily found. Progress payments for the total contract work in excess of 90 percent completion may not be made until the operation and maintenance manual has been delivered and approved by the Owner, at their discretion. The Contractor shall secure and deliver to the Owner all equipment warranties and other warranties and guarantees required for all equipment and processes. Delivery shall be done at one time covering all major and minor equipment warranties. Copies of the warranties shall be included in each O&M Manual. See Division 1.15 for details regarding required warranties for specific components. 1.79.3 Construction Record Drawings Prior to receiving final payment for the work, the Contractor shall deliver a complete set of acceptable "As -Constructed" records to the Owner. Plans shall be made on clean, unmarked prints for this project in accordance with the following standards: • Yellow markings or highlights = deleted items • Red markings = new or modified items The Contractor shall provide "as -built" information on all items and work shown on the plans showing details of the finished product including dimensions, locations, outlines, changes, manufacturers, etc. The information must be in sufficient detail to allow the Owner's personnel to locate, maintain, and operate the finished product and its various components. See also electrical plan requirements in Division 16.05. 1.80 PERFORMANCE REQUIREMENTS 1.81 Seismic Restraint and Anchorage Contractor shall furnish seismic restraint for all architectural components, equipment, piping, valves, conduit, and other mechanical and electrical components. Seismic restraint shall be designed to meet IBC (ASCE 7 Chapter 13 — "Seismic Design Requirements for Nonstructural Components") code requirements. The following design values shall be used in calculating seismic forces: Ip = 1.5 Sds = 0.470 g Sdl =0.275 g Seismic Design Category = D A complete seismic restraint system shall be provided including struts, straps, bolts, nuts, washers, etc. as required for secure attachment to foundations, pads, ceilings, floors, and/or walls. Contractor shall install restraints in accordance with the manufacturer's requirements as 1-17 Z:\Bothell\Data\YAK\715-114\Phase 2 - Beech Street Lift Station and Force Main \ Specs \1 General.docx 3/30/2017 11:50 Ai\I © 2017 RH2 Engineering, Inc. Spring 2017 City of Yakima Division 1— General Beech Street Interceptor, Lift Station, and Force Main applicable. Seismic restraint systems shall be designed so as not to interfere with normal operations and maintenance of the equipment and other components as shown on the plans. Interference with normal operations and maintenance shall be as determined by the Owner. Drilled -in anchors for non -rotating equipment shall be Concrete Anchors unless otherwise specified. Contractor shall submit either of the following in accordance with ASCE 7, 13.2.1 for all components: 1. Project -specific design and documentation prepared and submitted by a registered design professional. Submittal of the manufacturer's certification that the component is seismically qualified by a. Analysis b. Testing in accordance with the alternative set forth in ASCE 7, Section 13.2.5. c. Experience data in accordance with the alternative set forth in ASCE 7, Section 13.2.6. 2. Special Certifications are required for the following systems for Seismic Design Categories C, D, E, and F. Systems shall be certified in accordance with ASCE 7, 13.2.2. 1. Mechanical and electrical equipment that must remain operable following the design earthquake. All mechanical and electrical equipment installed under this project falls under this category. 2. Components with hazardous contents. All materials and fabrication shall be as required in these specifications. Contractor shall submit this information to the Owner for review prior to fabrication and installation. 1.82 Pressure Ratings Fittings, valves, pipe and fluid systems shall have pressure ratings equal to or greater than the pressures identified below, unless specifically called out otherwise in the plans or spe Pipe Function Working Pressure Test Pressure Force Main 20 psi 100 psi Overflow 20 psi 100 psi 1.88 Location Designations The following location designations shall be used except where otherwise noted on the plans: Dry Locations: Indoor continually dry areas including office, laboratory, blower, and electrical rooms. Wet Locations: All locations exposed to the weather, whether under a roof or not, or within channels, basins or tanks. 1-18 3/30/2017 11:50 AM Z:\Bothell\Dara\YAK\715-114\Phase 2 - Beech Street Lift Station and Force Main \ Specs \1 General.docx 10 2017 RE -12 Engineering, Inc. 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 City of Yakima Spring 2017 Beech Street Interceptor, Lift Station, and Force Main Division 1— General Damp Locations: Process areas; areas containing pumps, valves, and major piping; all spaces wholly or partially underground, or having a wall or ceiling forming part of a channel or tank, unless otherwise designated on the Plans. Any areas which do not fall within the definitions for dry, wet, or corrosive shall be considered damp. Corrosive Locations: Areas where chlorine gas under pressure, sulfuric acid, or liquid polymer are stored or processed, sewer wet wells and sewer manholes. 1-19 Z:\Bothell\Data\YAK\715-114\Phase 2 - Beech Street Lift Station and Force Main\Specs \ 1 General.docx 3/30/2017 11:50 AM © 2017 RH2 Engineering, Inc. Division 2 Sitework 2.00 GENERAL Sections in these specifications titled "Common Work for . . . " shall apply to all following subsections whether directly referenced or not. 2.05 Common Work for Sitework This division covers that work necessary for providing materials and performing all sitework as described in these specifications and as shown on the Plans. Part 1— General Submittals Submittal information shall be provided to the Owner for the following items: • Erosion and Sedimentation Control Plan • Dust Control Plan • Erosion Control Fence Fabric • Dewatering Plan • Shoring Plan and Calculations • Dump Site Permits • General Fill • Structural Fill • Pipe Bedding • Trench Backfill • Gravel Base Course • Crushed Surfacing • Paving • Plants • Sod • Hydroseed • Planting Schedule • Fencing • Samples of compost • Fertilizers 2-1 Z:\Bothell\Data\YAK\715-114\Phase 2 - Beech Street Lift Station and Force Main\Specs\2 Sitework.docx © 2017 RH2 Engineering, Inc. 3/30/2017 11:58 AM Spring 2017 City of Yakima Division 2 — Sitework Beech Street Interceptor, Lift Station, and Force Main • Erosion Control Mat • Top Soil • Anti -Desiccant • Plant Lists • Planting schedule Other Items listed in this section or required by the Owner. Site Conditions An exploration of subsurface soil and groundwater conditions at the project site vas performed by RH2 Engineering, Inc., and the findings were subsequently analyzed by Shannon & Wilson, Inc., for the purposes of providing design recommendations. The results of the RH2 investigation were documented in the Engineering Geology Report which is included in Appendix A of this document (wherein the Shannon & Wilson recommendations are included in Appendix B of said report). Investigation tasks included soil borings, laboratory analysis of soil samples, short-term pumping tests, and groundwater level monitoring. Findings included the recognition and characterization of sand and gravel soil with varying composition, density, moisture content, and groundwater levels, and recommendations to the design team related to shoring requirements and construction dewatering approaches. 2.09 Special Inspections for Earthwork Part 3 — Execution Field Quality Control Special inspections including visual, probing of subgrade and compaction effort (nuclear densometer) are required for the following locations: • Trench backfill within roadway section, site access road, and parking areas (visual, probe, and nuclear densometer testing). • Access driveway and parking area fill and native subgrade (visual, probe. Nuclear densometer testing if found necessary by the Owner and/or Engineer). • Native subgrade (and fill if any) of wet well/valve chamber, all manholes, and above -grade structures (visual and probe). Areas where fill (either native or non-native) is being placed shall be tested for compaction compliance by a special inspector. The Owner will pay for initial compaction testing. If tests indicate failure of compaction requirements, the Contractor shall pay for subsequent tests until tests indicate compliance with the specifications. Areas of native undisturbed subgrade shall be visually inspected by the Owner prior to placement of any material overtop. Contractor shall coordinate with the Owner a minimum of 48 hours prior to inspection being needed. 2-2 3/30/2017 11:58 ADI Z:\Bothell\Data\YAK\715-114\Phase 2 - Beech Street Lift Station and Force Main \ Specs \2 Sitcwork.docx 2017 R1-12 Engineering, Inc. City of Yakima Spring 2017 Beech Street Interceptor, Lift Station, and Force Main Division 2 — Sitework The Contractor shall fully cooperate with the special inspector, including providing safe access to the testing areas. No extra compensation will be provided for cooperation with and facilitation of inspections. Utility Trench Testing (Gravity Sewer and Force Main) Testing will occur at the following locations at a minimum: • One test within 30 feet of start. • One test every 300 feet or at road intersections, whichever comes first. • One test whenever soil conditions change, per the direction of the Owner. The Contractor shall schedule with Owner for visual and probe review of earthwork activity. Contractor shall schedule with Owner and special inspection agency for nuclear densometer testing. Results of the tests shall be delivered to the Owner. If testing and review is required for roadway owned by another Jurisdiction, copies of testing results shall also be provided to that Jurisdiction. 2.10 SITE PREPARATION 2.10.2 Clearing and Grubbing Part 3 — Execution Construction Clearing and grubbing shall be performed by the Contractor to remove and dispose of unwanted debris, vegetative matter, and other items noted on the Plans within the construction limits and shall conform to Section 2-01 of the Standard Specifications. Remove and relocate permanent improvements that are within the construction limits, such as mailboxes and traffic signs. Locate mailboxes such that mail service is maintained during construction. Return facilities to original location, or plan location, at completion of local work. Do not remove organic material including plants, grasses, trees and native topsoil unless directed by the Plans. In instances where the Contractor is allowed to clear areas to facilitate construction but is not required to, any areas disturbed by construction shall be restored to existing or better condition including matching surface restoration with hydroseed or plantings as shown in adjacent areas required to be modified by the Plans. Where the Contractor is allowed to clear areas to facilitate construction, surface restoration shall be completed at no additional cost to the owner. 2.10.4 Dewatering Part 1— General Description The Contractor is required to install, maintain, operate, and remove a complete dewatering system designed by a Professional Engineer or Licensed Hydrogeologist who is licensed to practice in the State of Washington based on the requirements of these Special Provisions, the 2-3 Z:\Bothell\Data \ YAK \715-11,1\Phase 2 - Beech Street Lift Station and Force Main \ Specs \2 Sitework.docx © 2017 RH2 Engineering, Inc. 3/30/2017 11:58 AM Spring 2017 City of Yakima Division 2 — Sitework Beech Street Interceptor, Lift Station, and Force Main existing conditions, Contractor -proposed construction methods, and information provided in the Engineering Geology Report contained within Appendix A of these Contract Documents. Dewatering is required in advance of excavation to control groundwater to maintain dry excavations in a hydrostatically stable and workable condition, prevent sloughing, softening of the bottom of any excavation, and prevent formation of "quick" conditions "boils" or "heave" during excavation. The Contractor shall depress water levels and hydrostatic pressures a minimum of 2 feet below the excavation bottom at all times under all conditions until all backfill has been completed for that excavation. The Contractor shall employ sumps within the excavation to pump any pocketed or undrained water not otherwise collected or removed by the active dewatering system. The use of sumps and pumps shall not be employed to lower groundwater levels more than 2 feet below the excavation bottom. The Contractor shall assure that the dewatering systems operate continuously during each stage or phase of excavation and backfill. The Contractor shall ensure that the operation of any temporary dewatering system will not result in excessive drawdowns or undesirable hydraulic gradients which may affect adjacent structures. Groundwater encountered during excavation operations shall be discharged to the sanitary sewer manhole(s) as identified on the plans or via alternate means devised by the Contractor and approved by all governing agencies. Any contaminated groundwater shall be treated and disposed of in a legal manner in accordance with all applicable disposal regulations and water quality criteria. The Contractor shall obtain all applicable permits for disposal, at Contractor's expense, and shall furnish a copy of the permits to the Engineer. The dewatering system must be developed and designed in conjunction with the shoring system, so that the shoring system and the dewatering system operate effectively to meet project objectives. Submittals Groundwater Control Plan The Contractor shall submit a Groundwater Control Plan to the Engineer for review. The Groundwater Control Plan shall include: • A narrative of the Contractor's proposed dewatering system methodology, and how the methods integrate with the proposed shoring system, • Design calculations demonstrating system and equipment adequacy, • Dewatering schedule, including mobilization, installation, development, testing, water quality analysis, start-up, monitoring, operation, shutdown, decommissioning, cleanup and removal, • Number and location of temporary monitoring wells to be installed, • Working drawings showing system layout and components including number and location of dewatering wells and/or well points and discharge outfall(s) • Pumps and sumps for removal of incidental seepage, perched groundwater, etc. 2-4 3/30/2017 11:58 ANI Z:\Bothell\Dara\YAK\715-11,1\ Phase 2 - Beech Street Lift Station and Force Main \ Specs \2 Sitework.docx © 2017 R1 -I2 Engineering, Inc. City of Yakima Spring 2017 Beech Street Interceptor, Lift Station, and Force Main Division 2 — Sitework • Provision for the removal of sediments in groundwater prior to discharge (settling tanks, for example), • Provision for the treatment of any contaminated water prior to discharge, should contaminated water be encountered. A description of what would be considered extra work should contaminated groundwater be encountered shall be included. This provision will be reviewed and agreed upon prior to construction and will be the basis for payment under force account should contaminated groundwater be encountered, • Specifications of proposed materials and equipment, including pump curves. The Engineer's review of the Groundwater Control Plan shall not constitute approval of method nor relieve the Contractor from full responsibility for errors or emissions therein nor from the entire responsibility for complete and adequate groundwater level control and volume removal in the excavated areas to the extent specified herein. The Contractor shall be solely responsible for control of the groundwater levels and hydrostatic pressures to the depths herein specified and for avoiding settlement outside the excavation as herein specified. The Contractor shall bear sole responsibility for proper design, installation, operation, maintenance and any failure of any component of the temporary dewatering system for the duration of the Contract. Field and Monitoring Data The Contractor shall submit the following field and monitoring data: • Drilling Logs: The drilling logs shall include the location, drilling method(s), subsurface conditions (soil and water), borehole depth, and Ecology start card number. • Well As -Built Diagrams: The As -Built diagrams shall include the total depth, screen slot size, screen length and depth interval, filter pack material and depth interval, and seal material and depth interval. • Monitoring Data: The following data should be recorded and submitted to the Engineer on a weekly basis; number of dewatering wells or well point systems in operation, daily water levels in monitoring wells, total discharge from dewatering well and well point systems. Monitoring wells that become inactive shall be repaired or replaced within 24 hours. Verify monitoring wells are functioning properly, for example, by adding or subtracting water to demonstrate water level response and recovery. Quality Assurance Referenced Standards: This Section incorporates by reference the latest revision of the following documents. These references are a part of this Section as specified and modified. In case of conflict between the requirements of this Section and that of the listed document, the requirements of this Section shall prevail, provided that all regulatory requirements are met. Reference Title Chapter 173-160 WAC Chapter 173-162 WAC Minimum Standards for Construction and Maintenance of Wells. Regulation And Licensing Of Well Contractors And Operators 2-5 Z:\Bothell\Data\YAK\715-114\Phase 2 - Beech Street Lift Station and Force Main\Specs\2 Sitework.docx © 2017 RH2 Engineering, Inc. 3/30/2017 11:58 ASI Spring 2017 City of Yakima Division 2 — Sitework Beech Street Interceptor, Lift Station, and Force Main Chapter 173-200 WAG Water Quality Standards for Ground Waters of the State of Washington Chapter 173-154 WAC Protection of Upper Aquifer Zone ASTM D 5092 Standard Practice for Design and Installation of Ground Water Monitoring Wells in Aquifers Dewatering Subcontractor: The Contractor shall employ the services of a specialty dewatering subcontractor who has at least five (5) years of experience in the field of dewatering system, installation, operation, and maintenance, and can document successful completion of similar projects. Dewatering System Designer: The Groundwater Control Plan shall be prepared by a Professional Engineer or Hydrogeologist who is licensed to practice in the State of Washington, and who has a minimum of five (5) years of experience in the design of dewatering systems for similar projects with soil similar to that shown in the Engineering Geology Report herein. Part 2 — Products Materials for dewatering system construction including well casing, well screens, filter materials, and seal materials for both monitoring wells and dewatering wells shall be selected by the system designer to support the dewatering system objectives, and shall conform to the requirements of Chapter 173-160 WAC. Pumps and Piping: • The Contractor shall provide and size appropriately all pumps and piping necessary to convey and remove groundwater from the dewatering wells and well points to the designated point of discharge. • Piping shall be rigid PVC, HDPE or equivalent. Flexible hose shall not be permitted. • The piping shall be designed to minimize head loss and turbulent flow, and shall be protected from all vehicular traffic or other potential damage as appropriate. Settling Tank: The Contractor shall provide a baffled settling tank or tanks of sufficient volume to ensure that discharge water is free of sediment and settleable solids. This tank shall be monitored daily to provide assurance that materials are not being pulled from wells that can later impact the stability of the area surrounding the wells. Should substantial aquifer formation materials (several inches on the bottom of the tank or a total of more than 1/2 cubic yard) be found in the settling tank, the dewatering system designer and City shall be notified immediately. Corrective action will be determined by the Contractor's dewatering system designer, and approved by the City. The costs for the agreed to corrective action shall be borne by the Contractor. Standby Equipment: The Contractor shall maintain on-site, at a minimum level of 20 percent of the quantity of equipment, additional dewatering system components, including valves, flow meters, pumps 2-6 3/30/2017 11:58 ANL Z:\Bothell\Data\YAK\715-114\Phase 2 - Beech Street Lift Station and Force Main \ Specs \2 Sitework.docx CO 2017 RH2 Engineering, Inc. City of Yakima Spring 2017 Beech Street Interceptor, Lift Station, and Force Main Division 2 — Sitework and piping, and other system hardware to ensure that immediate repair or modification of any part of the system can be made. Standby Power: • The Contractor shall have on-site 100 percent standby electrical generating capacity or other source of power, in case the primary power source is lost. • Power system and standby power services for the temporary dewatering system shall be independent from power sources used or required for the project. The Contractor shall use this, electric service solely to power the temporary dewatering system, separate from all other power needs • The Contractor shall use -electrical generators or obtain electrical service from the utility company and shall pay application fees. The Contractor shall pay for power usage fees throughout the contract period. • Existing power lines along the project limits may be de -energized during construction by the Private utility companies. Should the contractor utilize electrical service from the existing PSE lines, it shall have a transfer switch and generator on site during the time of utility power outage. The Contractor shall assume that all power lines will be energized during construction unless stated otherwise within these Contract Documents. Part 3 — Execution Installation/Construction Requirements The Contractor shall meet the requirements of Chapter 173-160 WAC for all well construction, development and decommissioning, including for flowing artesian groundwater conditions. The Contractor shall obtain variances as required to construct dewatering systems that achieve the level of groundwater drawdown specified. The Contractor shall design all dewatering system components such that formation materials (sand and silt) do not move during pumping. Notification: The Contractor shall promptly notify the Engineer of any groundwater that the Contractor believes may be chemically contaminated and shall, under the direction of the Engineer, redirect water discharge to the City sanitary sewer (City sewer) at the location approved by the City, or cease pumping until provisions have been made for water treatment. Operational Requirements The Contractor shall be or shall employ the services of a specialist subcontractor who is generally recognized as experienced and knowledgeable in the field of dewatering system installation, operation and maintenance, and shall carry general liability insurance coverage of at least $5 million. The Contractor shall employ the services of a licensed water well driller per Chapter 173-162 WAC for all well drilling, installation, construction, development and testing. The dewatering system shall be operated at all times by workers who are competent and trained in all aspects of the system operation, maintenance and monitoring, and who have had at least 40 hours current valid health and safety training per OSHA. 2-7 Z:\Bothell\Data\YAK\715-114\Phase 2 - Beech Street Lift Station and Force Main \ Specs \2 Sitework.docx 3/30/2017 11:58 A31 © 2017 RH3 Engineering, Inc. Spring 2017 City of Yakima Division 2 — Sitework Beech Street Interceptor, Lift Station, and Force Main The Contractor shall control surface runoff so as to prevent entry or collection of water in excavations or in other isolated areas of the site. 1. Schedule: Dewatering shall be scheduled around the planned excavation schedule. Dewatering systems shall be installed in advance of the planned excavation to allow sufficient time to establish the required drawdown in each area of construction, and then run continuously and shall not be shut down between shifts, at night, or on holidays, weekends, or work stoppages of any kind without written permission from the Engineer. Dewatering systems or sumps shall be operated continuously for as long as they are needed in a given area. 2. Operational Monitoring: The Contractor shall provide continuous 24-hour operational monitoring of the dewatering system, by experienced personnel present on site or available on call. The Contractor shall bear full responsibility for all damages to work in the excavation area and for damages to any other area or structures caused by the Contractor's failure to maintain and operate the system properly. The Contractor shall provide adequate backup power, pumps and equipment so that dewatering can be maintained in the event of a power or equipment failure. Additionally, the pumping rate shall be set low enough in each well to prevent excessive drawdown. 3. System Installation, Development and Testing: The Contractor shall bear full responsibility for acquiring a water supply with which to install any dewatering system components necessary to achieve proper completion of all work performed under this Contract. Mud -rotary drilling is not permitted as a method for well installation. No additives other than clean water shall be allowed during well drilling. The Contractor shall remove fines and drilling debris from newly installed dewatering wells and monitoring wells to enhance the hydraulic connection between the screened interval and the surrounding formation. Wells shall be developed to reduce sand content and turbidity by appropriate means that do not cause formation or well damage. Initial well development water shall be stored and allowed to settle before discharge. If there is suspected groundwater contamination in the vicinity, the development water should be segregated from other development water and the Engineer should be notified. No areas of potential contamination have been identified within the Project limits. 4. Dewatering System Protection: The Contractor shall bear full responsibility for taking all reasonable precautions necessary to ensure continuous, successful operation of the temporary dewatering systems. This includes establishing and/or maintaining adequate marking of all well, pump and pipeline locations and protecting power cables against damage or theft. Wherever dewatering wells or discharge lines require crossing intersection roadways or driveways access the lines shall be buried below grade to as required to not restrict access, steel plates may be used when approved by the Engineer. All discharge lines shall be installed to support the heaviest road vehicles and construction equipment on-site and shall provide at least 6 inches of clearance between the dewatering system element and the underside of the steel plates if approved for use. The Contractor shall clearly identify all vehicular access points across the dewatering system with brightly colored or flagged 8 foot -high poles on each side of the access point. The Contractor shall valve all ramped pipelines on both sides of the ramp. 2-8 3/30/2017 11:58 AM Z:\Bothell\Data\YAK\715-11-1\Phase 2 - Beech Street Lift Station and Force .Main \Specs\2_ Sitcwork.docx © 2017 R1-12 Engineering, Inc. City of Yakima Spring 2017 Beech Street Interceptor, Lift Station, and Force Main Division 2 — Sitework 5. Formation Protection: The Contractor shall design, construct, operate and maintain any dewatering system such that foundation soils, natural and engineered, will not experience fines removal upon pumping. The Contractor shall develop dewatering wells and/or well points until the sand/silt content of the discharge water is less than 10 parts per million (ppm) as determined by a centrifugal separating meter such as a Rossum SAND TESTER (Journal AWWA, 46:123, February 1954), or equivalent. The Contractor shall provide all of the equipment and fittings for monitoring sand content and properly mount them upstream of any settling points. The Contractor shall take sand content measurements on a daily basis for the first five (5) working days after well installation, and weekly thereafter in the presence of the Engineer and submit written test reports within 24 hours to the City and the Contractors Engineer. 6. System Removal: Upon written authorization of the Engineer, as work is completed in each area of project, the Contractor shall decommission and remove all dewatering system elements. The Contractor shall assume ownership and responsibility for the removal of all dewatering pumps, pipes and other assorted system hardware. The Contractor shall employ the services of a licensed water well driller per Chapter 173-162 WAC for well decommissioning and removal, which will be accomplished in accordance with Chapter 173-160 WAC. Dewatering Discharge All water removed by the dewatering system (unless contaminated) will be discharged to the assigned manhole(s) as shown on the plans. Pre -approved discharge points will be to the City's sanitary system collection system. Coordinate with the City at least two (2) weeks prior to discharging any groundwater discharge into the sewer system. Submit at a very minimum the anticipated discharge rate, discharge duration, and the expected turbidity of the discharge water to the City for approval. See City of Yakima Municipal Code, Chapter 7.65, for sewer use and pretreatment regulations. Discharges to storm drains that flow to a surface water outfall must conform to all requirements of the National Pollution Discharge Elimination System (NPDES) and State Waste Discharge General Permit for stormwater discharges associated with Construction Activities. Water shall be discharged at one or more designated points, at rates not to exceed the flow capacity of the storm drain system. In the event that water from the dewatering systems does not meet the City's requirements for discharge to the sewer system due to contaminated water, the water shall be treated prior to discharge. Discharge authorization for disposal to City sanitary sewer will be obtained by the Contractor. Other necessary permits required for discharge, must be identified by the contractor and obtained from regulatory agencies with appropriate jurisdiction. Decontamination water and stormwater collected in any stockpile areas may also be discharged under this permit. The Contractor shall be responsible for all cost of disposing of water to the sanitary sewer system, unless the reason of discharge is solely due to existing groundwater contamination. 2-9 Z:\Bothell\Data\YAK\715-114\Phase 2 - Beech Street Lift Station and Force Main\Specs\2 Sitework.docx 3/30/2017 11:58 AM © 2017 RH2 Engineering, Inc. Spring 2017 City of Yakima Division 2 — Sitework Beech Street Interceptor, Lift Station, and Force Main 2.10.5 Construction Access Part 1— General Summary The Contractor shall provide for all temporary site access and shall maintain vehicular site access at all times. Access shall be of a quality to permit Contractor's forces and outside inspector's safe and convenient ingress/egress. Unless specifically provided for in other bid items, the cost of building and maintaining construction access shall be incidental and no separate payment shall be made. Any bid items for aggregate materials (e.g. crushed rock, ballast, etc.) shall not relate to construction access unless the description of that bid item specifically states inclusion of the construction access. Part 3 — Execution Repair/Restoration The Contractor is responsible for maintaining all construction accesses during construction and the cost of such maintenance shall be incidental to the bid price. Maintenance includes repairing settled and damaged areas, and providing dust control. Cost for maintenance due to rain, snow, wind or other weather conditions shall be incidental to the bid price. Cleaning Wherever construction vehicle access routes intersect paved roads, provisions must be made by the Contractor to minimize the transport of sediment onto the paved road. The Contractor shall remove all dirt, mud, rocks, vegetation, or other deleterious material from all construction equipment prior to leaving the site. This may include spray washing, sweeping, or other physical methods as necessary to remove materials. If sediment or other debris is transported onto a paved road surface, the road shall be cleaned thoroughly by the end of the work day. Debris shall be removed from roads by shoveling or sweeping. Street washing shall be allowed only after debris has been removed in this manner. 2.11 Earthwork Materials 2.11.1 Common Work for Earthwork Materials Part 1— General Acceptance at Site In order to document the quantities and amounts to be paid on monthly billing statements, the Contractor shall provide the Owner with copies of all trucking tickets indicating quantities of materials delivered to complete the contract. A representative of the hauling company shall sign the truck tickets. The scales used to weigh materials shall be calibrated and certified on a quarterly basis. Certifications of such calibrations shall be given to the Owner. One shall be sent prior to beginning of the project and as construction progresses on a quarterly basis. 2-10 3/30/2017 11:58 AM Z:\Bothell\Data\YAK \715-114\Phase 2 - Beeth Street Lift Station and Force Main \ Specs \2 Sitework.docx © 2017 RH2 Engineering, Inc. City of Yakima Spring 2017 Beech Street Interceptor, Lift Station, and Force Main Division 2 — Sitework Part 2 — Products Source Quality Control All imported fill material shall be free of hydrocarbons (e.g. gasoline, diesel, oil, etc.), pesticides, herbicides and other hazardous volatile organic compounds (VOCs) and synthetic organic chemicals (SOCs). The Contractor shall provide certification to the Owner that the fill is free of these chemicals. 2.11.2 General Fill Part 1— General Summary All fill required for this project that is not specifically defined as another type shall be "General Fill". References Section 9-03.14(3) Common Borrow of the Standard Specifications. Part 2 — Products Components General fill shall be soil free of organics, debris, and other deleterious materials with no individual particles having a maximum dimension larger than 5 inches. The moisture content of the material and weather conditions at the time of placement will be used to determine the suitability of native materials for backfill as general fill. Part 3 — Execution Installation/ Construction All general fill shall be compacted in uniform layers not exceeding 12 inches in loose thickness and compacted to at least 90 percent maximum dry density based on the ASTM D-1557 (modified) test procedure. 2.11.3 Structural Fill Part 1— General Summary All fill placed below, beside and against building components, building structures, vaults, manholes, handholes, slabs, sidewalks, and drives shall be "Structural Fill" unless other fill materials are specifically shown on the Plans. The structural fill material has been selected to support the weight of the structure in combination with the existing native material and to prevent adverse movement during an earthquake. The Contractor must take particular care to maintain the integrity of the design by using structural fill where shown. 2-11 Z:\Bothell \ Data \ YAK \715-11,1\Phase 2 - Beech Street Lift Station and Force Main \ Specs \2 Sitework.docx 3/30/2017 11:58 AM © 2017 RH2 Engineering, Inc. Spring 2017 City of Yakima Division 2 — Sitework Beech Street Interceptor, Lift Station, and Force Main References Select native materials that have been properly screened, as necessary, and approved by the Owner and/or Engineer are anticipated to be suitable for structural fill. All other structural fill shall be as follows: Where free draining material for use as structural fill is required as indicated on the Plans, it shall conform with Section 9-03.12(2), "Gravel Backfill for Walls" of the Standard Specifications. Structural fill for foundation subgrades or where free drainage is not required through the structural fill shall conform to 9-03.9(1) "Ballast" of the Standard Specifications. Part 2 — Products Components Structural fill shall be soil free of organics, debris, and other deleterious materials. The Owner shall determine if native on-site materials are suitable for use as structural fill. Part 3 — Execution Installation/ Construction The moisture content of the material and weather conditions at the time of placement will be used to determine the suitability of native materials for backfill as structural fill. Structural fill shall bear on firm base and be placed in uniform layers not exceeding 12 inches in loose thickness. The backfill area must be free of standing water and the subgrade soils must be stable. Each layer of structural fill shall be compacted to at least 92 percent of its maximum dry density based on the ASTM D-1557 (modified) test procedure. 2.11.4 Pipe Bedding Part 1— General Summary All fill placed below and around buried utilities shall be "Gravel Backfill for Pipe Bedding." The pipe bedding material has been selected to support the weight of the utility by distributing the load so that the completed utility and backfill system does not weigh more than the native material. In addition, the grain size has been selected so that the bedding will not migrate into the bottom of the trench. The Contractor must take particular care to maintain the integrity of the utility design by using the appropriate pipe bedding material where shown. References For Ductile Iron, Steel, or Concrete Pipe larger than 4 -inch diameter: Bedding material shall conform to Section 9-03.12(3) "Gravel Backfill for Pipe Zone Bedding" of the Standard Specifications except all shall pass a 1 inch sieve. For PVC and HDPE water piping regardless of diameter: Bedding shall conform to Section 9-03.13 "Backfill for Sand Drains" or as approved by the Inspector. 2-12 3/30/2017 11:58 AM Z:\Bothell\Data\YAK\715-114\ Phase 2 - Beech Street Lift Station and Force Main \ Specs \2 Sttework.docx © 2017 11E12 Engineering, Inc. City of Yakima Spring 2017 Beech Street Interceptor, Lift Station, and Force Main Division 2 — Sitework For PVC Sewer and Storm Piping, CPEP regardless of diameter and Conduit, Side Service Lines, and all other piping 4 inch in diameter or less: Bedding shall conform with Section 9-03.13 "Backfill for Sand Drains" or as approved by the Inspector. Pipe bedding used around restrained joint pipe must be a well graded cohesive material with fines. Rounded gravels and pea gravel are not acceptable. Part 3 — Execution Installation/ Construction Bedding material shall surround the pipe and conduits to the limits shown on the Plans and provide uniform support along the entire length without allowing concentrated loading at joints or bells or that results in any bridging of the pipe. All bedding material shall bear on firm subgrade and be compacted to firm and unyielding condition. 2.11.5 Trench Backfill Part 1— General Summary All fill placed above the pipe bedding in a trench shall be "Trench Backfill." The trench backfill material has been selected to distribute surface loads over the utility. In addition, the grain size has been selected so that the trench backfill will not migrate into the pipe bedding or trench walls. The Contractor must take particular care to maintain the integrity of the utility design by using the appropriate trench backfill material where shown. References Select native materials that have been properly screened, as necessary, and approved by the Owner and/or Engineer are anticipated to be suitable for trench backfill. All other trench backfill shall consist of materials conforming to Section 9-03.19 "Bank Run Gravel for Trench Backfill" of the Standard Specifications or as approved by the Owner. Part 3 — Execution Installation/ Construction Trench backfill shall follow the requirements of WSDOT 7-09.3(10) and 7-09.3(11). 2.11.7 Gravel Base Course Part 1— General Summary All fill placed under paving, foundations or structures and next to native material shall be "Gravel Base Course" unless otherwise called out on the Plans. References Aggregate for gravel base course under structures, and foundations shall conform to Section 9-03.10 Aggregate for Gravel Base of the Standard Specifications. 2-13 Z:\ Bothell \Data\YAK \715-11,\Phase 2 - Beech Street Lift Station and Force Main\Specs\2 Sitework.docx 3/30/2017 11:58 Aho CO 2017 RI -I2 Engineering, Inc. Spring 2017 City of Yakima Division 2 — Sitework Beech Street Interceptor, Lift Station, and Force Main Aggregate for gravel base course under roadways, paved areas, sidewalks and gravel areas shall conform to Section 9-03.9(3) Crushed Surfacing Base Course of the Standard Specifications. 2.11.8 Gravel Top Course Part 1— General Summary Gravel surface paving as shown on the Plans shall be "Gravel Top Course." References Aggregate for gravel top course shall conform to Section 9-03.9(3) Crushed Surfacing Top Course and Keystone of the Standard Specifications. 2.11.20 Geotextile Fabric Part 1— General Delivery, Storage, and Handling All fabrics shall be shipped, stored, placed, overlapped and secured based on manufacturer requirements. Part 2 — Products Materials Geotextile Fabric shall be chosen by the Contractor to meet the requirements based on place of use. For geotextile fabric called out on the Plans to separate drain rock or French drains from surrounding soils, it shall be equal to Tencate Mirafi 140N. For geotextile fabric placed between quarry spalls and fill to separate soil fines, it shall be equal to Tencate Mirafi 160N. For geotextile fabric called out to drain behind a wall without the use of drain rock, it shall be equal to Tencate Mirafi G100W. For Embankment stabilization, if a geotextile fabric is called out, it shall be equal to Mirafi Miramat TM8. For geotextile fabric placed below crushed rock in road subgrade it shall be equal to Tencate Mirafi 500X Other locations may require a specialized geotextile fabric and if so shall either be identified in the Plans or geotechnical report. 2-14 3/30/2017 11:58 AM Z:\Bothell\Data\YAIi\715-114\Phase 2 - Beech Street Lift Station and Force Main\Specs \2 Sttework.docx CO 2017 RI -12 Engineering, Inc. City of Yakima Spring 2017 Beech Street Interceptor, Lift Station, and Force Main Division 2 — Sitework 2.12 Road Surfacing 2.12.1 Common Work for Road Surfacing 2.12.2 Cement Concrete Pavement Part 1— General References Cement concrete pavement, sidewalks, curb and gutter shall meet the requirements of Division 3. Construction shall comply with Section 5-05 of the Standard Specifications. Part 3 — Execution Examination Evidence of pavement damage such as surface cracking, ponding or other variations in surface consistency shall be investigated by the Contractor and reported to the Engineer. Construction Pavement areas damaged by construction activities shall be removed and reconstructed at the Contractor's expense to the road agency's standards. Manhole covers, valve covers, survey markers, and other existing surface features shall be adjusted to the finished grade of the new pavement. Adjustment of utility features to grade shall be in conformance with the local road agency standards. Catch basin grates shall be set 0.1 feet below finish grade. 2.12.3 Hot Mix Asphalt (HMA) / Asphalt Concrete Pavement (ACP) Part 1— General Definitions The Plans and specifications may call out Hot Mix Asphalt (HMA) or Asphalt Concrete Pavement (ACP). The terms are synonymous. References Hot Mix Asphalt for road paving and patching shall comply with the City's standard details which are included within the plans and are available on the City's website. 2.12.10 Pavement Marking/Striping Part 1— General References Pavement marking shall be constructed in accordance with 8-22 of the Standard Specifications and any Owner standards more stringent than the Standard Specifications. 2-15 Z:\Bothell\Data\YAK\715-114\Phase 2 - Beech Street Lift Station and Force Main\Specs\2 Sitework.docx © 2017 RH2 Engineering, Inc. 3/30/2017 11:58 AM Spring 2017 City of Yakima Division 2 — Sitework Beech Street Interceptor, Lift Station, and Force Main Part 3 — Execution Repair/Restoration Pavement marking damaged or removed during construction shall be replaced by the Contractor. Cost for replacement of damaged or removed markings shall be incidental to the contract. Installation/ Construction Provide markings on all new pavement per the local traffic agency's requirements. Pavement marking shall match marking at the project site unless noted otherwise on the Plans or within these specifications. 2.13 Vegetation Protection 2.13.1 Common Work for Vegetation Protection Warranty Trees which are not identified for removal that become damaged or die within one (1) year of acceptance shall be repaired or replaced by the Contractor at the discretion of the Owner with trees of the same species and equal size. 2.13.4 Existing Trees to Remain Part 3 — Execution Installation/ Construction Under no circumstances shall the Contractor, for convenience or ease of construction, remove existing trees that are not designated to be removed. Field Quality Control Protect root systems from smothering. Restrict vehicular traffic to prevent any compaction of soil over root systems. 2.13.5 Excavation around Trees Part 3 — Execution Installation/ Construction Excavate within drip line of trees only where shown. \X/here trenching for utilities is required within drip line, tunnel under or around roots by methods that do not tear or compromise the health of the roots. Do not cut main lateral roots or tap roots. Field Quality Control The Contractor shall notify the Owner prior to cutting roots over 4 inches in diameter. Treat cut roots over 1 -inch in diameter with asphaltic pruning paint. 2-16 3/30/2017 11:58 ANI Z:\Bothell\Data\YAK\715-114\Phase 2 - Beech Street Lifr Station and Force Matn\Specs\2 Sitework.docx l7 2017 RH2 Engineering, Inc. City of Yakima Spring 2017 Beech Street Interceptor, Lift Station, and Force Main Division 2 — Sitework 2.13.6 Pruning Part 3 — Execution Installation/ Construction Cut branches with sharp and clean pruning instruments and do not break or chop. Prune flush with trunk surface. 2.13.7 Trimming of Existing Trees Part 3 — Execution Field Quality Control Engage a National Arborist Association Certified tree surgeon to perform Class II pruning on trees as indicated on Plans and as directed in the field. Extents of pruning shall be approved by the Owner. 2.20 EARTH MOVING 2.23 Excavation Part 1— General Summary The Contractor shall excavate as necessary to construct the improvements shown. Part 2 — Products Materials All excavated material below the organic layer can be re -used as backfill as long as it is properly protected from water saturation, meets the specification for the backfill purpose, and is approved by the Owner. Approval of material as backfill will be made the moment before placement of the material as backfill. Weather conditions may make previously approved material unsuitable for backfill requiring the material to be removed from the project site. Excavated material that is not used as backfill shall be disposed offsite. All permits for the disposal of excavated material shall be obtained by the Contractor. A copy of all permits and the locations of each disposal site shall be submitted to the Owner. Part 3 — Execution Installation/ Construction Excavation shall include the digging, scraping, and removing existing native material, abandoned or interfering utilities, abandoned or interfering structures and any other obstacles necessary for the construction of the improvements shown on the Plans. Excavation includes utility excavation, structural excavation, and grading excavation. Utility excavation shall be performed to the depths necessary to complete the utility construction work shown. 2-17 Z:\Bothell\Data\YAK\715-114\Phase 2 - Beech Street Lift Station and Force Main\Specs\2 Sitework.docx © 2017 RH2 Engineering, Inc. 3/30/2017 11:58 AM Spring 2017 City of Yakima Division 2 — Sitework Beech Street Interceptor, Lift Station, and Force Main Structural excavation shall be performed to the limits shown and established by the Owner. The base of the excavation shall extend laterally a minimum of 2 feet beyond the structure unless specified otherwise on Plans. Excavated material may be stockpiled within the construction limits. Temporary stockpiling of excavated material will not be permitted outside the construction limits with advanced written notice from the Owner. Examination The base of the excavation shall be evaluated by the Owner to determine if it is suitable for backfilling. The Owner will evaluate the stability of the base of excavation by determining if all significant organic soils or other unsuitable materials have been removed. Construction Excavation required by the Owner that is beyond the depth shown shall be performed by the Contractor per the direction of the Owner. The Contractor will be reimbursed for additional excavation as specified in Division 18, "Measurement and Payment." 2.23.26 Rock Removal in Utility Trenches Part 1— General References Rock removal within utility trenching shall comply with Section 7-09.3(7)B of the Standard Specifications, except as supplemented herein and in Division 18 Measurement and Payment. Site Conditions Refer to the Engineering Geology Report included in Appendix A for a description of prior investigations. This item also includes trenching for utilities located under structures. Part 3 — Execution Site Tests If the Inspector determines that laboratory strength testing is necessary for rock classification, testing lab costs will be paid by the Owner. The Contractor shall provide safe access and work to extract samples. 2.25 Erosion and Sedimentation Control 2.25.3 Temporary Erosion and Sedimentation Control Part 1— General Quality Assurance The Temporary Erosion and Sedimentation Control (TESC) Plans shown on the construction Plans are the minimum requirements for the anticipated site conditions. The Contractor shall 2-18 3/30/2017 11:58 SI Z:\Bothell\Data\YAK\715-1 1d\Phase 2 - Beech Street Lift Station and Force blain\Specs \2 Sitework.docx cJ 2017 RI -12 Engineering, Inc. City of Yakima Spring 2017 Beech Street Interceptor, Lift Station, and Force Main Division 2 — Sitework add additional TESC facilities or processes as necessary to ensure that erosion, sedimentation and dust problems do not occur. The Contractor shall inspect the TESC facilities weekly and maintain the systems as necessary to prevent off-site damage. Part 2 — Products Materials Straw or mulch shall be applied to any exposed surfaces to minimize erosion and filter surface water runoff. Where straw or mulch is required for erosion control, it shall be applied to a minimum thickness of 2 inches. Straw shall not include Reed Canary grass. Part 3 — Execution Installation/ Construction All erosion/sedimentation control systems including; fencing, earth berms, grasses, straw, mulch, culverts, drain pipe, outfalls and other items required by for this project, must be installed prior to any clearing, grubbing, excavation, or grading work or other work that could result in off-site stormwater or material flows. Erosion/sedimentation controls systems must remain in place throughout the duration of the construction activities. The systems may be relocated to complete utility, excavation, grading, and landscaping activities if their location impedes the associated work. If the systems are relocated to complete any work they must be reinstalled to protect the construction and surrounding areas prior to commencing work on other portions of the project. Systems such as mulch, plastic sheeting and hydroseed shall be installed as soon as clearing, grading and excavation are complete if sites are 1 acre or less. For sites larger than 1 acre, temporary and/or final surface restoration shall be completed as clearing, grading and excavation progresses so that no more than 1/2 acre is exposed at any one time. The Contractor shall take care and diligence to minimize erosion exposure and provide erosion and sedimentation control measures as shown on the Plans and required by construction practice. Stabilized construction entrances and wash pads shall be installed at the beginning of construction activities and shall be maintained for the duration of the project. Wash pads shall be kept clean to prevent the transport of sediment onto adjoining roads. Earth berms shall be installed as necessary to prevent the migration of surface water into excavations or off of the project site. Surface water that is intercepted by earth berms shall be routed to an approved stormwater conveyance system. The Contractor shall ensure that the concentration of surface water at the earth berm does not erode the adjoining or downstream properties. Sediment deposited against the earth berm shall be removed to ensure that surface water can flow freely. The earth berm shall not be removed before the stabilization of the surface downhill from the berm. 2-19 Z:\Bothell\Data\YAh\715-114\Phase 2 - Beech Street Lift Station and Force Main\Specs\2 Sitework.docx © 2017 RH2 Engineering, Inc. 3/30/2017 11:58 ANI Spring 2017 City of Yakima Division 2 — Sitework Beech Street Interceptor, Lift Station, and Force Main 2.25.4 Stormwater Discharge Part 3 — Execution Field Quality Control The Contractor shall be responsible for meeting all construction stormwater discharge water quality requirements including State of Washington (WAC 173-220-020), Construction Stormwater Permit requirements and local requirements regardless of weather conditions. If the project is fined by the permitting authority, that stormwater fine shall be paid for by the Contractor at no additional cost to the Owner. 2.25.5 Filter Fabric Fence Part 3 — Execution Installation/ Construction A filter fabric fence shall be installed to allow the collection and passage of surface water to occur through the fabric before discharge off site. When joints are necessary, filter fabric shall be spliced together at a support post with a minimum overlap of 6 inches. Both ends of the fabric shall be securely fastened to the post. The filter fabric fence shall be installed to follow the contours of the existing grade where feasible. The fence posts shall be driven securely into the ground a minimum of 30 inches and spaced apart at a maximum of 6 feet. A wire mesh support fence shall be fastened securely to the uphill side of the posts using heavy-duty wire staples at least 1 -inch long, tie wires, or wire rings. The wire shall extend into the trench a minimum of 4 inches and shall not extend more than 36 inches above the existing surface. An 8 -inch by 12 -inch trench shall be excavated on the uphill side of the fence for securely burying the lower edge of the fabric fence. At least 20 inches of the filter fabric fence shall continuously extend into the trench. The filter fabric fence shall extend above the existing grade 36 inches. The filter fabric placed in the trench shall be secured with backfill material of 3/4 inch washed rock. The backfill material shall be placed in the trench and on either side of the fence as shown on the construction Plans. Field Quality Control Filter fabric fence shall be inspected by the Contractor immediately after each rainfall and at least once daily during periods of prolonged rainfall. The Contractor shall repair or replace sections of the filter fabric fence that are not filtering surface water. The filter fabric fence may be removed after the threat of off-site contamination has passed. 2-20 3/30/2017 11:58 A31 7_:\Bothell\Data\YAK \715-11 4\Phase 2 - Beech Street Lift Station and Force Main \ Specs \2 Sitcwork.docx © 2017 RH2 Engineering, Inc. City of Yakima Spring 2017 Beech Street Interceptor, Lift Station, and Force Main Division 2 — Sitework 2.30 SITE IMPROVEMENTS 2.31 Fencing 2.31.1 Common Work for Fencing Part 1— General Related Sections Concrete: Division 3; Signage: Division 10.14.7. Part 3 — Execution Preparation Clear the area along the fence path, remove surface irregularities and grade earth smooth and continuous prior to fence installation. 2.31.2 Temporary Construction Security Fence Part 1— General Related Sections Signage, see Division 10.14.7 Part 2 — Products Materials Chain link shall be 13 -gauge minimum. Top and bottom wire shall be used for fencing with posts directly driven into the ground. Top and bottom rail shall be used for modular fencing using concrete block bases. All vehicle access gates shall be locked with a padlock provided by the Contractor. Extra keys shall be provided to the Owner prior to construction. Part 3 — Execution Installation/ Construction The Contractor shall provide a 6 feet tall temporary construction fence surrounding the construction site. Fence posts shall be spaced at a maximum of 12 feet on center. Contractor shall be responsible for maintaining fence during construction and securing fence after each workday. Posts shall be securely installed directly into the ground or set in temporary concrete base blocks. Chain link shall be securely attached to the fence posts. The construction fence may be used in combination with the permanent fence provided that the fence is continuous around the site perimeter. 2-21 Z:\Bothell\Data\YAK\715-114\Phase 2 - Beech Street Lift Station and Force Main\Specs\2 Sitework.docx 3/30/2017 11:58 Ano © 2017 RH2 Engineering, Inc. Spring 2017 City of Yakima Division 2 — Sitework Beech Street Interceptor, Lift Station, and Force Main 2.31.3 Chain Link Fence Part 1— General Summary This section describes the requirements for the chain link fence located as shown and detailed on the Plans and these specifications. Related Sections Division 2.31.1; Division 3.31.3 (for post footings). References Chain Link Fence Manufacturers Institute Product Manual Specifications. DOT Standard Specifications Section 8-12. ASTM F626, A392, A817, F1083, A121, F567. Submittals Galvanizing information, steel quality standards, and hardware quality standards. Dimensional drawings, including details, finishes, accessories, and foundations. Part 2 — Products Materials Obtain chain link fences and gates, including accessories, fittings, and fastenings, from a single source. Chain Link (woven wire fabric) fencing shall be commercial grade, as detailed on the Plans and in accordance with Section 8-12 of the Standard Specifications except as modified herein. Components Fence Fabric: Galvanized wire: ASTM A392 - 1.2oz/sf. Wire Spec -A817, Type and class per use and location of the project. Size: Helically wound and woven to height of as indicated on drawings with 2 inch diamond mesh and core wire gauge of 9. PVC coating, if required, shall not be included in the wire size measurement. Selvage of fabric: twisted and barbed at top and twisted at bottom unless noted otherwise on the Plans. Steel Fence Framing: Steel pipe - Type I: ASTM F1083, standard weight schedule 40; minimum yield strength of 30,000 psi. Outside diameter (OD) sizes as shown on the Plans. Hot -dipped galvanized with minimum average 1.8 oz./ft2 of coated surface area. Accessories Chain link fence accessories per ASTM F626 Provide items required to complete fence system. Galvanize each ferrous metal item and finish to match framing. 2-22 3/30/2017 11.58 AAI Z:\Bothell\Data\YAIi\715-11-1\Phase 2 - Beech Street Lift Station and Force Main\Specs\2 Sitework.docx © 2017 RH2 Engineering, Inc. City of Yakima Spring 2017 Beech Street Interceptor, Lift Station, and Force Main Division 2 — Sitework Post caps: Formed steel weather tight closure cap for pipe posts. Provide one cap for each post. Cap to have provision for barbed wire when necessary. Top rail and rail ends: Pressed steel per ASTM F626, for connection of rail and brace to terminal posts. Top rail sleeves: 6 inch (178 mm) expansion sleeve with a minimum 0.137 inch wire diameter and 1.80 inch length spring, allowing for expansion and contraction of top rail. Wire ties: Nine (9) gauge galvanized steel wire for attachment of fabric to line posts. Thirteen (13) gauge for rails and braces. Brace and tension (stretcher bar) bands: Pressed steel, minimum 300 degree profile curvature for secure fence post attachment. Tension (stretcher) bars: One piece lengths equal to 2 inches less than full height of fabric with a minimum cross-section of 3/16 inch by 3/4 inch. Provide tension (stretcher) bars where chain link fabric meets terminal posts. Tension wire (used when top rails are not required): Galvanized coated steel wire, 6 gauge, with tensile strength of 75,000 psi. Hog ties are permissible. Tie rod, truss rods, and tightener: Steel rods with minimum diameter of 3/s inch. Capable of withstanding a tension of minimum 2,000 lbs. Nuts and bolts are galvanized. Fabrication Fence frames that require welding shall be hot dipped galvanized in the shop unless approved otherwise by the Owner. Part 3 — Execution Installers Installers shall have a minimum of two (2) years of experience. References from three (3) previous projects shall be submitted for review during shop drawing submittal. Examination Verify areas to receive fencing are completed to final grades and elevations. Ensure property lines and legal boundaries of work are clearly established. Perform complete utility locates within the areas of fencing to verify conflicting utilities. Fence posts may require adjustment to avoid utilities by a minimum of 2 feet. Installation/ Construction Chain link Fence Framing Installation A. Install chain link fence in accordance with ASTM F567 and manufacturer's instructions. B. Locate terminal post at each fence termination and change in horizontal or vertical direction of 30 degrees or more. 2-23 Z:\Bothell\Data\YAK\715-114\Phase 2 - Beech Street Lift Station and Force Main\Specs\2 Sitework.docx © 2017 RH2 Engineering, Inc. 3/30/2017 11:58 AM Spring 2017 City of Yakima Division 2 — Sitework Beech Street Interceptor, Lift Station, and Force Main C. Space line posts uniformly at 10 feet on center maximum and to avoid utilities by 2 feet minimum. D. Concrete set terminal and gate posts: Drill holes in firm, undisturbed or compacted soil. Trowel finish around post. Slope to direct water away from posts. Footings shall be sized per schedule on the Plans. E. Check each post for vertical and top alignment, and maintain in position during placement and finishing operations. F. Bracing: Install horizontal pipe brace at mid -height for fences 8 feet tall and over, on each side of terminal posts. Firmly attach with fittings. Install diagonal truss rods at these points. Adjust truss rod, ensuring posts remain plumb. G. Tension \vire: If shown on the Plans, install tension wire before stretching fabric and attach to each post with ties. Secure tension \vire to fabric with 121/2 gauge hog rings 24 inches O.C. H. Top rail: If shown on the Plans, install lengths, 21 feet. Connect joints with sleeves for rigid connections for expansion/contraction. I. Brace Rails for fabric height 8 feet and over. Install brace rails between terminal posts and adjacent line posts with fittings and accessories. Install brace rails at each gate post and each corner post with angle change exceeding 30 degrees. Bottom Rails: If shown on the Plans install bottom rails between posts with fittings and accessories. J• Chain Link Fabric Installation A. Fabric: Install fabric on side facing outward from site and attach so that fabric remains in tension after pulling force is released. Leave no more than 3 inches between finish grade and bottom selvage. Attach fabric with wire ties to line posts and tension wire at 15 inches on center and to rails and horizontal braces at 24 inches on center. B. Tension (stretcher) bars: Pull fabric taut; thread tension bar through fabric and attach to terminal posts with bands or clips spaced maximum of 15 inches on center. Hog ties are allowed. Accessories A. Tie wires: Bend ends of wire to minimize hazard to persons and clothing. B. Fasteners: Install nuts on side of fence opposite fabric side for added security. C. Barbed wire: Uniformly space parallel rows of barbed wire on security side of fence. Pull wire taut and attach with clips or in slots of each extension. 2.24 3/30/2017 11:58 Ai\I Z:\I3othell\Data\YAK\715-114 \Phase 2 - Beech Street Lift Station and Force Main\Specs\2 Sitework.docx © 2017 10-12 Engineering, Inc. City of Yakima Spring 2017 Beech Street Interceptor, Lift Station, and Force Main Division 2 — Sitework 2.40 SHORING AND SUPPORT 2.41 Contractor Designed Shoring Part 1— General Summary Where shoring, sheet piling, sheeting, bracing, lagging, or other supports are necessary to prevent cave-ins or damage to proposed or existing structures, it shall be the responsibility of the Contractor to design, furnish, place, maintain, and remove supports in accordance with applicable laws, codes, and safety requirements. The shoring system must be integrated with the dewatering system and not interfere with the operation and performance of the dewatering system. References Chapter 296-155 of WAC, "Safety Standards for Construction Work, Part N, Excavation, Trenching, and Shoring". OSHA IBC International Building Code Chapter 49.17 RCW Washington Industrial Safety and Health Act (WISHA) Qualifications Designer: Professional Engineer registered in the state of Washington with a minimum of three years of experience in designing earth retaining structures for temporary construction similar to the type and depth proposed and in similar soil and groundwater conditions in this Contract. Contractor: Minimum of three years' experience with the installation of excavation support systems for temporary construction of similar type and depth proposed and in similar soil and groundwater conditions in this Contract. Quali y Assurance Where the Contractor is required to provide the shoring design, it shall be prepared by a competent person as defined by WAC 296-155. Before beginning any excavation that is governed by the shoring requirements, the Contractor shall submit his stamped shoring plan and calculations to the Engineer for approval. The stamp must be present on all plans and calculations, and all submittals must be approved by the Engineer prior to starting work. Definitions Watertight Shoring: Watertight shoring systems are continuous shoring walls designed to retain soil and groundwater with a maximum leakage rate of 10 gallons per minute per 100 linear feet of wall. Submittals Contractor shall submit all stamped plans and calculations to the City for review and approval. The plans and calculations shall include but not be limited to the following: 2-25 Z:\Bothell\Data\YAK\715-114\Phase 2 - Beech Street Lift Station and Force Main\Specs\2 Sitework.docx 3/30/2017 11:58 ADI © 2017 RH2 Engineering, Inc. Spring 2017 City of Yakima Division 2 — Sitework Beech Street Interceptor, Lift Station, and Force Main Excavation Support System Plan 1. Provide separate Excavation Support System Plans for different trenching and open excavation conditions. 2. Detailed description of excavation support systems including materials, sizes and configuration, required equipment, work sequence, and work schedule. 3. Design calculations: a. Calculations, drawings, and installation and removal procedures. b. Demonstrating conformance to the Design Requirements and Excavation Support System Requirements listed in this Section. c. Tolerable and predictable deformations. d. Prepared, stamped, dated, and signed by the Designer. 4. Drawings include dimensions, spacing, and layout of components of the excavation support systems and include plans, elevations, sections, details showing the arrangement and method of installation, and details of guides or templates to be used in construction. Show easement lines, existing structures, utilities, streets, and other improvements around the excavation. 5. Detailed shop drawings and manufacturer literature of equipment and installation systems. 6. Methods and procedures for installing and removing excavation support systems. 7. Descriptions for geotechnical instrumentation and monitoring as required by the Designer. 8. Integrate with the dewatering design in Section 2.10.4. 9. Other information as required for approval of the excavation support system by the Local Authority Having Jurisdiction (LAHJ). 10. Provide information required by Chapter 296-155 WAC, Part N. 11. Review by the City to determine the Contractor's general compliance with the requirements and references. The City review shall not be construed as a detailed analysis for adequacy of the excavation support systems, nor shall any provisions of the requirements be construed as relieving the Contractor of its overall responsibility and liability for the work. Shoring Design Requirements 1. It is the responsibility of the Contractor to adequately size the excavation and to ensure that the excavation support system design is free of errors or omissions that may affect its safety, functionality, or performance. The Contractor accepts full responsibility for complying with relevant references, specifications, and standards that apply to the design including those that are not named in this Section. 2-26 3/30/2017 11:58 AAI Z:\Bothell\Data\YAK\715-114\Phase 2 - Beech Street Lift Station and Force Main \ Specs \2 Saework.docx © 2017 RI -I2 Engineering, Inc. City of Yakima Spring 2017 Beech Street Interceptor, Lift Station, and Force Main Division 2 — Sitework 2. Watertight shoring is strongly recommended for the construction of the Lift Station and the deep excavation for the gravity and force main pipe installation, in particular if the shoring is intended to augment the groundwater control system. 3. The Contractor and the Designer shall review the observed subsurface conditions as documented in the Engineering Geology Report and measure current groundwater levels in existing monitoring wells and select the shoring system type, materials, and construction means and methods appropriate for the conditions at the time of construction. 4. The use of tieback anchors for excavation support systems is prohibited. 5. The design, planning, installation, and removal of excavation support systems shall be accomplished in such a manner as to: a. Maintain the required excavation or trench section. b. Maintain the undisturbed state of soils below. c. Protect surrounding utilities, structures, and other improvements from damage due to disturbance of surrounding soils as a result of excavation and shoring operations. This will require installation of monitoring instrumentation to monitor the settlement and vibration of the existing structures around the excavation area. The locations of the instrumentation should include corners of the apartment and resident buildings immediately south of the Lift Station, on street curbs and other structures, the west ends of the retaining walls for the E Beech Street overpass (1-82). Groundwater control and shoring system designers shall recommend additional monitoring sites as needed. d. Provide adequate and safe working space necessary to complete the task for which the excavation is to be performed. 6. Evaluate and mitigate vibration and settlement effects on the surrounding structures, utilities and property. 7. Horizontal strutting below the barrel of a pipe and the use of the pipe as support is not acceptable. 8. Bracing to portions of a new or existing structure or using the new or existing structure for temporary shoring is not allowed. 9. Comply with dewatering requirements per Section 2.10.4. 10. Utilization of materials in the excavation support systems shall be in compliance with manufacturer's recommendations and requirements. 11. Soil parameters and loading requirements for the excavation support systems shall be in accordance with the following: a. Use Temporary Lateral Shoring Pressures provided in the Engineering Geology Report included in Appendix A as the minimum design pressures for watertight shoring. If watertight shoring is not implemented, the Designer shall provide proposed shoring pressure to the City for review and approval. The minimum lateral design pressures shall be increased to account for 2-27 Z:\Bothell\Data\1 AK\715-114\Phase 2 - Beech Street Lift Station and Force Main\Specs\2 Sitework.docx 3/30/2017 11:8 AM © 2017 RH2 Engineering, Inc. Spring 2017 City of Yakima Division 2 — Sitework Beech Street Interceptor, Lift Station, and Force Main additional surcharge loads that may result from construction activities. Design the excavation support systems for those additional loadings from the Contractor's construction activities. b. Material stresses for any part of the excavation support system shall not exceed the prescribed stress by more than 20 percent. Overstressing shall not be allowed for any element of the excavation support system. c. Pile embedment and bending moments shall be calculated using both Free Earth and Fixed Earth Support methods. The design shall be able to withstand the largest calculated value for both the embedment and bending moments. d. Struts or other structural components shall be designed to withstand the maximum load produced using the following calculations: Free Earth Support, Fixed Earth Support, and Apparent Earth Pressure. 12. Design excavation support systems to withstand anticipated loads including earth pressure, hydrostatic pressure, surcharge loads from surface equipment and material storage, and construction loads. 13. Include sequence of excavation and placement of the lateral support elements in the excavation support system designs. 14. Design the excavation support system in accordance with Chapter 296-155 WAC, Part N. 15. Design excavation support systems to meet the criteria as developed in Washington State law and the requirements of the LAHJ in which the excavation support system is being used. 16. Comply with applicable requirements of the WISHA with respect to excavation and construction. 17. Where applicable, the design shall be in accordance with the IBC: Special Inspection and testing shall be the responsibility of the Contractor. 18. Minimum embedment of the watertight shoring below the base of the excavation to prevent basal instability shall be at least 5 feet. Excavation Support System Requirements 1. Select and design support systems, methods, and details to assure safety to the public, adjacent property and the completed work. 2. Shall perform functions for which it is intended. 3. Dewatering inside the shored work area is allowed subject to the requirements of Section 2.10.4. 4. Shall be of adequate strength to withstand ground and groundwater pressures as well as additional loads as a result of equipment movement or construction activities at the site. 2.28 3/30/2017 11:58 AM Z:\Bothell\Data \ YAK \713-11=4\Phase 2 - Beech Street Lift Station and Force Main \Specs\2 Sitcwork.docx © 2017 RI -12 Engineering, Inc. City of Yakima Spring 2017 Beech Street Interceptor, Lift Station, and Force Main Division 2 — Sitework 5. Integrity shall not attenuate with time. It is the Contractor's responsibility to adequately protect against corrosion and construction practices that may result in damage to the excavation support system and compromise the system's ability to function as intended. 6. Shall be removed at the top 4 feet below finished grade elevation or 2 feet under the crossings of proposed utilities upon completion. Damages are applicable for any part of the excavation support system left in place. 7. Shall use only undamaged, industry tested, and accepted materials in compliance with federal, state and other regulatory requirements. It is the responsibility of the Contractor to comply with standards, laws, regulations and requirements that may apply. Designer Responsibilities 1. Excavation Support System Certification: a. After review at the site, the Designer shall certify in writing, at each level of bracing installed and prior to proceeding with the excavation, that each excavation support system is constructed in general compliance with the Designer's stamped, dated, and signed excavation support system design. b. Designer shall also review and certify in writing the acceptability of modifications made by the Contractor during construction and revise the applicable drawings and submit to the City. 2. Review the Contractor daily reports and notify the Contractor of items that do not meet the requirements of the approved Excavation Support Plan. Contractor shall follow-up with the Designer to rectify and implement requirements of the Designer. 3. Meet, review, and confirm that applicable standard requirements of the LAHJ are included in the as -constructed excavation support system. 4. Visit the site of the work no less than once per week to review and confirm compliance with the approved permitted design and that it meets the requirements of this Section. 5. Provide inspection report of the site visit to the Contractor no less than weekly. 6. Review written quality control reports that include test results and field inspection reports as required by the Special Inspection as well as vibration and settlement monitoring results from the Contractor on a weekly basis. 7. Meet with the Contractor on an as -needed basis to review completed work and identify items for Contractor to modify for the constructed design to be accepted at the completion and prior to use of the excavation support system. Part 3 — Execution General Construction activities shall observe applicable federal, state, and local regulatory requirements as well as applicable good practice guidelines. It is the Contractor's responsibility to ensure construction activities are in compliance with all pertinent existing laws and regulations. 2-29 Z:\Bothell\Data\YAK\715-114\Phase 2 - Beech Street Lift Station and Force Main \ Specs \2 Sitework.docx © 2017 RH2 Engineering, Inc. 3/30/2017 11:58 Aho Spring 2017 City of Yakima Division 2 — Sitework Beech Street Interceptor, Lift Station, and Force Main Designer shall inspect the constructed excavated support system and certify as indicated in this Section. Multiple certifications may be required. Notify the Designer for situations where the excavation support system may be unsafe. Suspend work when the unsafe conditions are present. Do not resume work until issues have been rectified as evidence of written certification of the Designer. Installation/Construction A pre -construction meeting will be required prior to the start of the shoring work. Design, planning, installation, and removal of sheeting, shoring, sheet piling, lagging, and bracing shall be accomplished in such a manner as to maintain the undisturbed state of soil below and adjacent to excavation. Monitoring Provide monitoring systems as described under "Shoring Design Requirements" and in the Engineering Geology Report. Establish a baseline with a minimum of two (2) weeks of monitoring the vibration and settlement prior to any excavation or shoring work is started. Continuously monitor excavation support systems as required to properly control settlement, vibrations, and groundwater levels. Provide the Designer and the City with monitoring results on a weekly basis. Take immediate appropriate action and notify the Designer, the City, and Project Representative if any of the following occur: • Deformations larger than predicted, distress, or damage to the excavation support system. • Excavation support system element is not in accordance with the Design Requirements. Removal All excavation support systems shall be removed upon completion. Abandoned elements of excavation support systems shall be removed to at least 4 feet below the ground surface or 2 feet below any crossing utilities and shall be indicated on the Record Drawings. Removal shall be performed in such a manner that will not damage adjacent new or existing facilities. Fill all voids immediately with controlled density fill or other approved means. All damage to property resulting from removal shall be promptly repaired. 2-30 3/30/2017 11:58 ANI Z:\Borhell\Data\YAIi\715-114\Phase 2 - Beech Street Lift Station and Force Main\Specs\2 Sirework.docx © 2017 RI -I2 Engineering, Inc. City of Yakima Spring 2017 Beech Street Interceptor, Lift Station, and Force Main Division 2 — Sitework 2.60 CONTAMINATED & WASTE MATERIALS HANDLING 2.60.2 Waste Material Control Part 1— General Quality Assurance Adhere to all requirements of federal, state, and local statutes and regulations dealing with pollution. Permit no public nuisances. Use only dump sites that are approved by the regulatory agency having jurisdiction, and present proof of approval upon request. The Contractor shall follow all requirements and guidelines of the Puget Sound Air Pollution Control Agency (PSAPCA) and other associated agencies. Part 3 — Execution Installation/Construction The Contractor shall take precautions to warn, protect, and prevent the public from all hazards that exist on site due to any demolition or construction operations. Stockpiled debris shall be surrounded with yellow warning tape attached to lath, stakes, poles, or fencing to warn the public of any potential hazard. Use water sprinkling, temporary enclosures, or other methods to limit dust and dirt from rising and scattering in the air. Surface water runoff that is contaminated with site debris, silt, or other material that adversely affects water quality shall be collected and cleaned prior to discharge. On site collection ponds may not be used to keep silt laden water from entering the storm water collection system. Do not use water to control dust when its use may create hazardous or objectionable conditions such as ice formation, flooding, and pollution. The Contractor shall minimize the amount of dust and other airborne particles caused by any demolition, excavation, stockpiling, or removal activities. Dust control measures shall be implemented by the Contractor prior to the beginning of work activities. Exposed soil may be wetted with water or covered to minimize dust creation. Water runoff from the wetting procedure shall be accumulated and cleaned prior to disposal. Water runoff accumulation shall be removed from the site prior to project completion. Cleaning At all times, keep the construction area clean and orderly and upon completion of the work, leave buildings broom clean and all parts of the work clean and free of rubbish and excess material of any kind. Leave fixtures, equipment, walls, and floors clean and free of stains, paint or roofing splashes, or other marks or defects. Upon completion, restore site of all work or equipment and material storage areas to their original conditions. Remove all miscellaneous unused material resulting from work and dispose of it in a manner satisfactory to the Owner. The site, through the progress of construction, shall be kept as clean as possible and in a neat condition. 2-31 Z:\Bothell\Data\YAK\715-114\Phase 2 - Beech Street Lift Station and Force Main \ Specs \2 Sitework.docx 3/30/2017 11:58 AM © 2017 RH2 Engineering, Inc. Spring 2017 City of Yakima Division 2 — Sitework Beech Street Interceptor, Lift Station, and Force Main 2.61 Contaminated Materials 2.61.2 Toxic Spill or Release Contact Requirements Part 3 — Execution Field Quality Control During construction, if there is any toxic substance spill or release discharged into the environment, report the location, quantity, date and time of the spill or release to Washington State Emergency Management at 1 (800) 258-5990 and the Owner's representative. Spills shall be monitored, contained, and cleaned up to applicable codes at the Contractor's expense. 2.90 LANDSCAPING 2.90.1 Common Work for Landscaping Part 1— General Submittals In addition to Division 2.05, provide the following information. Samples of compost. Written maintenance instructions recommending proper procedures for maintenance of plant materials. Top Soil — The Contractor shall submit the data for topsoil to be used as determined by an approved testing lab. Data shall include percentage of organic content as determined by incineration process and recommendations on type and quality of additives required to establish satisfactory pH factor, organic content, and supply of nutrients to bring the soil to a satisfactory level for planting. Nursery Material Plant Lists with Quantities and Sizes (pot volume and/or tree height). Planting schedule, indicating approximate planting date. Delivery, Storage, and Handling Deliver fertilizers in original, unopened and undamaged containers that list weight, analysis and name of manufacturer. Store in such a manner as to prevent wetting and deterioration. Take all precautions customary in good trade practice in preparing plants for transplanting. Spray deciduous plants in foliage with an approved "Anti -Desiccant" immediately after digging to prevent dehydration. Dig, pack, transport, and handle plants with care to ensure protection against injury. If plants cannot be planted immediately upon delivery, properly protect them with soil, vet peat moss, or in a manner acceptable to the Owner. Water plantings as necessary to keep them alive and in healthy condition. Provide dry, loose topsoil for planting bed mixes. 2-32 3/30/2017 11:58 ANI Z:\Bothell\Data\ YAK.\715-114\Phase 2 - Beech Street Lift Station and Force Main \Specs\2 Sitework.docx © 2017 RH2 Engineering, Inc. City of Yakima Spring 2017 Beech Street Interceptor, Lift Station, and Force Main Division 2 — Sitework Project/Site Conditions Prevent damage to existing features, pavement, utility lines, areas to receive planting and other features remaining as part of final landscaping and/or site improvements. Quality Assurance The Contractor, with the approval of the Owner will select a qualified testing laboratory to test and inspect operations under this Section at the Contractor's expense. Notify testing laboratory of times for inspections. Notify Owner if any undesirable conditions are met during construction so that supplemental recommendations can be made. Comply with all applicable federal, state and local codes and safety regulations. Comply with sizing and grading standards of the latest edition of "American Standard for Nursery Stock." A plant shall be dimensioned as it stands in its natural position. Warranty Warrant trees, shrubs and ground cover for the period as stated in the Warranty section of Division 1 against defects including death and unsatisfactory growth, except for defects resulting from negligence by Owner, abuse or damage by others or unusual phenomena or incidents beyond the Contractor's control. Replace, in size and kind and in accordance with the Plans and Specifications, all plants that are dead or, as determined by the Owner's Authorized Representative, in an unhealthy or unsightly condition, or have lost their natural shape due to dead branches or other causes due to the Contractor's negligence. Such replacement(s) will be at Contractor's expense. Warranty shall not include damage or loss of trees, plants, or ground covers caused by fires, unusual floods, freezing rains, lightning storms, winds over 75 miles per hour or other catastrophic "Acts of God". Winter kill caused by extreme cold and severe winter conditions not typical of planting area, unanticipated acts of vandalism or negligence on the part of the Owner and damage caused by wildlife, shall not be covered under this warranty. Maintenance The plant establishment period shall be three hundred sixty-five (365) days in duration. Maintenance of landscaping installed as part of this contract is fully the responsibility of the Contractor during the plant establishment period. During the plant establishment period, it shall be the Contractor's responsibility to ensure the continued growth of all plant materials. This care shall include, but not be limited to, the following: labor and materials necessary for removal of foreign materials, weeds, dead or rejected plant materials and lawn; the replacement of all unsatisfactory plant materials planted under this Contract in kind and size; and fertilizing to maintain a healthy growing condition and visually pleasing site. Water trees, plants and groundcover within the first 24 hours of initial planting, and in sufficient amounts thereafter to keep plant materials in a healthy growing condition. 2-33 Z:\Bothell\Data\YAK\715-114\Phase 2 - Beech Street Lift Station and Force Main\Specs\2 Sitework.docx © 2017 RH2 Engineering, Inc. 3/30/2017 11:58 AAI Spring 2017 City of Yakima Division 2 — Sitework Beech Street Interceptor, Lift Station, and Force Main Provide maintenance reports to Owner's Authorized Representative monthly, indicating procedures, fertilizing, defective material, etc. Part 2 — Products Materials A complete list of plants, including a schedule of sizes, quantities and other requirements is shown on the Plans. In the event that quantity discrepancies or material omissions occur in the plant materials list, the planting Plans shall govern. All plants shall be nursery grown under climatic conditions similar to those in the project locale for a minimum of two (2) years or transplanted from on-site. All potted plants shall be grown in the containers in which they are sold for a minimum of one (1) year. Stock furnished shall be at least the minimum size indicated. Larger stock is acceptable, at no additional cost, providing that the larger plants will not be cut back to size indicated. Provide plants indicated by two measurements so that only a maximum of 25 percent are of the minimum size indicated and 75 percent are of the maximum size indicated. Part 3 — Execution Examination Examine proposed planting areas and conditions of installation. Do not start planting work until unsatisfactory conditions are corrected and approved by the Owner's Authorized Representative. Notify Owner's Authorized Representative at least seven (7) working days prior to installation of plant material. Final inspection to determine acceptance of planted areas will be made by the Owner's Authorized Representative, upon Contractor's request. Provide notification at least ten (10) working days before requested inspection date. Planted areas will be accepted, provided all requirements, including maintenance, have been complied with and plant materials are alive and in a healthy, vigorous condition after final acceptance of the project. Upon one (1) year after Substantial Completion, the Owner will assume plant maintenance. Repair/Restoration All dead plant materials shall be replaced within thirty (30) days of discovery. Re -set settled plants to proper grade and position. Restore planting saucer and adjacent material and remove dead material. Tighten and repair guy wires and stakes as required. Correct defective work as soon as possible after deficiencies become apparent and weather and season permit. 2-34 3/30/2017 11:58 AM Z:\Bothell \ Data \YAh\715-11,1\Phase 2 - Beech Street Lift Station and Force Main \ Specs \2 Sitework.docx rJ 2017 R1-12 Engineering, Inc. City of Yakima Spring 2017 Beech Street Interceptor, Lift Station, and Force Main Division 2 — Sitework Field Quality Control Provide plant material record Plans legibly recording actual construction indicating horizontal and vertical locations, referenced to permanent surface improvements. Identify field changes of dimension and detail any changes. Cleaning During landscape work, keep pavements clean and work area in an orderly condition. Perform cleaning during installation of the work and upon completion of the work. Remove from site all excess materials, soil, debris and equipment as instructed by Owner's Authorized Representative. Repair damage resulting from planting operations. Remove any temporary irrigation systems once no longer needed. Remove only after approved by the Owner. 2.90.2 Landscape Grading Part 3 — Execution Installation/ Construction Perform fme grading within Contract limits, including adjacent transition areas, to new elevations, levels, profiles and contours indicated. Provide subgrade surfaces parallel to finished surface grades, unless specified otherwise. Provide uniform levels and slopes between new elevations and existing grades. All fills required to achieve subgrades shall be compacted per requirements of the fill type as noted above. For landscaping areas, all fill shall be compacted to 85 percent of modified proctor (ASTM D-1557) unless noted otherwise on the Plans. Perform grading, within branch spread of existing trees scheduled to remain, by hand methods to elevations indicated. Cut roots cleanly to depth 3 inches below proposed finish grade. Treat cut roots over 1 -inch in diameter with asphaltic pruning paint. 2.90.3 Soil Amendments 2.90.3.1 Commercial Fertilizer Part 2 — Products Materials Each tree and shrub shall receive "AgSafe Tabs" (or equal). Plant tablets at the time of planting at the following rate: Plant Size Tablet Size No. of Tablets Ga. 10 gram 1-2 Gal. 21 gram 2-3 Cal. Inch of tree 21 gram 2 per inch Ht. of tree 21 gram 2 per ft. of ht. 2-35 Z:\Bothell\Data\YAK\715-114\Phase 2 - Beech Street Lift Station and Force Main\Specs\2 Sitework.docx 3/30/2017 11:58 AM © 2017 RI -12 Engineering, Inc. Spring 2017 City of Yakima Division 2 — Sitework Beech Street Interceptor, Lift Station, and Force Main For application to tree/shrub/groundcover beds three (3) months after initial planting: Provide fertilizer with not less than 18 percent total nitrogen, 8 percent available phosphoric acid, and 9 percent total potash. P and K to come from Controlled Release Polymer Coated -based nitrates. 2.90.3.2 Shredded Plant Waste: Part 2 — Products Materials Material shall consist of on-site plants removed during site clearing operations shredded by a mechanical wood chipper that produces chips no larger than 2 inches in length and 1/4 inch in thickness. Part 3 — Execution Installation Shredded plant waste shall be applied to 2 inches in thickness unless otherwise shown on the Plans. 2.90.3.3 Mulch Part 2 — Products Materials Mulch shall be shredded plant waste as described above or commercially available straw spread to a uniform thickness of 2 inches in thickness unless otherwise shown on the Plans. Straw shall not include Reed Canary grass. 2.90.10 Topsoil Part 2 — Products Materials Topsoil shall be naturally occurring surface soil with a minimum sand content of 60 percent. Topsoil shall have no evident rocks or debris over 1/2 inch Acidity pH range shall be between 5.0 and 6.5. Organic matter content shall be 10 to 20 percent by dry weight. Add dolomite limestone, if required, to obtain pH. Limestone, if used, shall be finely ground, passing a minimum of 90 percent through the U.S. Standard No. 8 sieve and 20 percent through the U.S. Standard No. 100 sieve. Add approved nutrients, if required, to bring nutrients to a satisfactory level for planting as recommended by a qualified testing laboratory (exclude nitrogen, potassium and phosphorus). Part 3 — Execution Installation Soil from excavated planting pit shall be mixed with organic compost in a ratio of 1/3 organic compost to 213 sandy loam. 2-36 3/30/2017 11:58 AM `/_:\Bothell\Data \ YAK \715-114\Phase 2 - Beech Street Lift Station and Force Main \ Specs \2 Sirework.docx © 2017 RI -12 Engineering, Inc. City of Yakima Spring 2017 Beech Street Interceptor, Lift Station, and Force Main Division 2 — Sitework Excess soil shall be disposed of as per Owner's Authorized Representative's instructions. 2.90.11 Hydroseed Part 1— General Scheduling The Contractor shall apply hydroseed either for temporary stabilization or permanent restoration within the optimum seeding windows whenever possible. Construction practices shall be timed to minimize bare, cleared and excavated areas so that surfaces are hydroseeded and seed germinates and grows stabilizing surfacing as soon as possible. The optimum seeding windows are April 1 through June 30 and September 1 through October 1. Seeding that occurs between July 1 and August 30 will require irrigation until 75 percent grass cover is established. Seeding that occurs between October 1 and March 30 will require a mulch layer at least 2 inches thick or plastic cover until 75 percent grass cover is established. Maintenance The Contractor shall provide temporary irrigation, mulch or plastic sheeting to hydroseeded areas as required by construction schedule in addition to the hydroseed (per areas dictated on the Plans or disturbed to facilitate construction or both) at no additional cost to the Owner. Part 2 — Products Materials Hydroseed applications shall include a minimum of 1,500 pounds per acre of mulch with 3 percent tackifier. Mulch may be made up of 100 percent: cottonseed meal; fibers made of wood, recycled cellulose, hemp, and kenaf compost; or blends thereof. Tackifier shall be plant -based, such as guar or alpha plantago, or chemical -based such as polyacrylamide or polymers. Any mulch or tackifier product used shall be installed per manufacturer's instructions. Mulch is required for seeding. Any areas that have seed applied by hand shall have a minimum 2 -inch thick layer of mulch or topsoil. Slow-release fertilizers shall be used. Fertilizer shall not be agitated more than 20 minutes in the hydromulch machine before it is to be used. On 2:1 to 1.5:1 slopes, Bonded Fiber Matrix (BFM) or Mechanically Bonded Fiber Matrix (MBFM) products may be used in lieu of hydroseed with erosion control mat. BFM/MBFM products are applied with approximately 10 percent tackifier. BFM/MBFM shall be allowed to cure 24 to 36 hours before rainfall and shall not be installed on wet or saturated soils. WSDOT Eastern Washington Dry Land Hydroseed Mix All unimproved areas disturbed during construction shall be hydroseeded with the mix as listed below. Seed Composition: o Intermediate Wheatgrass 23 percent • "Fairway" Crested Wheatgrass 23 percent 2-37 Z:\Bothell\Data \ YAK \715-11,1\Phase 2 - Beech Street Lift Station and Force Main\Specs\2 Sitework.docx © 2017 RI -12 Engineering, Inc. 3/30/2017 11:58 AM Spring 2017 City of Yakima Division 2 — Sitework Beech Street Interceptor, Lift Station, and Force Main • "Sherman" Big Bluegrass 13 percent • Perennial Ryegrass 13 percent • "Sodar" Streambank Wheatgrass 28 percent • Rate: 60 lbs./acre Eastern Washington Orchard and Pasture Land Hydroseed Mix Irrigated lands disturbed during construction shall be hydroseeded with the mix as listed below. Erosion control matting shall be installed to areas of slopes 2H:1V and greater in addition to the hydroseed mix. Seed Composition: To be determined by Contractor and submitted to the Owner for approval following site visit to locations along alignment to observe native grass concentrations. Contractor shall be responsible for up to 3 seed mix variations depending on location. Rate: 60 lbs./acre Fertilizer: None Mulch: Wood Cellulose Fiber, 2000 lbs./acre Part 3 — Execution Preparation Areas that will be seeded must have 2 inches of topsoil installed on the disturbed areas if no native top soil is present. The seedbed should be firm and rough. All soil should be roughened regardless of slope. If compaction is required, slopes must be track walked before seeding. Backblading or smoothing of slopes greater than 4:1 is not permitted if they are to be seeded. Installation All disturbed surfaces within the project not otherwise covered by asphalt, gravel, quarry spalls, concrete, or other plant material/landscape items as indicated on Plans shall be hydroseeded, except ditches and swales may have seed applied by hand. Apply seed prior to installing erosion control blankets. Field Quality Control The aforementioned specifications are the minimum requirements for the anticipated conditions. It will be the responsibility of the Contractor to ensure seeded areas establish ground cover and to provide any additional measures necessary to establish ground cover in seeded areas. Any seeded areas that fail to establish at least 75 percent cover (100 percent cover for areas that receive sheet or concentrated flows) shall be reseeded at no additional cost to the Owner. Contractor should expect to provide a temporary irrigation system for dry season work or any work in Eastern Washington. Temporary irrigation systems shall be removed by the Contractor when no longer required. 2-38 3/30/2017 11:38 AM Z:\Bothell\Data\YAIi\715-114\Phase 2 - Beech Street Lift Station and Force Main \Specs \2 Sitework.docx 2017 RI -I2 Engineering, Inc. City of Yakima Spring 2017 Beech Street Interceptor, Lift Station, and Force Main Division 2 — Sitework 2.90.12 Potted Plant and Trees Part 1— General Scheduling Plant evergreen material between September 1 and December 1 or in the spring before new growth begins. If project requirements require planting at other times, plants shall be sprayed with anti -desiccant prior to planting operations. Plant deciduous materials in a dormant condition. If deciduous trees are planted in -leaf, they shall be sprayed with an anti -desiccant prior to planting operations. Plant bare root material between November 1 and March 1. Planting shall be performed only by experienced workers familiar with planting procedures under the guidance of a certified landscape Contractor with a minimum of five (5) years of experience. Locate plants as indicated or as approved by the Owner's Authorized Representative in the field after staking by the Contractor. If obstructions are met that are not shown on the Plans, do not proceed with planting operations until alternative plant locations have been selected or approved by the Owner's Authorized Representative. Part 2 — Products Materials Provide plants typical for their species or variety with normal, densely developed branches and vigorous, fibrous root systems. Provide only sound, healthy, vigorous plants free from defects, disfiguring knots, sun scald injuries, frost cracks, abrasions of the bark, plant diseases, insect eggs, borers and all forms of infestation. All plants shall have a fully developed form without voids and open spaces. Plants planted on rows shall be matched in form. Source Quality Control No pruning wounds shall be present with a diameter of more than 1 inch and such wounds must show vigorous bark on all edges. Evergreen trees shall be branched to the ground; double trunk trees are not acceptable. Part 3 — Execution Installation Bare root stock shall be dug and the earth removed without injury to fibrous root system necessary for full recovery of plant. Cover roots with thick mud coating by puddling and/or wrapping in wet straw, moss or other suitable packing material immediately after digging. Keep plant protected until planted. Set plant material in the planting pit to proper grade and alignment, as shown on the planting details. Set plant material 2-3 inches above the finish grade. Filling will not be permitted around trunks. Backfill planting pit with topsoil. Form a ring of soil around the edge of each planting 2-39 Z:\Bothell\Data\YAK\715-114\Phase 2 - Beech Street Lift Station and Force Main \ Specs \2 Sitework.docx © 2017 RI -I2 Engineering, Inc. 3/30/2017 11:58 AM Spring 2017 City of Yakima Division 2 — Sitework Beech Street Interceptor, Lift Station, and Force Main pit to retain water, except on slopes greater than 2 to 1. Provisions shall be made to allow drainage of excess water from ponding in planting pits to an approved source, if soil conditions are such that free drainage is not possible. Cleaning After plants are set, muddle planting soil mixture around bases of balls and fill all voids. Remove all wrapping from the tops of root balls. Remove completely all non -biodegradable wrapping from root balls. Mulch all planting beds with Nutramulch to a depth of 4 inches or approved equal in areas with slopes 2 to 1 greater and 2 inches in all other areas with stockpiled shredded plant waste. 2.90.13 Sod Part 1— General Maintenance Keep sod areas moist until well-established. Part 2 — Products Materials Sod shall be per the Yakima School District requirements. If no explicit requirements are provided from the School District, then provide a blend of 70 percent Merion bluegrass and 30 percent red fescue and contain no more than 1 percent of other grasses, none of which shall be of a coarse undesirable variety. Sod shall not be less than ten (10) months old nor more than thirty (30) months old and shall be healthy and have a dense, vigorous, well- developed root structure. Sod shall be delivered to the job site within 24 hours of being harvested and installed before roots dry. Part 3 — Execution Preparation Spread 200 pounds of lime per 1,000 sq. foot, thoroughly incorporate and bring to grades indicated. Rake entire surface to a smooth and even grade; remove all rocks over 1/2 inch in diameter, grass roots, and debris, and roll. Installation Use tight, staggered joints. 2.90.20 Landscape Accessories Part 2 — Products Materials Stakes and guys shall be made from new hardwood, treated softwood or redwood, free of knot holes and other defects. Provide and install wire ties and guying hose as shown on Plans and 2-40 3/30/2017 11:58 AM Z:\Bothell\Data\YAK\715-114\Phase 2 - Beech Street Lift Station and Force Main\Specs\2 Sitework.docx l7 2017 RI -I2 Engineering, Inc. City of Yakima Spring 2017 Beech Street Interceptor, Lift Station, and Force Main Division 2 — Sitework as specified for evergreen trees. Provide and install guying for deciduous trees as shown on the Plans. Anti -Desiccant: Protective film emulsion providing a protective film over plant surfaces, permeable to permit transpiration; mixed and applied in accordance with manufacturer's instructions. 2-41 Z:\Bothell\Data\YAK\715-114\Phase 2 - Beech Street Lift Station and Force Main \ Specs \2 Sitework.docx 3/30/2017 11:58 AM © 2017 RH2 Engineering, Inc. Division 3 Concrete 3.00 GENERAL Sections in these specifications titled "Common Work for . . ." shall apply to all following subsections whether directly referenced or not. 3.01 Maintenance of Concrete 3.01.30.71 Rehabilitation of Cast -in -Place Concrete Part 1— General This division covers that work necessary for repairing spalled and damaged concrete. Repair any areas with deterioration exceeding 1/2 inch, where rebar is exposed or where directed by the Owner. Part 2 — Products Materials CONCRETE REPAIR MATERIAL: SikaTop 111 PLUS or equal cement -based repair mortar. Mortar shall be ANSI/NSF Standard 61 approved if in contact with potable water and contain a corrosion inhibitor. See Manufacturer's Literature for primer and auxiliary products appropriate for use with the repair material. SILANE SEALER shall be alcohol based, 95 percent silane. No fillers, sterates, or paraffins are allowed. Use DUR A PELL 100 as manufactured by Chemprobe Coating Systems or equal. Part 3 — Execution Preparation The Contractor shall be familiar with the product and methods and be prepared to discuss the repair procedure at the Preconstruction Meeting. High pressure power -wash the exposed structure to remove all loose, delaminated concrete to sound concrete. Surface Preparation: Remove loose, delaminated concrete to sound concrete. Where corrosion of the reinforcement exists, continue bulk removal along the reinforcing steel and adjacent areas with evidence of corrosion -induced damage Under -cut all exposed reinforcing steel by a minimum of 3/4 inch. The shape of the prepared cavity should be square or rectangular in shape. The edges of the patches shall be saw -cut perpendicular to the surface to a minimum depth of 1/2 inch. Repair area shall be a minimum of 1/2 -inch deep throughout. Use abrasive blasting to remove residual dust, debris, fractured concrete, and contaminants that prevent proper bonding. Following abrasive blasting, blow out repair areas with oil -free compressed air. The final surface texture should be rough with minimum 1/8 -inch amplitude. 3-1 Z:\Bothell\Data\YAK\715-114\Phase 2 - Beech Street Lift Station and Force Main\Specs\3 Concrete.docx © 2017 RH2 Engineering, Inc. 3/30/2017 11:59 AM Spring 2017 City of Yakima Division 3 — Concrete Beech Street Interceptor, Lift Station, and Force Main Treatment of exposed reinforcement: All signs of corrosion should be removed from exposed reinforcing steel by an abrasive blasting, `vire wheel or needle scaler. If the cross- sectional area of the reinforcing steel has been significantly reduced, the engineer should be consulted. Prime reinforcing as recommended by the repair material manufacturer. Installation Surface Saturation: Saturate surface with potable water. The base concrete shall be in a saturated surface dry (SSD) condition prior to application of repair material to prevent a rapid loss of moisture from the repair material and into the substrate. Mixing and Application of Repair Material: Mixing and application shall be in strict accordance with the manufacturer's instructions. Apply the material with adequate pressure before the bond coat dries. Thoroughly consolidate the repair material into the corners of the patch and around any exposed reinforcement in the repair zone. If a second lift is required, thoroughly roughen the surface of the first lift by scoring the soft mortar to achieve an aggressive finish, similar in profile to the prepared concrete substrate. If the second lift will not be immediately applied, keep the first lift moist until application of the second lift. Finish to match existing surface. Cure using curing compound. Apply silane sealer as specified to exposed surfaces and edges of roof slab. 3.05 Common Work for Concrete Part 1— General This division covers that work necessary for furnishing and installing all concrete as described in these specifications and as shown on the Plans. References Materials shall conform to the following standards: • Cement — ASTM C-150 • Coarse aggregate — ASTM C-33 • Fine aggregate — ASTM C-33 • Admixtures — ASTM C-494 • Air -entraining admixtures — ASTM C-260 • Fly Ash — ASTM C-618 Submittals Submittal information shall be provided to the Owner for the following items: • Concrete mix design, including aggregate gradation and substantiating strength data. • Admixture Data • Special placement procedures for hot or cold weather 3-2 3/30/2017 11:59 AM Z:\Bothell\Data\YAh\715-114\Phase 2 - Beech Street Lift Station and Force Main\Specs \3 Concrere.docx © 2017 R1-12 Engineering, Inc. City of Yakima Spring 2017 Beech Street Interceptor, Lift Station, and Force Main Division 3 — Concrete • Construction Joint Plan • Rebar mill certifications • Rebar placement shop drawings • Precast concrete items • Schedule of form inserts • Water stop and bentonite water stop — Include sample joint(s) if joints are to be field welded. • Grouts • Form ties for liquid containment structures • Method of plugging through -bolt holes Concrete mix designs shall be submitted to the engineer for approval a minimum of two (2) weeks prior to placing any concrete. The mix design shall include the amounts of cement, fine and coarse aggregate, water and admixtures, as well as the water cement ratio, slump, concrete yield, aggregate gradation, and substantiating strength data in accordance with ACI 318, Chapter 5. A batch plant inspection may be required, the cost of which shall be paid by the Contractor. Review of mix submittals by the engineer of record indicates only that information presented conforms generally to contract documents. Contractor or supplier maintains full responsibility for specified performance. Part 2 — Products Components Nominal maximum size for aggregates is the smallest standard sieve opening through which the entire amount of aggregate is permitted to pass. Provide intermediate aggregate grades as required to achieve a well -graded mix. All concrete surfaces exposed to weather or standing water shall be air entrained. Total air content shall be in accordance with IBC requirements unless specified otherwise herein. Air shall be measured at the truck, unless otherwise agreed to. Water used in concrete shall be potable. Fly ash may be substituted for up to 15 percent of the required cement, except where noted. Mixes Concrete shall be mixed, conveyed, and proportioned in accordance with IBC section 1905. The concrete mix shall include the amount of cement, fine and coarse aggregate, including aggregate gradations, water, and admixtures as well as water cement ratio, slump, concrete yield, and sustaining strength data in accordance with these specifications, the requirements of the International Building Code Section 1905, and the requirements of ACI 318. 3-3 Z:\Bothell\Data \ YAK \715-11,1\Phase 2 - Beech Street Lift Station and Force Main\Specs\3 Concrete.docx 3/30/2017 11:59 AIM © 2017 RH2 Engineering, Inc. Spring 2017 City of Yakima Division 3 — Concrete Beech Street Interceptor, Lift Station, and Force Main Part 3 — Execution Inspection See Statement of Special Inspections on the Drawings for special inspection requirements. Provide 48-hour notice to Owner prior to needing the required inspections. Comply with local building department and permit requirements for inspection and notification. The Contractor shall repair, replace or modify, as appropriate, any items noted in the Special Inspector's inspection or the building department inspection. Testing Concrete strength tests shall be performed per section 1905.6 of the IBC and per the requirements noted herein. The Owner will provide and pay all costs of concrete testing. The Engineer shall be furnished with copies of all inspection reports and test results. Cylinders used for concrete strength tests shall be 6 by 12; 4 by 8 cylinders may be used for mixes with maximum aggregates less than 1 -inch, however the testing lab must apply a 0.94 multiplier to the compressive strength test results unless data acceptable to the Engineer is presented that would justify a higher multiplier. All mixes utilizing aggregates over 1 inch shall be tested using 6 by 12 cylinders. When 4 by 8 cylinders are utilized AASHTO T23 requirements shall be followed, and the retainer used with neoprene pads when testing for compressive strength shall be constructed according to ASTM C 1231. The Contractor will coordinate all concrete testing with the testing agency. Costs will be paid by the Owner. Give the Owner and testing agency 48-hour notice prior to concrete placement. If Contractor fails to provide the required notice, the Owner may elect to cancel the affected concrete placement. Contractor shall be responsible for costs and delays due to improper notification. If the Contractor schedules a concrete placement and does not notify the Owner and testing agency of a cancellation within 24 hours of the scheduled placement, the Contractor shall pay the testing agency costs for an unnecessary trip. If the Contractor fails to provide the testing agency with adequate notification and testing agency cannot attend concrete placement, Contractor shall reschedule placement. Contractor shall be responsible for all associated delays. The Contractor shall provide all assistance and cooperation necessary to testing personnel to obtain the required concrete tests. Contractor and Owner will have access to testing results as soon as they are available. The testing agency shall take a minimum of four samples for every 50 yards of concrete placed (and a minimum of four per pour); one for a seven (7) day test, two for twenty-eight (28) day tests, and one for backup testing in case the other two samples do not meet design 3-4 3/30/2017 11:59 ANI L:\Bothell\Data\YAIi\715-11 4\Phase 2 - Beech Street Lift Station and Force Slain\Specs\3 Concrete.docx © 2017 RI -12 Engineering, Inc. City of Yakima Spring 2017 Beech Street Interceptor, Lift Station, and Force Main Division 3 — Concrete strength. Additional samples may be taken to verify strength prior to form removal at the Contractor's expense. 3.10 FORMING AND ACCESSORIES 3.11 Formwork 3.11.13 Cast in Place Forming Part 1— General Submittals The Contractor shall submit a construction joint plan to the Engineer for review prior to formwork and rebar installation if altered from that shown on the Plans. Modifications to the construction joints shall be submitted to the Engineer no less than seven (7) working days prior to placing the forms and rebar. Part 2 — Products Materials Unless otherwise directed, coat contact surface of forms with colorless, non -staining, mineral oil that is free from kerosene, or other approved suitable material, to permit satisfactory removal of forms without concrete damage. Form construction for surfaces covered with backfill shall be made of steel, plywood, or dressed, matched lumber. Form construction for exposed surfaces shall be made of new plywood or steel without surface markings. Form ties for use in liquid containment structures shall be standard plastic cone snap -ties with 3/4 -inch diameter neoprene waterstop washer or removable taper ties. Use Greenstreak X -plugs with removable taper ties or equal. Contractor shall submit to the Engineer form ties to be used for review prior to installation. Part 3 — Execution Installation/ Construction Concrete forms shall be sufficiently tight to prevent leakage of concrete or mortar and shall be properly braced or tied together to maintain desired position and shape until removed. Conduits, pipes and sleeves of any material not harmful to concrete and within the limitations of ACI 318, Section 6.3 are permitted to be embedded in concrete with approval of the Engineer. Provide a 3/4 -inch chamfer or radius at all exposed corners and edges, unless specifically stated otherwise on the Plans. Forms shall remain in place until the concrete has developed sufficient strength to withstand imposed loads without damage or deflection. Wall and slab forms shall remain in place for a minimum of 24 hours after completion of the pour. Forms for beams and suspended slabs shall remain in place for a minimum of fourteen (14) days AND until concrete has 3-5 Z:\Bothell\Data\YAK\715-114\Phase 2 - Beech Street Lift Station and Force Main \ Specs \3 Concrete.docx 3/30/2017 11:59 AM © 2017 RH2 Engineering, Inc. Spring 2017 City of Yakima Division 3 — Concrete Beech Street Interceptor, Lift Station, and Force Main developed twenty-eight (28) day design strength, unless approved by the Engineer. The Contractor shall coordinate with the testing lab to verify concrete strength prior to form removal. Do not allow water to flow through areas where forms are to be placed. During form construction and prior to placement of concrete, keep footings and floor slab areas free of standing water. Field Quality Control Variations from plumb, specified grade, conspicuous lines, and walls shall not exceed plus or minus 1/4 inch in any 10 -foot length, and shall not exceed 1 inch over the entire length. Variations from dimensions shall not exceed plus or minus 1/2 inch. Closer tolerances shall be achieved by the Contractor as necessary to accommodate equipment and other permanent materials. 3.15 Accessory Materials 3.15.02 Premolded Joint Filler Part 1— General References Premolded joint filler for expansion or through joint applications shall conform to the specifications for "Preformed Expansion Joint Fillers for Concrete Paving and Structural Construction," AASHTO M 213, except the requirement for water absorption is not applicable. Part 2 — Products Materials The thickness and width of premolded joint filler shall be as indicated on the Plans. Where no premolded filler thickness is indicated, the thickness shall be 3/4 inch. 3.15.04 Embedded Items Part 3 — Execution Preparation Fill voids in sleeves, insets, anchor slots, etc., temporarily with readily removable materials to prevent entry of concrete into voids. Installation/Construction Position embedded items accurately, and support against displacement or movement during placement. Coat all aluminum embedded items as specified in Division 9. 3-6 3/30/2017 11:59 AM Z:\Bothell\Data\YAK\713-11 4\Phase 2 - Beech Street Lift Station and Force Main \ Specs \3 Concrete.docx © 2017 RI -12 Engineering, Inc. City of Yakima Spring 2017 Beech Street Interceptor, Lift Station, and Force Main Division 3 — Concrete 3.15.05 Pipe Penetrations through Concrete Part 1— General Summary Water holding structures and structures buried and subject to groundwater contact: As shown on the Plans. Part 2 — Products Materials Provide a Link -Seal system (or approved equal). Part 3 — Execution Examination Wrapping must be inspected and approved by Engineer prior to concrete pour. Gaps, tears, or looseness in wrapping will be cause for rejection. Installation Install Link -Seal per manufacturers instruction either within a cast -in-place sleeve or core drill a clean hole. 3.15.13 Plastic Waterstop Part 2 — Products Materials Waterstop shall be constructed of polyvinylchloride; Greenstreak 705 for 6 -inch waterstops and Greenstreak 709 for 9 -inch waterstops, or equal. Split waterstops shall be Greenstreak 724 for 6 -inch and Greenstreak 653 for 9 -inch. Waterstop width shall be as shown on the Plans. If not shown, use 6 -inch minimum. Fabrication Field welding of thermoplastic waterstop shall be performed by indirect application of heat to the ends of the material with thermostatically controlled Teflon -covered welding irons. Crosses, tees and any other construction joints meeting at an angle shall have waterstop joints welded by the manufacturer with bulbs meeting. Field welding is permitted only when butt welding (end to end) straight pieces of the waterstop. If the Contractor would like to field weld joints, samples of all shown or proposed field welded joints shall be submitted. If field joints do not match the approved joints in quality as determined by the Engineer, manufactured joints shall be substituted. Part 3 — Execution Installation 3-7 Z:\Bothell\Data\YAK\715-114\Phase 2 - Beech Street Lift Station and Force Main\Specs\3 Concrete.docx 3/30/2017 11:59 AM © 2017 RH2 Engineering, Inc. Spring 2017 City of Yakima Division 3 — Concrete Beech Street Interceptor, Lift Station, and Force Main Waterstops shall be placed at all cold joints and expansion joints that may be hydrostatically pressurized including construction joints located below proposed grade of the structure (except for stem wall footings). The Contractor shall provide waterstops at all construction joints that the Contractor creates as well as construction joints shown on the design Plans. The waterstop shall be placed continuously along the joint and shall be detailed through abutting joints to provide a continuous seal. Concrete forms shall be constructed such that the waterstop is not bent or folded during concrete placement. Split waterstops may be used where flat waterstops are not possible or practical. One-half of the width of the waterstop shall be positioned in the first pour of concrete prior to concrete placement. The uncast half of the waterstop shall be securely held in position to prevent folding, lay down, or damage from placement of concrete during the following placement of concrete. The concrete shall be thoroughly vibrated around the waterstop to completely cover the surfaces embedded and prevent the formation of voids. The waterstop shall be held in position during the initial curing of the concrete to prevent movement of the waterstop from the required position. 3.15.14 Bentonite Waterstop Part 2 — Products Materials Bentonite Waterstop shall be Volclay WATERSTOP-RX 101, or equal. Use Bentonite Waterstop only where specifically called out on the Plans. Bentonite Waterstop shall be a 1 -inch by 3/4 -inch flexible strip consisting of 75 percent sodium bentonite and 25 percent butyl rubber compound. Adhesive shall be as recommended by the waterstop supplier. Part 3 — Execution Preparation Concrete to receive waterstop shall be sound with a smooth finish, free of debris, oil, grease, or other foreign material. Installation shall not proceed when work areas are flooded to the extent that would cause waterstop to hydrate; nor when precipitation can be reasonably anticipated before waterstop can be properly installed or protected. All applicable vertical and horizontal construction pour joints to receive waterstops must be encapsulated with a minimum of 3 inches of concrete on all sides. Installation Components and installation procedures for Bentonite Waterstop shall be in accordance with manufacturer's printed specifications and recommendations. Install as follows: 1. Clean all debris, dirt and rocks from dry concrete surface. 2. Concrete to be free of large voids and projections. 3. Maintain minimum of 3 inches of clearance to edge of concrete. 4. Apply adhesive per manufacturer's instructions. 3-8 3/30/2017 11:59 AM 7_:\Bothell\'Data \YAK\715-114\Phase 2 - Beech Street Lift Station and Force Main\Specs\3 Concrete.clocx © 2017 R1-12 Engineering, Inc. City of Yakima Spring 2017 Beech Street Interceptor, Lift Station, and Force Main Division 3 — Concrete 5. Remove release paper. Press the entire length of waterstop firmly against primed surface. Verify minimum concrete coverage will be maintained over entire placement of waterstop. Place in maximum practicable lengths to minimize coil end joints. 6. Tightly butt coil ends together to form continuous waterstop. DO NOT OVERLAP COIL ENDS. Where required cut coils with sharp knife or utility blade to fit coil ends together without overlapping. 7. Pour and vibrate concrete. Whenever possible do not pour concrete directly. 3.15.19 Concrete Anchors Part 1— General Quality Assurance Installation of adhesive anchors shall be performed by personnel certified in accordance with the ACI/CRSI Adhesive Anchor Installer Certification Program. In lieu of certification the installer shall attend on-site training held by the adhesive manufacturer prior to the installation of adhesive anchors. Part 2 — Products Materials Concrete Anchors shall be Hilti HIT 500-V3, Simpson SET -XP, or Powers PE1000+ adhesive anchors. Threaded rod shall be type 316 stainless steel where exposed to sewer, type 304 stainless steel in wet and exterior conditions, galvanized steel in dry and interior locations. Part 3 — Execution Installation Install in accordance with Manufacturer's recommendations. Special Inspection in accordance with IBC, Section 17, must be provided. Provide a minimum of 48 hours' notice to Engineer prior to starting installation. Concrete anchors shall not be used to resist tension or fatigue loading without Owner's evaluation and approval. Use threaded rod or reinforcing bar as shown on the drawing, and meeting Manufacturer's recommendations. Provide minimum embedment as shown. Holes shall be drilled with carbide -tipped drill bit. Holes shall be cleaned of dust and debris. Adhesive shall be inserted with a mixing nozzle. 3-9 Z:\Bothell\Data\YAK\715-114\Phase 2 - Beech Street Lift Station and Force Main \ Specs \3 Concrete.docx 3/30/2017 11:59 AM © 2017 RH2 Engineering, Inc. Spring 2017 City of Yakima Division 3 — Concrete Beech Street Interceptor, Lift Station, and Force Main 3.20 REINFORCING 3.21 Reinforcing Steel 3.21.13 Reinforcing Steel Part 1— General References ACI — American Concrete Institute- latest edition CRSI Manual of Standard Practice — latest edition Part 2 — Products Materials Grade — ASTM A706, Grade 60 ACI A615, Grade 60 shall be permitted if: (a)The actual yield strength based on mill tests does not exceed fy by more than 18,000 psi; and, (b) The ratio of actual tensile strength to the actual yield strength is not less than 1.25. Detailing — ACI 318 and ACI 315 Lap requirements — See schedule on Plans or as required by ACI 318 Tie wire — 16 gauge minimum Bar supports shall conform to "Bar Support Specification" CRSI Manual of Standard Practice, MSP -1-80. Provide Class 1, plastic protected bar supports. Use pre -cast concrete blocks to support bars off ground. Bar supports in water holding and buried structures shall be non-metallic. Bar supports for the bottom rebar mat of suspended slabs or beams in water holding structures must be point supports (chairs or dobbies), not continuous. Part 3 — Execution Installation Reinforcing steel shall be detailed in accordance with ACI 315and 318 and as shown on the Plans. Lap all reinforcements in accordance with "the reinforcing splice and development length schedule." Provide corner bars at all wall and footing intersections. Bend wire bar ties away from formwork to provide the same concrete clearance as shown on the Plans to the bars. 3-10 3/30/2017 11:59 AM "L:\Bothell \Data\YAK \715-11 4\Phase 2 - Beech Street Lift Station and Force Main \ Specs \3 Concrete.docx © 2017 RI -I2 Engineering, Inc. City of Yakima Spring 2017 Beech Street Interceptor, Lift Station, and Force Main Division 3 — Concrete Welding of reinforcing steel shall not be performed unless specifically approved by the Engineer. If approved, Contractor will arrange and pay for all required Special Inspections associated with welding of reinforcing steel. Field Quality Control Reinforcing steel shall be free of rust and loose scale at time of concrete placement. Bars with kinks, improper bends, or reduced cross-section due to any cause will not be used. Bars shall not be field bent. Bars may not be tack -welded or otherwise heated. If, within the project warranty period, rust spots appear on the concrete due to failure to achieve proper clearance on the rebar or wire ties, the Contractor shall grind out and patch the areas using a method satisfactory to the engineer. 3.22 Steel Welded Wire Reinforcement Components Welded wire reinforcement (WWR) shall conform to the latest edition of ASTM A185 or A497.Galvanizing shall conform with ASTM A 641/A 641M, for cold -worked wire, or ASTM A123, for hot -dipped galvanizing of welded wire sheets/mats. Part 2 — Fabrication Cutting and Bending: Reinforcement shall be cut and bent to the shapes shown on the Plans. Fabrication tolerances shall be in accordance with the requirements of ACI 318. All reinforcement shall be cold bent, unless otherwise permitted by the Engineer. Reinforcement partially embedded in concrete shall not be field bent, except as shown on the Plans or permitted by the Engineer. Hooks and Bend Dimensions: Hook dimensions and diameters of bends shall be in accordance with the ACI 318. Part 3 — Execution General: Steel reinforcement shall be accurately placed as shown on the Plans and firmly held in positions during the placing and finishing of concrete. Reinforcement shall be lapped and tied around the perimeter of each sheet in order to maintain the proper positioning of the reinforcement. Lap splices shall have a minimum of two ties per spliced length. For galvanized reinforcing tie wires and metal clips shall be plastic coated or galvanized. With the exception of tie down bars, welding (tack welding) will not be permitted. Wire reinforcement shipped in rolls shall be straightened into flat sheets before being placed. Support Systems: Reinforcement shall be supported in its specified and proper position by use of precast blocks, plastic or wire/ bar supports, supplementary bars, side form spacers or other approved devices. Such devices shall be sufficiently strong and properly placed at frequent intervals so as to maintain the cover between the reinforcing and the surface of the concrete during concrete placement. 3-11 Z:\Bothell\Data\YAIK\715-114\Phase 2 - Beech Street Lift Station and Force Main\Specs\3 Concrete.docx 3/30/2017 11:59 AI\I © 2017 RH2 Engineering, Inc. Spring 2017 City of Yakima Division 3 — Concrete Beech Street Interceptor, Lift Station, and Force Main Wire Supports: Plastic or wire bar supports, such as chairs and bolsters, shall conform to industry practice as described in the WRI "WWR-500, Manual of Standard Practice" or "TF 702 — Supporting WWR." 3.30 CAST -IN-PLACE CONCRETE 3.30.01 Common Work for Cast -in -Place Concrete Part 1— General Scheduling Contractor shall schedule and attend a Concrete Placement meeting at least one (1) week prior to placing concrete. The following shall attend: • Owner • Engineer • Contractor • Testing Laboratory Representative • Concrete Supplier The following shall be discussed at the meeting: • Safety (Contractor's sole responsibility) • Batching and Delivery, Adjustments to Mix; Site Dosing • Placement Rates and Anticipated Schedule of Placing and Finishing • Site Layout — Holding Area; Pump Truck Location; Truck Wash-out Area; Parking area • Equipment — Pumps and Appurtenances; Vibrators; Spare Equipment • Concrete Testing Procedures • Curing Delivery Concrete shall be transported in a truck mixer to the jobsite and discharged within 1.5 hours after cement has been added to water or aggregates. Rejected concrete will be at Contractor's expense. Part 2 — Products Components If allowed, curing materials shall conform to ASTM C-171 and liquid membrane -forming compounds shall conform to ASTM C-309. When concrete is to be coated or stained, use UV -dissipating form release and curing compounds. 3-12 3/30/2017 11:59 A1\1 Z:\Bothell\Data\YAK\715-114\Phase 2 - Beech Street Lift Station and Force Shin\Specs \3 Concrete.docx © 2017 R1-12 Engineering, Inc. City of Yakima Spring 2017 Beech Street Interceptor, Lift Station, and Force Main Division 3 — Concrete Part 3 — Execution Preparation Do not place concrete during rain, sleet, or snow until water and freezing protection is provided. Before beginning placement of concrete, remove hardened concrete and foreign materials from inner surface of mixing and conveying equipment. Before depositing concrete, remove debris from space to be occupied by the concrete. Secure reinforcement in position to prevent movement during concrete placement. At the beginning of the concrete pour for walls taller than 8 feet, place a 11/2- to 21/2 -inch thick grout pad prior to placing the concrete for the wall. Grout mix shall consist of fine aggregates, concrete and water in the same ratios as used in the wall concrete. The placement of the concrete shall proceed immediately after the grout placement to prevent any cold joints. At construction joints, thoroughly clean surface of existing concrete to remove laitance. Roughen existing concrete surface to expose aggregate uniformly and apply approved bonding agent to existing concrete in accordance with manufacturer's recommendations. Prior to placing fresh concrete, dampen joint and coat with grout mixture in accordance with ACI 301, Section 8.5. Installation Placement shall be in accordance with IBC, Section 1905. Place no concrete when air temperature is below or expected to be below 40 degrees during the twenty-eight (28) -day curing period unless a low temperature concrete mix has been approved by the Owner. Provide adequate equipment for heating materials and protecting concrete during freezing or near freezing weather. Keep materials, reinforcement, forms, and ground in contact with concrete free from frost at time of placement. Heat mixing water as required. Use no materials containing ice. Place no concrete when air temperature exceeds or is expected to exceed 85 degrees during the twenty-eight (28) -day curing period unless a high temperature placement plan has been approved, and unless adequate precautions are taken to protect work. Cool ingredients prior to mixing. Flake ice or crushed ice of a size that will melt completely during mixing may be substituted for all or part of water. Cool forms and reinforcing prior to placing concrete. Handle concrete from mixer, ready -mixed truck, or from transporting vehicle to place of final deposit by methods which prevent separation or loss of ingredients. Under no circumstances shall concrete that has partially hardened be deposited. Place concrete in maximum lifts of 3 feet. Deposit concrete continuously so that no concrete will be deposited on concrete which has hardened sufficiently to cause formation of seams and planes of weakness within the section. If a section cannot be placed continuously, locate and reinforce construction joints at points as provided for in the Plans or as approved by the Owner. Maximum concrete drop shall be 5 feet. 3-13 Z:\Bothell\Data\YAK\715-114\Phase 2 - Beech Street Lift Station and Force 1Main\Specs\3 Concrete.docx 3/30/2017 11:59 AM © 2017 RI -I2 Engineering, Inc. Spring 2017 City of Yakima Division 3 — Concrete Beech Street Interceptor, Lift Station, and Force Main Consolidate concrete by vibration, supplemented by hand spading, rodding, forking, or tamping. Thoroughly work concrete around reinforcement, around embedded items, and into corners of forms to eliminate air or rock pockets which may cause honeycombing, pitting, or planes of weakness. Insert and withdraw internal vibrators at points approximately 18 inches in each direction and extend into the lower concrete lifts. At each insertion, the duration shall be sufficient to consolidate the concrete; but not sufficient to cause segregation. Do not use vibrators to transport concrete within forms. Consolidate slabs by utilizing vibrating screeds, roller pipe screeds, internal vibrators, or other approved methods. Have a spare vibrator available at jobsite during concrete placing operations. After removal of forms, cut out and patch defects in concrete surfaces. Remove form tie cones. Cut or snap off form ties to a depth of 3/4 inch. Chip out rock pockets, holes from form tie removal, and other defects to solid concrete. Repair defects in accordance with 3.01.30.71. Curing All concrete shall be water -cured in accordance with ACI 308.1 unless approved in advance by the Owner. If allowed, curing compound shall be applied immediately after finishing or form removal. When plastic or burlap covers are used to augment or protect curing, extend sheeting beyond the edges of the concrete and secure against wind lift. Inspect and adjust curing systems daily, including over weekends and holidays. Water holding structure floors and bases to be cured by water flooding. Where a continuous waterstop is installed around the perimeter, fill up against the waterstop. Where a waterstop is not part of the final product or is not tall enough, provide temporary barriers. Outside the waterstop, water cure using soaker hoses and plastic or burlap covers. Use of curing compounds outside the water stop may only occur with the approval of the Owner, approval should not be assumed. Curing compounds are not permitted on surfaces that will receive coatings. 3.31 CONCRETE MATERIALS 3.31.02 Structural Concrete Part 1— General Summary All concrete as shown on the Plans not used for liquid containment and below -grade structures, and not called out otherwise. Use water reducers as required to achieve slump. Hydraulic Concrete may be substituted. Performance Requirements Twenty-eight (28) day compressive strength — 4,500 psi minimum Slump — Without plasticizers; 4 inches for floor and roof slabs, 7 inches for walls. With plasticizers, maximum 9 inches or as desired for placement. 3-14 3/30/2017 11:39 AM Z:\Bothell\Data\YAK\715-114\Phase 2 - Beech Street Lift Srarion and Force Main \Specs\3 Concrete.docx © 2017 12I-12 I2nginccrtng, Inc. City of Yakima Spring 2017 Beech Street Interceptor, Lift Station, and Force Main Division 3 — Concrete Part 2 — Products Mixes Water/cement ratio — 0.40 Nominal maximum aggregate size — 3/4 -inch (WSDOT No. 67) Entrained air ratio — 3.5 -percent minimum to 6.5 -percent maximum 3.31.03 Thrust Blocks, Driveways, Curb, Gutter, Sidewalks, and Fence Posts Part 1— General Summary All concrete for non-structural applications including thrust blocks, driveways, sidewalks, and fence post foundations. Hydraulic or Structural Concrete may be substituted. Performance Requirements Twenty-eight (28) day compressive strength — 4,500 psi minimum Part 2 — Products Mixes Water/cement ratio — 0.45 maximum Nominal maximum aggregate size — 3/4 inch Entrained air ratio — 3.5 -percent minimum to 6.5 -percent maximum 3.31.04 Hydraulic Concrete Part 1— General Summary All concrete as shown on the Plans for liquid containment and below -grade structures. Use water reducers for all concrete. Use super -plasticizers to achieve required slump. Performance Requirements Twenty-eight (28) day compressive strength — 4,500 psi minimum Slump — Without plasticizers; 4 inches for floor and roof slabs, 7 inches for walls. With plasticizers, maximum 9 inches and as desired for placement. Part 2 — Products Mixes Water/cement ratio — 0.38 maximum 3-15 Z:\Bothell\Data\YAK\715-11 F\Phase 2 - Beech Street Lift Station and Force Main\Specs\3 Concrete.docx 3/30/2017 1159 AMI © 2017 RI -I2 Engineering, Inc. Spring 2017 City of Yakima Division 3 — Concrete Beech Street Interceptor, Lift Station, and Force Main Nominal maximum aggregate size — 11/2 inch Combined Grading Limits: Limits shown are for all course and all sand mixed together, (combined). Sieve Sizes Combined Grading Limits 1-1/2" Max. 2" -100 1-1/2" 95 - 100 1" 65-85 3/4" 55 -75 1/2" - 3/8" 40 - 55 No. 4 30 - 45 No. 8 23 - 38 No. 16 16 - 30 No. 30 10 - 20 No. 50 4 - 10 No. 100 0 - 3 No.200 0-2 Entrained air ratio — 4.0 -percent minimum to 7.0 -percent maximum 3.31.09 Controlled Density Fill (CDF) Part 1— General Submittals Revisions to the mix design shall be submitted to the Engineer for approval. Performance Requirements CDF as shown on the Plans or as directed by the Engineer shall be proportioned to be flowable, non -segregating, and excavatable, and shall conform to the following requirements: • Maximum Compressive Strength 300 (psi). • Minimum twenty-eight (28) -day compressive strength 100 (psi). Part 2 — Products Mixes • Pounds of cement per cubic yard (approx.) 50. • Pounds of fly ash per cubic yard (approx.) 250. • Pounds of dry aggregate per cubic yard (approx.) 3,200. 3-16 3/30/2017 11:59 AAI Z:\Bothell\Data\YAK\715-114\Phase 2 - Beech Street Lift Station and Force Main \ Specs \3 Concrere.docx C 2017 RFI2 Engineering, Inc. 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 City of Yakima Spring 2017 Beech Street Interceptor, Lift Station, and Force Main Division 3 — Concrete If air containing or water reducing admixture is used for flowability, total water and aggregates may be adjusted for yield. Weights may be adjusted for flowability and pumpability. Part 3 — Execution Field Quality Control The Contractor shall protect CDF for at least 24 hours after placement or for a duration as necessary to prevent displacement by construction equipment or traffic. CDF placing may be started if weather conditions are favorable, when the temperature is a minimum of 34 degrees Fahrenheit and rising. At the time of placement, CDF must have a temperature of at least 40 degrees Fahrenheit. Placing shall stop when the temperature is 38 degrees Fahrenheit or less and falling. CDF shall not be placed on frozen ground. 3.31.11 Crystalline Water -proofing Additive Part 1 - General Summary The following concrete structures shall be poured using the crystalline water -proofing additive: • Wet Well/Valve Chamber — floor slab, walls, roof slab References The following standards are referenced herein: 1. American Society for Testing and Materials (ASTM) 2. Army Corps of Engineers (CRD) 3. American Concrete Institute (ACI) 4. NSF International (NSF) System Description Crystalline Waterproofing Additive: Concrete waterproofing system shall be of the crystalline type that chemically controls and permanently fixes a non -soluble crystalline structure throughout the capillary voids of the concrete. The system shall cause the concrete to become sealed against the penetration of liquids from any direction, and shall protect the concrete from deterioration due to harsh environmental conditions. 3-17 Z:\Bothell\Data\YAK\715-114\Phase 2 - Beech Street Lift Station and Force Main\Specs\3 Concrete.docx 3/30/2017 11:59 AM © 2017 RIE Engineering, Inc. Spring 2017 City of Yakima Division 3 — Concrete Beech Street Interceptor, Lift Station, and Force Main System Performance Requirements Testing Requirements: Crystalline waterproofing system shall be tested in accordance with the following standards and conditions, and the testing results shall meet or exceed the performance requirements as specified herein. Independent Laboratory: Testing shall be performed by an independent laboratory meeting the requirements of ASTM E 329-90 and certified by the United States Bureau of Standards. Testing laboratory shall obtain all concrete samples and waterproofing product samples. Crystalline Formation: Crystallizing capability of waterproofing system shall be evidenced by independent SEM (Scanning Electron Microscope) photographs showing crystalline formations within the concrete matrix. Permeability: Independent testing shall be performed according to U.S. Army Corps of Engineers CRD -C48-73 "Permeability of Concrete". Treated concrete samples shall be pressure tested to 150 psi (350 foot head of water) or 1.05 MPa (106 m head of water). The treated samples shall exhibit no measurable leakage. Chemical Resistance: Independent testing shall be performed to determine "Sulfuric Acid Resistance of Concrete Specimens." Treated concrete samples (dosage rates of 3 percent, 5 percent, and 7 percent) shall be tested against untreated control samples. All samples shall be immersed in sulfuric acid and weighed daily until a control sample reaches a weight loss of 50 percent or over. On final weighing the percentage weight loss of the treated samples shall test significantly lower than the control samples. Compressive Strength: Independent testing shall be performed according to ASTM C39 "Compressive Strength of Cylindrical Concrete Specimens". Concrete samples containing the crystalline waterproofing additive shall be tested against untreated control sample. At twenty-eight (28) days, the treated samples shall exhibit a minimum of 10 percent increase in compressive strength over the control sample. Submittals Product Data: Submit product data, including manufacturer's specifications, installation instructions, and general recommendations for waterproofing applications. Also include manufacturer's certification or other data substantiating that products comply with requirements of Contract Documents. Test Reports: Submit, for acceptance, complete test reports from approved independent testing laboratories certifying that waterproofing system conforms to performance characteristics and testing requirements specified herein. Manufacturer's Certification: Provide certificate signed by manufacturer or manufacturer's representative certifying that the materials to be installed comply in all respects with the requirements of this specification. 3-18 3/30/2017 11:59 AM Z:\Bothell\Data\Ni-AK \715-114\Phase 2 - Beech Street Lift Station and Force Main \Specs\3 Concrere.docx © 2017 RE -12 Engineering, Inc. City of Yakima Spring 2017 Beech Street Interceptor, Lift Station, and Force Main Division 3 — Concrete Quality Assurance Manufacturer Qualifications: Manufacturer to be ISO 9001 registered, and to have no less than ten (10) years' experience in manufacturing the crystalline waterproofing additive for the required work. Manufacturer must be capable of providing field service representation during construction phase. Manufacturers that cannot provide the performance test data specified herein will not be considered for the project. Applicator: Installer of crystalline waterproofing additive shall be approved by the manufacturer or manufacturer's representative in writing. Pre -Installation Conference: Prior to installation of waterproofing, conduct meeting with Engineer, owner's representative, applicator (concrete supplier), concrete placer and waterproofing manufacturer's representative to verify and review the following: 1. Project requirements for waterproofing as set out in Contract Document. 2. Manufacturer's product data including application instructions. Technical Consultation: The waterproofing manufacturer's representative shall provide technical consultation on waterproofing application. Delivery Storage and Handling Ordering: Comply with manufacturer's ordering instructions and lead time requirements to avoid construction delays. Delivery: Deliver packaged waterproofing materials to project site in original undamaged containers, with manufacturer's labels and seals intact. Storage: Store waterproofing materials in dry, enclosed location, at temperature and humidity conditions recommended by manufacturer. Warranty Manufacturer's Warranty: Manufacturer shall provide standard product warranty executed by authorized company official. Term of warranty shall be five (5) years from Date of Substantial Completion. Part 2 — Products Materials Acceptable Manufacturer: Xypex Chemical Corporation 13731 Mayfield Place, Richmond, B.C., Canada V6V 2G9 Tel: 800 961.4477 or 604 273.5265 Fax: 604 270.0451 E-mail: info@xypex.com Website: www.xvpex.com 3-19 "L:\Bothell\Data \TAIL\715-11=1\Phase 2 - Beech Street Lift Station and Force Main \ Specs \3 Concrete.docx 3/30/2017 11:59 AM © 2017 RH2 Engineering, Inc. Spring 2017 City of Yakima Division 3 — Concrete Beech Street Interceptor, Lift Station, and Force Main Proprietary Products: Xypex crystalline waterproofing materials as follows: 1. Xypex Admix C-500 Substitutions: No substitutions permitted. Source Quality: Obtain proprietary crystalline waterproofing products from a single manufacturer. Dosage General: Xypex Admix must be added to concrete mix at time of batching. Dosage Rate: Under normal conditions, the crystalline waterproofing powder shall be added to the concrete mix at the following rates: Xypex Admix C-500 2 percent — 3 percent by weight of Portland cement content For enhanced chemical protection or meeting specific project requirements, or where the concrete mix design contains higher than 20 percent fly ash content or includes a Portland cement/slag cement blend, consult with manufacturer or its authorized representative to determine appropriate dosage rates. Part 3 — Execution Manufacturer's Instruction Compliance: Comply with manufacturer's product data regarding installation, including technical bulletins, product catalogue, installation instructions and product packaging labels. Project Conditions Reinforcement: All reinforcement shall be rib deformed bar in accordance with applicable standards. Exposed concrete decks (joint free) shall contain sufficient reinforcement to minimize thermal movement and control cracking. Setting Time and Strength: Some retardation of set may occur when using Xypex Admix products. The amount of retardation will depend upon the concrete mix design, the particular Admix product used, dosage rate of the Admix, temperature of the concrete and climatic conditions. Concrete containing a Xypex Admix product may develop higher ultimate strengths than plain concrete. Conduct trial mixes under project conditions to determine setting time and strength of the concrete. Consult with manufacturer or manufacturer's representative regarding concrete mix design, project conditions and proper dosage rate. Weather Conditions: For mixing, transporting and placing concrete under conditions of high temperature or low temperature, follow concrete practices as referred to in ACI 305R-77 (Hot Weather Concreting) and ACI 306R-78 (Cold Weather Concreting). For flatwork being placed in either hot, dry or windy conditions use of monomolecular film (evaporation retardant) is recommended to control loss of bleed water. 3-20 3/30/2017 11:59 ASI L:\Bothell\Data\YAK\713-114\Phase 2 - Beech Street Lift Station and Force Main\Specs\3 Concrete.docx © 2017 RH2 Engineering, Inc. City of Yakima Spring 2017 Beech Street Interceptor, Lift Station, and Force Main Division 3 — Concrete Application General: Xypex Admix shall be added to the concrete mix at time of batching. Thorough blending of the Xypex Admix throughout the concrete mix is essential for correct performance of the product and, therefore, care should be taken to ensure that a homogeneous mixture is obtained. Concrete Batching & Mixing: Procedures for mixing will vary according to type of batch plant operation and equipment. 1. Ready Mix Plant - Dry Batching Operation: Add Xypex Admix powder to drum of ready -mix truck, then add 60 percent - 70 percent of required water along with 300 to 500 Ib. (136 to 227 kg) of aggregate. Mix the materials for 2 to 3 minutes to ensure that the Admix is distributed evenly throughout the mix water. Add balance of materials to the ready -mix truck and mix in accordance with standard batch practices. 2. Ready Mix Plant - Central Mix Operation: Mix Xypex Admix with water to form a very thin slurry (e.g. 15 to 20 lb. or 6.75 to 9 kg of powder mixed with 3 gallons or 13.6 liters of water). Pour the required amount of material in drum of ready -mix truck. The aggregate, cement and water should be batched and mixed in the plant in accordance with standard practices (taking into account the quantity of water that has already been placed in the ready -mix truck). Pour the concrete into the truck and mix for at least 5 minutes to ensure even distribution of the Xypex Admix throughout the concrete. 3. Precast Batch Plant - Pan Type Mixer: Add Xypex Admix to the rock and sand, then mix thoroughly for 2 to 3 minutes before adding the cement and water. The total concrete mass should be blended using standard practices. Curing General: Concrete containing Xypex Admix shall be moist cured in accordance with ACI Reference 308, "Standard Practice for Curing Concrete". Curing Compounds: Curing compounds may be used in the event that project requirements or conditions prevent moist curing. Curing compounds shall comply with ASTM C-309. Protection Protection: Protect installed product and finished surfaces from damage during construction. Field Quality Control Examination for Defects: Do not conceal Xypex treated concrete before it has been observed by the Engineer, waterproofing manufacturer's representative and other designated entities. Concrete shall be examined for structural defects such as faulty construction joints, cold joints and cracks. Such defects to be repaired in accordance with manufacturer's repair procedures. 3-21 Z:\Bothell\Data\YAK\715-114\Phase 2 - Beech Street Lift Station and Force Main\Specs\3 Concrete.docx 3/30/2017 11:59 AM © 2017 RH2 Engineering, Inc. Spring 2017 City of Yakima Division 3 — Concrete Beech Street Interceptor, Lift Station, and Force Main Interaction with Other Materials Backfilling: Normal backfilling procedures may be used after concrete has been cured for at least seven days. If backfill takes place within seven days after concrete placement, then backfill material shall be moist so as not to draw moisture from the concrete. In no event shall backfilling take place before concrete has gained sufficient strength to withstand the applied load. Grout, Cement Parge Coat, Plaster or Stucco: Because concrete containing Xypex Admix forms a relatively smooth surface and the resulting crystalline formation fills the concrete pores thereby reducing suction characteristics of the concrete, it may be necessary to use a suitable bonding agent for proper bonding of cementitious systems. Responsibility to Ensure Compatibility: Xypex Admix products are compatible with most admixtures used in the production of quality concrete. However, Xypex Chemical Corporation makes no representations or warranties regarding such compatibility of Xypex Admix products with other additives or admixtures, nor regarding compatibility of the Xypex treated concrete with coatings, plasters, stuccos, tiles or other surface -applied materials. It shall be the responsibility of the concrete contractor to take whatever measures are necessary, including testing, to ensure compatibility of the Xypex Admix with other additives or admixtures being used in the concrete mix, and it shall be the responsibility of the installer of the surface -applied material that is to be applied over the Xypex treated concrete to take whatever measures are necessary, including testing, to ensure acceptance by or adhesion to the Xypex treated concrete. 3.35 SURFACE FINISHING 3.35.01 Common Work for Surface Finishing Part 2 — Products Finishes Each concrete area that requires finishing shall conform to one of the following requirements: Foundation — Ordinary Wall Interior Floors — Floated Interior Roofs — Ordinary Wall Wet Well/Valve Chamber Roofs — Light Brushed Sidewalks — Light Brushed Part 3 — Execution Preparation Do not place concrete which requires finishing until the materials, tools, and labor necessary for finishing the wet concrete are on the job and acceptable to the Owner. If rainfall is 3-22 3/30/2017 11:59 AM Z:\Bothell\Data\YAK\715-114\Phase 2 - Beech Street Lift station and Force Main \ Specs \3 Concrete docx © 2017 12112 Engineering, Inc. City of Yakima Spring 2017 Beech Street Interceptor, Lift Station, and Force Main Division 3 — Concrete possible, tent the work area prior to the pour and maintain protection until the concrete is cured sufficiently to resist damage. 3.35.03 Ordinary Wall Finish Part 2 — Products Materials Ordinary Wall Finish requires the use of like -new forms and linings that will produce a uniform surface. Part 3 — Execution Construction After points have set sufficiently, grind or fill form marks and pointings to give a smooth surface even with flat wall surface. Fill all holes greater than 1/4 -inch with 1:2 mortar floated to an even, uniform finish. 3.35.05 Floated Finish Part 3 — Execution Construction Consolidate, strike off, and level concrete; but do not work further until ready for floating. Begin floating when water sheen has disappeared and surface has stiffened sufficiently to permit floating operations. Consolidate surface with power -driven floats. Hand floating may be used if area is small or inaccessible to power units. Field Quality Control Check surface planeness during or after first floating. Cut down high spots and fill low spots to produce surface with tolerance of 1/4 inch in 10 feet in any direction. Refloat to a uniform, smooth, sandy texture immediately after leveling. 3.35.06 Light Brush Finish Part 2 — Products Finish When concrete has appropriately set, finish with light soft broom finish. Brush perpendicular to slab slope. Part 3 — Execution Construction Consolidate, strike off, and level concrete; but do not work further until ready for floating. Begin floating when water sheen has disappeared and surface has stiffened sufficiently to 3-23 Z:\Bothell\Data\YAK\715-114\Phase 2 - Beech Street Lift Station and Force Main\Specs\3 Concrete.docx 3/30/2017 11:59 AM © 2017 81-12 Engineering, Inc. Spring 2017 City of Yakima Division 3 — Concrete Beech Street Interceptor, Lift Station, and Force Main permit floating operations. Consolidate surface with power -driven floats. Hand floating may be used if area is small or inaccessible to power units. Field Quality Control Check surface planeness during or after first floating. Cut down high spots and fill low spots to produce surface with tolerance of 1/4 inch in 10 feet in any direction. Re -float to a uniform, smooth, sweat finish concrete. 3.40 PRE -CAST CONCRETE 3.40.10 Utility Structures Part 1— General Performance Requirements Pre -cast structures shall be constructed to withstand anticipated construction loads that occur during transport, handling, and placement as well as the anticipated design loads. Design loads shall include the anticipated soil pressures, hydrostatic loads, and HL -93 traffic loading. Part 2 — Products Materials All concrete structures identified on the Plans as being pre -cast, prefabricated, or not specifically detailed with reinforcing steel shall be pre -cast concrete. Additional reinforcement shall be provided within the pre -cast concrete structure at all penetrations, openings, joints, and connections. The additional reinforcement shall be provided to prevent damage during shipping, handling and installation. All damaged units shall be rejected. Pre -cast vaults shall conform to ACI 318-14 and be constructed to the equivalent dimensions and functional characteristics of the specific product identified on the Plans. 3.40.12 Sanitary Sewer Manholes Part 2 — Products Related Divisions 5.60.11 Ladder Steps for Precast Manholes Materials Pre -cast concrete manholes shall conform to ASTM C-478. All joints shall be gasketed and the rubber gasket joint shall conform to ASTM C-443. 3-24 3/30/2017 11:59 AM Z:\Bothell\Data\YAK\715-114\Phase 2 - Beech Street Lift Station and Force Main\Specs\3 Concrete.docx J 2017 81-12 Engineering, Inc. City of Yakima Spring 2017 Beech Street Interceptor, Lift Station, and Force Main Division 3 — Concrete 3.40.13 Manhole Liner System Part 1— General Summary The Contractor shall provide precast concrete manholes, complete and in place, in accordance with the Contract Documents. Where indicated, manholes shall have installed a lining system consisting of fiberglass -reinforced polymer (FRP) at base platform and polypropylene (PP) for the manhole barrel section. Part 2 — Products Liner System A. Liner system shall be installed in all proposed manholes greater than 48". Base slab, intermediate slab, roof slab, flat tops or cones, telescopic access collar and all risers shall be lined with fiberglass reinforced polymer or polypropylene material. Wall liner shall have integrated ladder rungs inserts. B. The base liner system shall be constructed of Fiber Reinforced Polymer (FRP) or Polypropylene and shall be integrally cast and anchored in the new precast manhole base section. The barrel liner system shall be constructed of polypropylene and shall be integrally cast in the manhole riser section. Where liners are required, manholes shall be pre -cast with a Predl liner with integral A -Lock premium gaskets and bell and spigot joint. C. Base liner thickness: minimum of 0.12 -inch (3 mm). D. Barrel section thickness: minimum of 0.11 -inch. E. Use wet cast method to install liner system. Support base liner bench during concrete pouring process. Place the base liner upside down on a steel and/or fiberglass supporting form provided by the liner system manufacturer. Support all channels against vertical and horizontal forces by the concrete during casting. Follow all manufacturer casting recommendations. Ensure adequate hydration of concrete. F. All internal joints shall be sealed by hot air extrusion welding using a polypropylene welding band and or cap strip. G. Liner shall be free of holes, or other opening avoiding the intrusion of liquids or gases into concrete completely. H. Liner Manufacturer 1. Predl Systems North America Inc. 2. Approved equal 3-25 Z:\Bothell\Data\YAK\715-114\Phase 2 - Beech Street Lift Station and Force Main\Specs\3 Concrete.docx 3/30/2017 11:59 AM © 2017 R112 Engineering, Inc. Spring 2017 City of Yakima Division 3 — Concrete Beech Street Interceptor, Lift Station, and Force Main Part 3 — Execution Liner System A. Liner system shall be installed to manufacturer's specifications at the precast concrete manufacturing facility. B. Seal all internal seams at the section joints. Use preformed butyl strips applied at the same time of other sealing materials attached to the outer joints. Use hot air extrusion welding with a polypropylene welding bead and/or cap strip. C. Seal any penetrating mechanical anchors with elastomeric sealant. D. After assembly completion, interior surface shall be free of pinholes, cracks, pits, or other defects. Liner shall be free of holes or other openings. Interior surface shall be free of exposed concrete/mortar. 3.60 GROUTING 3.62 Non -Shrink Grout Part 1— General Summary Use Precision Non -Shrink Grout for grouting all equipment base plates, pipe supports, and base plates for metalwork. Precision Non -Shrink grout may also be used for all other non -shrink grouting operations. General Purpose Non -Shrink grout may be used for any applications other than those noted for Precision Non -shrink Grout. Non -shrink grout shall be used to seal all new pipe and conduit penetrations (watertight) into and out of all concrete and CMU block walled structures. Storage and Handling Stockpile grout to prevent contamination from foreign materials and store admixtures to prevent contamination or damage from excess temperature change Part 2 — Products Materials Precision Non -Shrink Grout: Provide a high -precision, fluid, non -shrink, quartz or non -catalyzed metallic aggregate grouting material. Provide a ready -to -use grout that hardens free from bleeding, settlement, or drying shrinkage when mixed, placed and cured at any consistency — fluid, flowable, plastic or damp -pack. Provide precision, non -shrink natural aggregate grout that when cured produces the following properties: a. Compressive Strength at fluid consistency (ASTM C 109 -90 -Modified): 3,500 psi (24 MPa) at one (1) day, 7,500 psi (52 MPa) at twenty-eight (28) days. 3-26 3/30/2017 11:59 ANI Z:\Bothell\Data\YAK\715-114 \Phase 2 - Beech Street Lift Station and Force Main\Specs\3 Concrete.docx L 2017 R1-12 Engineering, Inc. City of Yakima Spring 2017 Beech Street Interceptor, Lift Station, and Force Main Division 3 — Concrete b. Passes ASTM C 1107 as a grade B grout when tested as temperature minimum and maximums of 45 degrees Fahrenheit to 90 degrees Fahrenheit (8 degrees Celsius to 32 degrees Celsius) at a working time of 30 minutes. Grout must be tested at a fluid consistency per ASTM C 939 and remain fluid at temperature range minimum and maximums for the 30 minute working time. All materials including water must be mixed and tested at temperature minimum/maximums. c. Modulus of Elasticity at twenty-eight (28) days at fluid consistency (ASTM C 469): 3.00 by 106 psi (27.0 GPa) minimum, 3.9 by 106 (27.0 GPa) maximum. d. Coefficient of Thermal Expansion for fluid consistency (ASTM C 531): 7.5 by 10-6/degrees Fahrenheit maximum (13.5 by 10-6/degrees Celsius). e. Flexural strength at twenty-eight (28) days for fluid consistency (ASTM C 78): 1,300 psi (7.9 MPa). f. Resistance to rapid freezing — thawing (ASTM C 666, Procedure A): 300 cycles — minimum RDF 90 percent. Split tensile strength at twenty-eight (28) days at fluid consistency (ASTM C 496): 450 psi (3.1 MPa). h. Pass 24 hour grout test under stated temperature, time and fluidity constraints. See MBT Protection and Repair 24 hour Grout Form. Precision non -shrink grout shall be Masterbuilders 928 or Embeco 885 Grout or approved equal. General Purpose Non -Shrink Grout: General Purpose Non -shrink grout shall meet the compressive strength and non -shrink requirements of CRD -C 621, Grades B and C; Corp or Engineers Specification for Non -shrink grout; and ASTM C 1107, Grades B and C. General Purpose Non -shrink grout shall be Masterflow 713 Plus or Embeco 636 Plus or approved equal. Provide curing compounds as recommended by the grout manufacturer. Water to be used in mixing the grout shall be potable. Mixes g. Comply with grout manufacturer's recommendations for mixing procedures. Adjust water temperature to keep mixed grout temperature in the range of 45 degrees Fahrenheit (7 degrees Celsius) and 90 degrees Fahrenheit (32 degrees Celsius) minimum/maximum. Use cold or iced water to extend working time in hot weather or in large placements. Use warm water in cold conditions to achieve minimum as mixed temperatures. 3-27 Z:\Bothell\Data\YAK\715-11 l\Phase 2 - Beech Street Lift Station and Force Main\Specs\3 Concrete.docx 3/30/2017 11:59 AM © 2017 RH2 Engineering, Inc. Spring 2017 City of Yakima Division 3 — Concrete Beech Street Interceptor, Lift Station, and Force Main Part 3 — Installation Preparation Mechanically remove unsound concrete within the limits of the grout placement. Remove at least 1/4 inch (6 mm) of existing concrete facing and continue removal as required to expose sound aggregate. Thoroughly clean the roughened surface of dirt, loose chips, and dust. Maintain substrate in a saturated condition for 24 hours prior to grouting. Surface should be saturated surface dry at time of grouting. Clean baseplates and other metal surfaces to be grouted to obtain maximum adhesion. Remove loose rust and scale by grinding or sanding. Comply with grout manufacturer's recommendations for form construction. Construct forms to be liquid tight. Installation Place grout mixture into prepared areas from one side to the other. Avoid placing grout from opposite sides in order to prevent voids. Work material firmly into the bottom and sides to assure good bond and to eliminate voids. Ensure that foundation and baseplate are within maximum/minimum placement temperatures. Shade foundation from summer sunlight under hot conditions. Warm foundation when foundation temperature is below 45 degrees Fahrenheit (7 degrees Celsius). Wet cure exposed shoulders for 48 hours followed by two coats of curing compound for best results. The minimal requirement is to wet cure until grout has reached final set, followed by two coats of curing compounds. 3.64 Injection Grouting Part 1— General Summary This section is for the repair of cracks at least 0.005 -inches wide in water holding structures that result in excessive leakage. All requirements shall be in accordance with ACI 503-7 and as specified herein. References Excessive leakage shall be as determined in Section 1.75.10.2. Quality Assurance A meeting with the Contractor, Owner and Engineer is required to review the procedures at least 5 working days in advance of the work. Core holes as required per ACI 503.7 shall be repaired per Section 3.01.30.71. 3-28 3/30/2017 11:59 AM Z:\Bothell\Data\YAK\713-11-4\Phase 2 - Beech Street Lift Station and Force Main\Specs\3 Concrere.docx CO 2017 RI -12 Engineering, Inc. City of Yakima Spring 2017 Beech Street Interceptor, Lift Station, and Force Main Division 3 — Concrete Acceptance criteria given in 1.5.7.1 of ACI 503.7 may be waived if, upon additional leak testing, excessive leakage is eliminated as determined by the Engineer. Submittals Submittals shall be in accordance with ACI 503.7-07, Specification for Crack Repair by Epoxy Injection. Provide documentation showing the proposed repair products used successfully on at least five (5) similar projects. Part 2 — Products Materials Materials shall be in accordance with ACI 503.7-07, Specification for Crack Repair by Epoxy Injection. Part 3 — Execution Execution shall be in accordance with ACI 503.7, Specification for Crack Repair by Epoxy Injection. 3-29 Z:\Bothell\Data\YAK\715-114\Phase 2 - Beech Street Lift Station and Force Main \ Specs \3 Concrete.docx 3/30/2017 11:59 AM © 2017 RI -I2 Engineering, Inc. Division 4 Masonry — This Division Not Used 4-1 Z:\Bothell\Data\1 AIi\715-114\Phase 2 - Beech Street Lift Station and Force Main\Specs\4 Masonry.docx 3/30/2017 12:02 PM © 2017 RI -I2 Engineering, Inc Division 5 Fabricated Metalwork and Structural Plastics 5.00 GENERAL This division covers that work necessary for furnishing and installing all fabricated metalwork as described in these specifications and as shown on the Plans. Sections in these specifications titled "Common Work for . . . shall apply to all following subsections whether directly referenced or not. 5.05 Common Work for Fabricated Metalwork and Plastics Part 1— General Related Sections Division 1.88 Location Designations; 9.90.00 Common Work for Painting and Coating; 9.90.01 Color Schedule; 9.91.13.12 Metals in contact with Concrete; 9.91.13.01 Exterior metals; 9.91.23.01 Metals interior; 9.91.23.04 Galvanized iron and nonferrous; 9.91.23.05. For Seismic Restraint see Division 1.8.1 Submittals • Shop Drawings showing details of Fabricated Metalwork, including connections and welding • Calculations and plans stamped by a professional engineer licensed in the State of Washington for all Contractor- or Manufacturer -designed components or assemblies. Inspections Unless othenvise noted on the Plans, specifications, or building department requirements, special inspections related to metal fabrications, placement and welding shall be subject to 48-hour notice to the Engineer prior to the inspection time. 48-hour notice is defined in Division 1, Contractor Responsibility. Part 2 — Products Materials Stainless Steel Stainless steel shall be type 304 (non -welded) or type 304L (welded) or as called out. Fasteners — ASTM F593. See Section 15.22.4 for information on pipe used for mechanical applications. All stainless steel shall have a standard mill finish where concealed or No. 4 finish where exposed and shall be cleaned of all foreign matter before delivery to the job site. Galvanized Steel Base metal shall be as specified for Mild Steel. 5-1 Z.\Bothell\Data \ YAK \715-114\Phase 2 - Beech Street Lift Station and Force Main \ Specs \5 Fabricated Metal Work and Structural Plastics.docx 3/30/2017 12.03 I'M © 2017 RI -I2 Engineering, Inc. Spring 2017 Division 5 — Metals and Plastics City of Yakima Beech Street Interceptor, Lift Station, and Force Main Hot -dip galvanized after fabrication in accordance with ASTM A 924/A 924M. Finishes: For pieces that will NOT be painted, galvanize with zinc coating in accordance with ASTM A 653/A 653M For pieces that WILL be painted, galvanneal with zinc/10 percent iron coating in accordance with ASTM A 653/A 653M Manufactured Units Design of Contractor- or Manufacturer -designed components or assemblies shall meet the specific component requirements as provided here -in, as well as all applicable state and federal codes. Design shall include gravity loads and seismic loads in accordance with ASCE 7-10 Chapter 13 "Seismic Design Requirements for Nonstructural Components." Design criteria shall be as provided herein for components, and as provided on the Plans. Contractor -designed components and assemblies shall be shop welded and field bolted if possible. Field welding will NOT be allowed unless specifically shown, or there is no reasonable alternative. Finishes Isolate and coat dissimilar metals to prevent galvanic corrosion. Galvanized steel: Division 9. Stainless steel: Uncoated. Part 3 — Execution Fabrication All welding shall be in accordance with AISC and American Welding Society (AWS) standards and shall be performed by AISC and AWS certified welders using electrodes to match base material. Only prequalified welds (as defined by AWS) shall be used. Welding inspection shall be performed in accordance with the applicable AWS provisions and Chapter 17 of the IBC. Shop welding requiring inspection or testing per IBC Chapter 17 must be tested by an independent testing laboratory certified by AWS and approved by the Owner at the Contractor's expense. Field welding, where required or allowed, will be inspected by a representative of the Owner at the Owner's expense. This does not relieve the Contractor of responsibility of performing his own inspections and testing to ensure that all items are properly constructed. All shop welds shall be ground smooth. Any shop paint on metal surfaces adjacent to joints to be field welded shall be wire brushed to remove the paint film prior to welding. Where steel items to be welded are galvanized, galvanizing must first be removed by grinding with a silicon carbide wheel, by grit blasting or by sand blasting. Any cutting or grinding equipment used on stainless steel must be new or only previously used on other stainless steel material. 5-2 3/30/2017 12:03 PMZ:\Bothell\Data \ YAK \715-114\Phase 2 - 13eech Street Lift Station and Force Main\Specs\5 Fabricated Metal Work and Structural Plastics.docx © 2017 RH2 Engineering, Inc. City of Yakima Beech Street Interceptor, Lift Station, and Force Main Spring 2017 Division 5 — Metals and Plastics Coating All steel fabrications shall be surface prepped, shop primed and field coated in accordance with Division 9. Shop priming shall be protected as required to prevent damage to the coating during shipping. Hold back shop priming from areas to be field welded. Installation Fabrications shall be installed as shown on the approved shop drawings. All members shall be accurately located and erected plumb and level. Metal fabrications shall be installed or erected as based on the American Institute of Steel Construction (AISC) "Specification for the Design, Fabrication, and Erection of Structural Steel for Buildings," latest edition, plus all referenced code requirements. Temporary bracing, such as temporary guys, braces, false -work, cribbing, or other elements, shall be provided by the Contractor in accordance with the requirements of the "Code of Standard Practice," wherever necessary to accommodate all loads to which the structure may be subjected, including construction loads. Such bracing shall be left in place as long as may be required for safety. As erection progresses, the work shall be securely bolted or welded to compensate for all loads during construction. No permanent bolting or welding shall be performed until the structure has been properly aligned. 5.05.19 Concrete Anchors See Division 3.15.19. 5.05.23 Bolts and Other Connectors Part 2 — Products Materials Bolts and other connectors not specifically called out otherwise shall be in accordance with the following. Under no circumstances shall the fasteners be of lesser strength or higher corrosion potential than the materials being connected. Connection bolts, nuts and washers for all materials in wet, damp or corrosive locations shall be Stainless Steel, alloy 304 in raw domestic or treated domestic water, alloy 316 in treatment process and sewage applications, and alloy 317 for acidic transport. Bolts and nuts shall meet ASTM F593B (bolts 1/4 -inch to 11/2 -inch in diameter with 30 ksi yield) and F594B (nuts). Use Nitronic 60 bolts and nuts for strong chlorine environments., Steel Fabrications: Connection bolts for dry locations shall be ASTM A307 galvanized bolts. Bolts and studs shall be long enough that at least two threads extend beyond the face of the tightened nut. For mechanical pipe (non-structural) connections, see Division 15, "Common Work for Pipe and Fittings." 5-3 Z:\Bothell\Data\YAK\715-114\Phase 2 - Beech Street Lift Station and Force Main \ Specs \5 Fabricated Metal Work and Structural Plastics.docx 3/30/2017 1203 I'M © 2017 RFI2 Engineering, Inc. Spring 2017 Division 5 — Metals and Plastics City of Yakima Beech Street Interceptor, Lift Station, and Force Main Part 3 — Execution Installation All materials to be joined together shall be connected as shown on the Plans, specifications, as recommended by the manufacturer, or as required by standard industry practices if not otherwise specified. Dissimilar metals: In damp locations, isolate dissimilar metals using nylon isolation sleeves and washers, Cooper B -Line Nylon Headed Sleeve Kit or equal. For \vet locations: avoid dissimilar metals unless specifically approved or shown. Use similar metals with welded connections. If approved or shown, use galvanized mild steel bolts installed into prepped and coated holes with additional field coating over the top of bolt. 5.60 LADDERS 5.60.1 Common Work for Ladders Part 1— General Design Requirements Ladders shall meet the requirements set forth in the IBC, ASCE 7, OSHA 1910.27 and WAC (Washington Administrative Code) 296-24-735 through 296-24-81011. Safety cages, platforms, and fall prevention devices shall be provided as shown on the Plans. They shall comply with WAC 296-24-81. Ladders shall extend the full distance from base landing to top access plus extension. Ladders that are short shall be field extended by method approved by the Engineer or replaced with proper length ladder. Part 2 — Products Materials Ladders and ladder accessories subject to contact with sewage shall be stainless steel. Ladders and ladder accessories in wet environments shall be aluminum, or fiberglass as indicated on the Plans. Fabrication Ladders shall be shop assembled, pre -drilled and prepared for field attachment of standoff clips, or as otherwise shown. 5-4 3/30/2017 12:03 PtMZ:\Bothell\Data\YAK\715-114\Phase 2 - Beech Street Lift Station and Force Main \Specs\3 Fabricated Metal Work and Structural Plastics.docx © 2017 8012 Engineering, Inc. City of Yakima Beech Street Interceptor, Lift Station, and Force Main Spring 2017 Division 5 — Metals and Plastics 5.60.10 Fiberglass Reinforced Plastic (FRP) Ladders Part 2 — Products Materials FRP ladders shall be made from FRP structural shapes as specified. Ladder side rails shall be produced by the pultrusion process. The side rails shall be 2 -inch square tube with a wall thickness of 1/4 inch. The rungs shall be 1 -inch minimum diameter thermal cure clear solid rod with a nonslip footing surface. All joints and rungs shall be epoxied and riveted. Fabrication Ladders shall be shop assembled, pre -drilled, and prepared for field attachment of standoff clips. All cut or machined edges shall be sealed with a resin compatible with the resin matrix used in the structural shape. 5.60.11 Ladder Steps for Precast Manholes Part 2 — Products Design Requirements Proprietary manhole handholds and steps are acceptable, provided that they conform to AASHTO M199 (ASTM C478) and meet all WISHA requirements. Manhole step/handhold legs shall be parallel or approximately radial at the option of the manufacturer, except that all steps in any manhole shall be similar. Penetration of outer wall by a leg is prohibited. Handholds and stops shall have "drop" rungs or protuberances to prevent sideways slip. Additional safety features may be required in very deep or unusual structures. Materials Manhole steps shall be reinforced copolymer polypropylene plastic conforming to ASTM D-4101 with '/2" ASTM -615 Grade 60 steel reinforcing bar equal to M.A. PS2-PF or equal. 5-5 \ Bothell \ Data \ YAK \715-114\Phase 2 - Beech Street Lift Station and Force Main \ Specs \5 Fabricated Metal Work and Structural Plasncs.docx 3/30/2017 12:03 I'M © 2017 RH2 Engineering, Inc. Division 6 Carpentry — This Division Not Used 6-1 Z:\Bothell\Data\YAK\715-114\Phase 2 - Beech Street Lift Station and Force Main\Specs\6 Carpentry.docx 3/30/2017 12:04 PM © 2017 RI -I2 Engineering, Inc. Division 7 Thermal and Moisture Protection 7.00 GENERAL This division covers furnishing all labor, materials, and equipment for providing a structure which is completely weather -tight. Sections in these specifications titled "Common Work for . . ." shall apply to all following subsections whether directly referenced or not. 7.05 Common Work for Thermal and Moisture Protection Part 1— General Submittals Submittal information shall be provided to the Owner for the following items: • Caulk • Roofing System • Insulation Systems and Installation Verifications Warranty — Roofing System The roofing Contractor shall warrant the roof system provided under this contract against leakage, and defects in materials and workmanship for a period of two (2) years after date of project acceptance. The roofing system manufacturer shall provide a warranty for the roof system against leakage and defects in materials for a period of eighteen (18) years after the roofing Contractor warranty expires. Following roof installation, supplier shall furnish services of a qualified manufacturer's representative to inspect the roof and inform Owner of any defects or concerns regarding condition of roofing system at the job site. Contractor shall provide repair as necessary to the satisfaction of the manufacturer representative at Contractor's expense. Upon resolution of any defects or concerns (if any), manufacturer's warranty shall then be in full effect. The finished roofing system shall be free from leaks, warps, permanent discoloration, and coating degradation for the warranty period. The Roofing system manufacturer's warranty shall be non -prorated and in full effect (100 -percent covered) for the full two (2) years following project acceptance. The manufacturer's warranty shall be prorated from 100 percent covered from year two (2) to year five (5) and linearly decreasing to 10 percent at year twenty (20). 7.21.13 Rigid Insulation Part 1— General Submittals Rigid insulation type and fastening devices shall be submitted for approval by the engineer. 7-1 Z \Bothell\Data\YAK\715-114\Phasse 2 - Beech Street Lift Station and Force Man\Specs \7 Thermal and Moisture Protection.docs 3/30/2017 1209 PSI © 2017 R1-12 Engineering, Inc. Spring 2017 City of Yakima Division 7 — Thermal and Moisture Protection Beech Street Interceptor, Lift Station, and Force Main Performance Requirements The rigid insulation shall have a minimum compressive strength of 25 psi. The insulation shall have a thickness of 1.5 inches constructed in two layers for a total thickness of 3 inches with each layer having a 4.75 R value at 50 degrees Fahrenheit. Warranty Prior to final acceptance of the roofing, furnish the Owner with a written guarantee from the manufacturer for a twenty (20) -year period after date of final acceptance that guarantees insulation efficiency, compressive strength, no absorption of moisture, and that the product will remain totally noncombustible. Part 2 — Products Manufacturers Insulation shall be equal to Foamglas flatboard as manufactured by Pittsburgh Corning. Part 3 — Execution Installation Work covered in this section consists of furnishing all labor, material, and equipment for rigid insulation as shown on the Plans and as specified herein. The abutting joints shall be staggered so that no joint from the bottom layer of insulation lies directly below a joint from the top layer of insulation. The insulation shall be fastened using mechanical fasteners to the metal roof support deck as recommended by the manufacturer. Fasteners shall penetrate only the top ridges of the steel roof support deck. 7.60 FLASHING AND SHEET METAL 7.61 Metal Roofing 7.61.1 Common Work for Metal Roofing Part 1— General General Work covered in this section consists of furnishing all labor, material, and equipment for preformed metal roofing as shown on the Plans and as specified herein. Submittals Submit shop drawings detailing all edges, hips, valleys, eaves, rakes, other flashing and include fastener schedule and in accordance with Division 1.33. Prior to Engineer review, Contractor shall have the shop drawings reviewed and approved by the system manufacturer. The Roofer shall submit a list of a minimum of five (5) successfully completed projects with owner references, total roofing system square footage and roofing cost. The Roofer shall be regularly engaged in construction of metal roofing systems and approved to install metal 3/30/2017 12:09 PM Force Main \Specs\7 'l'herrnal and Moisture Protection.docx © 2017 RH2 Engineering, Inc. 7-2 Z:\Bothell\Data\YAK\713-114\Phase 2 - Beech Street Lift Station and City of Yakima Spring 2017 Beech Street Interceptor, Lift Station, Division 7 — Thermal and Moisture Protection and Force Main roofing by the accepted system manufacturer. Such approval shall be submitted in writing along with the shop drawings as specified below. Storage and Handling The Contractor is responsible for continuously maintaining materials subject to precipitation or weather damage in new condition. Replace warped or weathered plywood, insulation, or other materials damaged by climatic conditions. Follow all manufacturer's recommendations regarding product delivery, storage, and handling of materials. Part 2 — Products Materials Materials shall be purchased directly from the manufacturer's commercial department to verify that the Contractor is approved by the system manufacturer to install the roofing system specified. All materials shall be provided by one manufacturer and conform to the current IBC. Roofing felt shall be 30 -pound asphalt -saturated felt, conforming to ASTM D-250, Type I, plain, unperforated. Fasteners shall be as recommended by the roofing manufacturer; lengths as required. Other miscellaneous exposed fasteners shall be stainless steel or ZAC (exposed head of zinc/aluminum alloy). Fasteners shall be of the length to penetrate the top ridges of the steel decking only. Fasteners shall be inserted to penetrate only the top ridges of the steel roof support decking. Finishes The Owner shall select the roofing color from manufacturer's standard offering of not less than fifteen (15) colors. Color options shall be provided with the submitted shop drawings. Part 3 — Execution Examination Verify that work of other trades which penetrates the roof deck, or requires workers and equipment to traverse roof deck, has been completed. Examine surfaces for inadequate anchorage, foreign material, moisture, and unevenness which will prevent the execution and quality of application of roofing system as specified. Do not proceed with application of roofing until these defects are corrected. Preparation Provide temporary roof during inclement weather. Requests for use of alternate structural and/or base materials with superior weathering resistance, if approved by the Engineer, may be made in lieu of temporary roof replacement. Submit a description of each temporary roof system or alternate material schedule proposed. 7-3 Z:\Bothell\Data\YAK\715-114\Phase 2 - Beech Street LIR Station and Force D lam \Specs\7 Thermal and N10 sture Protection.docx 3/30/2017 1209 I'M © 2017 RF12 Engineering, Inc. Spring 2017 City of Yakima Division 7 — Thermal and Moisture Protection Beech Street Interceptor, Lift Station, and Force Main Provide special protection from heavy traffic on completed work. Restore to original condition, or replace work or materials damaged during handling of roofing materials. Installation Apply roofing felt below waterproof roof paneling, single -ply, lapped shingle fashion, 3 -inch head laps, and 6 -inch side laps. Install no more roofing felt than can be covered by metal roofing in the same day. Roof underlayment shall be dry and free of defects prior to the installation of metal roofing. Apply roofing only in dry weather and when the ambient temperature is above 40 degrees Fahrenheit. Except as otherwise shown or specified, comply with recommendations and instructions of metal roofing manufacturer. Form and fabricate sheets, seams, strips, cleats, clips, hips, ridges, edge treatments, integral flashings, and other components of specified metal roofing to profiles, patterns, and drainage arrangement shown, and as required for permanent leak -proof construction. Provide for thermal expansion and contraction of work caused by ambient air temperature difference of 100 degrees Fahrenheit. All openings shall be sealed from weather and to prevent recessed areas that may attract nesting animals. Panel corrugations shall be sealed with the manufacturer's standard closed cell neoprene blocks conforming to the panel corrugation. Gaps created between corrugations and flashings shall be avoided whenever possible. Where such gaps occur, they shall be sealed with manufacturer's low pitch closures, or equal. All closures shall be installed as close to the face of the opening as possible to minimize any recessed areas. Provide uniform, neat seams with no exposure of sealant to ultraviolet light. Flashing with a drip edge shall be installed on all edges, corners and angle points. Unless otherwise noted on the Plans extend roofing and flashing below fascia with drip edge hanging below wood supports and fascia. Valley gutters shall be provided at all valleys. Field Quality Control Metal roofing and its flashing shall be weather -tight. Exposed surfaces shall be free of dents, scratches, abrasions, or other visible defects. Construction and fabrication of metal roofing shall comply with Sheet Metal and Air Conditioning Contractors National Association (SMACNA) recommendations for fabrication and construction of details, expansion joints, and installation procedures, except as shown or specified. Fabricate and install work true and accurate with lines and corners of exposed metal units. Form exposed faces and starter sections of seams flat and free of buckles, excessive waves, and avoidable tool marks considering temper and finish of metal. Hold-down attachments for roof shall be designed and spaced to resist uplift pressure due to Basic Wind Speed and Exposure as identified in the General Notes. Provide uniform, neat seams without tool marks or irregularities. 3/30/2017 12:09 PM Force Main \ Specs \7 "Thermal and Moisture Proteenon.docx © 2017 RI -12 Eingineenng, Inc. 7-4 Z:\13othcll\Data\YAK\715-114\Phase 2 - Beech Street Lift Station and City of Yakima Spring 2017 Beech Street Interceptor, Lift Station, Division 7 — Thermal and Moisture Protection and Force Main 7.61.3 Preformed Metal Roofing Part 2 — Products Materials Preformed metal roof paneling shall be equal to the Custom Bilt Metals, SLZ 1750 Titan® Snap -Lock Roof Panel. The metal roofing system shall consist of 24 -gauge, factory -formed, pre -finished panels with major ribs not less than 13/8 inch in height. Panels shall be held down to the structure with concealed clips and fasteners. The fastening schedule shall be designed by the manufacturer to resist the loads identified in the General Notes. Edges, hips, valleys, eaves, rakes, and miscellaneous flashing shall be finished with matching pre -finished pieces of 24 -gauge minimum, to form a weather -tight roofing system. Exposed sheet metal (including flashing used in this system): minimum 24 -gauge thickness. Roofing panels shall be factory -prefabricated in accordance with manufacturer's standard pattern and design. Extend panels from eaves to ridge in one piece. Shop -fabricate metal in conformance with manufacturer's pattern specifications to result in a minimum 1 -inch effective water dam height on both edges. Standing seam interval shall not exceed 16 inches. All final hand turning of seams at joints and junctions is to be of the same quality as the machine -produced seams. Practices and techniques described in the SMACNA Architectural Sheet Metal Manual are to be used as the standard of practice unless otherwise specified or shown on the Plans. Finishes Exposed sheet metal treated with a protective coating of Zincalume conforming to ASTM 792, AZ50, with factory -applied paint finish of full-strength Kynar 500 or Hylar 5000 with a total dry film thickness of one mil. Reverse face shall be protected by a wash coat or primer. 7.62 Flashing Part 1— General Flashing shall be factory coated steel equal to Construction Metals Inc. Professional Grade flashing. Gauge shall match flashing to be replaced or 26-guage minimum. Width shall match existing to be replaced. Provide color choices to Owner for approval. Minimum color choices are 10. Part 3 — Execution Installation Install drip tight per manufacturer's requirements. 7-5 /_:\Bothell\Data \ YAK \715-114\Phase 2 - Beech Street Lift Station and Force Main \ Specs \7 Thermal and Moisture Protection.docx 3/30/2017 12.09 P\I © 2017 RH2 Engineering, Inc. Spring 2017 City of Yakima Division 7 — Thermal and Moisture Protection Beech Street Interceptor, Lift Station, and Force Main 7.90 JOINT PROTECTION 7.92 General Joint Sealants Part 1— General Submittals Submit schedule for caulk used on the project for approval prior to application. Part 2 — Products Materials Bath, Laboratory, and Other Wet Areas DAP® KWIK SEAL PLUS® Premium Kitchen and Bath Adhesive Caulk w/MICROBAN® or equal. Concrete and Masonry DAP® Premium Polyurethane Concrete and Masonry Sealant or equal. Doors DAP® DYNAFLEX 230® Premium Elastomeric Sealant or equal. Where necessary to provide a suitable backstop and bond breaker, tightly pack with polyethylene foam. Rope the back of grooves, leaving a minimum depth of 1/4 inch for sealant. Prime surfaces as recommended by manufacturer. Other Surfaces Contractor shall provide caulk appropriate to surface and reason for caulk application. Caulk shall be the most durable available (longest warranty) by DAP®, or equal. Part 3 — Execution Installation Caulk all joints and spaces necessary to provide a completely weather -tight product. Apply caulking in strict accordance with manufacturer's directions with regard to temperature at application and curing times, surface condition, moisture and cleanliness. Apply after surfacing prime and prior to final coatings if surface is to be coated. If surface will not be coated, provide color choices to the Owner for approval prior to application. Clean all adjoining surfaces of excess sealant, smears, or marking due to application and leave joints with neat, uniformly -filled surfaces. 3/30/2017 12:09 PM Force Main \ Specs \7 Thermal and Moisture Protcction.clocx © 2017 R1-12 Engineering, Inc. 7-6 L:\I3othcll\Data\YAK\715-114\Phase 2 - Beech Street Lift Station and Division 8 Openings 8.00 GENERAL Sections in these specifications titled "Common Work for . . ." shall apply to all following subsections whether directly referenced or not. 8.05 Common Work for Openings Part 1- General Summary This division covers furnishing all labor, materials, and equipment necessary for providing all interior and exterior doors, frames, and windows. Related Sections Division 5.05.23 Bolts and Other Connectors. Submittals Submittal information shall be provided to the Owner for the following items: • Doors • Windows • Skylights • Hatches • Hardware • Locks • Keys 8.06 Schedule See the contract Plans for schedule of doors and windows. 8.10 DOORS AND FRAMES 8.11 Metal Doors and Frames 8.11.1 Common Work for Metal Doors and Frames Part 1- General Summary This specification covers the doors, frames, accessories, and hardware for both interior and exterior man doors. 8-1 /_:\ Bothell \ Data \ YAK \715-11,1\Phase 2 - Beech Street Lift Station and Force Main \Specs\8 Openings.docx © 2017 81-12 Engineering, Inc. 3/30/2017 12:15 PM Spring 2017 City of Yakima Division 8 — Openings Beech Street Interceptor, Lift Station, and Force Main Related Sections Division 1.16 Owner Standard Locks and Keys. Submittals Submittal information shall include the following: Manufacturer's product data and installation instructions for each type of door, frame, accessory, or hardware. Include both published data and any specific data prepared for this project. Door and frame shop drawing for approval prior to fabrication. Include detailed plans, elevations, details of framing members, required clearances, anchors, and accessories. Include relationship with adjacent materials. As requested by the Engineer, provide sample color chips representing specified colors and finishes. Performance Requirements Doors between rooms requiring a fire separation shall have a listed fire rating equal to or greater than the required room fire rating. See plans for which rooms are required to be separated with a fire door. Doors and frames shall be listed and labeled for a minimum of 45 minutes. Doors between rooms requiring an acoustical separation (soundproof or sound rated door) shall have a minimum STC rating of 45. All exterior doors and frames shall be insulated for a maximum U -value of 0.60. Quality Assurance The manufacturer(s) shall be a minimum of ten (10) continuous years documented experience specializing in the manufacturing of doors, frames, accessories, and/or hardware of the type required for this project. At the request of the Engineer, the manufacturer shall provide testing and/or certification information demonstrating that the manufacturer shall has design and constructed all equipment to the latest applicable codes and standards. The manufacturer or his representative shall be available for consultation to all parties engaged in the project, including instruction to installation personnel. Scheduling The Contractor shall ensure that all approvals and/or shop drawings are supplied or returned to the manufacturer in time for fabrication without affecting construction progress schedule. In addition, they shall ensure that templates and/or actual hardware requested by manufacturer are available in time for fabrication without affecting construction progress schedule Warranty The Manufacturer shall provide a one (1) year warranty against defects in workmanship and materials, including warping, rotting, decaying or bowing. The Installer shall warrant installation procedures and performance for a minimum of two (2) years from the point of substantial completion against defects due to workmanship and materials handling. 8-2 3/30/2017 12:13 PM Z:\Borhell\Data\YAK\713-114\Phase 2 - Beech Street Lift Station and Force Main \ Specs \8 Openings.clocx © 2017 RI -I2 Engineering, Inc. City of Yakima Spring 2017 Beech Street Interceptor, Lift Station, and Force Main Division 8 — Openings Part 2 — Products Components Provide doors, frames, and accessories as noted on the Door Schedule. Provide door hardware as specified, as noted on the Door Schedule, and as required by the local building code. Contractor shall provide weather tight trim around all doors whether shown on the plans or not. The frames shall be furnished with sufficient wall and head anchors to secure the jamb and door against all operating, wind, and seismic loads. Exterior door frames shall have an integral weather-strip at head and jambs. Frames shall be trimmed in the field to form a weather tight seal if shown on the plans or not. Accessories Provide door accessories as noted on the Door Schedule. Hinges shall provide 180 -degree rotation of the door. Hinges which are exposed at building exterior shall be equipped with tamper -proof pins that cannot be removed. Hinges exposed at the interior of the building shall be removable. The manufacture shall provide door stops; no screw -on stops will be accepted. Finishes Prime doors and frames at the factory according to requirements for metals in Division 9. Finishes shall be per the appropriate metal finishes in Division 9. Part 3 — Execution Installation Install doors and frames in accordance with manufacturer's instructions and approved shop drawings; set frames plumb, square, level, and aligned to receive doors. Anchor frames to adjacent construction in strict accordance with recommendations and approved shop drawings and within tolerances specified in manufacturer's instructions. Seal metal -to -metal joints between framing members using good quality elastomeric sealant, and all doorjambs with Caulking as specified. Reinforce hinge and lock areas. Mount door using minimum of three (3) hinges. Hang door in the frames and apply hardware in a neat, secure manner so that the doors will operate without dragging or binding. Cleaning/Repair Upon completion of installation, thoroughly clean door and frame surfaces in accordance with AAMA 609. Do not use abrasive, caustic, or acid cleaning agents. Protect products of this section from damage caused by subsequent construction until substantial completion. If damage does occur, Contractor shall repair damaged or defective products to original specified condition in accordance with manufacturer's recommendations. Replace damaged or defective products that cannot be repaired to Owner's acceptance. 8-3 Z:\Bothell\Data\YAK\715-11 1\Phase 2 - I3eech Street Lift Station and Force Main \ Specs \8 Openings.docx 3/30/2017 12:15 PM © 2017 RI -12 Engineering, Inc. Spring 2017 City of Yakima Division 8 — Openings Beech Street Interceptor, Lift Station, and Force Main 8.11.13 Hollow Metal Doors and Frames Part 2 — Products Components Doors and frames shall comply with ANSI/SDI A250.8 for level and model and A250.4 for physical performance level. All doors shall be 13/4 -inch thick and insulated with a solid polyurethane or urethane foam core. Exterior doors shall be Level 3 and Physical Performance Level A (Extra Heavy Duty), Model 2 (Seamless) and fabricated from 16 gauge steel minimum. Interior doors shall be Level 2 and Physical Performance Level B (Heavy Duty), Model 1 (Full Flush) and fabricated from 18 gauge steel minimum. Door frames shall be 14 -gauge galvanized steel, as manufactured or recommended by the door supplier specifically for the door installed. Frames shall be furnished with sufficient wall and head anchors to secure the jamb and door against all operating, wind, and seismic loads. 8.30 SPECIALTY DOORS 8.31 Access Doors and Panels 8.31.20 Vault Hatches Part 1— General Summary Access hatches shall be of the dimensions and type shown on the project plans. Related Sections Division 1.16 Locks and Keys Performance Requirements Access doors located in sidewalks or off regularly traveled path areas shall be rated for H-20 (AASHTO) loading or as indicated in the project plans, whichever is more stringent. Access openings shall not have any obstructions such as intermediate hatch support beams. Submittals Provide manufacturer's statement of load rating. Finishes Aluminum hatch frames shall be protectively coated prior to casting in concrete to prevent the accelerated corrosion that occurs when aluminum is in contact with concrete. Warranty Manufacturer shall guarantee against defects in material or workmanship for a period of five (5) years. 8-4 3/30/2017 12:15 P51 Z:\13othell\Data\YAK\715-11d\Phase 2 - I3ecch Street Lift Station and Force Main \ Specs \8 Openings.docx © 2017 K1 -I2 Engineering, Inc. City of Yakima Spring 2017 Beech Street Interceptor, Lift Station, and Force Main Division 8 — Openings Part 2 — Products Manufacturers All hatches shall be equal to LW Products or Bilco. Components Access hatches shall have aluminum diamond plate door leaf (or leaves), stainless steel spring lift, neoprene weather seal, stainless steel hardware, self -latching stainless steel slam lock, and recessed padlock hasp. An internal lever shall open the latch to prevent accidental entrapment. Any drainage provision provided by the hatch or frame shall be routed to the vault or building sump or drain system using Schedule 40 PVC anchored to the walls and ceiling unless shown otherwise on the plans. Frame shall be channel style with a full anchor flange around the perimeter and shall allow for controlled water drainage away from the opening. Compression spring operator lift system enclosed in telescopic tubes or torsion springs shall be provided for smooth, easy and controlled door operation throughout the entire arc of opening and closing. Operation shall not be affected by temperature. The door shall automatically lock in the vertical position by means of a heavy steel hold -open arm with release handle. Access doors that are indicated as odor -tight on the plans shall have a continuous EPDM gasket affixed to the frame to form an odor -resistant barrier around the entire perimeter of the cover. The door frame shall incorporate a 1/8 -inch Neoprene bumper, the continuous EPDM debris gasket, and the continuous EPDM odor -resistant gasket, for a triple -seal system. Part 3 — Execution Installation Installation shall be in accordance with manufacturer's instructions. Field Quality Control Frame shall be installed square and true without binding of door throughout the full arc of travel. Misoperation of door shall be corrected by the Contractor. 8.71 Door Hardware 8.71.1 Common Work for Door Hardware Part 1— General Summary This specification covers door hardware for interior and exterior doors. The Contractor shall provide all hardware necessary to install doors in a secure, weather -tight manner. Unless otherwise specified, all door hardware shall be according to this section. Related Sections Division 1.16 Locks and Keys. 8-5 Z:\Bothell\Data\YAK\715-114\Phase 2 - Beech Street Lift Station and Force Main\Specs\8 Openings.docx 3/30/2017 12:15 PM © 2017 RH2 Engineering, Inc. Spring 2017 City of Yakima Division 8 — Openings Beech Street Interceptor, Lift Station, and Force Main Submittals Door hardware submittal information shall indicate that hardware is suitable for fire- and sound -rated applications, where applicable. Performance Requirements All door hardware shall be selected to meet local building and fire codes. Part 2 — Products Components Key cylinders shall utilize the Owner's standard core and key. The key cylinder shall fit all exterior locking hardware and shall automatically lock when the door is closed. A vandal -resistant cover plate shall be provided at exterior surface of doors to prevent exterior access to deadbolts or slam latches at gap between door and frame. All exterior, and fire- and sound- rated doors and frames shall have perimeter gasketing. Weather stripping shall consist of a vinyl, neoprene, or sponge neoprene strip mounted on an aluminum or stainless steel bracket which is fastened to the door or frame. Gasketing shall be Pemko or equal. 8.71.2 Hardware for Man -doors Part 2 — Products Accessories Dead Bolt: Doors with dead bolt locks shall use a 1 -inch bolt throw, with concealed mounting screws, and a satin chrome finish. The dead bolt shall be thrown or retracted by a key on the outside and by a thumb knob on the inside. The dead bolt shall be equal to Schlage. Interior Door Locksets Passage Latch: Interior doors shall have a passage latch, unless otherwise noted (ANSI F75). Office/Privacy Lock Bathroom door shall have an office/entrance lock (ANSI F82). Interior 1/4 turn handle shall have a 23/4 -inch backset with lever -style design. Interior 1/4 turn handle shall have brushed stainless steel finish, or equal. Interior 1/4 turn handle shall be ANSI A156.2 Series 4000 Grade 1, Schlage or equal. Exterior Door Lockset Entrance Lock (Non -Emergency Exit): Non -emergency, exterior doors shall have an entrance lock (ANSI F20) with 3 -inch -wide by 16 -inch -high raised plate and rectangular pull with thumbpiece and deadbolt key cylinder hole on the exterior, and a lever and deadbolt thumbturn on the inside. The latchbolt shall be retracted by the thumbpiece/lever from either side. When locked, the outside key or inside knob/lever shall retract the deadbolt and latchbolt simultaneously. The outside knob/lever remains 8-6 3/30/2017 12:15 PM Z:\Bothell\Data\YAK\715-11 }\Phase 2 - Beech Street Lift Station and Force Main \ Specs \8 Openings.docx 2017 RH2 Fnginecnng, Inc. City of Yakima Spring 2017 Beech Street Interceptor, Lift Station, and Force Main Division 8 — Openings locked until the thumbturn is restored to vertical position. Throwing the deadbolt shall automatically lock outside knob/lever. The inside lever shall always be free for immediate egress. Exit Device (Emergency Exit): Exit devices shall be provided for exterior doors at fire - rated doors, emergency exits, chemical/hazard rooms, and elsewhere as shown in the Door Schedule on the Plans. Unless otherwise noted, exit devices shall only be provided on the active door of a double door. Exit devices shall be Dorma 9500 series mortise lock style with 3 -inch -wide by 16 -inch -high raised plate and rectangular pull with thumbpiece and cylinder hole, or equal. Panic exit hardware shall have a stainless steel satin finish and shall be equal to Von Duprin Series 98/99 panic bar. Key cylinders shall be interchangeable and compatible with the Owner's preferred cylinder. Exterior doorknobs shall have brushed stainless steel finish, or equal. Exterior doorknobs shall be ANSI A156.13 Series 1000 Grade 1, Schlage or equal. Closers: Door closers shall be provided for exterior doors, fire -rated doors, restroom and locker room doors, and elsewhere as shown in the Door Schedule on the Plans. Door closers shall be surface mounted, parallel -arm type with an aluminum or stainless steel finish. Door closers shall be Dorma 8600 or equal. Closer shall be UL -listed for fire door rating. Push/Pull Plates: The inactive door on a double door shall be equipped with push/pull hardware. The pull hardware shall be the rectangular pull style mounted on a 3 -inch -wide by 16 -inch -high plate. The push plate shall be 3 inches wide by 16 inches high. Push/pull hardware shall be fabricated from stainless steel. Doors with push/pull hardware shall be equipped with closer. Door Hinges: Door hinges shall be fabricated using polished and stainless steel and shall be equipped with permanently lubricated ball bearings. Hinges shall provide 180 -degree rotation of the door. Hinges which are exposed at building exterior shall be equipped with tamper -proof pins that cannot be removed. Hinges exposed at the interior of the building shall be removable. Thresholds: All interior and exterior doors shall have an extruded aluminum threshold. Thresholds shall be Pemko or equal. Door Bottoms: All sound rated doors shall have a non -handed full -mortise automatic door bottom with neoprene seal that is fire and sound rated. Automatic door bottom shall be Pemko 434ANBL or equal. All exterior and fire rated doors shall have vinyl or neoprene door -shoe or door -bottom sweep, Pemko or equal. Astragals: Provide flush extension bolts at the top and bottom of inactive double doors. Equip inactive doors with an overlapping astragal constructed of similar material to door. Astragals shall be Pemko or equal. Door Stops: All doors shall have a doorstop and holder fabricated from aluminum or stainless steel. Strike shall be wall- or floor -mounted and provide automatic doorstop and hold with 8-7 Z:\Bothell\Data\YAK\715-114\Phase 2 - Beech Street Lift Station and Force Mam\Specs\8 Openings.docx 3/30/2017 12:15 PM © 2017 RH2 Engineering, Inc. Spring 2017 City of Yakima Division 8 — Openings Beech Street Interceptor, Lift Station, and Force Main quick release. Doorstop for interior doors shall be a wall -mounted concave rubber bumper with a stainless steel or aluminum mounting plate. Rain Drip: All exterior doors shall be equipped with an aluminum door -top rain -drip weather strip, mounted to the top edge of the door frame to prevent water intrusion. Rain drips shall be Pemko or equal. Finishes All hardware shall have the same finish and shall be satin stainless. 8.90 LOUVERS AND VENTS 8.90.1 Common Work for Louvers and Vents Part 1— General System Description Ventilator shall be provided with explosion proof motors if noted in the Plans. Design and Performance Requirements See Louver and Damper Schedule on Plans and Functional Control description for design and performance requirements. Submittals Submit detailed product information including specifications, sizing information, dimensional drawings, coating systems and available colors, and other information relevant to this project. Part 2 — Products Manufacturers The following manufacturers are considered to be acceptable "or equals" unless otherwise noted on the Plans or elsewhere herein. • Pottorff • Cesco • Louvers & Dampers, Inc. Accessories Provide all accessories needed for a complete installation including wall and roof thimbles, backguards, and mounting sleeves. Components A filter frame and an insect screen shall be provided on the interior side of all intake louvers. The filter frame shall allow for easy installation and removal of standard size filters. Provide one set of filters. 8-8 3/30/2017 12:15 PM Z:\I3othell\Data\YAK\715-114\Phase 2 - l3ecch Street l.,ifr Station and Force Main \ Specs \8 Opentngs.docx © 2017 81-12 Engineering, Inc. City of Yakima Spring 2017 Beech Street Interceptor, Lift Station, and Force Main Division 8 — Openings A rodent/bird mesh shall be provided on the exterior side of all louvers. Mesh shall not impede rotation of dampers, if any. Mesh shall be factory coated to match louver/damper color. The screen shall be corrosion resistant with maximum 1/4 -inch openings. Finishes All louvers shall be coated with factory Kynar or powder coat finish, color to match exterior color scheme. In chemical rooms or other corrosive environments, all materials in contact with room air shall be fully resistant to attack from the interior environment. Part 3 — Execution Install per manufacturer's recommendations. Louver assembly shall be set flush with the wall exterior Operate all moving parts prior to installation. Any non-functional or binding parts shall be repaired or replaced prior to installation. Install so that blade linkages are accessible after installation to permit service and lubrication without requiring removal of wallboard or other structures. 8.91.13 Motor Actuated Louver/Dampers Part 2 — Products Components If automatic controlled operation, blades shall be adjustable from fully open to fully closed via a 120VAC motor actuator sized appropriately to operate the damper fully. Blades shall seal with neoprene or vinyl seals. Blades shall pivot on bronze or nylon bushings, or steel bearings. Contractor shall verify compatibility of damper to actuator. Motor actuator if any, shall be side mounted, out of the air stream. Provide disconnect switch for each unit (where applicable). 8.91.14 Gravity/Backdraft Dampers Part 2 — Products Dampers shall be TAMCO Series 7000 or approved equal. Dampers shall be available in three mounting types: "Rear Flange," "In Duct," or "Front Flange." Frames shall be mil finish extruded aluminum (6063-T5) with mounting flanges on both sides of frame. Frame to be assembled using plated steel mounting fasteners. Damper blades shall be extruded aluminum (6063-T5) profiles and shall not be less than 0.06 -inch thick. Blade and frame seals shall be of extruded silicone and shall be secured in an integral slot within the aluminum extrusions. Blade and frame seals are to be mechanically fastened to eliminate shrinkage and movement over the life of the damper. Adhesive or clip -on type blade seals are not allowed. 8-9 Z:\Bothell \ Data \YAK\715-11,1\Phase 2 - Beech Street Lift Station and Force Main \ Specs \S Openings.docx 3/30/2017 12:15 PMI © 2017 RH2 Engineering, Inc. Spring 2017 City of Yakima Division 8 — Openings Beech Street Interceptor, Lift Station, and Force Main Damper shall have maintenance -free bearing systems. Linkage system shall consist of hard alloy aluminum (6005-T6) crank arms fastened to aluminum pivot rods and shall be doubly secured within channel running along top of blade. Dampers shall be designed for operation in temperatures ranging between -72 degrees Fahrenheit and 212 degrees Fahrenheit Air leakage through a 24 -inch by 24 -inch damper shall not exceed 4.32 cfm/ft2 against 1 inch w.g. differential static pressure at standard air. Standard air leakage data shall be certified under the AMCA Certified Ratings Program. Part 3 — Execution Dampers shall be made to size required. Dampers with dimensions greater than maximum section size shall be manufactured in multiple sections. Multiple sections are not interlinked or connected. To install, each section must be individually fastened to a structural frame prepared on site. 8.91.19 Fixed Louver Part 1— General Provide fixed louver(s) as shown on the plans. Part 2 — Products Components Louver shall include channel frame mounted to the inside face of the wall. Height and width of louver and damper shall be as shown on the plans. Depth of louver, filter, and screen assembly shall be set flush with the wall exterior and any intrusion into the interior wall supported by the frame. 8-10 3/30/2017 12:15 PM Z:\Bothell\Data\YAK\715-11d\Phase 2 - Beech Street Lift Station and Force Main \ Specs \8 Openings.docx © 2017 RI -12 Engineering, Inc. 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Division 9 Finishes 9.00 GENERAL This division covers that work necessary for providing all materials, equipment, and labor to coat all items in accordance with these specifications. Sections in these specifications titled "Common Work for ..." shall apply to all following subsections whether directly referenced or not. 9.20 PLASTER AND GYPSUM BOARD 9.29.16 Gypsum Board for Low Occupancy Areas Part 1— General Summary This section covers work within infrequently occupied facilities, process, or industrial buildings. This section includes the following areas: 1. Lift Station Building 2. Restroom Related Sections Division 9.91.23.10 Interior Painting — Gypsum Wallboard Part 2 — Products Components Gypsum board shall be selected based on the installed application (see below) and as recommended by the Gypsum Association GA -223-96. Gypsum board shall be %-inch thick, unless otherwise noted. Type Application ASTM Regular Interior Walls and Ceilings C 1396 Type Xor C Fire -Rated Construction C 1396 Soffit Board Exterior Soffits and Ceilings C 931 Water -Resistant Gypsum Backing Board Tile Base C 630 Joint treatment: U.S. Gypsum Company Perm -a -Tape or equivalent. Protect exposed corners with U.S. Gypsum Company Perm -a -Tape or equivalent moldings embedded in joint compound per manufacturer's recommendations. Finishes Finish -sand all areas to smooth, even surfaces suitable for paintings. 9-1 Z:\Bothell\Data\YAK\715-114\Phase 2 - Beech Street Lift Station and Force Main\Specs\9 Finishes.docx 3/30/2017 12:15 PM © 2017 RH2 Engineering, Inc. Spring 2017 City of Yakima Division 9 — Finishes Beech Street Interceptor, Lift Station, and Force Main Part 3 — Execution Installation Provide and install all necessary components, including furring, as necessary to install gypsum board in accordance with local building code and Gypsum Associations standards (GA -216 and GA -600). Install gypsum board in such a manner as to maintain fire and sound transmission rating. Apply square edge with the long dimension parallel with supports. Abut sides and edges to vertical framing members, top and bottom plates or headers. Attach using nails spaced at 8 inches O.C. at all edges, and 8 inches O.C. on intermediate support. 9.60 FLOORING 9.65.13 Resilient Base Part 1— General Submittals Product Data: For each type of product indicated. Quality Assurance Fire -Test -Response Characteristics: As determined by testing identical products according to ASTM E 648 or NFPA 253 by a qualified testing agency. Critical Radiant Flux Classification: Class I, not less than 0.45 W/sq. cm. Project Conditions Maintain ambient temperatures within range recommended by manufacturer in spaces to receive resilient products. Until Substantial Completion, maintain ambient temperatures within range recommended by manufacturer. Install resilient products after other finishing operations, including painting, have been completed. Part 2 — Products Manufacturers: Subject to compliance with requirements, available manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: 1. Allstate Rubber Corp.; Stoler Industries. 2. Armstrong World Industries, Inc. 3. Burke Mercer Flooring Products; Division of Burke Industries, Inc. 4. Endura Rubber Flooring; Division of Burke Industries, Inc. 5. Estrie Products International; American Biltrite (Canada) Ltd. 6. Flexco, Inc. 7. Johnsonite. 3/30/2017 12:15 PM 9-2 /_:\Bothell\Data \YAK\715-114 \Phase 2 - Beech Street Lift Station and Force Nlain\Specs \9 Pinishes.docx © 2017 RI -12 FInglneering, Inc. City of Yakima Spring 2017 Beech Street Interceptor, Lift Station, and Force Main Division 9 — Finishes 8. Mondo Rubber International, Inc. 9. Musson, R. C. Rubber Co. 10. Nora Rubber Flooring; Freudenberg Building Systems, Inc. 11. PRF USA, Inc. 12. Roppe Corporation, USA. 13. VPI, LLC; Floor Products Division. Resilient Base Standard: ASTM F 1861. 1. Material Requirement: Type TS (rubber, vulcanized thermoset) 2. Manufacturing Method: Group I (solid, homogeneous). 3. Style: Cove (base with toe). Minimum Thickness: 0.125 inch. Height: 4 inches. Lengths: Coils in manufacturer's standard length. Outside Corners: Job formed. Inside Corners: Job formed. Finish: Satin. Colors and Patterns: As selected by Owner from full range of industry colors. Installation Materials Adhesives: Water-resistant type recommended by manufacturer to suit resilient products and substrate conditions indicated. Use adhesives that comply with the following limits for VOC content when calculated according to 40 CFR 59, Subpart D (EPA Method 24). Cove Base Adhesives: Not more than 50 g/L. Part 3 — Execution Preparation Prepare substrates according to manufacturer's written instructions to ensure adhesion of resilient products. Fill cracks, holes, and depressions in substrates with trowel -able leveling and patching compound and remove bumps and ridges to produce a uniform and smooth substrate. Do not install resilient products until they are same temperature as the space where they are to be installed. Move resilient products and installation materials into spaces where they will be installed at least forty-eight (48) hours in advance of installation. Sweep and vacuum clean substrates to be covered by resilient products immediately before installation. Installation Comply with manufacturer's written instructions for installing resilient base. Apply resilient base to walls, columns, pilasters, casework and cabinets in toe spaces, and other permanent fixtures in rooms and areas where base is required. Install resilient base in lengths as long as 9-3 Z:\Bothell\Data\YAK\715-114\Phase 2 - Beech Street Lift Station and Force Main\Specs\9 Finishes.docx 3/30/2017 12:15 PM © 2017 RH2 Engineering, Inc. Spring 2017 City of Yakima Division 9 — Finishes Beech Street Interceptor, Lift Station, and Force Main practicable without gaps at seams and with tops of adjacent pieces aligned. Tightly adhere resilient base to substrate throughout length of each piece, with base in continuous contact with horizontal and vertical substrates. Do not stretch resilient base during installation. Cleaning and Protection Comply with manufacturer's written instructions for cleaning and protection of resilient products. 9.90 PAINTING AND COATING 9.90.00 Common Work for Painting and Coating Part 1— General Scope The work specified in this Section covers the furnishing and installation of protective coating, complete in place. Shop coating and/or factory applied finishes on manufactured or fabricated items may be specified elsewhere. Regardless of the number of coats previously applied, at least two coats of paint shall be applied in the field to all coated surfaces unless otherwise specified herein. Submittals Before beginning any painting or coating, submit a list of coatings and manufacturers intended for use for review by the Owner. Include the application each coating is intended for, any surface preparation, number of coats, method of application, and coating thickness. Provide Material Safety Data Sheets for all materials to be used including solvents. Provide NSF certification for all finishes in potential contact with potable water. Submit this information in accordance with the requirements regarding shop drawings included herein. Provide Owner with schedule of coating operations and inspection timing. Coating inspections will be scheduled based upon Contractor -provided schedule, update schedule weekly or as necessary. Provide manufacturer's approval of coating system applicator. If product being used are manufactured by a company other than the specified reference standard, provide complete comparison of proposed products with specified projects including application procedures, coverage rates, and verification that product is designed for intended use. Information must also be provided that demonstrates that the manufacturer's products are equal to the performance standards of products manufactured by Tnemec Corporation, which is the reference standard. Performance Requirements All finishes potentially in contact with potable water shall be National Sanitation Foundation (NSF) certified for contact with potable water. Certification from the NSF or UL shall be supplied in writing at the time of the submittal process for Finishes. Contractor shall be responsible for verifying all finishes used on the project are compliant with primary and 3/30/2017 12:15 PM 9-4 Z:\Bothell\Data\TAIL\715-114\Phase 2 - Beech Street Lift Station and Force Main \ Specs \9 Finishes.docx © 2017 RFI2 Engineering, Inc. City of Yakima Spring 2017 Beech Street Interceptor, Lift Station, and Force Main Division 9 — Finishes secondary standards of the Safe Drinking Water Act. Any violation shall be remedied at the Contractor's expense. The completed coating shall produce a minimum dry film thickness in accordance with the specifications as determined by the microtest thickness gauge or comparable instrument. In areas where this thickness is not developed, sufficient additional coats shall be applied to produce it. Quality Assurance The Contractor shall be responsible for compatibility of all shop and field applied paint products including the use of primer, intermediate and top coats by different manufacturers if applicable. For any Contractor initiated substitutions, the Contractor shall verify complete compatibility between coatings provided for the project. If coatings are not compatible per manufacturer's review it shall be the Contractor's responsibility to remove incompatible coatings fully and replace with compatible coating systems. Paint used in the first field coat over shop painted or previously painted surfaces shall cause no wrinkling, lifting, or other damage to the underlying paint. The Contractor shall be responsible for obtaining written documentation from equipment/material manufacturers regarding the date at which shop prime coatings are applied and shall strictly adhere to the coating manufacturer's recommendations for recoat time intervals. The Contractor shall submit to the Engineer such documentation upon request. Storage and Handling Bring all materials to the job site in the original sealed and labeled containers of the paint manufacturer. Materials shall be subject to inspection by the Owner. Store paint supplies as recommended by the manufacturer and as approved by the Owner. Extra Materials For any products that have a shelf life longer than one (1) year, leave leftover coatings, solvents and/or thinners used, as requested by the Owner. Dispose of all extra materials not desired by the Owner. Waste Products The Contractor shall be responsible for the collection, containment, transportation, and disposal of all waste products generated for this project. Cleaning and disposal shall comply with all federal, state, and local pollution control laws. Provide acceptable containers for collection and disposal of waste materials, debris, and rubbish. Cleaning and disposal shall comply with all federal, state, and local pollution control laws. Provide acceptable containers for collection and disposal of waste materials, debris, and rubbish. Site Conditions Contractor shall take any and all measures necessary to prevent over -spray of structures and/or components in the field from both preparation and coating work. Should over -spray 9-5 "L:\Bothell\Data\YAK\715-114\Phase 2 - Beech Street Lift Station and Force Main\Specs\9 Finishes.docx 3/30/2017 12:15 PDI © 2017 R1 -T2 Engineering, Inc. Spring 2017 City of Yakima Division 9 — Finishes Beech Street Interceptor, Lift Station, and Force Main occur, the Contractor is responsible for all costs associated with any damage that occurs as a result of over -spray. Part 2 — Products Manufacturers The following coating system manufacturers are approved subject to compliance with the Specifications contained herein: 1. Tnemec Company 2. Sherwin Williams 3. Or Equal, The specified coating shall be understood as establishing the type and quality of the coating desired. Other manufacturers' products will be accepted provided sufficient information is submitted to allow the Engineer to determine that the coatings proposed are equivalent to those named. Proposed coating shall be submitted for review in accordance with Division 1. Requests for review of equivalency will not be accepted from anyone except the Contractor, and such requests shall not be considered until after the Contract has been awarded. Substitutions of the coatings of other manufacturers shall be considered only if equivalent systems of coatings can be provided and only if a record of satisfactory experience with the system in equivalent applications is available. Offers for substitutions will not be considered which decrease film thickness, solids by volume or the number of coats to be applied or which propose a change from the generic type of coating specified herein. All substitutions shall include complete test reports to prove compliance with specified performance criteria. Part 3 — Execution Installers Contractor shall be responsible for quality assurance including the retention of a coating applicator with experience necessary to complete the work as specified within this Division. Applicator's personnel shall be adequately trained for application of specified coatings. Applicator must prove adequate experience with the coatings specified for this project. At the discretion of the Owner, the applicator shall be approved to complete the coatings portion of the work. Contractor shall provide the following information during the submittal process. 1. Coatings Contractor shall be in the business of an applying Protective Coatings for a minimum of three (3) years. Contractor's applicators must be in the Industry of applying Protective Coatings for a minimum of three (3) years. Contractor shall provide proof of both. Coatings Contractor must provide a minimum of three (3) case histories of similar projects that have been applied within the past five (5) years. Contractor must provide current contact names, phone numbers, and email addresses on past projects for confirmation of successful installations. 2, 3. Coatings Manufacturer must provide a letter of "Approval" the coatings applicator is "Approved" to apply the coatings called out within the specification. 3/30/2017 12:15 PD1 9-6 %:\Bothell\Data \YAK\715-114\Phase 2 - Beech Street Lift Station and Force Main \ Specs \9 Finishes.docx © 2017 RH2 Engineering, Inc. City of Yakima Spring 2017 Beech Street Interceptor, Lift Station, and Force Main Division 9 — Finishes If all (3) three above items cannot be met, the contractor will not be approved as the coatings applicator for the specified project. Examination The Owner shall inspect and approve all surface preparations prior to application of any coating. Provide twenty-four (24) -hour notice prior to surface inspection needs. Preparation Prepare surfaces in accordance with the recommendations of the manufacturer of the coating to be applied to the surface, or the surface preparation requirements of these specifications, whichever are stricter. In general all surface preparation shall meet Structural Steel Painting Council (SSPC) Surfacing Preparation (SP) guidelines, the National Association of Pipe Fitters (NAPF), American Water Works Association (AWWA) and/or the National Association of Corrosion Engineers (NAGE) as noted herein unless more strictly described by coating manufacturer. Coatings shall only be applied during weather meeting the recommendations of the coating manufacturer. Air and surface temperatures, humidity and all other environmental conditions shall be within limits prescribed by the manufacturer for the coating being applied, and work areas shall be reasonably free of airborne dust at the time of application and while coating is drying. Materials shall be mixed, thinned and applied according to the manufacturer's printed instructions. Dry Film Thickness (DFT) shall be as stated here in or applied based on coverage rates of square feet per gallon (sq. ft./gal). Installation/Construction Paint application shall be in strict accordance with manufacturer's printed instructions except that coating thickness specified herein shall govern. Finished coating on all items shall be clean, undamaged and of uniform thickness and color. Coating shall be done in a manner satisfactory to the Owner. The dry film thickness listed in the "Materials" section of this Division must be met, regardless of the applied film thickness or number of coats. Carefully observe all safety precautions stated in the manufacturer's printed instructions. Provide adequate ventilation and lighting at all times. The manufacturer's recommended drying time shall be construed to mean "under normal conditions." Where conditions are other than normal because of weather, confined spaces, or other reason, longer drying times may be necessary. The manufacturer's recommendation for recoating time intervals shall be strictly adhered to. Pipe shall be emptied of water for a minimum of twenty-four (24) hours prior to surface preparation and painting. Pipe shall not be filled with water until coating is dry. If, in the Engineer's opinion it is not practical to drain the pipes, the water must stand for at least forty-eight (48) hours to reach ambient temperature prior to coating the pipe. Do not allow water to flow for at least twenty-four (24) hours after final coating. 9-7 Z:\Bothell\Data\YAK\715-114\Phase 2 - Beech Street Lift Station and Force Main\Specs\9 Finishes.docx 3/30/2017 12:15 PM © 2017 RH2 Engineering, Inc. Spring 2017 City of Yakima Division 9 — Finishes Beech Street Interceptor, Lift Station, and Force Main Field Quality Control The prime Contractor shall be completely responsible for coating quality. The Contractor shall provide both wet and dry film gauges, and make such available to the Engineer when requested. If coating inspector finds anomalies and/or defects, the Contractor shall re -prep and recoat those areas per the coating manufacturer's instructions. Acceptance of the completed coatings shall be based on the proper application and proper preparation of the coated surfaces, and a finished product that does not contain runs, drips, surface irregularities, overspray, color variations, scratches, pinholes, holidays, and other surface signs that detract from the overall performance and/or appearance of the finished project. Contractor's Record The Contractor shall maintain daily records showing: 1. Start date of work in each area. 2. Date of application for each following coat. 3. Moisture content and surface temperature of substrate; weather conditions including ambient air temperature and dew point. 4. Provision utilized to maintain temperature and humidity of work area within coating manufacturer's recommended ranges. Manufacturer's Record A technical representative from the painting manufacturer shall review the process and completed finish work on site. Any defects found by the paint manufacturer's technical representative or the Owner's representative shall be repaired to their satisfaction at Contractor's expense. Manufacturer technical representative shall provide a written report that includes the following: 1. Verify coatings and other materials are as specified. 2. Verify surface preparation and application are as specified. 3. Verify DFT of each coat and total DFT of each coating system are as specified using a dry film thickness gauge. 4. Note defects that would adversely affect performance or appearance of coating systems. 5. Describe inspections made and actions taken to correct nonconforming work. 6. Report nonconforming work not corrected. 7. Submit copies of report to Engineer and Contractor. 3/30/2017 12:15 PN1 9-8 Z:\Bothell\Data\Y_ K\715-114\Phase 2 - Beech Street Lift Station and Force Main\Specs\9 Finishes.docx © 2017 RI -12 Engineering, Inc. City of Yakima Spring 2017 Beech Street Interceptor, Lift Station, and Force Main Division 9 — Finishes Inspection For metals exposed to exterior atmospheric conditions, first coat of paint or primer must be placed within four (4) hours of passing inspection. Bare steel must be reblasted and reinspected if not successfully coated within this four (4) hour time frame, at the Contractor's expense. Use the Pictorial Surface Preparation Standards for Painting Steel Surfaces (VIS -1) by the Steel Structures Painting Council (SSPC) as a visual standard for inspection of surface preparation of metal surfaces. Test -Tex Tape may also be used to verify surface profile. Each coat shall be inspected prior to application of the next coat. Areas found to contain runs, overspray, roughness, streaks, laps, sags, or other signs of improper application shall be repaired or recoated in accordance with the manufacturer's recommendations. Finish coats shall be uniform in color and sheen. Surface preparations and coatings not inspected and approved by Owner will be uncovered for inspection and approval at no additional cost to the Owner. NACE Certified Inspector A NACE Certified Inspector paid for by the Contractor shall inspect all shop/factory coatings related to: • Pumps and Motors Contractor supplied NAGE certified inspector shall be qualified for the coating work involved with this project and independent to the general contractor and coating subcontractor. Contractor shall submit credentials for approval by the Engineer. Inspection report shall be approved for each coated component before shop/factory coated parts are shipped to the job site. Field coatings shall be approved prior to demobilization of coating subcontractor and coating equipment. Any defects found by the NACE certified inspector shall be addressed by the Contractor at no additional expense to the Owner. Repair/Restoration The Contractor is responsible for all costs associated with any damage that occurs as a result of over -spray. Scratched, chipped or otherwise damaged coatings, including factory coatings, shall be repaired before final acceptance will be given. Cleaning If any cleaning of equipment at the site is performed with solvents, such work shall be done over leak -proof linings. Preparation or coating materials may not be disposed of on site. 9.90.01 Color Schedule Colors used for finish coatings on process equipment, piping, and building surfaces shall conform to the following schedule. All finishes shall be glossy unless otherwise specified. Finish coatings, which are applied in the shop by the manufacturer, shall conform to this section. Factory coatings which are damaged during shipment or installation shall be recoated in the field in accordance with these specifications. 9-9 Z:\Bothell\Data\YAK\715-114\Phase 2 - Beech Street Lift Station and Force Main\Specs\9 Finishes.docx 3/30/2017 12:15 PM © 2017 RI -12 Engineering, Inc. Spring 2017 City of Yakima Division 9 — Finishes Beech Street Interceptor, Lift Station, and Force Main Items of similar purpose shall be painted the same color. If items come from the factory with a shop applied coating that does not match said color, they shall be field coated to match. The contractor shall allow no less than fifteen (15) working days from the time the Owner is provided with color selections for the Owner to make color choices. The Owner will develop a color schedule for painted items after award of the contract. Contractor shall provide a pallet of colors from the manufacturer of not less than 30 color choices. 9.90.02 Unpainted Items Do not coat aluminum or stainless steel items unless specifically directed otherwise below or as shown on the plans. Field painting is not required for factory prefinished equipment items (e.g. pumps, motors, blowers, etc.) unless otherwise specified. Do not coat shop epoxied meters or control valves unless noted otherwise on the plans or herein. Do not coat small diameter pilot systems such as galvanized iron, copper or brass pipe and fittings associated with control valves unless noted otherwise on the plans or herein. 9.91 PAINTING AND COATING SYSTEMS Refer to 9.90.00 for coating application requirements. 9.91.13 EXTERIOR PAINTING 9.91.13.01— System 1: Metals — Exterior (Wet Conditions) including Doors, Windows, and Frames Part 1— General Typical Application This Section applies to all interior and exterior hollow metal doors, windows, and frames. All hollow metal doors, windows, and frames shall be bonderized, pickled or phosphatized, which will serve as a primer for and shall be compatible with the finish coat to be applied in the field. Part 2 — Products 1. Tnemec a. Prune Coat: Series 161 Fast Cure Epoxy (3 to 5 Mil DFT) b. Finish Coat: Series 73 EnduraShield (3 to 5 Mil DFT) 2. Sherwin Williams a. Primer: Corothane 1 Galvapac Zinc Primer B65G11 (2.5 to 3.5 Mil DFT) b. Finish Coat: Acrolon 218HS B65-650 Series (3 to 5 Mil DFT) 3/30/2017 12:15 PM 9-10 Z:\13othcll\Data\YAK\715-114\Phase 2 - Beech Street Lift Station and Force Main\Specs\9 Fimshes.docx © 2017 RH2 Engineering, Inc. City of Yakima Spring 2017 Beech Street Interceptor, Lift Station, and Force Main Division 9 — Finishes Part 3 — Execution Surface Preparation 1. Clean, dry, and free of all dirt, oil, grease, and other contaminants. 2. For new work: SSPC-SP1 Solvent cleaned 3. For coating over existing painted surfaces: Remove all loose and damaged coatings. Prepare with SSPC-SP2 hand tool or SP3 power tool cleaning. 9.91.13.02 — System 2: Powder Coating for Steel and Aluminum Handrail and Other Architectural Features Part 1— General Performance Requirements The powder -coat shall have the following properties: 1. Adhesion: No less than 100 percent (cross hatch/tape adhesion test per ASTM D3359-97). 2. Color/Gloss Change: None below 80 percent over -bake (test per ASTM D2454-79). 3. Hardness: No less than 1H minimum (pencil hardness test per ASTM D3363-00). 4. Resistance to Impact: No less than 160 in. lb. direct and inverted. (ASTM D2794) 5. Resistance to Bending: No visible cracking (1/4 inch bending test per ASTM 522). 6. Resistance to Salt Spray: No more than 1/8 inch scribe creep in 1,000+ hours (salt spray test per ASTM B117-73). 7. Resistance to Humidity: No visible red rust under 1,000+ hours (humidity test per ASTM D2247-68). 8. Degree of Gloss: No less than 60 percent (specular gloss test per ASTM D523-80). Part 2 — Products 1. Polyester System a. Primer: 3M Scotchkote fusion bonded epoxy (2 to 4 Mil DFT) b. Finish Coat: Valmont polyester powder coating with UV stabilizers (2 to 4 Mil DFT) 2. Sherwin Williams Powder Coat System a. Primer: Powdura Gray Epoxy Primer (1.8 to 3 Mil DFT) b. Finish Coat: Powdura TGIC Powder Coating (2 to 3 Mil DFT) Part 3 — Execution Construction Cure in an oven at temperatures required by the powder coating manufacturer. 9-11 Z:\Bothell\Data\YAK\715-114\Phase 2 - Beech Street Lift Station and Force Main \ Specs \9 Finishes.docx 3/30/2017 12:15 PM © 2017 RI -I2 Engineering, Inc. Spring 2017 City of Yakima Division 9 — Finishes Beech Street Interceptor, Lift Station, and Force Main Preparation Sandblast all parts and treat with iron phosphate and seal with non -chromic process. Field Quality Control Finished coating shall be smooth to the touch with no visible lumps, bumps or cracks. 9.91.13.12 — System 3: Metals — Metal In Contact with Concrete, Masonry or Dissimilar Metals Part 1— General This section applies to all non -submerged metal surfaces including aluminum, hot -dipped galvanized steel, or other metals, which are conducive to corrosion due to interaction of dissimilar metals or to chemical reaction due to embedment in concrete or masonry grout, and which are not covered as part of another coating system. Part 2 — Products 1. Tnemec a. First Coat: Series N69 Hi -Build Epoxoline II (4 to 6 Mil DFT) 2. Sherwin Williams a. First Coat: 464 FC B58-600 Macropoxy (4 to 6 Mil DFT) Part 3 — Execution Surface Preparation 1. SSPC-SP1 Solvent Cleaning 2. Lightly sand to degloss and provide a surface profile. 9.91.13.13 — System 4: Ferrous Metal including Cast/Ductile Iron Pipe (Atmospheric Indoors and Outdoors) Part 1— General This Section applies to all ductile/cast iron and ferrous metals, including bituminous coated pipe and materials unless specified otherwise. Do not coat stainless steel materials unless specified otherwise. This Section applies to all pipe materials and equipment, including manufacturer applied coating systems. For the purposes of this coating system, metals which are located below the top of the exterior wall within a water bearing structure or are located within a vault or manhole shall be considered as under immersion service conditions. Part 2 — Products 1. Tnemec a. Primer option 1: Series 1 Omnithane (2.5 to 3.5 Mil DFT). b. Primer option 2: Series N69 or N140 (2.5 to 3.5 Mil DFT) may be used if the time between prime coat and intermediate coat is less than sixty (60) days. If 3/30/2017 12:15 PM 9-12 Z:\Bothell\Data\YAK\715-114\Phase 2 - Beech Street Lift Station and Force Main \Specs\9 Finishes.docx 0 2017 RH2 Engineering, Inc. City of Yakima Spring 2017 Beech Street Interceptor, Lift Station, and Force Main Division 9 — Finishes more than sixty (60) days occurs, surface will need re-preparation per the manufacturer's instructions. c. Intermediate Coat: Series N69 Hi -Build Epoxoline II (6 to 8 Mil DFT) d. Finish Coat: Series 73 Endura -Shield (3 to 5 Mil DFT) 2. Sherwin Williams a. Primer: Corothane 1 Mio-Zinc Primer (2.5 to 3.5 Mil DFT) b. Intermediate: Macropoxy 646FC B58-600 Series (6 to 8 Mil DFT) c. Finish: Macropoxy 646FC B58-600 Series (6 to 8 Mil DFT) Part 3 — Execution Surface Preparation 1. Ferrous Metals a. SSPC-SP10 Near white blast cleaning 2. Ductile and Cast Iron Materials a. It is strongly recommended that any ductile iron or cast iron pipe or materials to have a special exterior coating should be purchased factory primed without the standard asphalt coating. Field removal of asphalt coatings is extremely difficult and overly aggressive preparation can create a damaged surface unsuitable for coating. b. All oils, grease and other contaminants shall be removed using solvent cleaning prior to abrasive blasting or power tool cleaning: Blemishes or staining on the prepared surface are acceptable if such items cannot be removed by light scraping with a knife. SSPC-SP10 blue -gray with surface profile of 2.0 Mil, minimum. Do not burnish the surface. Clean all surfaces of dust and loose residue immediately prior to coating. See NAPF 500-03-04/05 9.91.23 INTERIOR PAINTING 9.91.23.01— System 5: Metals Interior (Dry Conditions) Part 1— General This Section applies to all interior metals located indoors, not factory coated and where the metal is not holding or in direct contact with a liquid and not exposed to weather. Materials 1. Tnemec a. Primer: Series 1 Omnithane Prime (2.5 to 3.5 Mil DFT) b. Finish Coat: Series N69 Epoxoline II (4 to 6 Mil DFT) 2. Sherwin Williams a. Primer: Corothane 1 Galvapac Primer B65G11 (2.5 to 3.5 Mil DFT) 9-13 Z:\Bothell\Data\YAK\715-114\Phase 2 - Beech Street Lift Station and Force Main \ Specs \9 Finishes.docx 3/30/2017 12:15 PM © 2017 RH2 Engineering, Inc. Spring 2017 City of Yakima Division 9 — Finishes Beech Street Interceptor, Lift Station, and Force Main b. Finish: Macropoxy 646FC B58-600 Series (4 to 6 Mil DFT) Part 3 — Execution Surface Preparation SSPC SP1 followed by SP6 (commercial blast). Surface profile shall be 2.0 Mil, minimum. 9.91.23.03 — System 6: Galvanized Metal Surface Repair Part 1— General This Section applies to all galvanized surfaces which have received minor damage to the galvanized surface during construction and which require repair. Part 2 — Products 1. Tnemec a. First Coat: Series 90-97 Tneme-Zinc (2.5 to 3.5 Mil DFT) Part 3 — Execution Surface Preparation 1. SSPC-SP3 Power tool cleaning 9.91.23.04 — System 7: Galvanized Iron and Non Ferrous Metal (non -immersion) Part 2 — Products Materials 1. Tnemec a. Two coats Series 30 Spra-Saf (2 to 4 Mil DFT each coat) 2. Sherwin Williams a. Spraylastic B42 Series (2 to 4 Mil DFT each coat) Part 3 — Execution Preparation Surface SSPC SP1 solvent clean. 9.91.23.10 — System 8: Gypsum Wallboard — Interior, Painted Part 1— General 1. Gypsum wallboard ceilings, walls, and other similar surfaces located in a conditioned environment (i.e. building). 3/30/2017 12:15 PM 9-14 Z:\Bothell\Data\YAK.\715-114\Phase 2 - Beech Street Lift Station and Force Main \ Specs \9 Finishes.docx 2017 2H2 Engineering, Inc. City of Yakima Spring 2017 Beech Street Interceptor, Lift Station, and Force Main Division 9 — Finishes Part 2 — Products 1. Tnemec a. Prime Coat: Series 151-1051 Elasto-Grip (180 to 400 square feet per gallon) b. Finish Coat: Series 113 Hi -Build Tneme-Tufcoat (4 to 6 Mil DFT) 2. Sherwin Williams a. Primer: PrepRite ProBlock Int/Ext Latex Primer Sealer B51Series (180 to 200 square feet per gallon) b. Finish Coat: Pro -Industrial Hi-Bild Water Based Catalyzed Epoxy B71-100 Series (4 to 6 Mil DFT) Part 3 — Execution Surface Preparation 1. Surface clean, dry and free of contaminates. 9.91.33 SUBMERGED AND BURIED METALS PAINTING 9.91.33.03 — System 9: Metals Submerged In Wastewater — Non NSF Part 1— General This section applies to all metals submerged and/or regularly in contact with wastewater. Part 2 — Products Materials 1. Tnemec a. Primer: Series 1 Omnithane (2.5 to 3.5 Mil DFT) b. Intermediate Coat: Series 446 PermaShield MCU 1222 Gray (8 to 10 Mil DFT) c. Finish Coat: Series 446 PermaShield MCU 1222 Gray (8 to 10 Mil DFT) Part 3 — Execution Preparation Surface preparation: SSPC SP1 followed by SP10 Near White Blast. Surface profile shall be 2.0 mils, minimum. 9.91.33.04 — System 10: Metals (Hydrogen Sulfide Exposure) Part 1— General This section applies to all metals within wastewater tanks, manholes or wastewater treatment facilities generally above water line where noted on the plans or specified in the color schedule. 9-15 Z:\Bothell\Data\YAK\715-114\Phase 2 - Beech Street Lift Station and Force Main \ Specs \9 Finishes.docx 3/30/2017 12:15 PM © 2017 RH2 Engineering, Inc. Spring 2017 City of Yakima Division 9 — Finishes Beech Street Interceptor, Lift Station, and Force Main Part 2 — Products Materials 1. Tnemec a. Primer: Series 435 PermaShield (12 to 15 Mil DFT) b. Finish Coat: Series 435 PermaShield (12 to 15 Mil DFT) Part 3 — Execution Preparation Surface Preparation: SSPC SP1 followed by SP5 White Metal Blast Surface profile shall be 3.0 Mil. 9.97.23 CONCRETE AND MASONRY COATINGS Part 1— General Scheduling Most coatings on concrete will require a twenty-eight (28) day concrete curing period prior to coating. Schedule the work accordingly. No additional monetary or time compensation will be given for failure to plan for the required curing duration. 9.97.23.07 — System 11: Concrete Vault Interior Do not coat interior walls unless noted otherwise on the plans or stated herein. 9.97.23.08 — System 12: Pre -Cast Concrete Structures Exterior — Bottom and Walls Part 2 — Products Materials 1. Tnemec a. One coat: Series 46H-413 Hi -Build Tneme-Tar. (16 to 20 Mil DFT) 2. Sherwin Williams a. One coat: Hi -Mil Sher -Tar Epoxy. (16 to 20 Mil DFT) Part 3 — Execution Preparation Allow twenty-eight (28) days cure time for concrete, or until passing the ASTM D 4263 Plastic Mat Test. Surface shall be clean, dry, and free of contaminants 3/30/2017 12:15 PM 9-16 Z:\Bothell\Data\YAK\715-114\ Phase 2 - Beech Street Lift Station and Force Main \ Specs \9 Finishes.docx © 2017 RH2 Engineering, Inc. 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Division 10 Specialties 10.00 GENERAL This division covers that work necessary for fabricating and installing all furnishings and accessories as described in these specifications and as shown on the Plans. Sections in these specifications titled "Common Work for . . ." shall apply to all following subsections whether directly referenced or not. 10.05 Common Work for Specialties Part 1— General Submittals Submittal information shall be provided to the Owner for the following items: • Equipment Signs • Fire Extinguishers • First Aid Kit • Storage Cabinets • Pipe Markings • Danger Signs 10.10 INFORMATION SPECIALTIES 10.14 Signs and Labels 10.14.1 Common Work for Signs and Labels Part 2 — Products Materials Unless otherwise specified, text shall be white on a background color shown below. Purpose Plate Color General Black Warning Red Electrical Black Domestic Water Blue Waste Water Green 10-1 "L:\Bothell\Data\YAK\715-114\Phase 2 - Beech Street Lift Station and Force Main \ Specs \ 10 Specialties.docx 3/30/2017 12:16 PM © 2017 RH2 Engineering, Inc. Spring 2017 City of Yakima Division 10 — Specialties Beech Street Interceptor, Lift Station, and Force Main Part 3 — Execution Installation Install signs/markers directly on the devices in a location that does not interfere with the device operation or maintenance. If the device is too small or otherwise impractical to mount marker, locate marker as close as possible to the device on an adjacent surface. 10.14.2 Equipment Signs Part 2 — Products Materials Equipment signs shall be plastic -laminated 1 -inch high, by required length, by 1/8 -inch thick, with 1/2 -inch high letters in N-2 Standard Gothic characters. 10.14.3 Pipe Markers Part 2 — Products Materials Pipe markers shall be fabricated from outdoor grade acrylic plastic, and equal to Seton Setmark Type SNA pipe markers. Markers shall conform to standards for pipe and conduit identification (ANSI A13.1-1981). 10.14.4 Danger Signs Part 1— General Summary The Contractor shall provide danger signs per the schedule(s) on the Plans. Part 2 — Products Manufacturers Danger signs shall be Seton Identification Products or approved equal. When stated on the Plans, provide specified model number or approved equal. Components Signs shown on the Plans to comply with National Fire Protection Association Standard 704 (NFPA 704) shall be corrosion resistant for indoor installation and corrosion and UV resistant for outdoor installation. Dimensions of sign(s) shall be as stated on the Plans. Part 3 — Execution Installation Mount signs securely in locations shown on the Plans. 10-2 3/30/2017 12:16 PM -/_:\ Bothell \Data\YAK \713-114\Phase 2 - Beech Street Lift Station and Force Main \ Specs \10 Specialues.docx © 2017 Rl-12 Engineering, Inc. City of Yakima Spring 2017 Beech Street Interceptor, Lift Station, and Force Main Division 10 — Specialties 10.14.5 Door Labels Part 2 — Products Materials Door labels shall be 2 -inch -tall font, easily readable at 20 feet from door. Labels shall be engraved PVC, with blue plate and white lettering. Labels shall be securely attached to the exterior of all doors with stainless steel metal screws, at 5 feet from the bottom of the door. Part 3 — Execution Installation Provide door labels as noted on the Door Schedule in the Plans. 10.14.6 Construction Fence Perimeter Signs Part 2 — Products Materials Signs shall be made of polyethylene and be 1/8 -inch -thick minimum. Sign shall have a white background with construction orange print. Font shall be readable from 100 feet. Part 3 — Execution Installation During construction, if construction site is to be partially or completely enclosed, signs stating "Construction Area, Keep Out" shall be placed so that at any location around the construction site within 100 feet of a sign can be read from that distance. Upon removal of temporary construction fencing, remove signs from fencing and deliver to Owner. 10.14.8 Electrical and Control Equipment Part 2 — Products Materials Name plates and service legends shall be phenolic -engraved, rigid, laminated plastic type with adhesive back. Letter height shall be 5/16 inch unless specified otherwise on the Plans. Labeling shall clearly identify the associate component. Color shall be black background with white letters. Tags shall be securely attached. Adhesive backed tags shall also have at least two brass screws for positive fastening. Part 3 — Execution Installation Provide engraved nameplates indicating load served, voltage, and phase for every circuit breaker, panel board, switchboard, motor control center, motor starter, disconnect switch, and fused switch. 10-3 Z:\Bothell \Data\YAK\715-11,1\Phase 2 - Beech Street Lift Station and Force blain\Specs \10 Specialties.docx 3/30/2017 12:16 PM © 2017 RH2 Engineering, Inc. Spring 2017 City of Yakima Division 10 — Specialties Beech Street Interceptor, Lift Station, and Force Main All components provided under this specification, both field- and panel -mounted, shall be provided with permanently -mounted nametags. The Engineer shall have complete control over the hardware to be labeled and the labeling provided. Provide labels as directed. Provide a name tag for each piece of equipment and for each circuit and/or control device associated with the equipment. Provide a nameplate for each control center unit door. Warning nameplates shall be provided on all panels and equipment which contain multiple power sources which may have energized circuits with the main disconnecting means in the off position. Lettering shall be white on red background. 10.14.9 Pump Signs Part 2 — Products Materials Provide a 2 -inch -high temperature resistant metal or vinyl number or name on each pump power junction box. Part 3 — Execution Installation Number shall face the pump control panels and be placed so as not to be obscured from other equipment. Confirm with Engineer the proper numbering or naming of each pump. 10.40 SAFETY EQUIPMENT 10.42.03 Eyewash and Mixing Valve Part 2 — Products Materials Eyewash bowl shall be made of stainless steel. Sprayers shall be high flow (0.4 gpm) water sprayers aerated at low pressure. They shall come with anti -dust covers. Water flow shall be operated by a through -passage valve, which opens automatically when a lever is pushed. The valve shall stay open until manually closed. Eyewash shall be equal to Lab Safety No. 6B-28184. Provide and install a thermostatic mixing valve with eyewash per manufacturer's written instructions. Valve shall be equal to Lab Safety No. 6B-26805. Finishes All coatings shall be anti -corrosive plastic in a bright color. Part 3 — Execution Installation Mount securely to the wall and floor per manufacturer's written recommendations. Mount at a wall height as recommended by the manufacturer. 10-4 3/30/2017 12:16 P31 "L:\Bothell\Data \ YAK \713-114\Phase 2 - Beech Street Lift Station and Force Main\Specs\10 Specialties.docx © 2017 RI -12 Engineering, Inc. City of Yakima Spring 2017 Beech Street Interceptor, Lift Station, and Force Main Division 10 — Specialties 10.42.05 Ear Plug Dispenser Part 2 — Products Manufactured Units Provide wall mounted ear plug dispenser at a single field -directed location. Dispenser equal to Moldex PlugStation with 250 pairs. 10.43.16 First Aid Kit Part 2 — Products Components Provide first aid kits at a single field -directed location with the following items minimum: • 2 packages adhesive bandages, 1 inch (16 per package) • 1 package scissors and tweezers (1 per package • 1 package bandage compress, 4 inch (1 per package) • 1 package antiseptic soap or pads (5 per package) • 1 package triangular bandage, 1 inch (1 per package) • 1 package iodine swabs (10 per package) • 1 package ammonia inhalants (10 per package) • 1 package bandage compress, 2 inch (4 per package) Contain kit in a dust -proof, weatherproof, moisture -proof, 20 -gauge steel cabinet with gasketed lid. Steel finish shall be baked enamel. Provide cabinet with wall mounting brackets. Cabinet cover shall fold down to provide a shelf, and shall be attached to cabinet by a continuous piano -type hinge. Border shall be red with white body, red lettering, cross and arrow. The kit shall have reorder information clearly marked on it. 10.44.16 Fire Extinguisher Part 2 — Products Components Portable, wall -mounted, 10 -pound, dry -chemical fire extinguisher shall be listed and approved by Underwriters Laboratories. The fire extinguisher shall contain a dry chemical agent which is effective in extinguishing Class A, B, and C fires (tri -class), and shall be rated 2A -10B -C or greater. Part 3 — Execution Installation Install extinguisher no higher than 5 feet above floor and in accordance with applicable codes. Provide a fire extinguisher attached to the interior wall near each exit door to outside. 10-5 Z:\Bothell\Data\YAK\715-114\Phase 2 - Beech Street Lift Station and Force Main \ Specs \ 10 Specialties.docx 3/30/2017 12:16 PM © 2017 RH2 Engineering, Inc. Spring 2017 City of Yakima Division 10 — Specialties Beech Street Interceptor, Lift Station, and Force Main 10.45 Climb and Fall Prevention 10.45.1 Ladder Safety Climb System Part 1— General Performance Requirements Manufacturer shall certify in writing that Safety Climb System is capable of holding two (2) 300 -pound loads at any two locations along the ladder run. Safety Climb System shall meet the performance requirements of OSHA Federal Register 1910.27, FAA RR -S-001301 and ANSI A14.3-1992. Part 2 — Products Manufacturers Fall Protection Equipment Kits shall be equal to Microwave Tower Service, Inc., Corrosion Control Products Company, or North Safety Products. Components Ladder Safety Climb System shall be provided as indicated on the plans and shall comply with WAC Section 296-24-81. Safety Climb System shall be mounted to the ladder per manufacturer's design and written recommendation. The system shall be fabricated to match the height and end locations as shown on the plans. Provide a shock absorbing Y -lanyard compliant with ANSI Z359.1 in addition to the fall prevention system as required by rail material type. Include with Ladder Safety Climb System, two Fall Protection Equipment Kits. Each kit shall consist of a collection of safety gear required to comply with all applicable ANSI and OSHA regulations. Harness shall be a DBI/SALA Construction Style Cross -Over Full Body Harness with foam hip pad as well as a tongue buckle body belt for carrying tools, pouches, etc. Each harness shall be equipped with an adjustable front D -ring and back D -ring and side D -rings on the foam hip pads. Each kit shall also include a 6 -foot adjustable Web Lanyard with snap hooks, one 3 -foot Shock Absorbing Lanyard, two heavy duty Canvas Pouches, one Rope Grab for use on 5/8 -inch synthetic rope, and one self-closing and self-locking Steel Karabiner with 3/4 -inch gate opening designed to lock to the Safety Climb System in the event of a fall on the ladder. All components shall be packed in a rugged weatherproof Duffel Bag. The Owner shall choose harness size during the submittal process. 10.50 STORAGE SPECIALTIES 10.50.1 Equipment Storage Cabinet Part 2 — Products Components Cabinets shall be constructed of all -welded 24 -gauge steel. All cabinets shall include three-point lock with 3/8 -inch latch rod and adjustable shelves, 3 inches on center. Cabinet shall be 36 inches wide, 24 inches deep, and a minimum of 78 inches high. 10-6 3/30/2017 12:16 P31 7_:\Bothell \Dara\YAK \715-114\Phase 2 - I3ecch Street Lift Station and Force Main \ Specs \10 Specialnes.docx © 2017 RH2 Engineering, Inc. Division 11 Equipment 11.00 GENERAL This division covers that work necessary for providing and installing all equipment as described in these specifications and as shown on the plans. Sections in these specifications titled "Common Work for . . ." shall apply to all following subsections whether directly referenced or not. 11.05 Common Work for Equipment Part 1— General Related Sections See Division 1.81 for Seismic Restraint requirements. Submittals Submittal information shall be provided to the Owner for the following items: • Pumps and Motors • Pump Anchor Bolts • Heating, Ventilating and Air Conditioning (HVAC) Equipment • Temporary Bypass Sewage Pumping System 11.10 Pumps 11.10.1 Common Work for Pumps Part 1— General Summary This section covers work necessary to provide the pumps, complete with motors and accessories, described herein and as shown on the Plans Related Sections • 1.75.1 Schedule • 1.82 Pressure Ratings • 9.91.33 Coatings — Submerged Metals • 9.91.13 Coatings — Ferrous Metals including Cast/Ductile Iron • 10.14.9 Pump signs References • HI — Hydraulic Institute. • ASTM — American Society for Testing and Materials. Z:\Bothell\Data\YAK\715-114\Phase 2 - Beech Street Lift Station and Force Main\Specs\11 Equipment.docx 3/30/2017 12:16 PDI © 2017 RI -I2 Engineering, Inc. Spring 2017 City of Yakima Division 11— Equipment Beech Street Interceptor, Lift Station, and Force Main • AISI — American Iron and Steel Institute. • ANSI — American National Standards Institute. Definitions Pumps are classified by the following terms: Submersible — Refers generally to single stage centrifugal pumps such as Submersible Sewage or Sump Pumps. Performance Requirements The design and performance requirements listed for each pump must be met, with no exceptions. Pumps that do not meet all of the conditions will be rejected. Submittals Submittal information shall be provided for each individual pump. Product Data: • A minimum of five (5) installations with similarly sized and configured pumps in equivalent fluid applications. Include location, contact name, and number. • Specifications and data describing all pump parts, pieces, and components. Include information on materials of construction and proposed coating systems. • Performance curves showing total dynamic head (TDH) in feet, efficiency and net -positive -suction head required (NPSHR) vs. output in gallons per minute (GPM). All losses from the drive shaft, seal, coupling and other mechanical losses shall be included in the pump efficiency data presented. Catalog or software generated curves may be submitted for preliminary approval and ordering. • Additional curves for VFD pumps, curves for speeds at 60 percent, 75 percent, and 90 percent of full speed. • Provide documentation on assembled pump and motor unit natural frequency. Natural frequency shall not occur within 20 percent of speed above or below the pump's operating speed range of 800 rpm to 1800 rpm. • All losses from the drive shaft, seal, coupling and other mechanical losses shall be included in the pump efficiency data presented. Catalog curves may be submitted for preliminary approval and ordering. • Provide (up/down) thrust forces versus pump output (GPM) for each operating point specified. • Complete list of all pump system components and accessories to be provided • Calculations showing compliance with bearing life and shaft deflection. Shop Drawings: • Provide detailed dimensional drawings showing outline dimensions, lengths, overall sizes, materials and weights for each pump unit and associated accessories. 11-2 3/30/2017 12:16 PM Z:\Bothell\Data\'YAK \715-114\Phase 2 - Beech Street Lift Station and Force Main \ Specs \11 13quiprnent.docx © 2017 RI -12 Engineering, Inc. City of Yakima Spring 2017 Beech Street Interceptor, Lift Station, and Force Main Division 11— Equipment Closeout Submittals: Provide the following submittals prior to project closeout: • Operations and Maintenance Manual • Manufacturer Signed Warranties with pump serial numbers. Schedule Provide delivery time in time from approval of shop drawings/submittal. All equipment shall be delivered within twenty (20) weeks or less from approval of complete submittal information. Quality Assurance The pump manufacturer shall accept unit responsibility for the motor/pump assembly. Ensure that pumps selected are locally serviceable and replacement parts are readily available. Delivery, Storage, and Handling Pumps shall be delivered, stored, and handled in accordance with manufacturer recommendations. Warranty All pumping equipment described in this section and provided under this contract shall be warranted against defects in materials and workmanship for a period of two (2) years after date of project acceptance. Following pump and motor installation, supplier shall furnish services of a qualified manufacturer's representative to inspect pump units and inform Owner, prior to field testing, of any defects or concerns regarding condition of each unit and its installation at the job site. Upon resolution of any defects or concerns (if any) and work performed by the Contractor at their expense, manufacturer's warranty shall then be in full effect with no reservation or qualifications other than those stated in the manufacturer's warranty. Upon completion of pump installation, manufacturer shall provide written certification that equipment is fully warranted as installed. Extra Materials Provide any special tools required for pump or motor maintenance. Part 2 — Products Manufacturers The following manufacturers are pre -approved for use on this project. • Hidrostal Components All pump system components shall be provided by the pump manufacturer and shall include: 11-3 Z:\Bothell\Data\YAK\715-114\Phase 2 - Beech Street Lift Station and Force Main \Specs\ 11 Equipment.docx 3/30/2017 12:16 PM © 2017 RH2 Engineering, Inc. Spring 2017 City of Yakima Division 11— Equipment Beech Street Interceptor, Lift Station, and Force Main • Motor • Shaft assembly • Impeller assembly • Volute assembly • Discharge head or pump casing • Couplings • Power cable • All other necessary appurtenances for complete unit assembly • Removal mechanisms • Pre -rotation basins Accessories All pumps are to include an engraved non -corrosive metal nameplate on the exterior of the pump head or body (duplicate attached to pump support flange or shipped loose if submersible), readily accessible without requiring any disassembly. The nameplate shall include, at a minimum, the following information: • Pump Manufacturer • Pump Model Number • Pump Serial Number • Impeller Number • Impeller Trim • Number of Stages • Design TDH (feet) • Design Flow (gpm) • Supplier Name and Phone Number • Date of Manufacture • Inverter Duty Rated Source Quality Control Factory Pump Performance Testing and Certification Factory testing curves and data on each pump must be provided prior to pump delivery. Variations between factory tests and previously submitted catalog curves may be cause for rejection. Factory testing of the pump may use a dynamometer or calibrated motor. A performance test as described in the latest edition of Hydraulic Institute's (HI) Pump Tests (ANSI/HI 14.6 Centrifugal and Vertical, ANSI/HI 11.6 Submersible) shall be 11-4 3/30/2017 12:16 Pi\I Z:\Bothell\Data\YAK\717-114\Phase 2 - Beech Street Lift Station and Force Main \ Specs \11 E0uipment.docx © 2017 RH2 Engineering, Inc. City of Yakima Spring 2017 Beech Street Interceptor, Lift Station, and Force Main Division 11— Equipment performed, submitted to the Engineer and approved for each pump prior to shipment to the construction site. Pumps shall be tested at the factory to Hydraulics Institute standards, except as modified below. • Test speed must be at the rated speed, unless prior written approval is given by the Engineer. • HI 14.6.5.7.1: No less than three (3) additional test points beyond the five (5) points listed in the HI standard are required. Two (2) of these points between shutoff head and design point, and one (1) point to the right of the design point. • HI 14.6 Appendix K, 11.6.10: Model tests are not allowed unless prior approval is given by engineer. Supplier shall submit a written request to perform a model test with procedures outlined for Engineer's review. A certified data sheet and performance curve shall be provided for each pump in similar fashion to HI 14.6 Appendix H pump test summary of information. At a minimum provide: • Information per HI standards. • TDH (ft.) vs. Flow (gpm) • Power (hp) vs. Flow (gpm) • Thrust (lbs.) vs. Flow (gpm) (catalog data is acceptable) • NPSHR (ft.) vs. Flow (gpm) (catalog data is acceptable) • Motor Input Power • Motor Output Power • Hydraulic Efficiency (%) vs. Flow (gpm) (where applicable) • Overall Efficiency (%) • Additional curves for VFD pumps, curves for speeds at 60 percent, 75 percent, and 90 percent of full speed. Graphs must be submitted and approved prior to shipment of pumps. Preliminary curves shall be provided to the engineer prior to performing official factory tests for verification of performance criteria and pump selection. Submersible pump factory tests shall adhere to the tolerances of HI 11.6.5.4 Grade 2U. Part 3 — Execution Installation/ Construction Install pump units in accordance with manufacturer's specifications and direction. Installation shall be supervised and approved by manufacturer's representative prior to operating or field testing units. Adjust pump assemblies so that driving units are properly aligned, plumb, and level with the driven units and all interconnecting shafts and couplings. Flexible couplings shall not be used to compensate for any misalignment. 11-5 Z:\Bothell\Data\YAK\715-114\Phase 2 - Beech Street Lift Station and Force Main \Specs\11 Equipment.docx 3/30/2017 12:16 PM © 2017 RH2 Engineering, Inc. Spring 2017 City of Yakima Division 11 — Equipment Beech Street Interceptor, Lift Station, and Force Main Connect suction and discharge piping to the pump in a manner which prevents strain on pump flanges. Field Quality Control See Division 1.75.1 Scheduling for scheduling and notification requirements. Contractor shall be responsible for calibration, startup, and initial performance to meet specifications herein. A field test shall be made to give an indication of the performance of the new pump when it is operating under actual field conditions and to establish the acceptance of the pump furnished and installed. The field test shall be conducted and/or supervised by the pump manufacturer's authorized representative, and observed by the Engineer after the piping and controls have been installed. Upon completion of pump installation and testing, manufacturer shall provide written certification that equipment is installed correctly and fully warranted. A performance test similar to those described in the latest edition of Hydraulic Institute's (HI) Pump Tests (ANSI/HI 14.6 centrifugal & vertical, ANSI/HI 11.6 Submersible) shall be performed, submitted to the Engineer and approved for each pump. The field test shall be performed to the accuracy obtainable with the testing equipment installed as a part of the piping and instrumentation. If sufficient field devices are not available, the Contractor shall provide testing gauges and meters as needed. At a minimum, the following are needed: • Suction pressure gauge, or water level probe. • Discharge pressure gauge • Flow meter • Electric current (Amp) meter(s), per phase. Results shall be within plus or minus 1 percent of the tolerances listed above under Source Quality Control. Prior to acceptance of installed pumps, manufacturer's representative shall demonstrate proper operation of pumps at capacities stated. Testing shall be completed under the observation of the Owner and Engineer. At that time, the following data shall be collected for each pump: • TDH vs. Flow at a minimum of three points which include: Shutoff head, Open to system, and approximately 50 -percent design flow with throttled discharge valve. Additional points may be required by Engineer. • Overall Efficiency Upon completion of pump installation and testing, manufacturer shall provide written certification that equipment is fully warranted as installed. Certification shall be provided that pumps meet all requirements set forth in these specifications and submittal literature. The pump installer shall also provide a written report of all test conditions and results. 11-6 3/30/2017 12:16 PM "L:\Bothell \ Data \ YAK \715-114\Phase 2 - 13cech Street Lift Station and Force Main\Specs\ 11 Equipment.docx © 2017 RH2 Engineering, Inc. City of Yakima Spring 2017 Beech Street Interceptor, Lift Station, and Force Main Division 11— Equipment Repair Repair and retest units failing any field test. If unit fails second field test, unit will be rejected and supplier shall furnish a unit that will perform as specified. 11.11 Temporary Bypass Sewage Pumping System Part 1— General Summary It is the intent of this specification to procure complete temporary bypass sewage pumping systems (Bypass System or System), from a locally represented supplier, for constructing the proposed gravity sewer interceptor, gravity sewer main modifications and the force main as identified in the plans. Submittals The Contractor shall submit three copies of the following project data for each Bypass System, from the System supplier, to the Engineer for review. One copy will be returned to the supplier. • System schematic diagrams, including details of the connections to the existing system, with all components indicated. • Technical data sheets for all components, including but not limited to: o Pumps and motors o Isolation valves o Sensors and gauges o Control Panel o Pressure Transmitter • Dimensional drawings of the System with all devices and equipment indicated. Include weight of the assembled System. • Control panel schematic. • Interior and exterior control panel layout drawing. • Description of pump control functions. • Calculations of System headloss. Project Conditions The Bypass Systems shall be designed for the following requirements: o Minimum flow rates as identified in the plans o Maximum sewage level deemed acceptable by the City o Independent float system for automated pump operation (where necessary) The number of pump run cycles shall not exceed 6 runs in any given hour. 11-7 Z:\Bothell\Data\YAK\715-114\Phase 2 - Beech Street Lift Station and Force Main\Specs\ 11 Equipment.docx 3/30/2017 12:16 PM © 2017 RI -12 Engineering, Inc. Spring 2017 City of Yakima Division 11— Equipment Beech Street Interceptor, Lift Station, and Force Main Sound attenuation shall be provided, as necessary, for the pumping equipment to meet applicable noise ordinances. Provisions must be made to prevent freezing conditions for each System and to provide weather protection as needed to ensure continuous operation of each System. An emergency generator shall be provided to operate the System in the event of a power or System failure. Noise generated from routine generator exercise shall comply with the applicable noise ordinances. The existing collection systems shall remain fully functional until the Engineer has approved in writing the Bypass System for continuous operation. Further, the Bypass System shall remain fully functional until the proposed improvements and maintenance have been approved to the satisfaction of the Engineer. Engineer approval of startup and testing for the Bypass System shall be based on, but not limited to, the following criteria: continuous, uninterrupted operations, sewage levels, pump run cycle times and number, and overall system performance. The Engineer reserves the right to simulate operational variables and equipment failures, in the presence of the Contractor, to verify the functional integrity of the pumping system. The Owner shall provide a certified operator during this period to provide operational decisions only. The Contractor shall provide equipment operation and maintenance; respond and repair any problems or failures that occur during this period. Any shut downs due to equipment or systems failures shall be corrected immediately by the Contractor. The Owner will provide contact information for on-call operations personnel during the pre -construction meeting. The Contractor shall supervise and be responsible for the proper maintenance and care of the Bypass System until the Engineer has approved the existing lift station for permanent operation. Part 2 — Products Manufacturer/ Supplier The Contractor shall retain a supplier who is a pump system manufacturer who specializes in the sales, maintenance, and repair of pumps and pumping systems. The retained supplier shall have been continuously engaged in business for at least ten (10) years and have similar experience providing temporary bypass pumping systems for sewage collection systems. The Contractor shall ensure that the supplier has replacement pumps available within 4 hours from the time of a failed component and personnel available 24 hours per day, seven (7) days a week to address any and all equipment issues. Components Pumping Equipment The Contractor shall provide sewage pump(s) for meeting the minimum discharge requirements. 11-8 3/30/2017 12:16 PM Z:\Bothell\Data\YAK\713-114\Phase 2 - Beech Street Lift Station and Force Main \ Specs \ 11 Equipment.docx © 2017 RH2 Engineering, Inc. City of Yakima Spring 2017 Beech Street Interceptor, Lift Station, and Force Main Division 11— Equipment Emergency Generator The Contractor shall provide an emergency generator sized to operate the Bypass System at full capacity in the event of a power failure. Generator shall have adequate supply of fuel to provide a minimum of 48 hours of uninterrupted service temporary service. Piping and Appurtenances Piping and all pertinent components shall be pressure rated to a minimum of 100 psi and shall be pressure tested to 100 psi. A sewage air release and vacuum valve shall be provided on the discharge side of the temporary pumps. Valve(s) shall be sized for maximum System pumping capacity. A check valve shall be provided on each pump discharge. Part 3 — Execution Installation The Contractor shall procure the pump and controls from the pump manufacturer as a package. The manufacturer's representative is required to be on site to assist the Contractor with the installation of the Bypass System. Field Quality Control Contractor shall be responsible for calibration, startup, and initial and continued operation and performance to meet specifications herein during the time the Bypass System is in operation. Supplier shall provide a trained, qualified manufacturer's representative to check installation and connection, perform field tests as indicated, and certify to Engineer that performance meets all specifications. 11.12 Wastewater Pumps 11.12.2 Submersible Sewage Pump Part 1— General Pre -rotation Pump Systems Pre -rotation pumping systems shall be supplied as shown on the plans. Each pre -rotation pumping system shall be capable of automatically matching the discharge rate of the pumping system to the influent flow of the system. Each pre -rotation pumping system shall be of self-cleaning design and shall be capable of capturing, entraining, and pumping floatables and other debris. Each pre -rotation pumping system shall consist of a clog -free screw centrifugal pump, an immersible motor, a suction bell, a fast -out system, a pre -rotation basin, and a level controller as specified herein. Quality Assurance All pumping systems furnished under this Section shall be of a design and manufacture that has been used in similar applications, and it shall be demonstrated to the satisfaction of the 11-9 Z:\Bothell\Data\YAK\715-114\Phase 2 - Beech Street Lift Station and Force Main\Specs\11 Equipment.docx 3/30/2017 12:16 PDI © 2017 RH2 Engineering, Inc. Spring 2017 City of Yakima Division 11— Equipment Beech Street Interceptor, Lift Station, and Force Main Owner that the quality is equal to systems made by that manufacturer specifically named herein. Manufacturers shall provide evidence of at least five (5) installations in which similarly sized systems have provided satisfactory performance for a minimum of five (5) years in a similar application. To insure a consistent high standard of quality, the manufacturer of this pumping system shall comply with the requirements of the ISO 9001 Quality System, and such compliance shall be verified by an independent certification agency approved by the International Organization for Standardization. Documentation shall be submitted for approval showing compliance with this requirement, and the pumping system will not be released for shipment until approved. Unit responsibility: Each pre -rotation pumping system shall consist of a clog free screw centrifugal pump, complete with immersible motor, pump variable frequency control panel, suction bell, fast out elbow connection, and all other specified accessories and appurtenances must be furnished by the pump manufacturer to insure compatibility and integrity of the individual components, and provide the specified warranty for all components. The screw centrifugal pumps and motors specified in this section shall be furnished by and be the product of one manufacturer. Extra Materials Provide a spare mechanical seal for the inner and outer mechanical seal of each pump (3 inner and outer seals, total). Provide a spare impeller for the pump station (1 impeller total). Part 2 — Products The pump manufacturer shall provide the following: • Three (3) pumps, including all pump appurtenances and accessories; • Three (3) fiberglass pre -rotation basins, including fast -outs and pump rail assemblies. Operational Requirements Pumps 1, 2, 3 — Pump shall be equal to Hidrostal E8K-SS driven by a 37.4 HP 1.15 SF motor with Prerotation system. The manufacturer shall certify in writing that the pump and motor combination will be capable of full time operation at the speed ranges identified in the variable speed curves indicated in product literature with no reduction in wear and tear of pump and motor components. Primary Design Point at approximately 1,800 RPM: Design head — 45 feet Design flow — 2,400 gallons per minute Fluid — sewage Min. overall efficiency at design head — 77 percent 11-10 3/30/2017 12:16 PM Z:\Bothell\Data\YAK\715-114\Phase 2 - Beech Street Lift Station and Force i\Iain\Specs \11 Equipmencdocx © 2017 RH2 Engineering, Inc. City of Yakima Spring 2017 Beech Street Interceptor, Lift Station, and Force Main Division 11— Equipment Secondary Design Point at approximately 1,420 RPM: Design head — 30 feet Design flow — 1,800 gallons per minute Fluid — sewage Min. overall efficiency at design head — 78 percent Pump Criteria 1) Minimum discharge diameter — 8 inches with 8 -inch discharge elbow 2) Minimum non-compressible solids passage — 4 inches 3) Minimum L-10 bearing life — 50,000 hrs. The pre -rotation pumping system shall be capable of pumping 700 gallons per minute (gpm) at 10 feet Total Dynamic Head (TDH). The pumps shall be designed for continuous operation and will be operated continuously under normal service over the entire pre -rotation range Pumps The basic design shall be a single -passage, clog -free pump, utilizing a screw -centrifugal impeller. The overall pump design shall combine high efficiency, low required NPSH, a large solid passage, and the ability to handle rags or other fibrous material without plugging. The hydraulic design of the impeller shall combine the action of a positive displacement screw with the action of a single -vane centrifugal impeller to provide a single, non -bifurcated flow stream with only gradual changes in flow direction. The leading edge of the impeller vane shall blend into the impeller body in such a way that any rag or other fibrous material caught on the leading edge and folded over both sides of the vane will be unfolded and released as the textile follows the flow stream through the pump. The impeller flange or impeller shall contain a spiral groove on the rear face so that any solids in the pumped media are discharged from the space between the backplate and the rear of the impeller. In order to maintain optimum running clearances along the entire length of the impeller to maintain design hydraulic efficiencies, the geometry of the impeller and suction piece shall be conical, so any axial adjustment of the impeller will cause the clearance between the impeller and suction piece to change uniformly along the entire length of the impeller. Designs incorporating curved, or combination curved/conical impeller and suction piece are not acceptable because, in such designs, clearances cannot be adjusted uniformly over the full length of the impeller. Suction and discharge flanges shall be drilled to meet ANSI 125 pound bolting. Materials of Construction All materials shall be suitable for use in pumping raw sewage and shall be constructed with abrasion -resistant materials, as follows: 11-11 Z:\Bothell\Data\YAK\715-114\Phase 2 - Beech Street Lift Station and Force Main\Specs\11 Equipment.docx 3/30/2017 12:16 PM © 2017 RH2 Engineering, Inc. Spring 2017 City of Yakima Division 11— Equipment Beech Street Interceptor, Lift Station, and Force Main The pump volute, backplate and suction piece housing shall be of close -grained cast iron, ASTM A 48-CL30. The impeller shall be of 450 Brinell hardness 28 percent hi -chrome Iron, ASTM A 532-CL.III Type Al. Liner — The suction shall have an independently replaceable suction liner of minimum 450 Brinell 28 percent hi -chrome Iron, ASTM A 532-CL.III Type Al and shall be externally adjustable by means of three stainless steel threaded studs with lock nuts. Each adjusting nut shall incorporate a mechanism for positively advancing, positively retracting, and positively locking the position of the suction liner, so that the necessary running clearances between the liner and impeller can be maintained without disassembly of the pump and/or piping. Motor Motors shall be of the explosion -proof design, approved by Factory Mutual for uses in Class I, Groups C&D, hazardous locations. The power cable shall be sized according to the NEC and ICEA standards and shall be of sufficient length to reach the junction box without the need of any splices. The outer jacket of the cable shall be oil resistant chloroprene rubber. The motor and cable shall be capable of continuous submergence underwater without loss of watertight integrity to a depth of 20 feet. The motors shall be of the immersible type, suitable for full -load, continuous operation either completely dry or fully submerged in the pumped liquid of up to 20 -foot depths. Motors shall be of the "air-filled" type, to optimize efficiency, with stator and rotor housed in a watertight chamber containing only air. Motors of the "oil -filled" type, with stator and rotor immersed in oil or motors, which circulate the pumped media through internal cooling media channels, ports, or jackets are not acceptable. Motors shall incorporate a separate heat -exchanger circuit, with a shaft -mounted cooling pump circulating oil from a jacket surrounding the stator housing to a heat -exchanger surface cast into the pump backplate. The circulating oil shall transfer excess motor heat directly to the pumped media inside the pump volute, without the need of submergence for adequate motor cooling at any continuous power output up to and including rated powers in ambient of 40 degrees Celsius. Alternately, motors shall dissipate heat directly (by convection) from the exposed stator housing to surrounding ambient air, without the need of submergence for adequate motor cooling at any continuous power output up to and including rated power in ambient of 40 degrees Celsius. Motor stator windings and leads shall be insulated with moisture -resistant Class F insulation for operation at temperatures up to 155 degrees Celsius. Motors shall have the stator varnish applied by the "vacuum -pressure impregnation" method to ensure thorough and complete varnish penetration. The stator shall be heat -shrink fitted into the stator housing. Motor cable -entry sealing assembly shall consist of the following five components to ensure a positive, redundantly watertight seal: 11-12 3/30/2017 12:16 I'M Z:\Bothell\Data\YAK\713-11 4\Phase 2 - Beech Street Lift Station and Force Main \ Specs \11 Equipment.docx © 2017 RH2 Engineering, Inc. City of Yakima Spring 2017 Beech Street Interceptor, Lift Station, and Force Main Division 11— Equipment The sealing components shall be mechanically isolated from cable strains by a two-piece restraining clamp, which will securely grip the cable above the moisture -sealing components and bear any mechanical forces applied to the cable. The cable moisture seal shall consist of an elastomer grommet, prevented from extruding past the cable by stainless steel retaining washers on either side. The grommet shall be compressed tightly against the cable outside diameter (and the entry assembly inner diameter) by a screwed follower gland. Each individual conductor shall be interrupted by a solid -copper isolation dam to prevent wicking of moisture through the conductor strands. The cable insulation shall be sealed by an epoxy poured into the cable entry and totally encapsulating the stripped -back insulation and the individual copper dams. This poured epoxy seal shall also function as a redundant seal for the cable outside diameter. The cable free end shall be sealed from moisture -entry during shipping, storage, and prior to connection to the control panel by a plastic sleeve securely clamped over the cable end. Motors, which use only a compress -grommet gland, or only a poured epoxy seal, without benefit of redundancy of both types together, are not equal or acceptable. Shaft sealing shall be by independently -mounted, tandem mechanical seals contained in an oil chamber that is formed as an intrinsic part of the motor frame and allows the seals to be completely submerged in and lubricated by the oil bath. The mechanical seal nearest the bearing shall utilize carbon/ceramic faces, and shall isolate the seal cooling oil from the motor frame. The mechanical seal nearest the impeller shall be a stainless steel or rubber bellows -type construction firmly attached to the rotating face and clamped to the shaft, to prevent contaminants from contacting the stainless steel spring which loads the seal face. The seal faces shall be a solid tungsten -carbide rotating face running against a solid silicon -carbide stationary face. Seals with both faces of similar materials, or seals with bonded, soldered, or converted face surfaces are not equal or acceptable. The mechanical seal nearest the impeller shall be contained in a seal chamber formed by the impeller flange and a recess cast into the motor frame. To prevent debris from entering the chamber and to prolong the mechanical seal life, a flush port shall be provided so that an optional external water flush can be supplied directly into the seal chamber. The mechanical seal nearest the impeller shall be isolated from contaminants in the pumped media by a labyrinth -fit between the backside of the impeller and the backplate, as well as by pump -out grooves cast into the impeller back shroud and into the backplate, to minimize debris reaching the shaft seal. Both inner and outer seals shall be dimensionally interchangeable with standard off-the-shelf, inch -size, John Crane mechanical seals, or equal, to allow second -source availability of seals from local distributors for emergency repairs. The thrust bearings shall be designed to take the full axial load of the impeller. Motors shall be immersible, 3 phase, 60 cycle, with HP, RPM, and voltage as follows: HP 37.4; RPM 1,800; Volts 460. 11-13 Z:\Bothell\Data\1 AK\715-114\Phase 2 - Beech Street Lift Station and Force Main\Specs\11 Equipment.docx 3/30/2017 12:16 PM © 2017 RFI2 Engineering, Inc. Spring 2017 City of Yakima Division 11— Equipment Beech Street Interceptor, Lift Station, and Force Main Motors shall be high efficiency motors and inverter duty rated for use with variable frequency drives (VFDs). Protection Devices The motor shall be provided with the following protection devices: Three thermistors embedded in each phase of the stator windings, wired in series, will open a protective circuit if winding temperature exceeds rated operating temperature. These sensors automatically reset when winding temperature has cooled to a safe operating temperature. A conductivity probe to monitor the moisture content of the oil in the chamber between the outer and the inner mechanical seals. The probe shall be wired to a separate protective circuit, which, when connected to a conductivity -sensitive relay in the control panel, will trip an alarm if moisture content of the oil indicates a failure of the outer mechanical seal. Efficiency Motors shall be high efficiency motors. Motor -Starting Motors and control system shall include an automatic starting system as shown in the Plans. Mounting — Fast Out System and Pump Removal Rail System The manufacturer shall provide a stainless steel fast -out fixture, which shall be permanently mounted in the wet well as shown by the Plans. The fixture shall cantilever the entire pump and motor from the volute discharge flange, providing an unobstructed sump floor under the pump. The fixtures shall include a 90 -degree elbow to connect to vertical piping, and shall provide mounts for two stainless steel rails of standard schedule pipe, which will guide the pump into position. The pump shall be supported by a positive metal -to -metal interlocking flange, which is additionally sealed by a leak -proof nitrile rubber ring pressed against the fixture flange by the weight of the pump. The pump removal rail system shall provide smooth, easy, removal and installation of the specified pumps from the lift station. The system shall include for each pump unit a hydraulic sealing flange, discharge base elbow, guide rails, carrier guide bracket, Grip -Eye System, nylon line, and lifting bale assembly. The guide rails, carrier guide bracket, and lifting bale assembly shall be constructed of stainless steel materials Suction Bell A galvanized, spun steel Suction Bell shall be provided to prevent premature vortexing of the liquid column, thereby extending the pre -rotation range. The hot -dipped galvanized coating shall be in accordance with ASTM A123. 11-14 3/30/2017 12:16 PM L:\Bothell\Data\YAK\713-11 1\Phase 2 - Beech Street Lift Station and Force Main \ Specs \11 Equipment.docx © 2017 RH2 Engineering, Inc. City of Yakima Spring 2017 Beech Street Interceptor, Lift Station, and Force Main Division 11— Equipment Pre -rotation Basin The pre -rotation basin and calibrated tangential inlet shall be prefabricated for field installation and shall be constructed of a minimum thickness 1/4 -inch reinforced fiberglass, complete with 3/4 -inch fiberglass coated tie -down rope molded to the basin for retention into concrete. The pre -rotation basin shall be generally sized to meet the dimensions shown in the Plans. The coating shall be a gel coat of 9 to12 mils equal to Pittsburgh Paint No. 56-5335. Part 3 — Execution Installation Install per manufacturer's requirements. Installation shall be reviewed in the field by a certified pump manufacturer representative and approved for use with full warranty in affect per these specifications. 11.12.3 Sump Pump Part 2 — Products Manufacturers Sump pump: equal to M98, Zoeller pump. Materials Pump motor shall be hermetically sealed, submersible type operating in a high quality dielectric oil for cooling the windings and for lubrication of the motor bearings and ceramic - carbon shaft seal. Single phase motor shall have internal automatic resetting, thermal overload protection. Construction shall be of cast iron with 100% baked -on powder coated epoxy finish. All fasteners and external metal parts shall be of stainless steel. Impeller shall be of vortex non -clog design. Single phase pump shall have an integral mechanical float switch, which shall require no adjustment, nor require additional equipment for operation. Cord length shall be of adequate length to reach from the valve chamber to the power junction boxes located above grade. 11.90 OTHER EQUIPMENT 11.95 Heating, Ventilating, and Air -Conditioning 11.95.1 Common Work for HVAC Part 3 — Execution Install per HVAC units per strict conformance with manufacturer recommendations. HVAC representative shall visit the project site once manufactured units are shipped and on site to review installation procedures with Contractor. HVAC representative shall certify with written letter to Engineer that installation of HVAC equipment meets manufacturer's requirements. Brackets and support frames if needed shall be provided in order to properly install the HVAC equipment meeting manufacturer requirements. 11-15 Z:\Bothell\Data\YAK\715-114\Phase 2 - Beech Street Lift Station and Force Main\Specs\11 Equipment.docx 3/30/2017 12:16 PM © 2017 RI -I2 Engineering, Inc. Spring 2017 City of Yakima Division 11 — Equipment Beech Street Interceptor, Lift Station, and Force Main 11.95.34 Fans 11.95.34.2 Ceiling Ventilators Part 2 — Products Manufacturers The following manufacturers are pre -approved for use on this project. Acme Centri Master Ventset centrifugal, Greenheck, Cook, or approved equal. Materials Ceiling ventilators shall be a centrifugal type, exhaust fan suitable for mounting in ceilings. Fan motors shall be permanently lubricated, thermal -protected, PSC, ball-bearing motors designed for continuous operations. Provide fan housing fabricated from heavy gauge galvanized steel and lined with sound absorbing acoustical material. Provide air intakes covered with aluminum or steel grille with a baked white enamel finish. Part 3 — Execution Installation Size and control ventilators as shown on the Plans. Provide power disconnect switch for each unit. 11.95.80 Decentralized HVAC Equipment 11.95.81.16 Wall Mounted Ductless Room Air Conditioner Part 1— General Performance Requirements Air conditioning unit shall have a cooling capacity of 18,000 BtuH minimum. Power to unit shall be 230 Volt, single phase. Unit shall have a minimum 19.0 SEER. Filter shall be replaceable. Unit shall be capable of operation using both fresh air or recirculated air. Part 2 — Products Manufactured Units Indoor unit shall be equal to Mitsubishi PKA-A18HA7 with wireless remote controller. Outdoor unit shall be equal to PUY-A18NKA7. Part 3 — Execution Installation Locate air conditioner as shown on the Plans. Install wall mounted interior unit per manufacturer's recommendation. Outdoor unit to be wall mounted with manufacturer stainless steel 316 wall mounting brackets. Provide adequate space around outdoor unit per manufacturer's requirements. Set thermostat to maintain a space temperature of 72 degrees Fahrenheit (setpoint is adjustable). 11-16 3/30/2017 12:16 PM Z:\Bothell\Data\YAK\715-114\Phase 2 - Beech Street Lift Station and Force Main \ Specs \11 Fquipmenr.docx © 2017 Rl-12 Engineering, Inc. City of Yakima Spring 2017 Beech Street Interceptor, Lift Station, and Force Main Division 11— Equipment 11.95.83.33 Radiant Space Heaters Part 1— General Related Sections Division 17.53.2 — Cooling Thermostat. Division 17.53.3 — Heating Thermostat. Design Requirements Furnish and install wall -mounted space heater(s) as shown on the Plans. Part 2 — Products Manufacturers Heaters shall be as specified on the Plans. Equals will be accepted. Components Space heaters shall be electric air element type of the size and location shown on the Plans. Provide with a universal mounting bracket, a disconnect switch and mounting hardware. Provide contactors in heater to interface with control relays and 480V power supply. Heater shall be controlled via a wall -mounted thermostat, see Division 17.53.3 for additional information. Part 3 — Execution Installation Mount bottom of heater(s) 6 feet 6 inches from finished floor unless specified otherwise on the Plans. Provide clearance from walls, ceiling, and obstacles as recommended by the manufacturer. 11-17 Z:\Bothell\Data\YAK\715-114\Phase 2 - Beech Street Lift Station and Force Main \Specs\ 11 Equipment.docx 3/30/2017 12:16 PM © 2017 RH2 Engineering, Inc. Division 12 Furnishings 12.00 GENERAL. This division covers that work necessary for fabricating and installing all furnishings and accessories as described in these specifications and as shown on the Plans. Sections in these specifications tided "Common Work for . . ." shall apply to all following subsections whether directly referenced or not. 12.05 Common Work for Furnishings Part 1— General Submittals Submittal information shall be provided to the Owner for the following items: • Paper Towel Dispenser • Waste Container • Workbench References Division 5.05.23 Bolts and Other Connectors. Quality Assurance Quality standards of the Architectural Woodwork Institute (AWI) shall apply and, by reference, are hereby made a part of this specification. Any reference to premium, custom, or economy in this specification shall be defined as the latest edition of the AWI "Quality Standards." Woodwork manufacturer must have a reputation for doing satisfactory work on time and have successfully completed comparable work. Engineer reserves the right to approve the woodwork manufacturer selected to furnish all of the woodwork. All woodwork shall be performed by one woodwork manufacturer. 12.40 ACCESSORIES 12.46.2 Paper Towel Dispenser Part 2 — Products Materials Provide one (1) surface -mounted paper towel dispenser for mounting at a single field -directed location. Dispenser capacity shall be a minimum of 400 C -fold paper towels. Dispenser shall be fabricated from Type 304 stainless steel with piano -type hinge. Dispenser shall have a satin finish. 12-1 Z:\Bothell\Data\YAK\715-114\Phase 2 - Beech Street Lift Station and Force Main\Specs\12 Furnishings.docx 3/30/2017 12:17 PM © 2017 RH2 Engineering, Inc. Spring 2017 City of Yakima Division 12 — Furnishings Beech Street Interceptor, Lift Station, and Force Main 12.46.33 Waste Container Part 2 — Products Materials Provide one (1) waste container at two (2) field -directed locations. Waste container shall be fabricated from Type 304 stainless steel with vinyl wall bumpers, rubber non -skip feet, and hooks for plastic liners. Waste containers shall be 14 inches by 14 inches by 30 inches high with a capacity of 21 gallons. Waste container shall have a satin finish. 12.50 FURNITURE 12.57 Industrial Furniture 12.57.1 Free Standing Workbench Part 2 — Products Components Provide workbench(es) as shown on the Plans. Workbench shall contain the following components. • Two (2) 12 -inch -wide drawers • One (1) 30 -inch -wide drawer • Working surface to be 1 -inch solid high density plastic All doors, drawers, shelving, and panels shall be fabricated with a medium -density overlay (both faces) plywood. Cover exposed plywood with plastic laminate. Accessories shall include but not be limited to: • Three (3) self-closing hinges per door • Recessed finger pulls • Adjustable shelf standard and brackets Workbench shall be 28 inches to 32 inches wide, by 34 inches to 42 inches long. Part 3 — Execution Installation Assemble workbench as much as possible in shop for field installation. Install workbench plumb and level, without distortion. Doors, shelves, and drawers shall operate smoothly. 12-2 3/30/2017 12:17 PM Z:\Bothell\Data\YAK\713-11 }\Phase 2 - Beech Street Lift Station and Force Main \ Specs \12 Furnishings.docx © 2017 RFL Engineering, Inc. Division 13 Special Construction 13.00 GENERAL Sections in these specifications titled "Common Work for . . ." shall apply to all following subsections whether directly referenced or not. 13.05 Common Work for Special Construction Part 1— General Submittals Prefabricated building. Related Specifications Division 5.05.23 Bolts and other Connectors. 13.40 INTEGRATED CONSTRUCTION 13.42 Building Modules 13.42.66 Pre -Manufactured Steel Building Part 1— General Section Includes A. Metal Building System for the Equipment Building and Headworks Shelter including: 1. Structural steel framing system. 2. Metal roof system. 3. Metal wall system. 4. Roof and wall insulation systems. 5. Metal trim. 6. Doors and Hardware. Related Requirements • Section 3.30 — Concrete. • Section 8.11.13 — Hollow Metal Doors and Frames. Reference Standards A. American Institute of Steel Construction (AISC) 1. AISC Specification for Structural Steel Buildings. 13-1 Z:\Bothell\Data\YAK\715-114\Phase 2 - Beech Street Lift Station and Force Main \Specss\13 Special Construction.docx 3/30/2017 12:18 PN1 © 2017 RH2 Engineering, Inc. Spring 2017 Division 13 — Special Construction City of Yakima Beech Street Interceptor, Lift Station, and Force Main 2. AISC Serviceability Design Considerations for Low -Rise Buildings. B. American Iron and Steel Institute (AISI) 1. AISI North American Specification for the Design of Cold -Formed Steel Structural Members. C. American Welding Society (AWS) 1. AWS D1.1/D1.1M — Structural Welding Code — Steel. 2. AWS D1.3/D1.3M — Structural Welding Code — Sheet Steel. D. Association for Iron and Steel Technology (AISE) 1. AISE 13 — Specifications for Design and Construction of Mill Buildings. E. ASTM International (ASTM) 1. ASTM A 325 — Standard Specification for Structural Bolts, Steel, Heat Treated, 120/105 ksi Minimum Tensile Strength. ASTM A 653/A 653M — Standard Specification for Steel Sheet, Zinc -Coated (Galvanized) or Zinc -Iron Alloy -Coated (Galvannealed) by the Hot -Dip Process. 3. ASTM A 792/A 792M — Standard Specification for Steel Sheet, 55 Percent Aluminum -Zinc Alloy -Coated by the Hot -Dip Process. 4. ASTM B 117 — Standard Practice for Operating Salt Spray (Fog) Apparatus. 5. ASTM C 518 — Standard Test Method for Steady -State Thermal Transmission Properties by Means of the Heat Flow Meter Apparatus. 6. ASTM C 1363 — Standard Test Method for Thermal Performance of Building Materials and Envelope Assemblies by Means of a Hot Box Apparatus. 7. ASTM D 522 — Standard Test Methods for Mandrel Bend Test of Attached Organic Coatings. 8. ASTM D 523 — Standard Test Method for Specular Gloss. 9. ASTM D 968 — Standard Test Methods for Abrasion Resistance of Organic Coatings by Falling Abrasive. 10. ASTM D 1308 — Standard Test Method for Effect of Household Chemicals on Clear and Pigmented Organic Finishes. 11. ASTM D 2244 — Standard Practice for Calculation of Color Tolerances and Color Differences from Instrumentally Measured Color Coordinates. 12. ASTM D 2247 — Standard Practice for Testing Water Resistance of Coatings in 100 Percent Relative Humidity. 13. ASTM D 2794 — Standard Test Method for Resistance of Organic Coatings to the Effects of Rapid Deformation (Impact). 14. ASTM D 3361 — Standard Practice for Unfiltered Open -Flame Carbon -Arc Exposures of Paint and Related Coatings. 2. 13-2 3/30/2017 1218 PM '7.:\Bothell\Data\YAK \715-11.1\Phase 2 - Beech Street Ltft Station and Force t\latn\Specs \13 Spcctal Construetion.docx © 2017 R1-12 Engineering, Inc. City of Yakima Beech Street Interceptor, Lift Station and Force Main Spring 2017 Division 13 — Special Construction 15. ASTM D 4214 — Standard Test Methods for Evaluating the Degree of Chalking of Exterior Paint Films. 16. ASTM E 84 — Standard Test Method for Surface Burning Characteristics of Building Materials. 17. ASTM E 96/E 96M — Standard Test Methods for Water Vapor Transmission of Materials. 18. ASTM E 1592 — Standard Test Method for Structural Performance of Sheet Metal Roof and Siding Systems by Uniform Static Air Pressure Difference. 19. ASTM G 87 — Standard Practice for Conducting Moist SO2 Tests. F. Federal Specifications (FS) 1. SSPC-Paint 25, Primer, Raw Linseed Oil and Alkyd Primer without Lead and Chromate Pigments. G. FM Global 1. FMRC Standard 4471 — Approval Standard for Class 1 Roofs for Hail Damage Resistance, Combustibility, and Wind Uplift Resistance. Roof systems shall be installed to meet the requirements of the assembly tested. H. Metal Building Manufacturers Association (MBMA) 1. MBMA Metal Building Systems Manual. I. North American Insulation Manufacturers Association (NAIMA): 1. NAIMA 202 — Standard for Flexible Fiber Glass Insulation to be Laminated for Use in Metal Buildings. The Society for Protective Coatings (SSPC) 1. SSPC-Paint 25 — Primer for Use Over Hand Cleaned Steel performs to SSPC-Paint 25 standards. 2. SSPC-SP2 — Hand Tool Cleaning. K. Underwriters Laboratories (UL) 1. UL 580 — Standard for Tests for Uplift Resistance of Roof Assemblies. 2. UL 723 — Standard for Test for Surface Burning Characteristics of Building Materials. L. US Army Corps of Engineers (USACE) 1. USAGE Unified Facilities Guide Specification Section 07 61 13. Pre -installation Meetings A. A pre -installation meeting is required a minimum of two (2) weeks before start of installation of metal building system. All parties directly affecting work of this section shall attend, including Owner, Contractor, Engineer, installer, and metal building system manufacturer's representative. J• 13-3 7..:\Bothell\Data \ YAK \715-114\Phase 2 - Beech Street Lift Station and Force illatn\Specs \ 13 Special Constrncnon.docx 3/30/2017 12:18 PM © 2017 RH2 Engineering, Inc. Spring 2017 Division 13 — Special Construction City of Yakima Beech Street Interceptor, Lift Station, and Force Main Submittals A. Comply with Section 1.33 — Submittals and Shop Drawings. B. Product Data: Submit metal building system manufacturer's product information, specifications, and installation instructions for building components and accessories. C. Erection Drawings: Submit metal building system manufacturer's erection drawings, including plans, elevations, sections, and details, indicating roof framing, transverse cross-sections, covering and trim details, and accessory installation details to clearly indicate proper assembly of building components. D. Certification: Submit written letter of certification prepared and signed by a Professional Engineer, registered to practice in Washington State verifying that the metal building system design and metal roof system design (including panels, clips, and support system components) meet indicated loading requirements and codes of authorities having jurisdiction. 1. Certification shall reference specific dead loads, live loads, snow loads, wind loads/speeds, tributary area load reductions (if applicable), concentrated loads, collateral loads, seismic loads, end-use categories, governing code bodies, including year, and load applications. 2. Submit certification on the metal building system manufacturer's letterhead. E. Submit certification verifying that the metal roof system has been tested and approved by Underwriter's Laboratory as Class 90. F. Dealer Certification: Submit certification that the metal building system supplier or metal roof system supplier is a manufacturer's authorized and franchised dealer of the system to be furnished. G. Installer Certification: Submit certification that the metal building system or roof system installer has been regularly engaged in the installation of building systems of the same or equal construction to the system specified. H. Warranty Documentation: Submit manufacturer's standard warranty. Quality Assurance A. Manufacturer's Qualifications 1. Manufacturer regularly engaged, for past ten (10) years, in manufacture of metal building systems of similar type to that specified. Accredited based on IAS Accreditation Criteria AC472 and requirements in International Building Code (IBC), Chapter 17. B. Installer's Qualifications 1. Installer regularly engaged, for past five (5) years, in installation of metal building systems of similar type to that specified. 2. Employ persons trained for installation of metal building systems. 2. 13-4 3/30/2017 12:18 PM Z:\Bothell\Data\YAK\713-11-1\Phase 2 - Beech Sweet Lift Station and Force Main \ Specs \13 Special Cnnstrucuon.docx © 2017 RI -12 Engineering, Inc. City of Yakima Beech Street Interceptor, Lift Station and Force Main Spring 2017 Division 13 — Special Construction C. Letter of Certification 1. Metal building system manufacturer shall submit written certification prepared and signed by a Professional Engineer, registered to practice in Washington State verifying that building system design and metal roof system design (including panels, clips, and support system components) meet indicated loading requirements and codes of authorities having jurisdiction. 2. Certification shall reference specific dead loads, live loads, snow loads, wind loads/speeds, tributary area load reductions (if applicable), concentrated loads, collateral loads, seismic loads, end-use categories, governing code bodies, including year, and load applications. 3. Letter of certification shall be on metal building system manufacturer's letterhead. 4. Refer to Submittals article of this specification section. D. Material Testing 1. In addition to material certifications of structural steel, metal building system manufacturer shall provide, upon request at time of order, evidence of compliance with specifications through testing. 2. This quality assurance testing shall include testing of structural bolts, nuts, screw fasteners, mastics, and metal coatings (primers, metallic coated products, and painted coil products). Delivery, Storage, and Handling A. Delivery and Acceptance Requirements: Deliver materials to site in manufacturer's original, unopened containers and packaging, with labels clearly identifying product name and manufacturer. B. Storage and Handling Requirements 1. Store and handle materials in accordance with manufacturer's instructions. 2. Keep materials in manufacturer's original, unopened containers and packaging until installation. 3. Do not store materials directly on ground. 4. Store materials on flat, level surface, raised above ground, with adequate support to prevent sagging. 5. Protect materials and finish during storage, handling, and installation to prevent damage. Warranty A. See Division 7 for required metal roof system warranty. B. Metal building system manufacturer shall warrant the building for a minimum of twenty-five (25) years for weather tightness, against panel and paint defects, and against 13-5 Z:\Bothell\Data\YAK\715-114\Phase 2 - Beech Street Lift Station and Force \Iain\Specs\13 Special Construction.docx 3/30/2017 12:18 P?tl © 2017 RH2 Engineering, Inc. Spring 2017 Division 13 — Special Construction City of Yakima Beech Street Interceptor, Lift Station, and Force Main leaks, arising out of or caused by ordinary wear and tear under normal weather and atmospheric conditions. C. Metal Building System Manufacturer's Certification: Metal building system manufacturer shall submit a signed written Certification stating that the metal roof system manufacturer or approved representative will provide warranties and Inspection and Report Service specified in this specification section. 1. Warranty terms shall be submitted with shop drawings. Part 2 — Products Manufacturer A. Metal Building System Manufacturer 1. Butler Manufacturing 2. Nucor Building Systems 3. Allied Steel Buildings 4. General Steel Buildings 5. Or Equal. Building Description A. Building Dimensions: Indicated on the Drawings. 1. Horizontal Dimensions: Measure to inside face of wall sheets. 2. Eave Height: Measure from top of finished floor to intersection of insides of roof and sidewall sheets. 3. Clear Height Between Finished Floor and Bottom of Roof Steel: Indicated on the Drawings. 4. Doors: As indicated on the drawings and as specified in Division 8. B. Primary Structural Members 1. Frames: Welded -up plate section columns and roof beams, complete with necessary splice plates for bolted field assembly as specified in this specification section. 2. Bolts for Field Assembly of Primary Steel: High-strength bolts as indicated on erection drawings of metal building system manufacturer. 3. Beam and Post Endwall Frames: Endwall corner posts, endwall roof beams, and endwall posts as required by design criteria. Frame around all door openings. 4. Exterior Columns: Welded -up "H" sections or cold -formed "C" sections. 5. Interior Columns: Not allowed. 6. Connection of Primary Structural Members: ASTM A 325 bolts through factory -punched holes. 13-6 3/30/2017 12:13 P::\1 Z:\Bothell\Data\Y_\K\715-114\Phase 2 - Beech Street Lift Station and Force Main\Specs\13 Special Constructton.docx © 2017 RH2 Engineering, Inc. City of Yakima Beech Street Interceptor, Lift Station and Force Main Spring 2017 Division 13 — Special Construction 7. Primary Structural Members: Paint with metal building system manufacturer's standard primer with surface preparation as specified in this specification section. C. Secondary Structural Members 1. C/Z Purlins and Girts: Acrylic -coated G30 galvanized finish. D. Metal Roof System as specified in Division 7.61. E. Metal Wall System as specified in this section. F. Where metal panels are required to be painted, use coating system as specified in this specification section. Design Loads A. Governing Design Code 1. Structural design for the building structural system shall be provided by the metal building system manufacturer for the following design criteria: a. Governing Building Code: IBC. b. Year/Version: 2015 c. Risk Category: III (Wastewater Treatment Facility) B. Roof Live Load 1. Roof live loads are loads produced during the life of the structure by moveable objects. 2. Wind, snow, seismic, or dead loads are not live loads. 3. Roof live loads are applied based on the Tributary Area as follows: a. 600 Square Feet or Greater: 20 psf. 4. The roof shall be designed to accommodate the fixed equipment crane as shown on the drawings. The crane will be capable of carrying a single 4,000 pound. C. Roof Snow Load 1. Roof snow load used for designing the structure shall not be reduced and shall be the product of the following criteria: a. Snow Load Coefficient (Ce): 0.9 (Terrain C, fully exposed) b. Thermal Factor (Ct): a. Building overhang: 1.2 (unheated structure) b. Main Building: 1.0 (heated) c. Snow Importance Factor (I): 1.1. d. Ground Snow Load (Pg): 30 psf. (per City of Yakima) 13-7 L:\Bothell\Data\YAK\715-114\Phase 2 - Beech Street Lift Station and Force Main\Specs\13 Special Construcnon.docx © 2017 RH2 Engineering, Inc. 3/30/2017 12:18 PM Spring 2017 Division 13 — Special Construction City of Yakima Beech Street Interceptor, Lift Station, and Force Main 2. Design snow load shall include the effects of minimum flat roof load limits, rain on snow, drifting snow, and unbalanced snow load as defined in the governing building code specified above. D. Wind Load 1. Wind load used for designing the structure shall be the product of the following criteria: a. Wind Exposure Category: C. b. Wind Topographic Factor (Kzt): 1.0 c. Wind Directionality Factor (Kd): 0.85 d. Wind Velocity (V), miles per hour: 115 mph e. Wind Importance Factor (Iw): 1.0. 2. \Y/ind Pressure Coefficients and the design pressures shall be applied in accordance with ASCE 7-10. E. Seismic Load 1. Seismic load used for designing the structure shall be based on the following criteria: a. Spectral response acceleration for short periods (Sds): 47.0 percent g. b. Spectral response acceleration for 1 -sec. period (Sdl): 27.5 percent g. c. Site Class: D. d. Seismic Importance Factor (I): 1.25. 2. Seismic loads shall be applied in accordance with the governing code. F. Dead Load: Dead load shall consist of the weight of building system construction, such as roof, framing, and covering members. G. Collateral Load 1. Collateral load equal to at least five (5) pounds per square foot shall be applied to the entire structure to account for the weight of additional permanent materials other than the building system, such as sprinklers, mechanical systems, electrical systems, hung partitions, and ceilings. 2. This allowance does not include the weight of hung equipment weighing fifty (50) pounds or more. 3. Equipment loads of fifty (50) pounds or more shall be indicated on the Drawings and the structure shall be strengthened as required. 4. Engineer will provide the metal building system manufacturer with the magnitude and approximate location of concentrated loads greater than fifty (50) pounds before design of the building starts. H. Auxiliary Loads: Auxiliary loads shall include dynamic loads, such as cranes and material handling systems, and will be defined in the Contract Documents. 13-8 3/30/2017 12:18 071 Z:\Bothell\Data\1.111\715-114\Phase 2 - Beech Street Lift Station and Force Nlam\Specs \13 Special Construction.docx © 2017 RH2 Engineering, Inc. City of Yakima Beech Street Interceptor, Lift Station and Force Main Spring 2017 Division 13 — Special Construction I. Load Combinations: Load combinations used to design primary and secondary structural members shall be in accordance with the governing code. Deflections A. Structural Members 1. Maximum deflection of main framing members shall not exceed IBC requirements or industry standards. B. Lateral deflections, or drift, at the roof level of the structure in relation to the floor or slab on grade, caused by deflection of horizontal force resisting elements, shall not exceed IBC requirements or industry standards. C. Calculations for deflections shall be done using only the bare frame method. 1. Reductions based on engineering judgment using the assumed composite stiffness of the building envelope shall not be allowed. 2. Drift shall be in accordance with AISC Serviceability Design Considerations for Low -Rise Buildings. 3. Use of composite stiffness for deflection calculations is permitted only when actual calculations for the stiffness are included with the design for the specific project. 4. When maximum deflections are specified, calculations shall be included in the design data. Structural Steel Framing System A. General 1. Design of Structural System: Clear or multi -span rigid frame with tapered or straight columns and roof beams, with gable or single -slope roof. 2. Actual Building Length a. Structural line to structural line. b. Same as nominal (i.e., number of bays x length of bays). c. Structural Line: Defined as inside face of wall sheets. 3. Actual Building Width a. Structural line to structural line. b. Nominal building width. 4. Roof Slope: As shown on the drawings. 5. Components and Parts of Structural System a. Indicated on the Drawings or the Specifications. b. Clearly marked. c. Erection Drawings: Supply for identification and assembly of parts. 13-9 L:\Bothell\Data\YAK\715-114\Phase 2 - Beech Street Lift Station and Force Main \ Specs \ 13 Special Construction docx 3/30/2017 12:18 PM © 2017 RH2 Engineering, Inc. Spring 2017 Division 13 — Special Construction City of Yakima Beech Street Interceptor, Lift Station, and Force Main d. Drawings: Carry stamp of a registered professional engineer. 6. Foundations a. Foundations, Including Anchor Bolt Embedment Length: As Shown. b. Reactions for Proper Design of Foundations: Supplied by metal building system manufacturer. c. Anchor Bolts i. Anchor Bolt Diameter: Indicated on anchor bolt layout drawings furnished by metal building system manufacturer. ii. Anchor Bolts: Supplied by Contractor, not metal building system manufacturer. iii Anchor Bolts on Moment -Resisting Column Bases: Nuts above and below base plates. B. Structural Steel Design 1. Structural Mill Sections or Welded -up Plate Sections: Design in accordance with AISC Specification for Structural Steel Buildings. Cold -Formed Steel Structural Members: Design in accordance with AISI North American Specification for the Design of Cold -Formed Steel Structural Members. 3. Structural System: Design in accordance with specified building code (Refer to Design Loads and Building Codes). C. Primary Framing 1. Rigid Frames a. Frames: Welded -up plate section columns and roof beams, complete with necessary splice plates for bolted field assembly. i Base Plates, Cap Plates, Compression Splice Plates, and Stiffener Plates: Factory welded into place and connection holes factory fabricated. ii. Columns and Roof Beams: Fabricated complete with holes in webs and flanges for attachment of secondary structural members and bracing, except for fieldwork as noted on erection drawings furnished by metal building system manufacturer. b. Bolts for Field Assembly of Frame Members: ASTM A 325 high-strength bolts as indicated on erection drawings furnished by metal building system manufacturer. 2. Endwall Structural Members: Cold -formed channel members designed in accordance with AISI North American Specification for the Design of Cold -Formed Steel Structural Members or welded -up plate sections designed in accordance with AISC Specification for Structural Steel Buildings. 13-10 3/30/2017 12.13 I',51 Zt\Bothell \Data\YAK \715-11-1\Phase 2 - Beech Street Lift Station and Force Main \ Specs \13 Special Cnnstrucdion.dncx © 2017 12E2 Engineering, Inc. City of Yakima Beech Street Interceptor, Lift Station and Force Main Spring 2017 Division 13 — Special Construction a. Endwall Frames: Endwall corner posts, endwall roof beams, and endwall posts as required by design criteria. i. Splice Plates and Base Clips: Shop fabricated complete with bolt connection holes. ii. Base Plates, Cap Plates, Compression Splice Plates, and Stiffener Plates: Factory welded into place and connection holes shop fabricated. iii. Beams and Posts: Factory fabricated complete with holes for attachment of secondary structural members, except for field work as noted on erection drawings furnished by metal building system manufacturer. b. Intermediate Frames: Substituted for end -wall roof beams, when specified. i. Factory fabricate necessary endwall posts and holes for connection to intermediate frame used in endwall. D. Secondary Structural Members 1. Purlins a. Purlins i. "Z" -shaped, precision -roll -formed, acrylic -coated G30 galvanized steel in different gauges to meet specified loading conditions. ii 7 -inch, 81/2 -inch, 10 -inch, or 11'/2 -inch deep "Z" sections. b. Outer Flange of Purlins: Factory -punched holes for panel connections. c. Attach purlins to main frames and endwalls by '/2 -inch -diameter bolts through end seat of truss purlin. d. Brace purlins on top and bottom chords spaced at intervals indicated on erection drawings furnished by metal building system manufacturer. e. Concentrated Loads: Hung at purlin panel points. 2. Eave Members a. Eave Struts: Factory punched 7 -inch, 8'/2 -inch, 10 -inch, or 111/2 -inch deep "C" sections, precision -roll -formed, acrylic -coated G30 galvanized steel in different gauges to meet specified loading conditions. 3. Girts a. ttZtt or "C" -shaped, precision -roll -formed, acrylic -coated G30 galvanized steel in different gauges to meet specified loading conditions. b. 7 -inch, 81/2 -inch, 10 -inch, or 111/2 inch -deep "Z" or "C" sections. c. Outer Flange of Girts: Factory -punched holes for panel connections. 13-11 /_:\Bothell\Data \ YAK \715-114\Phase 2 - Beech Street Lift Station and Force Main \ Specs \13 Special Construction.docx 3/30/2017 12:18 PM © 2017 R1-12 Engineering, Inc. Spring 2017 Division 13 — Special Construction City of Yakima Beech Street Interceptor, Lift Station, and Force Main 4. Bracing a. Locate bracing as indicated on the Drawings. b. Diagonal Bracing i. Hot -rolled rods of sizes indicated on the Drawings. ii. Attach to columns and roof beams as indicated on the Drawings. c. Optional fixed -base wind posts or pinned -base portal frames may be substituted for wall rod bracing on buildings as required. d. Flange Braces and Purlin Braces: Cold formed and installed as indicated on the Drawings. E. Welding 1. Welding Procedures, Operator Qualifications, and Welding Quality Standards: AWS D1.1 — Structural Welding Code — Steel and AWS D1.3 — Structural Welding Code — Sheet Steel. 2. Welding inspection, other than visual inspection as defined by AWS D1.1, paragraph 6.9, shall be identified and negotiated before bidding. 3. Certification of Welder Qualification: Supply when requested. F. Painting of Structural Steel Framing System 1. General a. Structural Steel: Prime paint as temporary protection against ordinary atmospheric conditions. b. Perform subsequent finish painting, if required, in field as specified in the painting section. c. Before painting, clean steel of loose rust, loose mill scale, dirt, and other foreign materials. d. Steel Fabricator: Not required to sand blast, flame clean, or pickle steel before painting, unless otherwise specified. Primary Frames a. Clean steel in accordance with SSPC-SP2. b. Factory cover steel with one (1) coat of gray water -reducible alkyd primer paint formulated to equal or exceed performance requirements SSPC-Paint 25. c. Minimum Coating Thickness: 1.0 mil. 3. Secondary Structural Members — Roll -Formed a. Hot -dipped zinc coating, ASTM A 653, G30; followed by one (1) coat of clear acrylic finish. 13-12 3/30/2017 1218 PM %:\ Bothell \ !Data \ YAK. \715-114\Phase 2 - Beech Street Lift Station and Force \lain\Specs \13 Special Construction.docx © 2017 R1-12 Engineering, Inc. City of Yakima Beech Street Interceptor, Lift Station and Force Main Spring 2017 Division 13 — Special Construction b. Acrylic -Coated G30 Galvanized Steel: Equal or exceed performance requirements of SSPC Paint -25. Metal Roof System A. Metal Roof System: See Division 7.60 for roof system requirements. Metal Wall System A. Exterior Metal Wall System: Butler Manufacturing's' "Butlerib® II" wall system or equal. B. Wall System Design: Design wall panels in accordance with AISI North American Specification for the Design of Cold -Formed Steel Structural Members. C. Wall Panels 1. Roll -formed panels, 3 feet wide with four (4) major corrugations, 11/2 inches high, 12 inches on center, with two (2) minor corrugations between each of the major corrugations entire length of panel. 2. One piece from base to building eave. 3. Upper End of Panels: Fabricate with mitered cut to match corrugations of roof panels of 1/2 inch to 12 inches and square cut for all other roof panels and slopes. 4. Factory punch or field drill wall panels at panel ends and match factory -punched or field -drilled holes in structural members for proper alignment. 5. Panel Material and Finish a. Paint with full-strength, 70 percent "Kynar 500" or "Hylar 5000" fluoropolymer (PVDF) coating. b. PVDF Coating Warranty: Metal building system manufacturer shall warrant coating for twenty-five (25) years for the following. i Not to peel, crack, or chip. ii. Chalking: Not to exceed ASTM D 4214, #8 rating. Fading: Not more than five (5) color -difference units, ASTM D 2244. 6. Panel Material and Finish: Special materials, gauges, or colors as applicable for custom designs. D. Fasteners 1. Wall Panel -to -Structural Connections: Torx-head fasteners. 2. Wall Panel -to -Panel Connections: Torx-head self -drilling screws. 3. Fastener Locations: Indicated on erection drawings furnished by metal building system manufacturer. 4. Exposed Fasteners: Factory painted to match wall color. 13-13 L:\Bothell\Data\YAK\715-114\Phase 2 - 13eech Street Lift Station and Force Main \Specs\ 13 Special Construction.docx 3/30/2017 12:18 PNI © 2017 RH2 Engineering, Inc. Spring 2017 Division 13 — Special Construction City of Yakima Beech Street Interceptor, Lift Station, and Force Main E. Accessories 1. Accessories (i.e., doors, windows, louvers): Standard with metal building system manufacturer, unless otherwise noted and furnished as specified. 2. Location of Standard Accessories: Indicated on erection drawings furnished by metal building system manufacturer. Insulation A. Laminated Fiberglass: Owens-Corning Fiberglas, NAIMA 202, "Certified R" metal building insulation. 1. TIMA Insignia and Insulation Thickness: Ink -jet printed on fiberglass. B. Back -Fill Insulation: Owens-Corning Fiberglas unfaced "Pink Metal Building Insulation Plus". C. Roof Insulation 1. Certified R -Value: 42. D. Wall Insulation 1. Certified R -Value: 19 minimum. E. Roof and Wall Insulation Facing: WMP-50. 1. 0.0015 -inch -thick, UV -stabilized, white polypropylene film laminated to 30 -pound Kraft paper/metalized polyester, reinforced with glass -fiber and polyester scrim. 2. Adhere facing to Owens-Corning Fiberglas "Certified R", NAIMA 202 fiberglass blanket. 3. Assembly of Insulation Blanket and Facing: a. Flame Spread Rating: Less than 25. b. UL Label: Submit as specified in Submittals article of this section. c. Perm Rating: 0.02. Insulation Support System A. Insulation Support System: Butler Manufacturing's" "Sky-Web0" " insulation support system. B. Description: 1. 1,000 denier polyester yarn intenvoven on nominal 1/2 -inch -square grid coated with fire -retardant, UV -stabilized, PVC -based binder. 2. Polypropylene tape bindings on all four (4) edges. a. Two Edges that Attach to Building Eave Members: Reinforce with 1/4 -inch -diameter polypropylene rope. 13-14 3/30/2017 12:18 PM Z \Bothell\Data\YAK\715-114\Phase 2 - Beech Street Lift Station and Force Main \ Specs \13 Special Construcnrnt.docx © 2017 RI -I2 Engineering, Inc. City of Yakima Beech Street Interceptor, Lift Station and Force Main Spring 2017 Division 13 — Special Construction 3. Furnish in building bay lengths by building widths. a. Cover one (1) bay of building length. b. Extend eave-to-eave across building. C. Physical Properties: 1. Tensile Strength (pounds/yarn): a. Machine Direction: 15 pounds. b. Cross Direction: 15 pounds. 2. Ends per Inch: a. Machine Direction: 2.5. b. Cross Direction: 2.0. 3. Weight: 0.28 to 0.32 ounces per sq. ft. D. Fasteners and Attachment Hardware: 1. Connections to Eave Members: Steel strapping and self -drilling screws. 2. Mesh -to -Insulation Support System Edge Connections: Plastic cable ties. E. Fire -Hazard Classification: 1. UL Fire -Hazard Classification Ratings, UL 723: a. Flame Spread: 15. b. Smoke Developed: 400. Roof Insulation System A. Roof Insulation System: Butler Manufacturing' "ThermaLiner"M" roof insulation system. B. System Components 1. Metal Roof System: See Division 7.61 2. Sub -Structural System a. 3 -inch nominal zee -shaped members (nominal 0.060 -inch -thick, acrylic -coated, galvanized steel), factory punched for specific roof system being installed. b. Support Brackets: i. 3 -inch, 5 -inch, or 8 -inch height support zee and provide space for various thicknesses of insulation. ii Install with self -drilling fasteners through interior liner panel and into building structure. c. Attach zees to support brackets with self -drilling fasteners. 13-15 Z:\Bothell\Data\Y_1K\715-114\Phase 2 - Beech Street Lift Station and Force Mani \ Specs \13 Special Construction.docx 3/30/2017 12:18 PM © 2017 RI -12 Engineering, Inc. Spring 2017 Division 13 — Special Construction City of Yakima Beech Street Interceptor, Lift Station, and Force Main 3. "Mod -36" Liner Panels a. Interior Liner Panels: Form from 0.015 -inch minimum thickness coated steel with minimum yield strength of 80,000 psi. b. Nominal 36 -inch -wide panel with corrugations 9/16 inch high, 29/16 inches on center. c. Factory cut to required length. d. Unpainted Liner Panels: Galvalume aluminum -zinc alloy coated steel. 4. Vapor Retarder a. Liner Panel, Sidelaps, and Endlaps: Seal with "Panlastic" sealant to prevent vapor transmission between sheets. i. Foam Closure: Use at terminating ends of liner panels to seal corrugations of panels. 5. Insulation a. Unfaced Insulation: NAIMA 202. b. Top Layer of Blanket Insulation: 3 -inch -thick insulation installed between roof panels and 3 -inch zee. i. Furnish insulation in rolls of 3 -foot, 4 -foot, 5 -foot, or 6 -foot width. c. Bottom Layer of Blanket Insulation: Furnish in rolls of 3 -foot, 4 -foot, 5 -foot, or 6 -foot width or 5 -foot by 5 -foot batts. i. Thickness of Bottom Layer: Vary dependent on overall thermal performance of system desired. Refer to the following chart. C. Fasteners 1. Sub -structurals and Liner Panels: Install with self -drilling screws for attachment 2. Roof Attachment Fasteners: As specified under Roof System in this specification section. D. Provision for Expansion and Contraction 1. Provision for Thermal Expansion and Contraction Movement: Accomplish in roof system. 2. As specified under Roof System in this specification section. E. Performance Testing: As specified under Roof System in this specification section. Metal Coating System A. Metal Coating System: factory -applied, exterior metal coating system B. Substrate Preparation 1. G90 Hot -Dipped Galvanized Steel or AZ50 Galvalume: Factory -controlled chemical -conversion treatment. 13-16 3/30/2017 12:18 PNI Z:\Bothell\Data\YAK\715-114\Phase 2 - Beech Street Lift Station and Force :\Iain\Specs\13 Special Construcnon.docx © 2017 RFL Engineering, Inc. City of Yakima Beech Street Interceptor, Lift Station and Force Main Spring 2017 Division 13 — Special Construction C. Coating 1. Material: "Fluropon." Full-strength, 70 percent, "Kynar 500" or "Hylar 5000" fluoropolymer (PVDF) color coating. 2. After steel preparation, coat exterior exposed surface with primer and "Fluropon." 3. Nominal Total Dry Film Thickness: 1.0 mil. 4. Interior Exposed Surfaces: Coat with polyester color coat. 5. Apply coatings to entire material dimensions of steel sheets before forming of panels. D. Physical Characteristics of Exterior Coating 1. Resistance to failure through cracking, checking, peeling, and loss of adhesion. 2. Measure by the following laboratory weather -simulating tests to obtain test results justifying metal building system manufacturer's twenty-five (25) -year warranty: a. Humidity resistance at 100 degrees Fahrenheit and 100 percent relative humidity, ASTM D 2247. b. Salt -spray resistance at 5 percent salt fog, ASTM B 117. c. Reverse impact resistance, ASTM D 2794. d. Resistance to accelerated weathering, Atlas Model XW-R Dew Cycle Weather -O -Meter, ASTM D 3361. e. Resistance to dry heat. f. Abrasion resistance, ASTM D 968. g. Chemical/acid/pollution resistance, ASTM D 1308 and G 87. h. Maintain gloss of finish evenly over entire surface, ASTM D 523 Part 3 — Execution Examination A. Examine area to receive metal building system. B. Notify Engineer of conditions that would adversely affect installation or subsequent use. C. Do not begin installation until unacceptable conditions are corrected. Erection — Structural Steel Framing System A. Erect structural steel framing system in accordance with the Drawings and metal building system manufacturer's erection drawings. B. Field Modifications 1. Require approval of metal building system manufacturer. 2. Responsibility of building erector. 13-17 Z:\Bothell\Data\YAK\715-114\Phase 2 - Beech Street Lift Station and Force Matn\Specs\13 Special Construction.docx 3/30/2017 12:18 PM © 2017 RI -12 Engineering, Inc. Spring 2017 Division 13 — Special Construction City of Yakima Beech Street Interceptor, Lift Station, and Force Main 3. Field Modifications to Truss Purlins: Not allowed, unless indicated on erection drawings furnished by metal building system manufacturer. C. Fixed Column Bases: Grout flush with floor line after structural steel erection is complete. Installation — Metal Roof System A. Metal Roof System Installation 1. Install roof system in accordance with metal building system manufacturer's instructions at locations indicated on the Drawings. 2. Install roof system weather tight. 3. Position panel clips by matching hole in clip with factory -punched holes in secondary structural members. 4. Position and properly align panels by matching factory -punched holes in panel end with factory -punched holes in eave structural member and by aligning panel with panel clip. 5. Field seam panel side laps by self-propelled and portable electrical lock -seaming machine. a. Machine field forms the final 180 degrees of a 360 -degree Pittsburgh double -lock standing seam. b. Factory apply side lap sealant. 6. Panel End Laps: Minimum of 6 inches, sealed with sealant (weather sealing compound), and fastened together by clamping plates. a. Sealants: Contain hard nylon beads, which prevent mastic from flowing out due to clamping actions. b. Join panel laps by 2 -piece clamped connection consisting of a bottom reinforcing plate and a top panel strap. c. Locate panel end laps directly over, but not fastened to, supporting secondary roof structural member and stagger, to avoid 4 -panel lap -splice condition. 7. Minimum Blanket Insulation Thickness: 2 inches. Installation — Metal Wall System A. Metal Wall System Installation 1. Install wall system in accordance with metal building system manufacturer's instructions at locations indicated on the Drawings. 2. Install wall system weather tight. 3. Verify structural system is plumb before wall panels are attached. 4. Align and attach wall panels in accordance with erection drawings furnished by metal building system manufacturer. 13-18 3/30/2017 12:18 P7l Z:\Bothell\Data\Y-\K\715-111\Phase 2 - Beech Street Ltfr Station and Force Main Special Contraction.docx © 2017 1ZH2 Engineering, Inc. City of Yakima Beech Street Interceptor, Lift Station and Force Main Spring 2017 Division 13 — Special Construction 5. Install side laps with minimum of 1 full corrugation. 6. Seal wall panels at base with metal trim. 7. Exterior Trim: Apply same finish as exterior color of wall panels, except the following: a. Gutters, Downspouts, Eave Trim, Gable Trim, Door -Side Flashings, and Header Flashings: Paint with exterior colors of `Butler -Cote` i" finish system, full-strength, 70 percent "Kynar 500" or "Hylar 5000" fluoropolymer (PVDF) coating in standard color of metal building system manufacturer. b. Windows: Factory paint aluminum extrusions (thermally broken). 8. Flashings, Trim, Closures, and Similar Items: Install as indicated on erection drawings furnished by metal building system manufacturer. Installation — Insulation A. Insulation Installation: Install insulation in accordance with metal building system manufacturer's instructions at locations indicated on the Drawings. Installation — Roof Insulation System A. Roof Insulation System Installation 1. Install roof insulation system in accordance with metal building system manufacturer's instructions at locations indicated on the Drawings. Protection A. Protect installed metal building system to ensure that, except for normal weathering, metal building system will be without damage or deterioration at time of Substantial Completion. 13-19 /_.:\Bothell\Data\YAK\715-114\Phase 2 - Beech Street Lift Station and Force Main \ Specs \13 Special Construcnon.docx © 2017 RI -I2 Engineering, Inc. 3/30/2017 12:18 Pi\1 Division 14 Conveying Systems 14.00 GENERAL This division covers the work necessary for furnishing and installing all conveying systems described herein and as shown on the Plans. Sections in these Specifications titled "Common Work for . .." shall apply to all following subsections whether directly referenced or not. 14.05 Common Work for Conveying Systems Part 1— General References Equipment furnished under this section shall comply in all respects with the requirements of the following standards. OSHA Occupational Safety and Health Administration CMAA Crane Manufacturer's Association of America HMI Hoist Manufacturer's Institute ANSI American National Standards Institute NEMA National Electric Manufacturer's Association WAC Washington Administrative Code Chapter 296-100 NEC National Electric Code AWS AWS D14.1 Specification for Welding Cranes AISC AISC Steel Construction Manual — Crane Runway forces IBC International Building Code Related Sections Division 05.05.23 Bolts and Other Connectors Submittals Provide submittals for the following items. • Monorail and hoist Provide, at a minimum, the following information. • Detailed designs. • Shop drawings. • Documentation of all shop and field testing. • Manufacturer's catalog data for hoist. • Dimensional drawings and details for bridge crane system. 14-1 Z:\I3othell\Data\YAK\715-114\Phase 2 - Beech Street Lift Station and Force Main\Specs\14 Convening Systems.docx3/30/2017 12:18 PM © 2017 RI -I2 Engineering, Inc. Spring 2017 Division 14 — Conveying Systems City of Yakima Beech Street Interceptor, Lift Station, and Force Main • Calculations for runway and bridge beams. Operations and Maintenance Manuals • Equipment function, normal operating characteristics and limiting conditions. • Assembly, installation, alignment and maintenance instructions. • Lubrication and maintenance instructions. • Guide to troubleshooting. • Parts list. • As -built drawing. • Test results. Quality Assurance Contractor shall adhere to OSHA, State and local safety guidelines, laws, rules and regulations. Contractor shall conform to all applicable specifications and/or standards as listed herein. Comply with CMAA Specification 74 or 70, as applicable. Steel members will not be ordered until shop drawings and submittals have been approved by the Owner. All electric equipment shall be UL, CSA or ETL labeled. Warranties Provide one (1) year equipment warranty. 14.40 LIFTS 14.41 Crane Systems 14.41.1 Common Work for Crane Systems Part 3 — Execution Installation Preliminary sizing, spacing and detailing of crane and support brackets are shown on the Plans. Provide required changes to the support brackets for a fully operational system. The Engineer will provide required revisions to support brackets based on these changes. Costs for changes to support bracket are considered incidental to the bid price. The system shall be installed in conformance with the manufacturer's instructions and inspected by a manufacturer's representative. Provide all necessary accessories and/or adjustments to make the system completely usable and capable of meeting the operating requirements, including the vertical removal of pump assembly without binding on the rails and as specified in the Operating Requirements. Test, adjust and clean equipment for acceptance by the Owner. 14-2 3/30/2017 12:18 PM L:\Bothell\Data\YAIi\715-11d\Phase 2 - Beech Street Lift Station and Force Main \ Specs \Id Conveying Systcros.docx © 2017 RI -I2 Engineering, Inc. City of Yakima Beech Street Interceptor, Lift Station, and Force Main Spring 2017 Division 14 — Conveying Systems Field Quality Control Inspect erection of structural components for conformance with reviewed shop drawings and contract documents prior to installation of equipment. Bring nonconforming work to the attention of the Engineer prior to proceeding with installation. Nonconforming structural elements or installation must be corrected by the Contractor prior to performing the system's load test. Testing All system equipment shall be operated using the crane through a complete lift and lowering cycle and through a complete travel of the crane as applicable to determine that the equipment performs smoothly and safely and that the hoist length is sufficient to permit operation from desired floor levels. All tests shall be carried out with the equipment loaded at 125 percent of capacity and tested using the actual anticipated service load (or a model matching the weight and dimensions of the anticipated service load). The bridge crane provider shall provide the test weight loads. Any defects shall be corrected by the system provider without any expense to the Owner. Repair/Restoration If the system or components are used by the Contractor during construction of this facility, they shall be repaired, repainted and otherwise refurbished to a like new condition prior to acceptance. The Contractor assumes all responsibility for operation and maintenance until the system has been accepted by the Owner. 14.41.5 Monorail Hoist Part 1— General Summary This section specifies monorail and hoisting equipment; including the complete system and its monorail, trolley, hoists, cabling and controls, and all appurtenances specified hereinafter. Design Criteria This section, in addition to what is shown on the Plans, details the requirements for the system. Span: Per Plans Capacity: 1.5 Ton Hoist type: Harrington (N)ERM015SD-SD. Hoist speeds: 18 and 3 FPM, two speed Hoist lift required: Per Plans Control: Pendant from hoist The system shall be designed to position the hoist hook above the center of the serviced equipment without interfering with the building walls or roof. 14-3 "L:\ Bothell \Data\YAK \715-114\Phase 2 - Beech Street Lift Station and Force Main\Specs\14 Conveying Systems.docx3/30/2017 12:18 PM © 2017 Rf-12 Engineering, Inc. Spring 2017 Division 14 — Conveying Systems City of Yakima Beech Street Interceptor, Lift Station, and Force Main Part 2 — Products Manufacturers Monorail package systems shall be provided by Harrington Hoists and Cranes or approved equal. Nlatei alr Components Material Monorail beams Steel, ASTM A36 or A992 Trolley Steel, ASTM A36 Wheels Cast iron or steel Hooks Forged steel Components The Contractor shall supply monorail support brackets as shown on the Plans. Hoist and Trolley • Hoist shall be electric chain hoist type with motorized trolley to fit standard "S" beams, wide flange "W" beams or fabricated boxes. • Hoist and trolley motors shall be per above, as applicable. • Hoist shall be two speed at a 1:6 speed ratio. • Trolley shall be inverter controlled for ramped acceleration and deceleration and variable speeds. • A four step upper and lower limit switch shall be provided. Limit switch shall provide upper and lower limit stopping, hoist slow down prior to reaching upper limit and phase reversal protection at upper limit. • Hoist motor shall be totally enclosed with NEMA 4 rating and Class F insulation at a minimum. • Hoist brake shall be DC type with adequate torque to stop and hold over 125 percent of the hoist -rated load. • Hoist control panel shall have NEMA 4 rating at a minimum. • Safety latch shall be provided on hook. • Hoist shall have a duty rating suitable for the load class and cycles of the application. Power Supply • Power supply for the hoist shall be 460 volt, three phase, 60 Hz. All power required for the operation of the hoist, trolley and end truck shall be developed from this source. Controls The following controls shall be used as applicable. 14-4 3/30/2017 12:18 Piitl Z:\Bothell\Dara\YAK\715-11,1\Phase 2 - 13ecch Street Lift Station and Force Main \ Specs \ 14 Conveying Sysrems.docx © 2017 12112 Engineering, Inc. City of Yakima Beech Street Interceptor, Lift Station, and Force Main Spring 2017 Division 14 — Conveying Systems • Pushbutton pendant suspended from hoist. • Controls shall be magnetic reversing type, or variable frequency, as required above. • Electrical enclosures shall be NEMA 4. Pushbutton enclosure shall be NEMA 4X. Labeling Hoist shall be labeled with load rating per WAC. Finishes Hoist and trolley shall be factory painted per manufacturer's standards and Division 9. Owner shall select color. Monorail shall be shop cleaned, primed and painted per manufacturer's standards and Division 9. Owner shall select color. The following items shall not be painted. • Rail surfaces in contact with wheels • Hoist chain 14.41.3 Confined Space Advanced Hoist System Part 1— General Summary This section specifies the confined space advanced hoist system, including the adjustable offset upper mast, lower mast, 3 -piece adjustable base, winch mount brackets, winch, winch cable and all appurtenances specified herein. Performance Standards This section, in addition to what is shown on the Plans, details the requirements for the system. Span: 31 to 42 inches for upper mast Capacity: 450 lbs. Winch: 450 lb. capacity, triple redundant braking mechanism, 9:1 and 4:1 speeds and working length of 60 feet. Part 2 — Products Manufacturers Confined space advanced hoist system shall be DBI Sala Model Number 8518040 Advanced 5 -Piece Hoist System or approved equal. Winch shall be DBI Sala Model Number 8518565 Advanced Digital 100 Series Power Drive with 60 -foot stainless steel cable assembly or approved equal. 14-5 Z:\Bothell\Data\YAK\715-114\Phase 2 - Beech Street Lift Station and Force Main \ Specs \14 Conveying Systems.docx3/30/2017 12:18 PM © 2017 RH2 Engineering, Inc. Spring 2017 Division 14 — Conveying Systems City of Yakima Beech Street Interceptor, Lift Station, and Force Main Part 3 — Execution Assemble on site per manufacturer's instructions and place as shown on the Plans. Once assembled, test system lowering and raising a member of the Contractor's team two (2) times using a power drill. Utilize both the 9:1 and 4:1 winch ratios, one (1) per lowering/raising. Owner's representative shall witness and approve the test. Contractor shall provide safety harness compatible with the system and power drill compatible with the winch for the test. 14-6 3/30/2017 12:18 PM Z:\Bothell\Dara\YAK\715-114\Phase 2 - Beech Street Lift Station and Force \-lain\Specs \14 Conveying Scstems.docx © 2017 RH2 Engineering, Inc. Division 15 Mechanical 15.00 GENERAL This division covers the work necessary for furnishing and installing mechanical appurtenances and accessories as described in these Specifications and shown on the Plans. Sections in these specifications titled "Common Work for . .." shall apply to all following subsections whether directly referenced or not. 15.05 Common Work for Mechanical Part 1— General Summary Provide the necessary piping, plumbing, fittings and appurtenances to make all piping systems complete, tested and ready for operation as specified herein and as shown on the Plans. Some fittings that are necessary for the complete piping system installation and operation may not have been shown. Provide fittings, pipe and appurtenances necessary, whether shown on the Plans or not, to make all piping systems complete, tested and ready for operation. Some pipe supports, thrust blocking and tie rods are not shown on the Plans. Provide pipe supports, thrust blocking, and tie rods for pipes as required by accepted design criteria to support and restrain the loads encountered. Related Sections Division 1.81 Seismic Restraint and Anchorage Division 1.82 Pressure Ratings Division 10.14.3 Pipe Markers References All products in contact with drinking water to be low -lead (less than 0.25 percent) content in compliance with NSF/ANSI 372. Submittals Submittal information shall be provided to the Owner for the following items. • Ductile iron pipe • Ductile iron fittings • Copper pipe and fittings • ABS plastic pipe • HDPE pipe and fittings • PVC pipe and fittings • Isolation valves 15-1 Z:\Bothell\Data\YAK\715-114\Phase 2 - Beech Street Lift Station and Force Main\Specs\15 Mechanical.docx 3/30/2017 12:19 PM © 2017 RI -12 Engineering, Inc. Spring 2017 City of Yakima Division 15 — Mechanical Beech Street Interceptor, Lift Station, and Force Main • Backflow prevention assembly and certification from DOH • Floor drains and cleanouts • Hose bibs • Flow meters • Level sensors • Pressure gauges • Hose and rack • Other mechanical components listed in this division or required by the Engineer Part 2 — Products Materials All valves, meters, hydrants, specialties, appurtenances and other such mechanical and plumbing components that are of similar purpose shall be of a single manufacturer and model line. Do not "mix and match" unless specifically stated otherwise or allowed by the Engineer. The intention of this requirement is to maintain consistency across all components installed on the project for function, maintenance, aesthetics and details of installation. 15.10 BURIED PIPE INSTALLATION Part 1— General Site Conditions Existing soils are unclassified except where specifically identified on the plans or specification. Part 3 — Execution Preparation Contractor shall pothole ahead of pipe -laying a sufficient distance at known utility crossings and where noted on the plans to allow room to make vertical adjustments as necessary to avoid existing utilities. Should the Contractor fail to pothole identified utility crossings, any subsequent adjustments necessary shall not be cause for cost or time claim. If the area potholed is in a travelled area and will be reopened to traffic more than one (1) day in advance of pipe laying through the zone, the hole shall be patched with hot or cold mix, the cost of which shall be incidental. Installation Install pipes to the depth shown on the profile or as required by the standard trench details. All non-metallic pipe, including service and air valve lines, that is not cased force main or gravity sewer main, shall include a tracer wire taped every 5 feet to the pipe. Wrap wire around pipe 3 -inch diameter and smaller. Loop tracer wire to the surface in accessible locations such as valve boxes, meter vaults, or other surface access. If no access is available for a distance of more than 1,500 feet, provide a valve box specifically for the tracer wire. 15-2 3/30/2017 12:19 PM Z:\Bothell\Data\YAK\715-114\Phase 2 - Beech Street 1. it Station and Force 1\Iain\Specs \ 15 Mcchanical.docx D 2017 RI -12 I3ngtnccrtng, Inc. City of Yakima Spring 2017 Beech Street Interceptor, Lift Station, and Force Main Division 15 - Mechanical Wire shall be solid UF, 12 AWG minimum for 2,000 feet runs and less, or 10 AWG for runs longer than 2,000 feet. Keep openings in pipe closed during the progress of work. Install plugs to prevent water and debris from entering pipe. No payment will be made to clean pipes. 15.11 Open Trench Pipe Installation 15.11.05 Common Work for Pipe Installation Part 3 — Execution Installation For push -on joint PVC pipe, joints shall not be pushed home. Stop the assembly when the marked insertion line is at the face of the bell. This is to allow for thermal expansion if the pipe is installed in cold weather. If the pipe has been pushed home, pull back to expose the insertion line. 15.11.13 Sewer Force Main Installation Part 1— General References A. Use materials and installation methods in accordance with the latest edition of the Uniform Plumbing Code and local codes and regulations that are applicable. Install force mains in accordance with all applicable sections of AW`VA including C600, C604, and C605. Part 3 — Execution Installation A. Install pipes in accordance with the manufacturer's recommendations. Use types and sizes of pipes as specified herein and/or as shown on the Plans. Where small pipe sizes are omitted from the Plans and not mentioned in the Specifications, use sizes corresponding to code requirements and as required by equipment and plumbing fixtures and appurtenances. Properly size any undesignated pipe sizes for the functions to be performed. B. Carefully lay pipe and supports at proper lines and grades. Follow the piping runs shown on the Plans as closely as possible, except for minor adjustments to avoid architectural and structural features. Make major relocations, if required, in a manner acceptable to the Engineer. C. Keep openings in pipes closed during progress of work. D. Form thrust blocking so that bolts, joints, gaskets and flanges of adjacent joints are clear of concrete allowing bolts and joints to be dismantled without removing concrete. All concrete blocking shall have a minimum compressive strength of 4,000 psi unless identified otherwise in Division 3.31.03 or on the Plans. E. Pipe passing through concrete walls or slabs shall be made watertight. 15-3 Z:\Bothell\Data\YAK\713-114\Phase 2 - Beech Street Lift Station and Force Main \ Specs \13 Mechanical.docx 3/30/2017 12:19 PM © 2017 RH2 Engineering, Inc. Spring 2017 City of Yakima Division 15 — Mechanical Beech Street Interceptor, Lift Station, and Force Main Field Quality Control A. No permanent connections to the existing sewer system shall be made until the new sewer main has been tested and approved by the Engineer. The Contractor shall verify the size, material and location of the existing sewer main at the connection point prior to installing the new main. Flushing and Testing A. Sewer force mains shall be hydrostatically pressure tested in accordance with Section 15.18.07. Prior to testing, the force main, valves and other components not already flushed by polypig shall be flushed or swept clean. 15.11.15 Sanitary Sewer Main Installation Part 1— General References A. Use materials and installation methods in accordance with the latest edition of the Uniform Plumbing Code and local codes and regulations that are applicable. Sewer mains shall be installed in accordance with Owner standards and the Standard Specifications. Part 3 — Execution Testing/Inspection A. Sanitary sewer mains shall be tested and inspected in accordance with Section 15.18.04. Cleaning A. All gravity sewer pipe shall be cleaned and flushed after backfilling and compaction. The pipe shall be cleaned and flushed by passing an inflatable rubber ball through the completed section or using a flush truck. Any obstruction, such as cemented grout or debris, found in the completed section shall be removed. 15.11.50 Trench Patching Part 1— General Scheduling and Sequencing The Contractor shall be required to patch all trenches installed within the existing pavement with Commercial Hot Mix Asphalt to the depth as shown in the Plans. Trench patches shall be installed no later than the second Friday following excavation for trenches parallel to the road, and no later than two (2) days following excavation for trenches crossing the road and across intersections. On trenches parallel to the roadway, the Contractor shall provide and maintain crushed surfacing base course to a smooth and level grade with the existing pavement until final patching is complete. On trenches crossing the roadway or intersections, the Contractor shall provide and maintain asphalt hot or cold mix until final patching is complete. 15-4 3/30/2017 12:19 PM L:\Bothell\Dara\1 AK\715-114\Phase 2 - Beech Street Lift Station and Force Main \ Specs \ 15 Mechanicatdocx © 2017 RH2 Engineering, Inc. City of Yakima Spring 2017 Beech Street Interceptor, Lift Station, and Force Main Division 15 - Mechanical Maintenance Crushed surfacing shall be inspected and repaired continuously, including over weekends and other non -working periods. Temporary patching, regardless of material used, shall be incidental to the project cost. No additional payment will be made. Part 3 — Execution Field Quality Control Pavement patching that must be removed and replaced due to any failed testing will not warrant additional payment. 15.13 Above -Grade Mechanical Installation 15.13.02 Exposed Piping Inspection and Testing Part 1— General Summary This section is for exposed major pressure pipe systems within the lift station wet well and valve vault. Testing of minor service plumbing systems to follow the IPC/UPC. Part 3 — Execution Preparation The Contractor shall provide all required personnel and equipment and complete all tests required to demonstrate the integrity of the finished installation for the approval of the Owner and all agencies having jurisdiction. The pipeline shall be secured to prevent movement under pressure. The Contractor shall furnish and install temporary blocking where permanent blocking is not required and remove it after testing. All pumps, gauges, plugs, saddles, corporation stops, miscellaneous hose and piping, and other equipment necessary for performing the test shall be furnished and operated by the Contractor. Gauges used in the test may be required to be certified for accuracy at a laboratory by the Owner. Tests/Inspection Hydrostatic Pressure Testing All mains and appurtenances shall be tested under a hydrostatic test pressure equal to that specified under Division 1.82 of these Specifications. The Owner has the right to require more stringent test criteria than stated in this Specification or in the pressure rating section if it is determined that field conditions warrant such measures. The mains shall be filled with water and allowed to stand under pressure for a minimum of 24 hours to allow air to escape and/or allow the lining of the pipe to absorb water. The Owner will furnish the water necessary to fill the pipelines for testing purposes at a time of day when sufficient quantities of water are available for normal system operation. The Contractor is responsible for the proper disposal of any waste, including water. 15-5 Z:\Bothell\Data\YAK\715-114\Phase 2 - Beech Street Lift Station and Force Main \ Specs \ 15 Mcchanical.docx 3/30/2017 12:19 PM © 2017 RH2 Engineering, Inc. Spring 2017 City of Yakima Division 15 — Mechanical Beech Street Interceptor, Lift Station, and Force Main Visible leakage is unacceptable and shall be corrected. Should the test section fail to meet the specified pressure test successfully, the Contractor shall locate and repair the defects and then retest the pipeline at his own expense. Prior to calling out the Owner or Engineer to witness the pressure test, the Contractor shall have all equipment completely set up and ready for operation, and shall have successfully performed the test to assure that the pipe is in a satisfactory condition. The Owner shall witness the test; if the test does not pass inspection for any reason, additional trips required to witness another test shall be done at the Contractor's expense. Before applying the specified test pressure, air shall be expelled completely from the system. The test shall be accomplished by pumping the main up to the required pressure; stop the pump for a minimum of 15 minutes up to a maximum of 60 minutes as directed by the engineer, and then pump the main up to the test pressure again. During the test, the section being tested shall be observed to detect any visible leakage. A clean container shall be used for holding water for pumping pressure on the system being tested. This makeup water shall be sterilized by the addition of chlorine to a concentration of 50 mg/1 (ppm). Sections to be tested shall be isolated and pumped to test pressure. Test pressure shall be sustained for a minimum of 30 minutes with no loss in pressure throughout the test duration with Engineer present and on site throughout test duration. If test results show drop of pressure, Contractor shall repair leaks and retest until testing is passed in presence of Engineer. Engineer shall bleed off pressure from pump to piping connection once test is passed to verify system piping was tested. 15.18 Buried Piping Inspection and Testing 15.18.03 Valve Testing Part 3 — Execution Testing Test all valve bonnets for tightness. Test operation of all valves at least once from closed -to -open -to -closed positions while valve is under pressure. Test all valves for water tightness under differential working pressure. To perforin this test, pressurize pipe section with valve in place, close valve and relieve pressure on seat side of the valve. The valve shall not pass water during a 5 minute test period. The Contractor shall verify that the pressure differential across the valve during operation does not exceed the rated working pressure of the valve. 15.18.04 Sewer Main Inspection, Cleaning, and Testing Part 3 — Execution Preparation The Contractor shall provide all required personnel and equipment and complete all tests required to demonstrate the integrity of the finished installation for the approval of the Owner and all agencies having jurisdiction. 15-6 3/30/2017 12:19 PM Z:\Bothell\Data\YAK\715-114\Phase 2 - Beech Street Lift Station ancl Force Main \ Specs \15 Mechanical.docx © 2017 RI -12 Engineering, Inc. City of Yakima Spring 2017 Beech Street Interceptor, Lift Station, and Force Main Division 15 - Mechanical Testing/Inspection Alignment and Grade Alignment and grade will be inspected by lamping each completed section. Any section that appears to exceed the allowance for variance in line or grade shall be further inspected by TV inspection per 7-17.3(2)H of the Standard Specifications. Initial costs for this inspection will be borne by the Owner. If this inspection confirms that the section does not meet the specified requirements for the line and grade, the section or portion not in compliance shall be re -excavated and re-laid at no additional cost to the Owner. If corrections are required based on the results of the initial TV inspection, subsequent TV inspections will be paid for by the Contractor at no additional cost to the Owner. Deflection Test of PVC Pipe All PVC gravity sewer pipe shall be tested for deflection at least thirty (30) days after completion of trench backfill and compaction in accordance with the requirements of Section 7-17.3(2)G of the Standard Specifications. Leakage Tests All gravity sewers, including all connected side sewers, shall be tested for water tightness in accordance with the provisions of section 7-17.3(2)B of the Standard Specifications. No other test procedures will be allowed except by written approval of the Engineer. Whenever groundwater is encountered in the sewer construction, an approved water level monitoring device shall be installed at each manhole. Infiltration Tests Tests shall be completed per Section 7-17.3(2)C of the Standard Specifications. 15.18.07 Sewer Force Main Inspection and Testing Part 3 — Execution Preparation All pumps, gauges, plugs, saddles, corporation stops, miscellaneous hose and piping, and other equipment necessary for performing the test shall be furnished and operated by the Contractor. The pipeline trench shall be backfilled sufficiently to prevent movement of the pipe under pressure. All thrust blocks shall be in place and sufficiently cured to reach design strength before testing. Where permanent blocking is not required, the Contractor shall furnish and install temporary blocking and remove it after testing. Prior to performing the hydrostatic pressure test, the force main shall be adequately flushed to clear all construction debris from the pipeline. Flushing shall must entail launching and flushing polyurethane pigs through the main, or an equivalent method. The mains shall be filled with water and allowed to stand under pressure for a minimum of 24 hours to allow air to escape and/or allow the lining of the pipe to absorb water. The Contractor will furnish the water necessary to fill the pipelines for testing purposes. Gauges used in the test may be required to be certified for accuracy at a laboratory by the Owner. 15-7 Z:\Bothell\Data\YAK\715-114\Phase 2 - Beech Street Lift Station and Force Main \Specs\15 Mechanical.docx 3/30/2017 12:19 PM © 2017 RH2 Engineering, Inc. Spring 2017 City of Yakima Division 15 — Mechanical Beech Street Interceptor, Lift Station, and Force Main Testing All new force mains and appurtenances shall be tested under a hydrostatic pressure equal to 100 psi. The Contractor is responsible for the proper disposal of any waste, including water. An acceptable test of pipe and fittings buried under or adjacent to proposed concrete slabs or other structures must be performed prior to construction of the structure. Whenever possible, have pipe joints, fittings and valves exposed for inspection. Any visible leakage detected shall be corrected by the Contractor to the satisfaction of the Owner regardless of the allowable leakage specified above. Should the test section fail to meet the specified pressure test successfully, the Contractor shall locate and repair the defects and retest the pipeline at his own expense. Prior to calling out the Owner to witness the pressure test, the Contractor shall have all equipment set up completely ready for operation and successfully performed the test to assure that the pipe is in a satisfactory condition. Owner shall witness the test. Before applying the specified test pressure, air shall be expelled completely from the pipe, valves and appurtenances. The test shall be accomplished by pumping the main up to the required pressure. Stop the pump for a minimum of 15 minutes up to a maximum of 60 minutes as directed by the Engineer, and then pump the main up to the test pressure again. During the test, the section being tested shall be observed to detect any visible leakage. The quantity of water required to restore the initial hydrostatic pressure shall be accurately determined by either: 1) pumping from an open container of suitable size such that accurate volume measurement can be made by the Owner; or 2) by pumping through a positive displacement water meter with a sweep unit hand registering 1 gallon per revolution. The meter shall be approved by the Owner. For the test to be considered acceptable, the quantity of water lost from the main shall not exceed the number of gallons per hour as determined by the formula. L = SD'P 266,400 in which l = allowable leakage, gallons/hour S = gross length of pipe tested, feet D nominal diameter of the pipe in inches P = average test pressure during the leakage test, psi. The City will pay for the water to perform the initial cleaning and hydrostatic pressure test. If additional tests are necessary due to unsatisfactory test results, the Contractor shall pay for all repairs and subsequent water usage. 15-8 3/30/2017 12:19 PM Z:\Bothell\Data\YAK\715-114\Phase 2 - Beech Street Lift Station and Force Main \ Specs \ 15 NIechanical.docx © 2017 121-12 Engineering, Inc. City of Yakima Spring 2017 Beech Street Interceptor, Lift Station, and Force Main Division 15 - Mechanical 15.20 PIPE AND FITTINGS 15.21 Common Work for Pipe and Fittings Part 2 — Products Components Under no circumstance shall the fasteners be of lesser strength or higher corrosive potential than the materials being connected. In the event that dissimilar metals are adjacent (for example: stainless steel flange connecting to ductile iron flange) a dielectric insulation kit shall be used. Fasteners for pipe and fittings: Per AWWA standards unless otherwise specified. All relevant subsections of AWWA C100, C200 and C500. All bolts and studs shall be long enough so that no less than 2 threads extend beyond the face of the nut. Non -submerged flange bolts to be ASTM A307 Grade A, zinc plated. For submerged conditions, connection bolts shall be Nitronic 60 steel. Nuts and washers shall be Stainless Steel, minimum grade 304 in raw domestic or treated domestic water and minimum grade 316 in treatment processes and sewage applications. Minimum grade 317 for acidic transport. Bolts and nuts shall meet ASTM F593 and F594. Stainless steel shall not be used where in contact with chlorine or chlorine solutions. Stainless steel bolts may be used in lieu of Nitronic but must be assembled using appropriate lubricant or tape. For installations in domestic water, lubricant or tape must be approved for domestic water service. Cobas Stainless Steel Thread Sealing Tape or approved equal. All shackled thrust restraint systems shall be of stainless steel or Cor -Ten (ASTM 242) construction and manufactured by Star National Products (Ohio) or approved equal. All components of any stainless steel or Cor -Ten system shall include all stainless steel or Cor -Ten components. Bolts, nuts, washers, tie rods, and other components shall be one material and not intermixed. Finishes For conditions other than submerged, all nuts and bolts shall be zinc plated, and suitable for above and below grade locations as required. Where above grade/exposed piping is specially coated, the connecting nuts and bolts shall be coated using the same system. Part 3 — Execution Construction All piping and related equipment to be joined together shall be connected as shown on the Plans, Specifications, as recommended by the manufacturer or as required by standard industry practices if not otherwise specified. Steel and stainless steel threads shall be protected against galling using steel thread sealing tape equal to Cobas steel thread sealing tape. Tape shall be specific to the steel type used. 15-9 Z:\Bothell\Data\YAK\715-114\Phase 2 - Beech Street Lift Station and Force Main \ Specs \ 15 Mechanical.docx 3/30/2017 12:19 PM © 2017 RH2 Engineering, Inc. Spring 2017 City of Yakima Division 15 — Mechanical Beech Street Interceptor, Lift Station, and Force Main 15.22 Metal Pipe and Fittings 15.22.02 Ductile Iron Pipe and Fittings Part 1— General Design Requirements Ductile iron pipe shall have thickness designed in accordance with ANSI/AWWA C150/A21.50 and shall be based on laying conditions and internal pressures to meet the requirements of Division 1.82 unless listed as more stringent below. The pipe thickness shall not be less than that of Class 52 pipe. Part 2 — Products Manufactured Units Pipe shall be cement -lined and asphaltic coated in accordance with ANSI Standard A21.4 (AWWA C104) unless otherwise specified, and shall conform to ANSI Standard A21.51 (AWWA C151). Rubber gasket pipe joints are to be push -on -joint (Tyton) or mechanical joint (MJ) in accordance with ANSI Standard A21.11 (AWWA C-111), unless otherwise specified. Flanged joints shall conform to ANSI Standard B16.1. When requested, furnish certification from the manufacturer of the pipe and gasket being supplied that inspection and all of the specified tests have been made, and the results comply with requirements of this standard. Ductile Iron Fittings All fittings shall be ductile iron where possible. Steel fittings will not be accepted. Ductile iron fittings shall be short body, cement -lined and for the pressure rating noted in Division 1.82. Metal thickness and manufacturing processes shall conform to applicable portions of ANSI Standards A21.20, A21.11, B16.2 and B16.4. Standard cement lining shall be in accordance with ANSI Standard A21.4 (AWWA C104). Mechanical joint (MJ), ductile iron, compact fittings 3 inches through 24 inches and 54 inches through 64 inches shall be in accordance with AWWA C153. Flanged pipe spools shall be fabricated from minimum Class 53 wall thickness pipe and conform to ANSI/AWWA C115/A21.15 with the exception that flanges shall be fabricated from ductile iron unless otherwise specified in the Contract Documents. Interior shall be cement lined. Ductile iron flange (FL) fittings shall be in accordance with AWWA C110 and fabricated from ductile iron unless otherwise specified in the Contract Documents with a bolt pattern to match adjacent pipe. Gasket material for flanges shall be neoprene, buna-n, chlorinated butyl or cloth -inserted rubber. Gaskets shall be. full face. Gaskets shall be a minimum '/8 -inch thick. 15-10 3/30/2017 12:19 PM Z:\Borhell\Data\YAK\715-114\Phase 2 - Beech Street Lift Station and Force Main \ Specs \ 15 Mechanical.docx © 2017 RI -I2 Engineering, Inc. City of Yakima Spring 2017 Beech Street Interceptor, Lift Station, and Force Main Division 15 - Mechanical Type of ends shall be specified as mechanical joint (MJ), restrained joint (RJ), true restrained joint (TRJ), plain end (PE) or flanged (FL). Finishes For above grade and exposed pipes, including those inside structures, prepare surfaces and coat the exterior per specification division 9.91.13.13. Part 3 — Execution Installation The Contractor shall provide tools and equipment, including any special tools required for installing each particular type of pipe used. The amount of deflection at each pipe joint shall not exceed 3 degrees per joint (11 inches over 18 feet) or the manufacturer's printed recommended deflections, whichever is less. 15.22.06 Copper Pipe and Fittings Part 2 — Products Materials Copper piping and tubing shall be drawn and meet the requirements of ASTM B-88. Use Type L hard temper for exposed areas and through concrete. Use Type K hard temper for buried services. Use Type L soft under concrete floor. Fittings for exposed pipe shall be flared or soldered meeting the requirements of ANSI B16.22. Lead content of solder shall be no more than 0.2 percent. Compression type fittings (Swagelok, Gyrolok, Parker CPL or equal) are also acceptable when thrust restraint is not needed. Fittings for buried, concealed and encased pipe shall be soldered. Part 3 — Execution Installation For exposed pipe, straighten any curved or bent pipe. Runs shall be parallel and perpendicular with floors and walls unless positive drainage is required. 15.22.08 Brass/Bronze Pipe and Fittings Part 1— General References Brass to be low -lead content in compliance with NSF/ANSI 372 to have no more than 0.25 percent lead content. Brass nipples: ASTM B687 Brass fittings: ANSI/ASME B16.15 (threaded) Class 125 lb. (up to 200 psi water), 250 lb. (up to 400 psi water); B16.18 (soldered). 15-11 Z:\Bothell\Data\YAK\715-114\Phase 2 - Beech Street Lift Station and Force Main \Specs\15 Mechanical.docx 3/30/2017 12:19 PM © 2017 RH2 Engineering, Inc. Spring 2017 City of Yakima Division 15 — Mechanical Beech Street Interceptor, Lift Station, and Force Main Part 2 — Products Materials Brass pipe, nipples, and fittings to have threaded ends. 15.23 Non -Metal Pipe and Fittings 15.23.02 High Density Polyethylene (HDPE) Pipe Part 1— General Submittals The Contractor shall list a minimum of five (5) successful projects in which butt fusion welding of HDPE pipe was constructed and installed under their supervision with the HDPE submittal. Provide training certificates for personnel performing pipe fusion. Quality Control The Contractor shall provide manufacturer certification that stress regression testing has been performed on the specific product. The said certification shall include a stress life curve per ASTM D 2837. The manufacturer shall provide a product supplying a minimum Hydrostatic Design Basis (HDR) of 1,600 psi, as determined in accordance with ASTM D 2837. The manufacturer's certification shall state that the pipe was manufactured from one specific resin in compliance with these Specifications. The certificate shall state the specific resin used, its source and list its compliance to these Specifications. Shipping and Handling High Density Polyethylene (HDPE) pipe shall be packaged in a manner designed to deliver the pipe to the project neatly, intact and without physical damage. The transportation carrier shall use the appropriate method and intermittent checks to verify the pipe is properly supported, stacked and restrained during transport such that the pipe is not nicked, gouged or physically damaged. HDPE pipe shall be stored on clean, level ground to prevent undue scratching or gouging of the pipe. If the pipe must be stacked for storage, such stacking shall be done in accordance with the pipe manufacturer's recommendations. The handling of the pipe shall be done in such a manner that the pipe is not allowed to drag over sharp objects. Contractor shall not damage it by chokers or lifting equipment. Fused segments of pipe shall be handled so as to avoid damage to the pipe. When lifting fused sections of pipe, chains or cable type chokers must be avoided. Nylon slings are preferred. Spreader bars are recommended when lifting long fused sections. Care must be exercised to avoid cutting or gouging the pipe. 15-12 3/30/2017 12:19 PM Z:\I3othcll\Dara\YAK\715-114\Phase 2 - 13cech Street Lift Station and Force Main \Specs\ 15 Mechanical.docx 0 2017 R1-12 Engineering, Inc. City of Yakima Spring 2017 Beech Street Interceptor, Lift Station, and Force Main Division 15 - Mechanical Design Requirements The material shall be listed by the Plastics Pipe Institute (PPI) in PPI TR -4 with a 73 degrees Fahrenheit hydrostatic design stress rating of at least 800 psi and a 140 degrees Fahrenheit hydrostatic design stress rating of 400 psi. The PPI listing shall be in the name of the pipe manufacturer. PPI TR -3 testing of the pipe manufacturer's production pipe shall be done in accordance with ASTM D 2837. The pipe shall provide the long-term endurance characteristics recognized by the compressed pipe ring environmental stress crack resistance greater than 1,000 hours; the slow crack growth resistance greater than thirty-two (32) days; and the impact strength (toughness) greater than 42 in-lb./in notch. The pipe shall contain no recycled compound except that generated in the manufacturer's own plant from resin of the same specification as the same raw material. The pipe shall be homogenous throughout and free of visible cracks, holes, voids, foreign inclusions or other deleterious defects, and shall be nominally identical in color, density, melt index and other physical properties throughout. Pipe supplied under this specification shall have a minimum inside diameter of 21.58 inches (nominal size 24 inches). The Standard Dimension Ratio (SDR), and the pressure rating of the pipe supplied shall be 17 and 100 psi, respectively, at 73.4 degrees Fahrenheit. Fittings shall have a minimum pressure rating of 100 psi at 73.4 degrees Fahrenheit. Part 2 — Products Materials HDPE Pipe shall be Performance 4100 or approved equal. Any pipe used for non -potable purposes such as sewage shall include a minimum of 2 longitudinal integral green stripes for the entire length to identify it as a non -potable pipeline. Any pipe used for potable water shall include a minimum of 2 longitudinal integral blue stripes for the entire length to identify it as a potable pipeline. Materials used for the manufacture of high density polyethylene pipe and fittings shall be extra high molecular weight, high density ethylene/hexene copolymer PE3408, PE3608, or PE4710 polyethylene resin meeting the above listed physical property and pipe performance requirements. The pipe will be extruded from resin meeting the specifications of ASTM D 3350-98a with a cell classification of PE: 345434C; pipe grade resin type III, Class C, Category 5, grade P34 polyethylene compound, minimum. The pipe shall be produced from approved HDPE pipe grade resin(s), with the nominal physical properties outlined herein, and to the dimensions and tolerances specified in AWWA C901 (3 inch and smaller) or AWWA C906 (4 inch and larger). Connection of HDPE to ductile iron shall be with an HDPE stub -end fitting and slip-on ductile iron metal flange installed at the ends of the HDPE pipe that will be connected to the ductile iron pipe. Stub -end fittings shall be installed using the thermal butt fusion welding 15-13 Z:\Bothell\Data\Y.1K\715-114\Phase 2 - Beech Street Lift Station and Force Main \ Specs \ 15 Mechanical.docx 3/30/2017 12:19 PM © 2017 RH2 Engineering, Inc. Spring 2017 City of Yakima Division 15 — Mechanical Beech Street Interceptor, Lift Station, and Force Main method. Stub -end fittings shall have the same pressure rating as the HDPE pipe. Metal flanges shall have the same bolt pattern and pressure rating as the ductile iron fitting to which they will be connected. Part 3 — Execution Construction Sections of HDPE pipe shall be joined above -ground on the job site into a continuous length by the thermal butt fusion -welding method in strict accordance with the manufacturer's requirements. Socket fusion, extrusion welding or hot gas welding shall not be used. No pipe or fittings shall be joined by thermal butt fusion by any Contractor unless he/she is adequately trained and qualified in the techniques involved. Thermal butt fusion welding shall be 100 percent efficient offering joint weld strength equal to or greater than the strength of the pipe. Flanges, unions, grooved -couplers and transition fittings may be used to mechanically connect HDPE pipe without butt fusion. Refer to the manufacturer's recommendations. Field Quality Control The Contractor shall lay the HDPE pipe on the existing ground surface in a manner that will not damage, degrade, crack, scratch, or deform the pipe in any manner. The Contractor will continuously monitor the longitudinal pulling forces during pipe installation and shall limit the longitudinal pull on the pipe so as not to exceed 80 percent of the specified minimum yield strength of the pipe. The Contractor shall provide adequate protection to the pipe during installation to prevent damage from tensile or other forces. The Contractor shall maintain the integrity of the pipe, existing utilities and adjoining properties during installation. Sections of pressure pipe having been discovered with cuts or gouges in excess of 10 percent of the wall thickness of the pipe shall be cut out and removed. The undamaged portions of the pipe shall be rejoined using the heat fusion joining method. 15.23.04 ABS Plastic Pipe and Fittings Part 2 — Products Materials Acrylonitrile -butadiene -styrene (ABS) plastic pipe and fittings shall be used for drain, waste and vent piping. ABS plastic pipe and fitting material and installation procedures shall meet the requirements set forth in ASTM F-628 (cellular core wall pipe and fittings). 15-14 3/30/2017 12:19 PM Z:\Bothell\Data\YAK\715-11-3\Phase 2 - Beech Street Lift Station and Force Alain \ Specs \ 15 Mechanical.docx J 2017 RH2 Engineering, Inc. City of Yakima Spring 2017 Beech Street Interceptor, Lift Station, and Force Main Division 15 - Mechanical 15.23.06 Polyvinyl Chloride (PVC) Pipe and Fittings for Gravity Sewer — Push on Joint Part 1— General Design Requirements Pipe and fittings shall meet the requirements of ASTM Specification D3034 for 4 -inch to 15 -inch Standard Dimension Ratio (SDR) 35 and F679 for 18 -inch to 27 -inch. Pipe shall be suitable for use as a gravity sewer conduit. Part 2 — Products Materials Provisions must be made for contraction and expansion at each joint with a rubber ring. The bell shall consist of an integral wall section with a solid cross-section rubber ring, factory assembled, securely locked in place to prevent displacement during assembly. Standard laying lengths shall be 20 feet and 12.5 feet plus or minus 1 -inch. At manufacturer's option, random lengths of not more than 15 percent of total footage of each size may be shipped in lieu of standard lengths. All fittings and accessories shall be as manufactured by the pipe supplier or approved equal and have bell and/or spigot configurations compatible with that of the pipe. 15.23.12 PVC Pipe for Drain, Waste, and Vent (DWV) Part 2 — Products Design Requirements Polyvinyl chloride for drain waste and vent (PVC-DWV) material for pipe fittings and couplings shall conform to ASTM D-1784, Type 1, Grade 1, with 2,000 psi design stress. Pipe shall be Schedule 40 or 80 in accordance with ASTM D-1785 and D2665 as shown on the Plans. Pipe shall be dual labeled. Part 3 — Execution Installation Pipe bedding shall be clean granular material with no organics and no rocks larger than 1 inch for angular rock or 3/4 inch for round rock. Any cellular core pipe that is damaged in any way shall be removed and replaced with sound pipe. 15-15 Z:\Bothell\Data\YAK\715-114\Phase 2 - Beech Street Lift Station and Force Main \Specs\ 15 Mechanical.docx 3/30/2017 12:19 PM © 2017 RF12 Engineering, Inc. Spring 2017 City of Yakima Division 15 — Mechanical Beech Street Interceptor, Lift Station, and Force Main 15.30 VALVES 15.31 Common Work for Valves Part 1— General Design and Performance Requirements Valves noted on the Plans or in other parts of the Specifications shall meet the requirements herein. Valves shall be designed for the intended service. Valve suppliers shall review the design and certify that the valve provided in the submittal is appropriate for the application and will operate as shown and described. Any discrepancies from the design and the valves shall be brought to the Engineer's attention during the bidding process. Valves that do not operate as specified and per normal industry standards shall be replaced or modified so that they operate within the design parameters at the Contractor's expense. Pressure rating shall be per Division 1.82 unless shown otherwise. Part 2 — Products Components If shear pins are installed with any valve, the manufacturer shall certify the shear pin(s) to fail between 95 percent and 99 percent of the operator shaft failure torque. Provide concrete supports for operators where required, as shown on the Plans. Buried valves shall be equipped with an A\X7WA 2 -inch wrench nut with a minimum of 12 turns required to close the valve, unless otherwise noted on the Plans. Exposed valves shall be equipped with lever actuator for valves 2 inches and smaller, or handwheel actuator for valves 3 inches and larger, unless otherwise noted on Plans. Valves located at elevations higher than 6 feet above the finished floor shall be equipped with chainwheel operator. Buried valves where the operator nut is more than 3 feet below the valve box lid shall be provided with a solid shaft valve nut extension to reach between 18 inches and 36 inches of the ground surface. Extension shall attach to the nut with a set screw. Diameter of extension shall be appropriate for the valve size and length of extension, but under no circumstances shall be less than 1 inch for 4 -foot -long extension rods, or 1.25 inch for rods longer than 4 feet. Extension shall function without excessive twisting. Part 3 — Execution Installation Install valves in strict accordance with the manufacturer's instructions and as shown on the Plans. Verify alignment and adjustments after installation. Provide buried valves with all operators or valves boxes installed so that wrenches or operators perform freely and without binding or other interference. Bed and backfill buried valves according to the requirements of the pipe to which they are attached. 15-16 3/30/2017 12:19 PM Z:\Bothell \ [Data \YAK\715-114\1'hasc 2 - Beech Street Lift Station and Force Main \Specs\ 15 Mechanical.clocx © 2017 R1-12 Engineering, Inc. City of Yakima Spring 2017 Beech Street Interceptor, Lift Station, and Force Main Division 15 - Mechanical 15.32 Isolation Valves 15.32.02 Resilient Wedge (Seat) Gate Valves Part 1— General Design Requirements All gate valves for water lines 2 inches and larger shall be of the resilient, wedge -type, non -rising stem and shall meet or exceed the performance requirements of AWWA C509 or AWWA C515 -Reduced -Wall, Resilient -Seated Gate Valves for Water Supply Service, unless shown otherwise. Valves shall be suitable for installation with the type and class of pipe being installed. The wedge shall be fully encapsulated with vulcanized SBR rubber. Ends to be as specified. Valve opening direction shall be counter -clockwise. Part 3 — Execution Installation Install valves in strict accordance with manufacturer's instructions and as shown on the Plans. Verify alignment and adjustments after installation. Provide buried valves with all operators or valve boxes installed so that wrenches and operators perform freely and without binding or other interference. Bed and backfill buried valves according to requirements of the pipe to which they are attached. 15.32.05 Eccentric (Plug) Valves Part 2 — Products Manufacturers Valves shall be equal to M&H/Kennedy Valve Company Eccentric Plug valves, Pratt eccentric valves or Dezurik eccentric valves. Manufactured Units Plug valves shall be eccentric plug valves unless otherwise specified. Valves shall be of the non -lubricated eccentric type with resilient faced plugs and furnished with end connections as shown on the Plans. Valve bodies shall be ASTM A126 Class B cast iron. The valve seat shall meet one of the following two requirements: 1) seat shall have a 1/8 -inch welded overlay of not less than 90 percent pure nickel, with a raised seat area, so that the plug face contacts only nickel; or 2) seat shall be factory -coated with heat -fused thermoset epoxy or thermoplastic nylon in accordance with AWWA C550. The valve plug shall be ASTM A536 ductile iron, faced with neoprene with a cylindrical seating surface eccentrically offset from the center of the plug shaft. Interference between the plug face and the body seat shall be externally adjustable in the field with the valve under pressure and the plug in the closed position. Valves shall have sleeve -type metal bearings and shall be of sintered, oil impregnated, permanently lubricated type 316 ASTM A743 Grade CF -8M. 15-17 Z:\Bothell\Data\1 AK\715-114\Phase 2 - Beech Street Lift Station and Force Main \Specs\ 15 Mechanical.docx 3/30/2017 12:19 PM © 2017 RH2 Engineering, Inc. Spring 2017 City of Yakima Division 15 — Mechanical Beech Street Interceptor, Lift Station, and Force Main Valve shaft seals shall be of the single or multiple V -ring type, externally adjustable and re - packable under pressure without removing bonnet or actuator. Valves utilizing 0 -ring seals or non-adjustable packing shall not be acceptable. Valves shall be equipped with gear actuators oriented as shown on the Plans. Gearing shall be enclosed in steel housing and suitable for running in a lubricant with seals provided on all shafts to prevent entry of dirt and water into actuator. Actuator shaft shall be supported on permanently lubricated bronze bearings and indicate valve position. An adjustable stop shall be provided to set closing torque and provide seat adjustment. Valve surfaces shall be coated internally and externally with a heat -fused thermoset epoxy or thermoplastic nylon. Exposed nuts, bolts, springs and washers for buried service valves shall be stainless steel. 15.33 Check Valves 15.33.02 Swing Check Valves Part 1— General Design Requirements The swing check valve shall function to permit flow in only one direction. The valve shall close tightly, without slamming, when the pressure on the discharge side exceeds the pressure on the inlet side. All swing check valves shall conform to AWWA C508 and the following specifications. The valve shall be constructed to withstand the pressures stated in Division 1.82. Flanges shall be drilled to ANSI B16.1, Class 125# or as specified in the Plans. Operating pressure range is 5 psi (low) to 25 psi (high). The manufacturer shall certify that the check valve will seal completely within the operational range. Part 2 — Products Manufacturers The valve shall be M&H Model 159 Swing Check Valve or equal. Manufactured Units The swing check valve body shall be constructed with heavy cast iron or cast steel and have a bronze or stainless steel seat ring, rubber clapper facing, a non -corrosive shaft and external counterweight attachment. See plans for which side of the valve to locate the countenveight. The valve disc shall be constructed of cast iron or cast steel and shall be suspended from a non -corrosive shaft. The valve shall allow the equivalent flow area of the adjoining pipe. The shaft shall pass through a stuffing box and be connected to the swing arm in the outside of the valve. Finishes The interior and exterior of the valve body, bonnet and seal plate shall be coated with fusion -bonded epoxy meeting A\X/\X/A C-550 (latest revision). Interior coating shall be a 15-18 3/30/2017 12:19 PM "L:\Bothell \ 'Data \YAK\715-11.1\Phase 2 - Beech Street Lift Station and Force Main \ Specs \15 Mechanical.docx © 2017 RI -12 Engineering, Inc. City of Yakima Spring 2017 Beech Street Interceptor, Lift Station, and Force Main Division 15 - Mechanical minimum dry film thickness of 7 mils, not including primer. Exterior coating shall be a minimum dry film thickness of 5 mils, not including primer. Alternatively, exterior may be coated per Division 9.91.23.1. 15.33.09 Duckbill Elastomeric Check Valves Part 1— General Summary Duckbill Elastomeric Check Valves shall be provided on the influent lines to the pump station wet well in order to prevent sewage from backing up into adjacent areas. Submittals Submit product literature including information on performance and operation valve, materials of construction, dimensions/weight, elastomer, flow data, headloss data, and pressure ratings. Upon request, provide shop drawings that clearly identify the valve dimensions. Quality Assurance Supplier shall have at least ten (10) years' experience manufacturing of elastomeric valves. Manufacturer must have available flow test data from an accredited hydraulics laboratory to confirm pressure drop data, head losses and jet velocity on a minimum of four sizes of duckbill valves ranging from 4 inches through 12 inches. Testing must include multiple constructions (stiffness) for each size and must have discharge to atmosphere and submerged conditions. Manufacturer shall have conducted an independent hydraulic test where multiple valves (at least four) of the same size and construction (stiffness) were tested to validate the submitted head loss characteristics and to prove the manufacturing repeatability process to produce same hydraulic characteristics. Performance Requirements When line pressure inside the valve exceeds the backpressure outside the valve by no more than 2 inches of head, the line pressure forces the bill of the valve open, allowing flow to pass. When backpressure exceeds the line pressure, the bill of the valve is forced closed. Valves shall seal upon flow reversal drip tight. The valve shall be designed to open with a minimum head pressure of 2 inches of water column. Design Requirements Part 2 — Products Manufactured Unit Check Valves are to be all rubber and of the flow operated check type with a connection end as shown on the plans. The port area shall contour down to a duckbill, which shall allow passage of flow in one direction while preventing reverse flow. The valve shall be one piece 15-19 Z:\Bothell\Data\YAK\715-114\Phase 2 - Beech Street Lift Station and Force Main \ Specs \ 15 Mechanical.docx 3/30/2017 12:19 PM © 2017 RH2 Engineering, Inc. Spring 2017 City of Yakima Division 15 — Mechanical Beech Street Interceptor, Lift Station, and Force Main rubber construction with nylon reinforcement. Valves must be self-supporting with no sag in both empty and filled conditions. The bill portion shall be thinner and more flexible than the valve body. The bill -slit -height of the duckbill valve must be at least 1.57 times the nominal pipe diameter to allow for least restrictive full pipe flow area. Backup rings and any metal components shall be stainless steel. Company name, plant location, valve size and serial number shall be bonded to the check valve. Where specified as "flat bottom," the duckbill shall be offset so that the bottom line of the valve is flat, keeping the invert of the pipe parallel with the invert of the valve bottom. The top of the valve shall rise to form the duckbill shape. Where specified as "curled end" the duckbill shall be formed into a curve of 180 degrees. Manufacturer Valves shall be equal to those manufactured by Tideflex Technologies. Flat bottom curled duckbill elastomeric check valves shall be equal to Tideflex Series TF -1 or 35-1. Concentric curled duckbill elastomeric check valves shall be equal to Tideflex Series TF -2. Straight duckbill elastomeric check valves shall be equal to Tideflex Series 35. Part 3 — Execution Installation Valve shall be installed in accordance with manufacturer's instructions and approved submittals. Field Quality Control Manufacturer's authorized representative shall be available for customer service during installation and start-up, and to train personnel in the operation, maintenance and troubleshooting of the valve. Manufacturer shall also make customer service available from the factory in addition to authorized representatives for assistance during installation/start-up, and to train personnel in the operation, maintenance and troubleshooting of the valve. 15.35 Air Valves 15.35.05 Air Valves — Wastewater 15.35.05.01 Combination Air and Vacuum Valve — Wastewater Part 2 — Products Manufacturers Combination air and vacuum valves for sewer force mains shall be equal to A.R.I. model D-025 with low pressure gaskets and non -slam characteristics. 15-20 3/30/2017 12:19 PM Z:\I3otheIl\Data\YAK\715-11,1\Phase 2 - Beech Street Lift Station and Force Main \Specs\15 Mechanical.docx © 2017 RI -12 Engineering, Inc. City of Yakima Spring 2017 Beech Street Interceptor, Lift Station, and Force Main Division 15 - Mechanical Manufactured Units Provide air valve's body and cover fabricated from polyethylene. Provide all necessary parts, small piping, fittings, valves, and securement as shown on the Plans and within Owner standard plans for a fully functioning unit. Part 3 — Execution Installation Install per manufacturer's instructions and verify that valve seals under typically working conditions (at least 3" of static head) 15.40 PIPING SPECIALTIES 15.40.01 Dismantling Joint Part 1— General Design Criteria Dismantling joint shall be accessible and capable of repeated installations and removals and capable of the testing and working pressures as specified in Division 1.82. Joint adjustment range of no less than 2 inches for 12 -inch diameter and smaller pipe, and 3 inches for 14 -inch diameter and larger pipe. Joint assembly to include limiting rods to prevent pull-out. Part 2 — Products Manufacturers Dismantling joint shall be Romac DJ400 with limit rods or equal. Part 3 — Execution Installation Install per the manufacturer's instructions. Set the assembly at the midpoint of the adjustment range unless specifically called out otherwise on the plans. 15.40.03 Pipe, Valve, and Conduit Supports Part 1— General Summary This section includes providing pipe supports, hangers, guides, and anchors. Related Sections Division 1.81 Seismic Restraint Division 05.05.23 Bolts and other Connectors References Pipe supports furnished under this section shall comply in all respects with the requirements of the following standards. 15-21 Z:\Bothell\Data\YAK\715-114\Phase 2 - Beech Street Lift Station and Force Main\Specs\15 Mechanical.docx 3/30/2017 12:19 PM © 2017 RH2 Engineering, Inc. Spring 2017 City of Yakima Division 15 — Mechanical Beech Street Interceptor, Lift Station, and Force Main ANSI/ASME B31.1 Power Piping ANSI/MSS SP -58 ANSI/MSS SP -69 Pipe Hangers and Supports — Materials, Design, and Manufacture Pipe Hangers and Supports — Selection and Application Performance Standards Piping systems, including connections to equipment, shall be properly supported to prevent deflection and stresses. Supports shall comply with ANSI/ASM\MIE B31.1, except as otherwise indicated. Size hanger rods, supports, clamps, anchors, brackets and guides in accordance with ANSI/MSS SP 58 and SP 69. Support plumbing drainage and vents in accordance with the Uniform Plumbing Code. Submittals Pipe hanger/support design calculations. Shop drawings of engineered pipe hangers/supports, including details of concrete inserts. Drawings shall include location plan showing location of the hanger/support in relation to the structure and/or equipment. Part 2 — Products Manufacturers Pipe supports, hangers, guides and anchors shall be Anvil, Unistrut, Tolco, Standon or equal. Flange supports shall be equal to Standon Adjustable Model S89 Flange Support. Pipe supports shall be equal to Standon Adjustable Model S92 Pipe Support. Both flange and pipe supports shall be equal to those manufactured by Material Resources, Hillsboro, Oregon. Components Provide and install all equipment necessary for compete support systems including, but not limited to, base, riser pipe, anchor bolts, hanger rod, support cradle or clamp, and fasteners. Except as otherwise noted, pipe support components shall comply with the types in ANSI/MSS SP -58. Engineered Supports: Pipe hangers, supports for piping and conduits (raceways), and all spring support assemblies shall be completely engineered. Pipe Hangers: Pipe hangers shall be capable of supporting the pipe in all conditions of operation. Pipe hangers shall allow for free expansion and contraction of the piping and prevent excessive stress on the equipment. Hangers shall have a means of vertical adjustment after erection. Hangers shall be designed so that they cannot become disengaged by any movement of the pipe. Hangers subject to shock, seismic disturbances or thrust imposed by the actuation of the safety valves shall include hydraulic shock suppressors. All hanger rods shall be subject to tensile loadings only. 15-22 3/30/2017 12:19 PM Z:\Bothell\Data\YAK \715-114\Phase 2 - Beech Street Lift Station and Force Main \ Specs \ 15 Mechanical.docx © 2017 R1 -I2 Engineering, Inc. City of Yakima Spring 2017 Beech Street Interceptor, Lift Station, and Force Main Division 15 - Mechanical Hangers Subject to Horizontal Movement: At hanger locations where lateral or axial movement is anticipated, suitable linkage shall be provided to permit movement. Where horizontal pipe movement is greater than '/a -inch, or where the hanger rod deflection from the vertical is greater than 4 degrees from the minimum to maximum temperature, the hanger rod and structural attachment shall be offset in such a manner that the rod is vertical in the maximum temperature position. Freestanding Piping: Freestanding pipe connections to equipment, including chemical feeders and pumps, shall be firmly attached to fabricated steel frames made of angles, channels or I -beams anchored to the structure. Exterior, freestanding overhead piping shall be supported on fabricated pipe stands, consisting of pipe columns anchored to concrete footings, with horizontal, welded steel angles, and U -bolts or clamps installed to secure piping. Submerged Supports: Submerged piping shall be supported with hangers, brackets, clips, or fabricated supports and stainless steel anchors. Finishes Unless otherwise noted, all fabricated pipe supports, other than stainless steel or non-ferrous supports, shall be blast -cleaned after fabrication and hot -dip galvanized in accordance with ASTM 123. Other than stainless steel and non-ferrous supports, supports shall be coated in accordance with Division 9.91.13.1. Part 3 — Execution Installation Piping shall be rigidly anchored to walls, slabs and ceilings by means of suitable pipe supports, wall brackets or pipe hangers. Pipe supports, hangers, brackets, anchors, guides and inserts shall be installed in accordance with the manufacturer's installation instructions and ANSI/ASME B31.1. All concrete inserts for pipe hangers and supports shall be coordinated with the formwork. Stand -on Pipe Support: Adjust support, secure to pipe and secure to floor as recommended by the manufacturer. Riser Supports: Risers shall be supported on each floor with riser clamps and lugs, independent of the connected horizontal piping. Support Spacing: Pipe supports shall be placed to meet the following maximum spacing, unless otherwise noted or shown on the Plans: maximum vertical support spacing of 5 feet; and maximum horizontal support spacing of 10 feet. Support shall be provided at horizontal bends, base of risers (vertical bends), floor penetrations, connections to pumps, blowers, and other equipment, valves and appurtenances. Support spacing shall meet the local plumbing code where applicable. Support spacing may be increased from that noted above provided adequate calculations are provided supporting the change. Support Anchorage: Concrete anchors shall be as specified in Division 3, Concrete Anchors. All channel strut type supports shall have a minimum of 2 anchors per support. Suspend pipe hangers from hanger rods, secure with double nuts. 15-23 Z:\Bothell\Data\YAK\715-114\Phase 2 - Beech Street Lift Station and Force blain\Specs \15 Mechanical.docx 3/30/2017 12:19 PM © 2017 R1-12 Engineering, Inc. Spring 2017 City of Yakima Division 15 — Mechanical Beech Street Interceptor, Lift Station, and Force Main Securely anchor plastic pipe, valves and headers to prevent movement during operation of valves. Anchor plastic pipe between expansion loops and direction changes to prevent axial movement through anchors. Provide ductile iron elbows or tees supported from floors with base fittings. Support base fittings with metal supports, or when indicated on the Plans, concrete piers. Do not use chains, plumbers' straps, wire or similar devices for suspending, supporting or restraining pipes. Install riser clamps at floor penetrations and where indicated on the Plans. Field Quality Control Pipe supports and hangers shall be positioned in such a way as to produce an orderly, neat piping system. All hanger rods shall be vertical, without offsets. Hangers shall be adjusted to line up groups of pipes at the proper grade for drainage and venting, as close to ceilings or roofs as possible, without interference with other work. Properly support, suspend or anchor exposed pipe, fittings, valves and appurtenances to prevent sagging, overstressing or movement of piping and to prevent thrusts or loads on or against connected pumps, blowers or other equipment. 15.40.04 Dielectric Fittings and Adapters Part 3 — Execution Installation Provide dielectric adapters between dissimilar types of metal pipes, valves and fittings (e.g., copper to stainless steel). Flange isolating kits shall be used when dissimilar metal flanged pipe is connected. T Metal Connecting to Bronze/brass Copper or ductile iron Ductile iron Mild steel, bronze or brass 15.40.08 Valve Box — Cast Iron Part 2 — Products Components Cast iron valve boxes shall be a complete unit composed of the following. • Valve box • Lid with recessed handle • Extension stem for operator nuts more than 3 feet below grade Valve box assembly shall be adjustable to accommodate variable trench depths. Valve box assembly shall be rated for continuous traffic loading. 15-24 3/30/2017 12:19 PD1 Z:\Bothell\Data\YAK\715-11.1\Phase 2 - Beech Street Lift Station and Force Main\Specs \ 15 Mechanical.docx © 2017 RH2 Engineering, Inc. 1 1 1 1 1 1 1 4 1 1 1 1 1 1 1 1 City of Yakima Spring 2017 Beech Street Interceptor, Lift Station, and Force Main Division 15 - Mechanical Part 3 — Execution Installation Valve boxes shall be provided and installed for all buried valves. Install box plumb with surface and straight so that keys and operators do not bind. 15.40.09 Valve Box with Integral Valve Stem Extension Part 2 — Products Manufacturers Valve box shall be equal to American Flow Control's Trench Adapter. Components The stem assembly shall be of a telescoping design that allows for variable adjustment length. The material shall be galvanized steel square tubing. The stem assembly shall have a built-in device that keeps the stem assembly from disengaging at its fully extended length. The extension stem must be torque tested to 1,000 foot pounds. Valve boxes shall be a complete unit composed of the following. • Valve box • Lid with recessed handle • Extension operator • Riser section • Base section All moving parts of the extension stem shall be enclosed in housing to prevent contact with the soil. The valve box assembly shall be adjustable to accommodate variable trench depths. The entire assembly shall be made of cast (or ductile) iron and minimum 1/4 -inch heavy wall high-density polyethylene. All components shall be joined with a permanent locking design. The valve box top section shall be adaptable to fit inside a standard valve box upper section. Part 3 — Execution Installation Valve boxes shall be provided and installed for all buried valves. Install box plumb with surface and straight so that keys and operators do not bind. 15-25 Z:\Bothell\Data\YAK\715-114\Phase 2 - Beech Street Lift Station and Force Main\Specs\15 Mechanical.docx 3/30/2017 12:19 PM © 2017 RH2 Engineering, Inc. Spring 2017 City of Yakima Division 15 — Mechanical Beech Street Interceptor, Lift Station, and Force Main 15.50 FLOW METERS 15.50.01 Common Work for Flow Meters Part 1— General Design Criteria Meter body and register shall have a pressure rating in accordance with Division 1.82. Materials, coatings, and components shall be appropriate for the fluid being measured. Meters will be installed inside a valve vault with an anticipated ambient temperature range between 40 and 110 degrees Fahrenheit. Submittals Meter shall fit in the space provided on the Plans. Meters that do not fit in the spacing provided must be approved by the Engineer for acceptance. Provide information on meter assembly, available and selected options, direct read head, remote transmitter, coatings, and dimensions of all equipment. Part 2 — Products Components Each meter shall be equipped with an indicator -totalizer device with Digital readout head with electronic output per Division 15.51.5. Part 3 — Execution Installation Install the meter in strict accordance with the manufacturer's recommendation. Testing Meter shall be rated for working pressure and testing pressure as required in Division 1.82. If the meter assembly cannot take the test pressure, a temporary spool or cap(s) must be installed in place of the meter. A visual leak test will then be performed under working pressure with the meter in place. The Contractor shall prove correct meter and transmitter performance to the Engineer. Should performance not be acceptable, adjust or replace the unit at the Contractor's expense. 15.51 Flow Meter Readout Head 15.51.05 Digital Read Head with Electronic Output Part 2 — Products Components The totalizer shall read in units of thousands of gallons. Readout shall register in gallons per minute (gpm) for instantaneous flow. 15-26 3/30/2017 12:19 PM Z:\Bothell\Data\YAK\715-114\Phase 2 - Beech Street Lift Station and Force Main \ Specs \15 Mechanicatdocx © 2017 RH2 Engineering, Inc. City of Yakima Spring 2017 Beech Street Interceptor, Lift Station, and Force Main Division 15 - Mechanical The transmitter shall provide a contact closure (digital pulse) switch and a loop -powered current output (analog) for connection to the instrumentation system. The pulse output shall be plus or minus 2 percent of actual flow with the range specified for each meter. One pulse shall represent 1,000 gallons of flow. The current output shall be a 4-20 mA signal that represents the rate of flow through the meter. Scale the transmitter as follows: 0 gpm minimum and 7,500 gpm maximum. The current output shall be plus or minus 0.5 percent of full scale of the instrument the transmitter is controlling. Transmitter electronics shall consist of easily accessible printed circuit boards for convenient maintenance in a wall mountable NEMA 4X (standard) enclosure and connected to the transducer by cable. The meter manufacturer shall supply an unspliced cable run from the transmitter to the meter tube. Provide an enclosure with window, that does not negate the enclosure NEMA rating, for viewing the flow rate and totalizing counter on a LCD readout. The transmitter shall display flow rate in gallons per minute, totalized gallons and an empty pipe indicator. The electronics shall be NEMA 4X rated. Output shall be 4-20 mA into 800 Ohms with an isolated ground and non -interacting zero and span adjustments. Separate 24 VDC pulse outputs for forward and reverse flow shall also be provided. The display and output shall be user scalable for GPM, CFS or MGD, and shall be password protected. All software shall be battery powered with a battery that has a ten (10) year service life. The meter, electronics and transmitter shall be RFI shielded to prevent interference from adjacent high noise electrical equipment such as variable frequency drives, electromagnetic starters, transformers or transfer switches. Provide the necessary interface between remote instrumentation and the transmitter. Provide a meter with power and signal wiring as recommended by the manufacturer. Ground instrumentation shall be as recommended by the manufacturer. Part 3 — Execution Installation Connect outputs to telemetry or data logging system. Install the remote readout head where shown on the Plans. If not shown on the Plans, confirm location with Engineer prior to installation. 15.52 Mechanical Flow Meters 15.53 Electronic Flow Meters 15.53.03 Electromagnetic Flow Meters Part 1— General Design Criteria Provide an electromagnetic flow metering system suitable for measuring and transmitting flow rate in a full -flowing pipe. The meter shall be suitable for either horizontal or vertical 15-27 Z:\Bothell\Data\YAK\715-114\Phase 2 - Beech Street Lift Station and Force Main \ Specs \15 Mechanical.docx 3/30/2017 12:19 PM © 2017 RH2 Engineering, Inc. Spring 2017 City of Yakima Division 15 — Mechanical Beech Street Interceptor, Lift Station, and Force Main mounting. The system shall operate within the accuracy required over an ambient temperature range of -10 to +120 degrees Fahrenheit and a process temperature range of +15 to +120 degrees Fahrenheit. Meter and electronics shall be rated for Class 1 Division 2 service. Part 2 — Products Manufacturers The flow meter shall be Siemens Sitrans F M model MAG 5100 W or approved equal. Manufactured Units The flow meter system shall be microprocessor based, utilizing a DC bipolar pulsed coil that automatically rezeroes after each pulse cycle. System accuracy shall be ± 1 percent of actual flow rate over a fluid velocity range of 1 to 30 feet per second (fps), and within 0.01 fps for velocities less than 1 fps. Repeatability shall be 0.1 percent of full scale or better. System accuracy shall be traceable to NIST using prototype meters of the same configuration. The meter tube and coil shall be mounted on the pipe between ANSI B16 pipe flanges and rated for working and test pressures as indicated in Division 1.82. The meter tube shall be 304 stainless steel. The meter and cable connection(s) shall be capable of complete submergence without damage. The meter shall include integral grounding electrodes or 316 stainless steel or Hastelloy C grounding rings for installation at the inlet. The manufacturer shall verify that the grounding system is appropriate for the proposed use. All wetted parts shall be 316 stainless steel. Finishes The meter liner shall completely encapsulate all wetted areas except for electrodes. The liner shall be certified by the manufacturer as appropriate for the proposed use. The liner shall be Ebonite for model 5100. 15.60 PRESSURE AND LEVEL MEASUREMENT 15.60.01 Common Work for Pressure and Level Measurement Part 1— General Related Sections See Division 17 for electronic pressure and level devices. Design Requirements Pressure and level measurement devices shall be scaled and rated for the application. Part 3 — Execution Installation All devices shall be installed to be field serviceable without taking the facility out of service. Readouts shall be positioned to be easily read from a standing position and central to the room, unless otherwise allowed by the Engineer. 15-28 3/30/2017 12:19 PNI Z:\Bothell\Data\YAK\715-114\Phase 2 - Beech Street Lift Station and Force Main \Specs\ 15 Mechanical.docx © 2017 RH2 Engineering, Inc. 1 1 1 i 1 1 1 s 1 1 1 1 1 1 City of Yakima Spring 2017 Beech Street Interceptor, Lift Station, and Force Main Division 15 - Mechanical 15.61 Pressure Gauges Part 1— General References ASTM B40.1 Grade 2A Performance Requirements Gauge accuracy shall be ± 0.5 percent of full scale. Submittals Provide catalog sheets showing dimensions, pressure range, accuracy and optional accessories. Part 2 — Products Manufacturers Marsh, 3D Instruments or approved equal. Materials Gauges shall be analog, stem mount type with 41/2 -inch scale face and glycerin filled and completely suitable for measuring waste water. Connection shall be 1/2 -inch threaded. Wetted parts shall be brass, bronze or stainless steel. The full scale pressure range for each gauge location shall be as follows. Location Full Scale Normal Operation Range Pump discharge 0-30 psi 10-20 psi Unless shown otherwise on the plans, pressure gauges used in applications other than clean water, provide a diaphragm protector suitable for the contact fluid. Diaphragm equal to Marsh 13040, stainless steel with flushing port. Accessories Unless shown otherwise on the plans, provide a block and bleed valve for each pressure gauge. Transcat 600/700 series, stainless steel, or approved equal. Do not use in chlorine rooms or chlorination systems. Part 3 — Execution Installation Install gauges as shown on the Plans. Support gauges adequately. 15-29 Z:\Bothell\Data\YAK\715-114\Phase 2 - Beech Street Lift Station and Force Main\Specs\15 Mechanical.docx 3/30/2017 12:19 I'M © 2017 RH2 Engineering, Inc. Spring 2017 City of Yakima Division 15 — Mechanical Beech Street Interceptor, Lift Station, and Force Main 15.70 PLUMBING 15.71 Common Work for Plumbing Part 2 — Products Components Toints and Connections • Steel and Brass: Use factory -cut pipe threads where possible; otherwise, cut pipe ends square, remove all fins and burrs, and cut full -depth tapered threads. Apply joint compound to male threads only and engage so that no more than three threads remain exposed. • Copper: Make all joints in copper tubing with 95-5 tin -antimony solder applied in strict accordance with manufacturer's recommendations. Flared connections are only allowed in exposed locations. • Hubless: Install a neoprene gasket and stainless steel clamp and shield coupling joint assemblies with bolts alternatively and incrementally tightened to a minimum 60 inch -pounds torque. Use a single set -point torque wrench manufactured specifically for this purpose. Do not use screwdrivers or other types of wrenches. Re -torque bolts after twenty-four (24) hours. • Solvent cement: Use solvent cement approved by pipe and fitting manufacturer and apply in accordance with the manufacturer's installation procedures. Fixtures and Trim Use chromium -plated brass bolts, nuts and washers where exposed; otherwise, use brass or bronze bolts, nuts and washers. Make connections gas-tight and water -tight. Do not use bulk material, including putty and plastics, for gaskets. Trim shall match metal parts used with fixtures. Trim shall be stainless steel, except when provided with plumbing fitting by the manufacturer. Exposed trim shall have a satin type finish. Escutcheons shall be provided at each point where pipe or other fittings enter the wall. Part 3 — Execution Examination Prior to work of this section, carefully inspect installed work of other trades and verify that such work is complete to the point where this installation may properly commence. Verify that plumbing may be installed in strict accordance with all pertinent codes and regulations. In the event of a discrepancy, do not proceed with the installation and immediately notify the Owner. Installation Install and locate pipe, fittings and accessories as shown on the Plans. Waste piping vents shall be placed in the wall and protrude through the roof. No surface mounting of waste vent pipe is allowed. Provide individual vents for each fixture. 15-30 3/30/2017 12:19 PM 7_:\Bothell\Data\YAK \715-114\Phase 2 - Beech Street Lift Station and Force Main \ Specs \15 Mechatncal.docx © 2017 R1-12 Engineering, Inc. City of Yakima Spring 2017 Beech Street Interceptor, Lift Station, and Force Main Division 15 - Mechanical Rigidly support wall hung fixtures by means of metal supporting members so that no stress is transmitted to connections. Do not cut into or reduce the size of any load -carrying member without prior approval of the Engineer. Install pipes to clear all beams and obstructions. Locate water hammer arresters in accordance with the manufacturer's recommendation. Provide uniform pitch of at least '/s -inch per foot, or as otherwise noted, for all horizontal waste and drain piping within the building. Pitch all vents for proper drainage. Cushion all traps and bearings to minimize transfer of sound; firmly anchor all pipes in position. Vertical stacks shall be supported at floors with clamp anchors as required to relieve joint stres ses. Conceal all piping unless otherwise shown on the Plans. Provide and conceal air chambers the same size as the branch line at each water connection to a plumbing fixture. Inspection Test all plumbing fixtures for proper and smooth operation when in use. Make sure fixtures are thoroughly clean and free of any foreign material. 15.73 Sewer Fixtures 15.73.02 Building Floor Drains Part 2 — Products Manufacturers Floor drains shall be equal to Wade 1100 -series floor drains with adjustable strainers. Manufactured Units Building floor drains shall be round -top drains with p -trap, p -trap primer connection, and sediment bucket. Provide drain fabricated from cast iron with satin bronze strainers. Part 3 — Execution All exposed pipe outfalls from floor drains shall be protected from rodent intrusion by covering end of pipe with woven, 24 -gauge, 1/4 -inch by 1/4 -inch wire mesh. Secure to end of pipe with pipe clamp, exterior -grade concrete mortar or other Engineer -approved patching compound. 15.73.03 Cleanouts Part 2 — Products Manufacturers Cleanouts shall be equal to Wade Model 8130 floor cleanouts. 15-31 7_:\Bothell\Data\YAK \715-114\Phase 2 - Beech Street Lift Station and Force Main \ Specs \15 Mechamcal.docx 3/30/2017 12:19 PM © 2017 RH2 Engineering, Inc. Spring 2017 City of Yakima Division 15 — Mechanical Beech Street Interceptor, Lift Station, and Force Main Manufactured Units Provide floor cleanouts fabricated from cast iron with spigot type outlet, threaded adjustable housing, and round, heavy duty, cover with satin bronze finish. Wall cleanouts shall be threaded male cleanouts plumb connected to threaded female wye fittings. 15.73.04 Self Priming P -Trap Part 2 — Products Materials Electronic trap primer equal to Sioux Chief model 695-ES01. Primer to be user -adjustable for both frequency and duration and include a vacuum breaker. Unit to be connected to 120 VAC supply. Part 3 — Execution Installation Route copper or Schedule 40 PVC tube from device to drain. Install so that water does not run over floors or other surfaces. For potable water source, provide an air gap between the outlet and the drain of no less than twice the pipe diameter. 15.74 Water Heaters 15.74.02 Water Heater Part 1— General Design Requirements Heater shall have 30 -gallon capacity and be rated at 6kW, 480V, 3 Phase, 60 cycle AC. Recovery rate shall be 24 gallons per hour with at a 100 -degree temperature rise using two 3,000 watt elements. Water heater shall have the AGA/UL seal of certification and shall meet ASHRAE Standard 90 energy efficient standards. Tanks shall have a working pressure of 150 psi. Part 2 — Products Manufacturers Water heater shall be AO Smith DEL -30 or equal. Manufactured Units Heater tanks shall be equipped with extruded high density anode. All internal surfaces of the heater(s) exposed to water shall be glass -lined with an alkaline borosilicate composition that has been fused -to -steel by firing at a temperature range of 1,400 degrees Fahrenheit to 1,600 degrees Fahrenheit. Electric heating elements shall be zinc plated copper. Each element shall be controlled by an individually mounted thermostat and high temperature cut-off switch. All internal circuits shall be fused. The outer jacket shall be of baked enamel 15-32 3/30/2017 12:19 PM Z:\Bothell\Data \YAK\715-11=1\Phase 2 - Beech Street Lift Station and Force Main \ Specs \ 15 Mechanical.docx © 2017 RH2 Engineering, Inc. City of Yakima Spring 2017 Beech Street Interceptor, Lift Station, and Force Main Division 15 - Mechanical finish and shall be provided with full-size control compartment for performance of service and maintenance through hinged front panel and shall enclose the tank with foam insulation. Electrical junction box with heavy duty terminal block shall be provided. The drain valve shall be located in the front for ease of servicing. Manufacturer shall supply ASME rated temperature and pressure relief valve. 15.74.10 Expansion Tank for Hot Water Heater Part 1— General Design Requirements Expansion tank shall be IAPMO approved and sized to match an inlet pressure maximum of 80 psi, hot water temperature of 120 degrees Fahrenheit and specified hot water heater size. Maximum working pressure 150 psi. Maximum temperature shall be 200 degrees Fahrenheit. Part 2 — Products Manufacturers Expansion tank shall be equal to State Industries Inc. Model ETC. Components Provide and install all necessary piping for a functioning expansion tank. Expansion tank shall be the following. • Use with residential and commercial water heaters; • In-line design, with 3/4 -inch MPT connection that installs in cold water line of water heater; • Field -adjustable 40 psi air charge; • Drawn -steel tank with 2 -coat bonded polymer inner lining; and • Butyl diaphragm for permanent separation of air and water, with no waterlogging. 15.75 Plumbing Fixtures 15.75.02 Backflow Prevention Assemblies (2 -inch and Smaller) Part 1— General Summary The Contractor shall be responsible for maintaining cross flow prevention between approved and non -approved potable water systems. The Contractor shall supply and maintain products for use to prevent cross flow. Where required on the plans or by the local authority, a reduced pressure principal backflow device shall be provided. Submittals The Contractor shall obtain and pay for device testing by a certified backflow assembly and provide test report to the Owner. 15-33 "L:\Bothell\Data \ YAK \715-114\Phase 2 - Beech Street Lift Station and Force Main \Specs\15 Mechanical.docx 3/30/2017 12:19 PM © 2017 RH2 Engineering, Inc. Spring 2017 City of Yakima Division 15 — Mechanical Beech Street Interceptor, Lift Station, and Force Main Provide information showing the device is approved by the FCCC and listed with the State of Washington. Device used must be approved by the Washington State Department of Health. Part 2 — Products Manufacturers Reduced pressure principal double check valve assembly shall be equal to Wilkins Model 375. Manufactured Unit Double check valve assembly shall be a complete unit consisting of one body containing two independently -operating, spring-loaded check valves and two isolation valves. Testing shall be accomplished through the use of stop cocks installed in the unit. Spring loading of each check valve shall be sufficient to hold at least 1 psi in the normal direction of flow when outlet is at atmospheric pressure. Internal parts of spring-loaded check valves shall be removable or replaceable without removing double check valve from the line. Provide double check valve fabricated from corrosion -resistant materials. Reduced pressure (RP) backflow prevention assembly shall be a complete unit consisting of isolation valves on each end. Assembly shall be constructed of corrosion -resistant materials. Part 3 — Execution Installation Install devices per the requirements of the PNWS-AW\X/A Cross Connection Control Manual. RP devices shall have daylight drainage. Provide Department of Health certification and field testing of assembly at project completion in accordance with the Uniform Plumbing Code. Provide test report to Owner. 15.75.16 Brass Ball Valves Part 1— General Performance Requirements Ball valves rated for 250 psi W.O.G. minimum. Valve to be "full -port" style. Part 2 — Products Manufactured Unit Ends to be threaded, unless specifically shown otherwise on the plans. Include 1/4 turn lever handle. If available space does not allow handle to operate without interference, replace with tee handle. 15-34 3/30/2017 12:19 PN1 '7_:\Bothell\Data\YAK \715-114\Phase 2 - Beech Street Lift Station and Force Main \ Specs \15 Mechanical.docx CO 2017 RH2 Engineering, Inc. City of Yakima Spring 2017 Beech Street Interceptor, Lift Station, and Force Main Division 15 - Mechanical 15.75.36 Room Service Sink Part 2 — Products Manufacturers Utility sink shall be equal to Advance Tabco Stainless Steel series sinks. Manufactured Units Provide wall mount utility sink seamlessly fabricated from 16 gauge, Type 304, stainless steel. Bowl size: 16 inches by 22 inches. The utility sink shall have and integral stainless steel backsplash. Drain opening shall be 31/2 inches. 15.75.38 Hose Bibs Part 2 — Products Manufacturers Interior hose bib shall be equal to Woodford Model 24 anti -contamination wall faucet. Manufactured Units Provide hose bibs to building interiors with brass construction and a 3/4 -inch connection and vacuum breaker. Provide hose bibs on exteriors to buildings as shown on the Plans. Provide automatic draining, freezeless wall hydrant with anti -siphon vacuum breaker to buildings that are fenced in to restrict public access. Public accessible areas shall have a flush mounting wall box. 15.75.39 Faucet Part 2 — Products Manufacturers Faucets shall be equal to Kohler Bardney water -guard gooseneck spout faucet with aerator. Manufactured Units Gooseneck faucet for service sink: Handle shall specify cold water. 15.75.41 Water Hose, Nozzle, and Rack Part 2 — Products Materials Provide a 50 -foot -length of 2" inch water hose with a 1 -inch coupling for each location as shown on the Plans. Provide one adjustable pattern brass nozzle with 1 -inch threads for each water hose provided. 15-35 Z:\Bothell\Data\YAKK\715-114\Phase 2 - Beech Street Lift Station and Force Main\Specs\ 15 Mechanical.docx © 2017 RH2 Engineering, Inc. 3/30/2017 12:19 PM Spring 2017 City of Yakima Division 15 — Mechanical Beech Street Interceptor, Lift Station, and Force Main Provide one rigid hose rack for each water hose provided. Mount securely to wall in locations shown on the Plans or as field -directed. 15-36 3/30/2017 12:19 PM Z:\Bothell\Data\YAK\715-11 F\Phase 2 - Beech Street Lift Station and Force Main \ Specs \15 Mechanical.docx © 2017 RH2 Engineering, Inc. Division 16 Electrical 16.00 GENERAL A. The Contractor shall provide all labor, material, tools, equipment and services required to complete the furnishing, installation, wiring, connection, calibration, adjustment, testing and operation of all electrical equipment, devices and components as indicated and implied by the plans and specifications. B. Sections in these specifications titled "Common Work for ..." shall apply to all following sections whether directly referenced or not. C. The Contractor shall reference Section 1.33.2 regarding substitutes and "or -equals. 16.05 Common Work for Electrical Part 1— General Summary A. Plans are diagrammatic and indicate general arrangements of systems and equipment, except when specifically dimensioned or detailed. The intention of the plans is to show size, capacity, approximated location, direction and general relationship of one work phase to another, but not exact detail or arrangement. B. Permits and Fees 1. The Contractor shall coordinate and provide all permits, licenses, approvals, inspections by the authority having jurisdiction and other arrangements for work on this project and all fees shall be paid for by the Contractor. The Contractor shall include these fees in the bid price. Related Sections A. See the following sections for items that may be provided and/or installed with other electrical equipment. 1. 8.90 Motorized louvers/dampers 2. 10.14.8 Signs for electrical equipment 3. 11.20 Pump motors 4. 11.95.34 Fans 5. 11.95.82 Space heater 6. 15.15.1 Flow meter transmitters 7. 17.50 Sensors and controls Codes and Standards A. Provide all electrical work in accordance with latest edition of National Electrical Code, National Electrical Safety Code, Washington State Electrical Code, and local ordinances. If any conflict occurs between government adopted code rules and these specifications, 16-1 Z:\Bothell\Data\YAK\715-114\Phase 2 - Beech Street Lift Station and Force blain\Specs \16 Electrical.docx 3/30/2017 1:30 PM © 2017 RH2 Engineering, Inc. Spring 2017 City of Yakima Division 16 — Electrical Beech Street Interceptor, Lift Station, and Force Main the codes are to govern. All electrical products shall bear a label from a certified testing laboratory recognized by the State of Washington. Recognized labels in the State of Washington are UL, ETL, and CSA -US. Definitions A. Dry Locations: All those indoor areas which do not fall within the definitions below for wet, damp, or corrosive locations and which are not otherwise designated on the Plans. B. Wet Locations: All locations exposed to the weather, whether under a roof or not, unless otherwise designated on the Plans. C. Damp Locations: All spaces wholly or partially underground, or having a wall or ceiling forming part of a channel or tank unless otherwise designated on the Plans. D. Corrosive Locations: Areas where chlorine gas under pressure, sulfuric acid, or liquid polymer are stored or processed. These areas are identified on the Plans. E. The words "plans" and "drawings" are used interchangeably in this specification and in all cases shall be interpreted to mean "Plans." F. The work "provide" shall be interpreted to mean furnish and install. Submittals A. Provide submittals of each item specified in this division to engineer for approval in accordance with the submittals' sections of these specifications. Submittals for motor control centers, motor control panels, control panels, instrumentation panels, and pump control panels shall include as a minimum a wiring diagram or connection schematic and an interconnection diagram. B. Wiring Diagram or Connection Schematic 1. This plan or plans shall include all of the devices in a system and show their physical relationship to each other including terminals and interconnecting wiring in assembly. This diagram shall be in a form showing interconnecting wiring only by terminal designations (wireless diagram). C. Interconnection Diagram 1. This diagram shall show all external connections between terminals of equipment and outside points, such as motors and auxiliary devices. References shall be shown to all connection diagrams which interface to the interconnection diagrams. Interconnection diagrams shall be of the continuous line type. Bundled wires shall be shown on a single line with the direction of entry/exit of the individual wires clearly shown. All devices and equipment shall be identified. Terminal blocks shall be shown as actually installed and identified in the equipment complete with individual terminal identification. All jumpers, shielding and grounding termination details not shown on the equipment connection diagrams shall be shown on the interconnection diagrams. Spare wires and cables shall be shown. D. Submittal information shall be provided to the Owner for the following items: 1. Utility Meter Enclosure 16-2 3/30/2017 1:30 PM Z:\Bothell\Data\YAK\715-1 14\Phase 2 - Beech Street Lift Station and Force Main \ Specs \16 Eleeuical.docx CO 2017 RH2 Engineering, Inc. City of Yakima Spring 2017 Beech Street Interceptor, Lift Station, and Force Main Division 16 — Electrical 2. Service Disconnect 3. Surge Protection Device (SPD) 4. Motor Control Center 5. Variable Frequency Drives 6. Circuit Breakers 7. Conduit and Fittings 8. Outlet and Junction Boxes 9. Wire and Cables 10. Switches and Receptacles 11. Light Fixtures 12. Automatic Transfer Switch 13. Manual Transfer Switch 14. Engine Generator Set 15. Electrical Grounding Equipment 16. Underground Marking Tape 17. Other Electrical Components listed in this division and/or required by the Engineer. Project Conditions A. Contractor shall keep all power shutdown periods to a minimum. Carry out shutdowns only after a shutdown schedule has been submitted and approved by both the Owner and the Engineer. B. Construction Power: See Division 1.51. Part 2 — Products Source Quality Control A. Provide adequate space and fit for the electrical installation, including, but not limited to, determination of access -ways and doorways, shipping sections, wall and floor space, and space occupied by mechanical equipment. Provide electrical equipment that fits in the areas shown on the plans. All equipment shall be readily accessible for maintenance, shall have electrical clearances in accordance with NEC and shall be installed in locations which will provide adequate cooling. B. Do not use equipment exceeding dimensions indicated or equipment or arrangements that reduce required clearances or exceed specified maximum dimensions unless approved by the Engineer. C. Identification of Listed Products 1. Electrical equipment and materials shall be listed for the purpose for which they are to be used, by an independent testing laboratory. When a product is not available with 16-3 Z:\Bothell\Data\YAK\715-114\Phase 2 - Beech Street Lift Station and Force Main\Specs\16 Electrical.docx 3/30/2017 1:30 PDI © 2017 RH2 Engineering, Inc. Spring 2017 City of Yakima Division 16 — Electrical Beech Street Interceptor, Lift Station, and Force Main a testing laboratory listing for the purpose for which it is to serve, the inspection authority may require the product to undergo a special inspection at the manufacturer's place of assembly. All costs and expenses incurred for such inspections shall be included in the original contract price. Materials A. Use equipment, materials and wiring methods suitable for the types of locations in which they will be located, as defined in Definitions above. B. 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. Components A. Fasteners for securing to walls, floors, and the like shall meet the requirements of Division 5.05.23. NEMA Rating A. Unless otherwise noted, provide enclosures as follows: 1. Class 1, Division 1 and 2 Locations: NEMA Type 7 2. Indoors unclassified Locations: NEMA Type 12 3. Corrosive Locations: NEMA Type 4X 4. Outdoors and/or Wet Locations: NEMA Type 4 5. Electrical rooms: NEMA Type 1 Accessories A. Wire Identification 1. Identify each wire or cable at each termination and in each pull box using numbered and lettered wire markers. All electrically common conductors shall have the same number. Each electrically different conductor shall be uniquely numbered. Identify panelboard circuits using the panelboard identification and circuit number. Identify motor control circuits using the equipment identification number assigned to the control unit by the motor control center manufacturer and the motor control unit terminal number. Identify other circuits as approved by the Engineer. Identify each wire or cable in each pull box with plastic sleeves having permanent markings. Conductors between terminals of different numbers shall have both terminal numbers shown at each conductor end. The terminal number closest to the end of the wire shall be the same as the terminal number. Finishes A. Refer to each electrical equipment section of these Specifications for painting requirements of equipment enclosures. 16-4 3/30/2017 1:30 PM 7_:\13othell\'Data \ YAK \715-114\Phase 2 - Beech Street Lift Station and Force .Mani \ Specs \16 Electrical.docx © 2017 R1-12 Engineering, Inc. City of Yakima Spring 2017 Beech Street Interceptor, Lift Station, and Force Main Division 16 — Electrical Part 3 — Execution Installation A. General 1. Complete the wiring, connection, adjustment, calibration, testing and operation of mechanical equipment having electrical motors and/or built-in or furnished electrical components in accordance with electrical code, UL listing requirements and manufacturer's instructions. Install electrical components that are furnished with mechanical equipment. 2. Provide the size, type and rating of motor control devices, equipment and wiring necessary to match the ratings of motors furnished with mechanical equipment. 3. Complete the procurement, installation, wiring, connection, calibration, adjustment, testing and operation of all electrical devices, components accessories and equipment which is not shown or specified but which is nonetheless required to make the systems shown and specified properly functional. B. Workmanship 1. Assign a qualified representative who shall supervise the electrical construction work from beginning to completion and final acceptance. 2. Provide all labor using qualified craftsmen, who have had experience on similar projects. 3. Ensure that all equipment and materials fit properly in their installations. C. Field Services 1. Provide field services of qualified technicians to supervise and check out the installation of the equipment, to supervise and check out interconnecting wiring, to conduct start-up and operation of the equipment, and to correct any problems which occur during testing and start-up. D. Installing Equipment 1. Provide the required inserts, bolts and anchors, and securely attach all equipment and materials to their supports. 2. Install all floor -mounted equipment on 31/2 -inch high reinforced concrete pads. 3. Install all equipment and junction boxes to permit easy access for normal maintenance. E. Cutting, Drilling, and Welding 1. Provide any cutting, drilling, and welding that is required for the electrical construction work. 2. Structural members shall not be cut or drilled, except when approved by the Engineer. Use a core drill wherever it is necessary to drill through concrete or masonry. Perform patch work with the same materials as the surrounding area and finish to match. 16-5 Z:\Bothell\Data\YAIK\715-114\Phase 2 - Beech Street Lift Station and Force Main \Specs\ 16 Electrical.docx 3/30/2017 1:30 PM © 2017 RH2 Engineering, Inc. Spring 2017 City of Yakima Division 16 — Electrical Beech Street Interceptor, Lift Station, and Force Main F. Metal Panels 1. Mount all metal panels, which are mounted on, or abutting concrete walls in damp locations or any outside walls 1/4 -inch from the wall, and paint the back side of the panels with a high build epoxy primer with the exception of stainless steel panels. Film thickness shall be 10 mils minimum. G. Seismic Requirements 1. See Division 1.81. H. Load Balance 1. Balance electrical load between phases as nearly as possible on panelboards, motor control centers, and other equipment where balancing is required. 2. When loads must be reconnected to different circuits to balance phase loads, maintain accurate record of changes made, and provide circuit directory that lists final circuit arrangement. Field Quality Control A. Minor Deviations 1. The electrical plans are diagrammatic in nature and the location of devices, fixtures and equipment is approximate unless dimensioned. On the basis of this, the right is reserved by the Owner to provide for minor adjustments and deviations from the locations shown on the Plans without any extra cost. Deviations from the Plans and/or specifications required by code shall also be done, subsequent to Owner's approval, without extra cost. 2. Plans indicate the general location and number of the electrical equipment items. When raceway, boxes, and ground connections are shown, they are shown diagrammatically only and indicate the general character and approximate location. Layout does not necessarily show the total number of raceways or boxes for the circuits required. Furnish, install, and place in satisfactory condition all raceways, boxes, conductors and connections, and all of the materials required for the electrical systems shown or noted in the contract documents complete, fully operational, and fully tested upon the completion of the project. B. Project Record Plans 1. A set of Plans shall be maintained at the job site showing any deviations in the electrical systems from the original design. A set of electrical Plans, marked in red to indicate the routing of concealed conduit runs and any deviations from the original design, shall be submitted to the Engineer for review at the completion of the project prior to final acceptance. 2. After testing and acceptance of the project the Contractor shall furnish in the O&M manuals an accurate connection schematic and interconnection diagram for every service entrance panel, pump control panel, motor control center, and instrumentation panel provided this project. 16-6 3/30/2017 1:30 I'M Z:\Bothell\Data\YAK\715-114\Phase 2 - Bcech Street Lift Station and Porce Main \ Specs \ 16 Elccrrical.docx © 2017 RE -12 Engineering, Inc. City of Yakima Spring 2017 Beech Street Interceptor, Lift Station, and Force Main Division 16 — Electrical Cleanup and Equipment Protection A. Equipment Protection 1. Exercise care at all times after installation of equipment, motor control centers, control panels, etc., to keep out foreign matter, dust debris, and moisture. Use protective sheet metal covers, canvas, heat lamps, etc., as needed to ensure equipment protection. B. Cleaning Equipment 1. Thoroughly clean all soiled surfaces of installed equipment and materials upon completion of the project. Clean out and vacuum all construction debris from the bottom of all equipment enclosures. C. Painting 1. Repaint any electrical equipment or materials scratched or marred in shipment or installation, using paint furnished by the equipment manufacturer. D. Final Cleanup 1. Upon completion of the electrical work, remove all surplus materials, rubbish, and debris that accumulated during the construction work. Leave the entire area neat, clean and acceptable to the Owner. 2. Lamps and fluorescent tubes shall be cleaned and defective units replaced at the time of final acceptance. 16.10 ELECTRICAL SITE WORK 16.10.1 Common Work for Electrical Site Work Part 1— General Description of Work A. The work included in this section consists of furnishing and installing conduit, fittings, handholes, pull vaults, warning tape, cables, wires, and related items, complete as specified herein and as indicated on the plans for a complete and functional underground electrical system. Special vaults, grounding, trench backfill requirements may be specified with the particular equipment or electrical system involved. Part 2 — Products General A. Materials and equipment shall conform to the respective specifications and standards; and to be the specifications herein. Electrical rating shall be as indicated on plans. B. Raceways and conduit shall be provided per Section 16.70. C. Wire and cable shall be provided per Section 16.60. 16-7 Z:\Bothell\Data\YAK\715-114\Phase 2 - Beech Street Lift Station and Force Main \ Specs \ 16 Electrical.docx 3/30/2017 1:30 PM © 2017 RH2 Engineering, Inc. Spring 2017 City of Yakima Division 16 — Electrical Beech Street Interceptor, Lift Station, and Force Main Part 3 — Execution Construction A. Provide all excavation, trenching, backfill and surface restoration required for the electrical work. B. Trenching shall be to depths as required by Code, particular installation, or as shown on the Plans. Trench width and length as required by the installation or as shown. Trench bottom shall be free of debris and graded smooth. Where trench bottom is rock or rocky, or contains debris larger than 1 inch or material with sharp edges, over excavate 3 inches and fill with 3 inches of sand. Separation between new electrical utilities and other utilities shall be 12 inches minimum, except gas line separation shall be 12 inches both vertical and horizontal. Perform crossing of concrete or asphalt only after surface material has been saw cut to required width and removed. C. Backfill around raceways shall be 3 inches of pea gravel or sand for systems of 600 volt or less. Provide red marker tape over raceways below grade. Place backfill material to obtain a minimum degree of compaction of 95 percent of maximum density at optimum moisture content. Moisten backfill material as required to obtain proper compaction. Do not use broken pavement, concrete, sod, roots or debris for backfill. 16.10.2 Underground Marking Tape (Detectable Type) Part 2 — Products Manufacturers A. Tape shall be Brady "Detectable Identoline — Buried Underground Tape, or equal. Materials A. Underground marking tape shall be for location and early warning protection of buried power and communication lines. Tape shall be detectable by a pipe/cable locator or metal detector from above the undisturbed ground. Tape shall be nominally 2 inches wide with a type B721 aluminum foil core laminated between two layers of 5 mil thickness polyester plastic. The plastic color shall be red for electrical lines and orange for telephone lines. Part 3 — Execution Installation A. Unless noted otherwise on plans, approved underground marking tape shall be installed in the trench 12 inches above and directly over the conduit or raceway. 16-8 3/30/2017 1:30 PM Z:\Bothell\Data\YAK\715-114\Phase 2 - I3ecch Street Lift Station and Force Main\Specs\16 Electrical.docx © 2017 RI -I2 Engineering, Inc. City of Yakima Spring 2017 Beech Street Interceptor, Lift Station, and Force Main Division 16 — Electrical 16.15 ELECTRICAL GROUNDING 16.15.1 Common Work for Electrical Grounding Part 1— General References A. Service and equipment grounding shall be per Article 250 of the National Electrical Code (NEC). Performance Requirements A. Verify that a low-resistance ground path is provided for all circuits so an accidental contact to ground of any live conductor will instantly trip the circuit. Part 2 — Products Components A. The grounding systems shall consist of the ground rods, grounding conductors, ground bus, ground fittings and clamps, and bonding conductors to water piping and structural steel as shown on the Plans. B. System components shall be as allowed in the NEC unless specified otherwise below. 1. Ground Rods: Ground rods shall be cone pointed copper clad Grade 40 HS steel rods conforming to ASTM B228. The welded copper encased steel rod shall have a conductivity of not less than 27 percent of pure copper. 2. Ground Conductors: Buried conductors shall be medium -hard drawn bare copper; other conductors shall be soft drawn copper. Sizes over No. 6 AWG shall be stranded. Coat all ground connections except the exothermic welds with electrical joint compound, non -petroleum type, UL listed for copper and aluminum applications. 3. Ground Rod Boxes: Boxes shall be a 9 -inch -diameter precast concrete unit with hot- dip galvanized traffic cover. Boxes shall be 12 inches deep minimum. Covers shall be embossed with the wording "Ground Rod." Part 3 — Execution General Grounding Installation A. When available a UFER ground per latest edition of NEC shall be provided as the primary means to ground the electrical system. B. Ground electrical service neutral at service entrance equipment to supplementary grounding electrodes. C. Ground each separately derived system neutral to nearest effectively grounded building structural steel member or separate grounding electrode. D. Provide a ground rod box for each ground rod so as to permit ready access to facilitate testing. E. Provide a ground wire in every conduit carrying a circuit of over 110 volts to ground. 16-9 Z:\Bothell\Data\1 Ah\715-114\Phase 2 - Beech Street Lift Station and Force Main\Specs\16 Electrical.docx CO 2017 RH2 Engineering, Inc. 3/30/2017 1:30 PM Spring 2017 City of Yakima Division 16 — Electrical Beech Street Interceptor, Lift Station, and Force Main F. Make embedded or buried ground connections, taps, and splices with exothermic welds. Coat ground connections. G. Bond metallic water piping at its entrance into each building. Motor Grounding Installation A. Extend equipment ground bus via grounding conductor installed in motor feeder raceway. Connect to motor frame. B. When using nonmetallic flexible tubing install an equipment grounding conductor connected at both ends to noncurrent -carrying grounding bus. Vault and Handhole Grounding A. Exposed noncurrent -carrying metal parts of equipment, conductor supports or racks, conduits and other metal appurtenances, including any metal cover and its supporting ring, shall be bonded together and connected to a common ground. The size of the grounding means shall be as prescribed in the National Electric Code. Where the grounding means is exposed, the grounding conductor shall be not smaller than #8 AWG copper. Ground Connections A. Above grade ground connections shall be exothermic weld, mechanical, or compression - type connectors; or brazing. B. Below grade ground connections shall be exothermic weld. C. Install all ground connections is strict accordance with connector manufacturer's recommendations and methods. Testing A. Following completion of the grounding electrode system, if installed, measure ground resistance at each ground rod using the three rod method. Submit results to engineer prior to final acceptance by the Owner. B. Perform testing per NETA Standard ATS paragraph 7.3. Testing methods shall conform to NETA Standard ATS using the three electrode method for large systems. Conduct tests only after a period of not less than forty-eight (48) hours of dry weather. C. Furnish to the Engineer a test report with recorded data of each ground rod location. See Division 16.95.4 16.20 UTILITY SERVICE 16.21 Electrical Service Part 1— General Description of Work A. Work consists of installation of new a 200 amp, 480 -volt, 3 phase underground service, pad -mounted transformer and service entrance equipment. 16-10 3/30/2017 1:30 PM Z:\Bothell\Data\YAK\715-114\Phase 2 - Beech Street Lift Station and Force Main \ Specs \16 Electrtcatdocx © 2017 81-12 Engineering, Inc. City of Yakima Spring 2017 Beech Street Interceptor, Lift Station, and Force Main Division 16 — Electrical Scheduling Work with the Utility Company A. The Contractor shall be fully and completely responsible for all scheduling and coordination with the utility company. The Contractor shall coordinate and schedule power outages, power service for operation and construction, and power service as may be required prior to Certification of Occupancy. 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. Contractor/Utility Interface Responsibilities A. The electrical utility providing service to these facilities is Pacific Power. B. During design, contact was made with Customer Service Representative, Amber O'Dell, who can be contacted by telephoning 509-575-3192. The division of responsibilities stated below has been determined by coordination with the serving utility. The Contractor shall comply with all utility company standards and requirements. C. All utility charges for and related to the final permanent service to the facility will be paid by the Owner, directly to the utility company and shall not be included in the Contractors bid price. D. Contractor shall notify the Engineer/Owner of any changes to the responsibilities between the electrical utility and the Contractor as outlined in these specifications prior to submitting a bid. Any change(s) in responsibilities not brought to the attention of the Engineer prior to bidding will not be cause for additional payment. E. The Contractor shall notify the Owner (in writing) of any obligations or forms that the Owner is responsible to provide for service. The Contractor shall: A. Install new raceway and conductors for secondary service from the existing pad -mount transformer location to the proposed service entrance panel or switchboard, including trenching, backfill, and restoration. Terminate service conductors at the service entrance panel or switchboard. B. Install the Service Entrance switchboard panel, Automatic Transfer switch, and Motor Control Centers as shown on the Plans. C. Install utility meter enclosure, raceway, and conductors for utility revenue metering as shown on the Plans. D. Provide trench, backfill, and restoration for installment of the underground secondary power from the existing utility transformer to the proposed service entrance. E. Provide excavation, backfill, and restoration required for installment of the electrical handholes and vaults. F. The Contractor shall meet all the standard requirements for working in the right-of-way which includes a utility representative on site during work within the right-of-way. The Contractor shall be responsible for paying all cost for the representative to be on site. 16-11 Z:\Bothell\Data\YAK\715-114\Phase 2 - Beech Street Lift Station and Force \lain\Specs \16 Electrical.docx 3/30/2017 1:30 PM © 2017 RH2 Engineering, Inc. Spring 2017 City of Yakima Division 16 — Electrical Beech Street Interceptor, Lift Station, and Force Main The Utility Company will: A. Terminate conductors on the secondary side of the transformer. B. Install a utility revenue meter in the proposed main revenue metering enclosure installed by the Contractor. Project Conditions A. Before submitting a bid, the Contractor shall become familiar with all the electrical service requirements that may affect the execution of their work. Standards and Codes A. Work involving service installation shall be done in accordance with the service utilities standards and the National Electric Code. B. Service equipment shall be listed and labeled by UL as "suitable for use as service equipment." 16.21.2 Electrical Utility Meter Enclosure Manufacturers A. Meter enclosure shall be a Circle AW or equal and as required to meet the requirement of the serving utility. Installation shall be in vandal proof NEMA 3R enclosure with a lockable hinged door. Meter shall include a metal vandal screen that can be purchased from serving utility. Materials A. Contractor shall coordinate with Pacific Power on the type of metering required and shall provide all labor and material necessary to meet Pacific Power requirements. 16.21.4 Circuit Breaker Service Disconnect Switch Design A. The switch shall be heavy duty type, shall be quick -make, quick break, and shall be horsepower rated. The switch shall have blades as required to open all ungrounded conductors. The disconnect shall have a minimum available fault current withstand rating of 42,000 amperes unless noted otherwise on the plans. B. Service equipment shall meet the requirements of the serving utility and shall be suitable for use as service equipment. Service entrance disconnect shall be furnished with a UL service entrance label. Manufacturers A. Materials, equipment and accessories specified in this section for the service disconnect switch shall be products of: 1. Eaton (Cutler Hammer) 2. General Electric 3. Schneider Electric (Square ll) 16-12 3/30/2017 1:30 PM Z:\13othdl\Data\YAK:\713-11,\Phase 2 - Beech Street Lift Station and Force Main \ Specs \16 Electrical.docx © 2017 RI -12 Engineering, Inc. City of Yakima Spring 2017 Beech Street Interceptor, Lift Station, and Force Main Division 16 — Electrical 4. Siemens 5. Or approved equal Materials A. The switch shall be pad -lockable in both the OFF or ON position. B. The enclosure shall be NEMA 1 rated unless noted otherwise on the plans. The enclosure shall have interlocking cover to prevent opening door when switch is closed. The interlock shall include a defeating scheme. The enclosure shall be padlockable. C. Circuit breakers shall be molded case thermal -magnetic type and meet molded case circuit breaker specifications covered in Division 16.55.16 16.21.6 Manual Transfer Switch Part 1— General Design A. Switch shall be heavy duty safety switch, double throw type, non-fused manually operated, NEMA 1 enclosure, 600 volt, 3 phase, 200 ampere rated. Part 2 — Products Manufacturers A. Materials, equipment and accessories specified in this section for the manual transfer switch shall be products of: 1. Eaton (Cutler Hammer) 2. General Electric 3. Schneider Electric (Square D) 4. Siemens 5. Or approved equal Part 3 — Execution Ground Electrode System A. The grounded conductor and ground bus shall be connected to the grounding electrode system, via the grounding electrode conductor as indicated on system one -line diagram. B. The system shall be as indicated in Article 250-66 of the National Electrical Code. C. See Division 16.15 for additional grounding requirements and specifications. Underground Secondary Service Install in accordance with Plans and Division 16.10. 16-13 Z:\Bothell \ Data \ YAK \715-11,4\Phase 2 - Beech Street Lift Station and Force Main \ Specs \16 Electncal.docx 3/30/2017 1:30 PDI © 2017 RI -12 Engineering, Inc. Spring 2017 City of Yakima Division 16 — Electrical Beech Street Interceptor, Lift Station, and Force Main 16.30 BASIC PANEL EQUIPMENT AND DEVICES 16.31 Operating and Indicating Devices Part 1— General A. Operating and indicating devices minimum rating shall be NEMA 13. Operator devices mounted in outdoor panels, corrosive areas or where exposed to moisture shall be NEMA 4X. 16.31.1 Digital Power Meter Manufacturers A. The digital power meter shall be an Allen-Bradley, Powermonitor 5000, or equal. Minimum Features A. A digital 3-phase power monitor with remote capabilities and associated sensors shall be provided as indicated on the plans. The digital power meter shall be capable of measuring at a minimum the following parameters: 1. Voltage (line -neutral) 2. Voltage (line -line) 3. Voltage unbalance 4. Current 5. Current unbalance 6. Neutral amps 7. Real power 8. Reverse and single phase detection 9. Reactive power 10. Apparent power 11. Power factor 12. Frequency 13. Auxiliary voltage B. Power meter shall have an RJ -45 Ethernet port for communicating with the facility control system. Power meter shall communicate with the control system via EtherNet/IP communications protocol. Power meters with Modbus TCP/IP protocol or that require Modbus TCP/IP to EtherNet/IP protocol converters shall not be allowed. An industrial Ethernet switch and 24 VDC power supply shall be installed in the MCC power meter section for connecting the power meter display and pump station control system communications network to the power meter. 16-14 3/30/2017 1:30 PM Z:\Bothell\Data\YAK .\715 -11,1\1)1 -lase 2 - I3cech Street Lift Station and Force Main \ Specs \ 16 13lectrical.docx © 2017 RI -12 Engineering, Inc. City of Yakima Spring 2017 Beech Street Interceptor, Lift Station, and Force Main Division 16 — Electrical 16.31.2 Run Time Meters Manufacturers A. HECON GO series or equal. Manufactured Units A. Hour meter (elapsed time meters) shall be 2 -inch by 1 -inch nominal size, rectangular case type for flush panel mounting. The meter face shall be of the style that most closely resembles the panel indicating instruments if provided and shall have black trim with white or aluminized face. The meters shall have a 6 -digit non-resettable register with the last digit indicating tenths of an hour. 16.31.3 Start Count Meters Manufacturers A. HECON GO series, Redington Model 3400-2010 or equal. Manufactured Units A. Start counters shall be 2 -inch by 1 -inch nominal size, rectangular case type for flush panel mounting. The meter face shall be of the style that most closely resembles the panel indicating instruments if provided and shall have black trim with white or aluminized face. The meters shall have a 6 -digit resettable register. 16.31.4 Indicating Lights Manufacturers A. Heavy -Darty, Oil -Tight Type: Eaton/Cutler-Hammer, Type 12350T; Square D Co., Type K; Allen Bradley, Type 800T; General Electric Co., Type CR 104P. B. Heavy -Darty, Watertight, and Coa-osion-Resistant Type: Eaton/Cutler-Hammer, Type E34; Square D Co., Type SK; Allen Bradley, Type 800H; General Electric Co., Type CR 104P. Manufactured Units A. Indicating lights shall be NEMA type 4/4X/13, corrosion resistant, water -tight, oil -tight, full voltage, push -to -test, high visibility 28 chips LED type. Pilot lights shall be rated for the proper operating voltage. Appropriate lens caps shall be provided as shown on Plans. Size of indicating lights shall be 30.5mm. 16.31.5 Selector Switch Manufacturers A. Heavy -Duty, Oil -Tight Type: Eaton/Cutler-Hammer, Type 12350T; Square D Co., Type K; Allen Bradley, Type 800T; General Electric Co., Type CR 104P. B. Heavy -Duty, Watertight, and Corrosion -Resistant Type: Eaton/Cutler-Hammer, Type E34; Square D Co., Type SK; Allen Bradley, Type 800H; General Electric Co., Type CR 104P. 16-15 Z:\l3othell\Data\YAK\715-114\Phase 2 - Beech Street Lift Station and Force Main\Specs\16 Electrical.docx 3/30/2017 1:30 PM © 2017 RH2 Engineering, inc. Spring 2017 City of Yakima Division 16 — Electrical Beech Street Interceptor, Lift Station, and Force Main Manufactured Units A. Selector switches shall be NEMA type 4/4X/13, corrosion-resistant/watertight/oil-tight, type selector switches with contacts rated for 10 amperes continuous at proper operating voltage. Operators shall be black knob type. Units shall have the number of positions and contact arrangements and spring return function (if any) as shown on Plans. Units shall be single -hole mounting, accommodating panel thicknesses from 1/16 -inch minimums to 1 -inch maximum. Size of selector switch shall be 30.5mm. 16.31.6 Pushbuttons Manufacturers A. Heavy -Duty, Oil -Tight Type: Eaton/Cutler-Hammer, Type 12350T; Square D Co., Type K; Allen Bradley, Type 800T; General Electric Co., Type CR 104P. B. Heavy -Duffy Watertight, and Corrosion -Resistant Type: Eaton/Cutler-Hammer, Type E34; Square D Co., Type SK; Allen Bradley, Type 800H; General Electric Co., Type CR 104P. Manufactured Units A. Pushbuttons shall be NEMA type 4/4X/13, corrosion-resistant/watertight/oil-tight, type push buttons with momentary contacts rated for 10 -ampere continuous at proper operating voltage. Button color shall be as specified in control panels and shall have a full guard. Pushbutton contact arrangements shall be as shown on Plans. Size of pushbuttons shall be 30.5mrn. Special Functions A. Pushbutton for "emergency help" applications shall have maintained contacts and red mushroom head operators. 16.32 Panel Relays Part 1— General General A. Relays shall be provided as necessary to perform switching functions required of control panels and other control circuits as shown on the Plans and described in the technical specifications. Appropriate relay type and associated contacts shall be selected based on the application from the control wiring diagrams or the functional description. Where timing relays and control relays require additional contacts, provide auxiliary control relays properly sized for the application. B. All contacts and relays shall be NEMA rated and UL recognized. C. The electrical life expectancy for the relay shall be over 500,000 operations at 120V AC, 10 amp; (over 200,000 operations at 120V AC, 10 amp for SPDT, 3PDT, and 4PDT). The mechanical life expectancy for the relay shall be over 50,000,000 operations. 16-16 3/30/2017 1:30 PM Z:\I3othell\Dara\YAK\713-114\Phase 2 - Beech Street Lift Station and Force Main \ Specs \16 Electrical.docx © 2017 RH2 Engineering, Inc. City of Yakima Spring 2017 Beech Street Interceptor, Lift Station, and Force Main Division 16 — Electrical Part 2 — Products 16.32.1 Control Relays Manufacturers A. Square D Class 8501, Type K or R; B. Allen Bradley 700 Type HA or HB; C. IDEC RH Series; or equal. Manufactured Units A. Relays for general purpose use shall be DPDT or 3PDT, 10 amp contacts with the appropriate coil voltage for the application. Relays shall be plug-in type with matching socket. All relays shall have LED indicators to signal when the coil is energized. Relay coils shall be rated for continuous duty. 16.32.3 Time Delay Relays Manufacturers A. Allen Bradley 700 Type HR; B. IDEC GE1, RTE or GT3 Series; or equal Manufactured Units A. Time delay relays shall be multi -function, multi -range with plug-in base, pin style terminations timing and timed out LED indicators, and calibrated scales. Relays shall have minimum 0.5 seconds to 60 minutes, 8 selectable timing ranges, 5 amp contacts. Select coil voltage for the application. Units shall be sealed to prevent entry of contamination in the form of dust, dirt or moisture. B. Appropriate relay shall be selected based on application from the control wiring diagrams. C. Minimum accuracy (plus or minus) shall be as follows: 1. Repeat accuracy —1/2 percent. 2. Timing change over full voltage range —'/2 percent change over full temperature range. 3. Scale tolerance — 5 percent. 16.32.5 Phase Fail Relay (PFR) General A. Motor Control Centers (MCC) and Motor Control Panels shall be provided with phase fail relays wired as indicated on the Plans for shutdown of three-phase motors and/or remote indication of incorrect voltage conditions. Manufacturers A. Units shall be Square D 8501 or Allen Bradley 700-N or equal. 16-17 Z:\Bothell\Data\YAK\715-114\Phase 2 - Beech Street Lift Station and Force Main\Specs\16 Electrical.docx 3/30/2017 1:30 PM © 2017 RH2 Engineering, Inc. Spring 2017 City of Yakima Division 16 — Electrical Beech Street Interceptor, Lift Station, and Force Main Manufactured Units A. A UL listed 3-phase power fail relay shall interrupt the control power in the event of phase loss, phase reversal, undervoltage, and phase unbalance. It shall have primary fuse protection. Contacts shall be rated for 15A resistive at 120 VAC. The 3-phase power fail relay shall automatically reset when proper power is re-applied. Phase Fail Relays shall be Square D Class 8430 type MPD or equal. Installation A. Provide an interposing relay to provide a N.O. contact for each motor control circuit to serve as a shutdown contact, one (1) spare N.O. contact, and one (1) spare N.C. contact. Control relays for use with phase fail relays shall be heavy duty, industrial type with field convertible contacts. Unit shall be able to operate up to eight (8) contacts per relay. Part 3 — Execution Installation A. Provide adjustable time relays on all alarm and shut down circuits to prevent nuisance tripping of other alarm points. Time delay relays for these functions may not be shown on the plans; however, provide as required on all circuits. B. Provide additional form C contacts over and above the number indicated on the Plans for all relays provided. C. 120 VAC relays shall not be interchangeable with other voltages to prevent a hazardous interchange of relay voltages. D. Provide DIN mounted or panel mounted type depending on application. 16.35 Control Panel Accessories 16.35.1 Terminal Blocks Part 2 — Products Manufactured Units A. Terminal blocks shall be one-piece, molded, plastic blocks with screw-type terminals and barriers rated for 600 volts. Terminals shall be double -sided and supplied with removable covers to prevent accidental contact with live circuits. Terminals shall have permanent, legible identification, clearly visible with the protection cover removed. Part 3 — Execution Installation A. All wires between panel -mounted equipment and other equipment shall be terminated at terminal blocks. Switches shall be terminated at the terminal blocks with crimp -type, pre -insulated, ring -tongue lugs. Lugs shall be of the appropriate size for their terminal block screws and for the number and size of the wires terminated. All wires shall be labeled with the circuit number and common function. 16-18 3/30/2017 1:30 PM "L:\Bothell\Data \YAK\715-114\Phase 2 - Beech Street Lift Station and Force Main \ Specs \ 16 Electrical.docx © 2017 RI -12 Engineering, Inc. City of Yakima Spring 2017 Beech Street Interceptor, Lift Station, and Force Main Division 16 — Electrical 16.35.2 Nameplates Part 2 — Products Manufactured Units A. Standard nameplates shall be made of /16 -inch thick machine engraved laminated phenolic having black letters not less than 3/16 -inch high on white background. Lettering 1 -inch high shall be used for the large nameplates required for the control panels and motor control centers. Part 3 — Execution Installation 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, switches, indicating lights, meters, and all electrical equipment enclosures. Each motor control center compartment and control panel shall have a nameplate designated the equipment and its identifying number and size or rating. Data shall be as shown on the Plans and reviewed via the submittal process. Nameplates shall have name, number and/or function as is applicable for clear identification. B. Provide one large nameplate for each motor control center and/or control panel identifying the equipment as indicated on the Plans. C. Nameplates on steel panels shall be secured with stainless steel drive screws. Where it is proposed that nameplates will be secured with pressure sensitive tape or bonding cement, the process and samples shall be submitted to the Engineer for acceptance. D. Nameplates shall be provided for identifying all operator interface (lights, switches, etc.) and other devices that are located outside or inside the panels. E. Nameplates shall be provided for identifying all relays and devices that are located inside the panels. Special Functions A. Provide warning nameplates on all panels and equipment, which contain multiple power sources. Lettering shall be white on red background. 16.36.1 Surge Protection Device (SPD) Part 2 — Products General A. The SPD shall be compatible with the electrical system voltage, current, system configuration and intended applications. Manufacturers A. The SPD shall be manufactured by the MCC manufacturer. 16-19 Z:\Bothell\Data\YAK\715-114\Phase 2 - Beech Street Lift Station and Force Main \ Specs \16 Electrical.docx 3/30/2017 1:30 PM © 2017 RH2 Engineering, Inc. Spring 2017 City of Yakima Division 16 — Electrical Beech Street Interceptor, Lift Station, and Force Main Manufactured Units A. Protect the electrical service with a SPD device as shown on the Plans. The SPD shall be mounted in the motor control center and connected with the shortest conductors possible. The SPD shall meet the following: 1. Provide surge current withstand up to 160 kA per phase. 2. Short circuit current rating of 200 kAIC. 3. A ten (10) -year free replacement warranty. 4. Enhanced UL 1283 Transient Tracking Filter. 5. NEMA 4 — weatherproof steel enclosure 6. Status indicator lights for each phase and one service LED. 16.40 Low VOLTAGE MOTOR CONTROL EQUIPMENT 16.41.1 Motor Control Center Part 1— General Description of Work A. The electrical contractor shall furnish and install the motor control center, including all related equipment as shown on the Plans and specified herein. Related Sections A. Signage Division 10.14.8 B. Basic Panel Equipment and Devices 16.30 References A. The equipment shall be constructed to meet or exceed the requirements within NEMA ICS3-322 and UL845 for motor control centers. Each MCC section shall bear the UL label. Coordination A. The supplier of the motor control center shall equip the assembly with all appurtenances and accessories (including but not limited to control relays, control contacts, control wiring and terminal strips) as required for interface with the mechanical equipment and motor to provide a totally integrated and operable system. Design Requirements A. This equipment shall consist of a line-up of standard design, free-standing sheet metal sections, assembled and pre -wired for motor control and power distribution as shown on the Plans. This equipment shall be designed as to permit future additions of vertical sections and interchanging of units by users. Include provisions for supervisory control equipment as specified elsewhere. 16-20 3/30/2017 1:30 PM Z:\Bothell\Data \ YAK \715 -11 -}\Phase 2 - Beech Street Lift Station and Force Main \ Specs \16 Electiical.docx 2017 RI -12 Engineering, Inc. City of Yakima Spring 2017 Beech Street Interceptor, Lift Station, and Force Main Division 16 — Electrical B. Each unit shall be completely prewired with all control wiring numbered and terminated on terminal strips. No terminal strips are required for the load wiring. Auxiliary components such as HOA selector switches, indicating lights and other indicating and/or recording devices shall be mounted on the compartment door or cover. All control power leads into and out of each unit shall pass through a ganged knife blade control power disconnect switch. The control power disconnect shall be identified as such. C. The equipment enclosure shall be NEMA Type 1A with gasketing unless noted otherwise on the Plans. Gasketing shall be closed cell neoprene material. D. The MCC shall be NEMA Class II, Type B construction. E. The MCC shall be rated as shown on the Plans with a minimum available fault current withstand rating of 42,000 amperes without a neutral conductor in the MCC. Submittals A. Provide submittals for all components. Part 2 — Products Manufacturers A. During design, Allen Bradley Centerline MCC equipment was used for sizing. MCC manufacturer shall be one of the following manufacturers: 1. Allen Bradley Centerline 2100 2. Siemens Tiastar MCC 3. Eaton (Cutler -Hammer) Freedom 4. Square D Model 6 B. Provisions for terminating a neutral wire at the MCC shall be provided. Finishes A. Surfaces shall be painted according to the manufacturer's standard color scheme. All unpainted parts shall be plated for resistance to corrosion. Components A. Communications 1. All power monitoring equipment and motor operating equipment including overload units, SSRVS and VFDs shall communicate with the telemetry system via an EtherNet/IP networking system. All EtherNet/IP connected devices shall have an add-on profile available for integration into SCADA software. B. Vertical Sections 1. Each vertical section shall be approximately 90 inches high and 20 inches deep. Vertical sections shall have internal base mounting angles at the bottom and external lifting angles at the top running continuously within each shipping block. To minimize the chance of fault propagation to adjacent sections, each vertical section shall have side sheets extending the full height and depth of the section. 16-21 Z:\Bothell\Data\YAK\715-114\Phase 2 - Beech Street Lift Station and Force Main \ Specs \ 16 Electrical.docx 3/30/2017 1:30 PM © 2017 RH2 Engineering, Inc. Spring 2017 City of Yakima Division 16 — Electrical Beech Street Interceptor, Lift Station, and Force Main C. Incoming Line Compartments 1. Incoming line/lug compartment shall be bottom entry unless noted otherwise on the Plans. The size and quantity of incoming cables shall be as shown on the Plans. D. Bus 1. The main horizontal bus shall be as indicated on the Plans. Horizontal bus bars shall be located at the top of the MCC. All power bussing shall be braced to withstand a fault current of 42,000 RMS symmetrical amperes unless otherwise noted on the Plans. 2. Bus supports shall be fabricated from high strength, glass -filled polyester resin. 3. The horizontal bus shall be tin plated copper with a conductivity rating of 100 percent AICS. The horizontal bus bars shall be fully sized to carry 100 percent of the rated current the entire length of the MCC. The entire horizontal bus assembly shall be located behind the top horizontal wireway. Horizontal bus bars located behind usable unit space are not acceptable. 4. The horizontal bus shall be isolated from the top horizontal wireway by a clear, flexible, polycarbonate barrier allowing visual inspection of the horizontal bus without removing any hardware. 5. The vertical bussing shall be rated 400 amperes respectively. Vertical bus bars shall be fabricated of tin plated solid copper bars with a conductivity rating of 100 percent AICS. The vertical bus barrier support shall be designed as to effectively enclose each vertical bus bar. Provisions shall be made to close off unused unit stab openings in the vertical bus barrier with removable covers. 6. All bus ratings are to be based on a maximum temperature rise of 50 degrees Celsius over a 40 degree Celsius ambient temperature. E. Unit Disconnect Operator Mechanism 1. A door -mounted operator mechanism shall be provided for operating all feeder breakers provided with the MCC. The operator shall extend through an opening in the unit door and shall clearly indicate whether the disconnect is "on," "off," or "tripped." 2. With the disconnect in the `ON' position, a mechanical interlock shall prevent opening of the unit door. This interlock shall be provided with a defeater so that authorized personnel may gain access to the compartment without interrupting service. 3. The operator mechanism design shall allow padlocking the disconnect in the 'OFF' position with up to four padlocks. F. Wireways 1. Horizontal wireways of standard sections, both top and bottom, shall be not less than 6 inches high. To prevent damage to cable insulation, the wireway opening between sections shall have rounded corners and the edges shall be rolled back. A full height, vertical wireway and hinged door shall be provided in each standard vertical section. A permanent vertical wireway wall shall separate the units from the vertical wireway, and remain intact even when the units are removed. 2, 16-22 3/30/2017 1:30 PM Z:\Bothell\Data\YAK\715-114\Phase 2 - Beech Street Lift Station and Force Main\Specs\ 16 Electrical.docx © 2017 RI -12 Engineering, Inc. City of Yakima Spring 2017 Beech Street Interceptor, Lift Station, and Force Main Division 16 — Electrical G. Operator Interface Devices And Control Relays 1. This section covers all components required in a motor control center that require operator interface devices and control relays. Nameplates shall be provided for each control component. The nameplate shall be phenolic, black background with white lettering. 2. See Division 16.30 Basic Equipment and Devices. H. Units 1. After insertion, each plug-in unit shall be held in place by a latch that is located at the front of the unit. 2. Plug-in stabs shall be mounted in a polyester molding at the rear of the unit. Wiring from the unit disconnecting means to the plug-in stables shall be routed into this molding such that the wiring is not being exposed at the rear of the unit. 3. Size 1 through Size 5 non -reversing starters shall be plug-in units. 4. The unit door shall be fastened to the stationary structure (not the unit itself), so that the door can be closed when the unit has been removed. The door shall be hinged on the left-hand side so that it opens away from the vertical wireway. 5. The operator handle of all units shall be interlocked with the MCC frame, so that a unit insert cannot be withdrawn or inserted when the operator is in the ON position. Position of operating handle shall indicate ON, OFF, or tripped condition. Handle shall provide provisions for padlocking in the OFF position. Interlock provision shall prevent unauthorized opening or closing of the door with the disconnect in the ON position. 6. Circuit breaker type starter units shall have a short circuit rating greater than the available fault current listed in the General Section, and shall be motor circuit protectors (MCP) with magnetic only trip. Feeder breakers shall be molded case breakers with thermal magnetic trip and have a short circuit rating greater than the available fault current listed in the General Section. 7. An auxiliary contact shall be provided on the disconnect for purposes of isolating the external source of control voltage. One control circuit fuse shall be provided. 8. Control circuit transformer (CCT) shall be mounted within the unit. CCT shall be individually protected, and provide the following excess capacity, in addition to that required by the starter coil: Size 1 — extra 40VA, Size 2 — extra 40VA, Size 3 — extra 125VA, Size 4 — extra 180VA, Size 5 — extra 200 VA. I. Power Monitoring 1. See Division 16.31.1. J. Surge Protection Device (Spd) 1. See Division 16.36.1 16-23 Z:\Bothell\Data\YAK\715-114\Phase 2 - Beech Street Lift Station and Force Main\Specs\16 Electrical.docx 3/30/2017 1:30 PM © 2017 RH2 Engineering, Inc. Spring 2017 City of Yakima Division 16 — Electrical Beech Street Interceptor, Lift Station, and Force Main K. Transformers 1. Lighting transformers to be installed in this equipment shall be Class H insulation type for 80 degree Celsius rise. Provide transformer with ratings as shown on the Plans. Transformer shall be compatible with the environment in which it will be located and provided with properly -rated taps. L. Load Center Panels 1. Load Center panels shall be provided with a rating at the proper voltage and current for intended use with tin-plated copper bus bars. Panels shall have 100 percent neutral, with equipment ground bar unless noted otherwise. Panels shall be deadfront. 2. The panelboard shall have the number of available single pole breaker spaces as shown on the Plans or a minimum of 18 spaces when a number is not indicated on the Plans. Where noted in the panel schedule on the Plans provide spare breakers, complete for future connection of wiring circuits. Where "Space Only" is indicated for breakers, provide all bussing and breaker mounting hardware. 3. The following interrupting capacity shall be considered minimum for the circuit breakers provided. Other ratings shall be as specified on the Plans. a) 240V and 208Y/120V Panelboards — 22,000 AIC symmetrical b) 480Y/277V Panelboards — 42,000 AIC symmetrical 4. Provide GPI breakers when indicated on the Plans. M. Power Factor Correction Capacitors 1. See Division 16.36.2 N. Integration With Telemetry 1. The Manufacturer of the MCC shall determine all requirements for transmitting data to the telemetry system and shall include in the panel all required devices and equipment for interfacing contact closures. O. Wiring Diagrams 1. Wiring diagrams shall be provided at a centralized location in the MCC. The diagram shall show the exact devices inside the unit and shall not be a generic diagram. The supplier of the equipment shall have the capability to provide revisions to electronic files of wiring diagrams at a local office. The wiring diagrams must be provided with product submittals in order to be considered for review. Supplier shall provide a disk copy of all plans in AutoCAD format. 2. Before the MCC can be shipped to the jobsite, the final wiring diagrams must be submitted to the Engineer for review and approval. The final wiring diagrams must reflect all changes made at the factory or integrator's shop before the diagrams will be approved. 16-24 3/30/2017 1:30 PM L:\Bothell\Dara\YAK\713-114\Phase 2 - Beech Street Lift Station and Force Man \ Specs \ 16 Electrical docx © 2017 RFL Engineering, Inc. City of Yakima Spring 2017 Beech Street Interceptor, Lift Station, and Force Main Division 16 — Electrical P. Wire And Control Relay Identification 1. All control wire in MCC shall be marked with shrink type wire markers on both ends of wire. All control relays provided in the MCC panel shall be permanendy labeled. The label for the control relays and wiring shall match the wiring diagrams. 2. All wire and control relay identification must be correct before the MCC can be shipped to the jobsite. Part 3 — Execution Testing A. This equipment shall be tested, and placed into operation by a qualified factory representative trained in start-up and troubleshooting procedures for equipment being installed. B. All Motor Control Center components shall be factory tested both at the manufacturer's facility and the Control System Integrator's shop. Factory testing shall be witnessed by the Engineer. 16.45 Variable Frequency Drive Part 1— General Related Sections A. Signage Division 10.14.8 B. Basic Panel Equipment and Devices 16.30 C. Motor Control Center 16.41 D. Division 17 — Automatic Control Design Requirements A. Drive(s) shall be of the size, capacity and quantity as shown on the Plans. B. The variable frequency drive (VFD) motor controller shall convert 460 Volt, three-phase, 60 Hertz utility power to adjustable voltage (0 to 460V) and frequency (0 to 60 Hz.) three-phase, AC power for stepless motor speed control with a capability of 10:1 speed range. All general options and modifications shall mount within the standard adjustable frequency controller enclosure. C. The controller(s) shall be suitable for use with any standard NEMA -B squirrel -cage induction motor(s) having a 1.15 Service factor. At any time in the future, it shall be possible to substitute any standard motor (equivalent horsepower, voltage, and current) in the field. D. The variable frequency control shall operate satisfactorily when connected to a bus supplying other solid state power conversion equipment which may be causing up to 10 percent total harmonic voltage distortion and commutation notches up to 36,500 volt microseconds, or when other VFDs are operated from the same bus. Manufacturers shall 16-25 Z:\Bothell\Data\YAK\715-114\Phase 2 - Beech Street Lift Station and Force Main \ Specs \ 16 Electrical.docx 3/30/2017 1:30 PM © 2017 RH2 Engineering, Inc. Spring 2017 City of Yakima Division 16 — Electrical Beech Street Interceptor, Lift Station, and Force Main certify at submittal time that their equipment will function satisfactorily under these circumstances. E. Individual or simultaneous operation of the VFDs shall not add more than 5 percent total harmonic voltage distortion to the normal bus, nor more than 10 percent while operating from standby generator per IEEE 519, 1992. Prior to project completion, the Contractor shall provide verification through both measurement and calculations that the system is compliant with IEEE 519, 1992. F. VFDs may be variable torque or constant torque rated depending on the motor being operated. The VFD supplier shall review the appropriate Division 11 specifications coordinate with the equipment manufacturer of the motor being operated to ensure that the VFD supplied has a torque rating compatible with the motor. G. VFDs for Progressive Cavity Pumps shall capable of 150 percent of full load amps as a starting torque. Part 2 — Products Manufacturers A. The VFD shall be an Allen-Bradley, Powerflex 753, model VFD with EtherNet/IP communication interface or pre -approved equal. Approved manufacturers are as follows: 1. Allen-Bradley — Powerflex 753 2. Siemens — Sinamics G120 3. Schneider Electric (Square D) — Altivar 61/71 4. Eaton (Cutler -Hammer) — SVX9000 B. All drives shall be supplied by one manufacturer. C. The VFD equipment shall be of the same manufacturer and supplier as the MCC as required for interface with the master control system to provide a totally integrated and operable system. Manufactured Units A. The variable frequency control shall include transient voltage suppression to allow reliable operation on a typical industrial or commercial power distribution system. B. Basic Description: 1. The controller shall produce an adjustable AC voltage/frequency output. It shall have an output voltage regulator to maintain correct output V/Hz. despite incoming voltage variations. VF Ds shown with line reactors shall be supplied with an input AC line harmonic compensated reactor with minimum 5 percent impedance unless noted otherwise on the one -line diagram. Line reactor shall be designed to address performance issues of NEMA MG1-20.55 and to provide proper transient protection of the VFD input power devices. Line reactor is to be factory mounted and wired within the VFD enclosure. Line reactors shall be an MTE Line Reactor or equal. 16-26 3/30/2017 1:30 PM Z:\Bothell\Data \ YAK \715-11,1\Phase 2 - Beech Street Lift Station and Force Main\Specs\ 16 Electrical.docx 2017 RH2 Engineering, Inc. City of Yakima Spring 2017 Beech Street Interceptor, Lift Station, and Force Main Division 16 — Electrical 3. The VFD shall be supplied with a harmonic compensated load reactor with minimum 5 percent impedance unless noted otherwise on the one -line diagram. Load reactor is to be factory mounted and wired within the VFD enclosure. Load reactors shall be an MTE Load Reactor or equal. 4. The controller shall have a continuous output current rating of 100 percent of motor nameplate current. 5. All Inverter sections shall be of the Pulse Width Modulated (PWM) type and consist of IGBT inverter bridge through entire power range (GTO or BJT devices not acceptable). Space vector modulation shall be utilized. IGBT carrier frequency shall be adjustable for fixed frequency, and have the possibility for random sweep. 6. The VFD shall not induce excessive power losses in the motor. The worst case RMS motor line current measured at rated speed, torque and voltage shall not exceed 1.05 times the rated RMS motor current for pure sine wave operation. C. Basic Features 1. The keypad of each power unit shall include a "POWER ON light, a VFD fault light, a VFD run light, manual stop push-button, manual start push-button, a fault reset push-button, an "AUTOMATIC" push-button and increase/decrease pushbuttons. 2. 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. 3. A speed droop feature shall be included which reduces the speed of the drive on transient overloads. The drive is to return to set speed after transient is removed. If the acceleration or deceleration rates are too rapid for the moment of inertia of the load, the drive is to automatically compensate to prevent drive trip. 4. Automatic restart after drive trip or utility failure. Software selectable if not desired. 5. Speed profile: Individual adjustable settings for start, stop, entry, slope, and minimum and maximum speed points. 6. Microprocessor based adjustable frequency drive with sinusoidal PWM current control. 7. A critical speed avoidance circuit will be included for selection of two critical speeds with a rejection band centered on that speed. The drive will ignore any speed signals requiring drive operation within the rejection band. 8. 0.001 Hz setpoint resolution. 9. Pick up a spinning load. The VFD shall be able to determine the motor speed and resume control of a motor that is spinning in either direction without tripping. 10. 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: 16-27 Z:\Bothell\Data\YAK\715-114\Phase 2 - Beech Street Lift Station and Force Main \ Specs \16 Electrical.docx 3/30/2017 1:30 PM © 2017 RH2 Engineering, Inc. Spring 2017 City of Yakima Division 16 — Electrical Beech Street Interceptor, Lift Station, and Force Main 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. Six (6) levels of password security shall be available to protect drive parameters from unauthorized personnel. 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: i. Speed demand in percent ii Output current in amperes iii. Output frequency iv. Speed difference v. Output current vi. Output power vii. Drive operating Hours viii. Frequency in Hertz or RPM ix. Control Mode: Manual/Automatic x. Total three-phase kW or output volts xi. Service Conditions d) The controller shall be designed and constructed to operate within the following service conditions: i. Elevation to 3300 feet ii. Enclosed Ambient temperature range: 0 degrees Celsius to 40 degrees Celsius Atmosphere: Non -Condensing relative humidity to 95 percent iv. AC Line voltage variation: -5 percent to +10 percent v. AC Line frequency variation: ±6 Hertz D. Protective Features and Circuits E. 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 under -voltage protection. 3. DC link overvoltage protection. 16-28 3/30/2017 1.30 PM L:\13oihell\Dara\Y.1IK\715-11d\Phase 2 - Beech Street Lift Station and Force Main \ Specs \ 16 Elecrrical.docx © 2017 R1-12 Engineering, Inc. City of Yakima Spring 2017 Beech Street Interceptor, Lift Station, and Force Main Division 16 — Electrical 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. 13. Input line fuses. 14. Be insensitive to incoming power phase sequence. 15. Have desaturation circuit to drive inverter section transistor base current to zero in event of controller fault. 16. Input line noise suppression with line reactor. F. Parameter Settings G. The following system configuring settings shall be provided, without exception, field adjustable through the keypad/display unit or via the Ethernet communication port only. 1. Motor Nameplate Data: a) Motor frequency b) Number of poles c) Full load speed d) Motor volts e) Motor full load amps f) Motor HP g) Current min h) Current Max 2. VFD Limits: a) Independent accel/decel rates b) No load boost c) Vmin, Vmax, V/Hz d) Full load boost e) Overload trip curve select (Inverse or Constant) f) Min/Max speed (frequency) 16-29 Z:\Bothell\Data\YAK\715-114\Phase 2 - Beech Street Lift Station and Force Main \ Specs \ 16 Electrical.docx © 2017 RH2 Engineering, Inc. 3/30/2017 1:30 PM Spring 2017 City of Yakima Division 16 — Electrical Beech Street Interceptor, Lift Station, and Force Main g) Auto reset for load or voltage trip select h) Slip compensation i) Catch -a spinning -load select j) Overload trip time set 3. VFD Parameters: a) Voltage loop gain b) Voltage loop stability c) Current loop stability 4. Controller Adjustments: a) PID control enable/disable b) Setpoint select c) Proportional band select d) Reset time select e) Rate time select f) Input signal scaling g) Input signal select (4-20mA/0 to 5 Volts) h) Auto start functions: On/Off, Delay On/Off, Level Select On/Off i) Speed profile: Entry, Exit, Point Select j) Min, Max speed select k) Inverse profile select (allows VFD speed to vary directly or inversely with input signal) H. Diagnostic Features and Fault Handling 1. 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). I. Drive Options: 1. Provide the following options/modifications to the VFD. All special features shall be factory mounted and wired within the VFD enclosure unless otherwise specified. a) Input circuit breaker, interlocked with the enclosure door, with through -the -door handle to provide positive disconnect of incoming AC power. The circuit breaker shall be rated for 42,000 AIC. 16-30 3/30/2017 1:30 PM "L:\Bothell\Data \ YAK. \715-114\Phase 2 - Beech Street Lift Station and Force i\Iain\Specs\16 Electrical.docx © 2017 R1-12 Engineering, Inc. City of Yakima Spring 2017 Beech Street Interceptor, Lift Station, and Force Main Division 16 — Electrical b) Door -mounted devices as follows: a. Start counter b. 5 -digit elapsed time meter c) Panel Lights d) Run light e) Fail light f) Emergency Stop Light g) System Operation h) With the manual start push-button selected, the VFD shall be controlled by the increase/decrease pushbuttons on the VFD keypad. i) 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. 16.50 PANELBOARDS 16.52 Common Work for Panelboards Part 1— General Description of Work A. This section covers the furnishing and installation of all panelboard equipment complete. Quality Assurance A. Provide products specified in this Section that are listed and labeled as defined in NEC Article 100. 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 material and equipment specified herein shall confirm 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 NEC. Part 2 — Products Manufacturers A. Materials, equipment, and accessories specified in this section shall be products of: 1. Eaton/Cutler-Hammer 2. Schneider Electric/Square D Company 16-31 Z:\Bothell\Data\YAK\715-114\Phase 2 - Beech Street Lift Station and Force Main \ Specs \16 Electrical.docx 3/30/2017 1:30 PM © 2017 RH2 Engineering, Inc. Spring 2017 City of Yakima Division 16 — Electrical Beech Street Interceptor, Lift Station, and Force Main 3. Allen-Bradley 4. Siemens B. Panelboards shall be of the same manufacturer as equipment furnished under Section 16.50, Low Voltage Motor Control. Components A. Panelboard Type 1. Panelboards shall be rated at proper voltage and current for intended use with bus bars of copper. Panels shall be three-phase, four -wire, 100 percent neutral, with equipment ground bar unless noted otherwise. Panelboards shall be dead front. B. Wire Terminations 1. Panelboard assemblies, including protective devices, shall be suitable for use with 75 degrees Celsius or greater wire insulation systems at NEC 7 degrees Celsius conductor ampacity in accordance with UL 486E. C. Load Current Ratings 1. Unless otherwise indicated, load current ratings for panelboard assemblies, including bus and circuit breakers, are non -continuous as defined by NEC. Continuous rating shall be 80 percent of non -continuous rating. 2. Where indicated "continuous," "100 percent," etc., selected components and protective devices shall be rated for continuous load value shown. 3. The following interrupting capacity shall be considered minimum. Other ratings shall be as specified on the Plans. 240V and 208Y/120V Panelboards 22,000 AIC symmetrical 480V/277V Panelboards 40,000 AIC symmetrical D. Overcurrent Protective Devices 1. In accordance with NEMA AB 1,NEMA KS 1, UL 98 and UL 489, protective devices shall be adapted to panelboard installation. 2. Panelboards shall be capable of device replacement without disturbing adjacent devices and without removing main bus. 3. Spare Spaces: Cover openings with easily removable cover. 4. When not identified on Plans, provide minimum of 18 single -pole breaker spaces. E. Circuit Breakers 1. Provide thermal -magnetic unless otherwise indicated, quick -make, quick -break, molded case, of indicating type showing ON/OFF and TRIPPED positions of operating handle. Mount breakers in all panelboards so that the breaker handles operate in a horizontal plan. 16-32 3/30/2017 1:30 PM Z:\Bothell\Data\YAK\715-114\Phase 2 - Beech Street Lift Station and Force Main \ Specs \ 16 I lectrical.docx © 2017 RI -12 Engineering, Inc. City of Yakima Spring 2017 Beech Street Interceptor, Lift Station, and Force Main Division 16 — Electrical 2. The bus connection shall be bolt -on circuit breakers in all panelboards. In power distribution panelboards, 225 -ampere frame sizes and greater may be plug-in type where individual positive locking device requires mechanical release for removal. 3. Trip Mechanism: a) Individual permanent thermal and magnetic trip elements in each pole. b) Test button on cover. c) Variable magnetic trip elements with a single continuous adjustment 3X to 10X for frames greater than 100 amps. d) Two and three pole breakers shall have common trip. e) Automatic opens all poles when overcurrent occurs on one pole. f) Calibrated for 40 degrees Celsius ambient, unless shown otherwise. F. Ground Fault Circuit Interrupter (GFCI) 1. Where indicated, equip breaker as specified above with ground fault sensor rated to trip on 5-mA ground fault with 0.025 second (UL 943, class A sensitivity, for protection for personnel). 2. Ground fault sensor shall be rated same as circuit breaker. 3. GFCI shall have a push -to -test button and a reset button. G. Equipment Ground Fault Interrupter (EGFI) 1. Where indicated, equip breaker as specified above with ground fault sensor rated to trip on 30-mA ground fault (UL listed for equipment ground fault protection). H. Cabinets for Each Panelboard 1. Cabinets shall be flush or surface mounted as indicated on the plans with 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. 2. Provide cabinets of sufficient dimensions to allow for future expansion and addition of circuit breakers within the panelboards as indicated on the plans. 3. Provide locks for each cabinet door. All electrical distribution equipment locks are to be keyed identically. 4. Fasten panelboard with machine screws with oval countersunk heads, finish hardware quality, with escutcheons or approved trim clamps. Clamps assessable only when dead front door is open are acceptable. Surface mounted panelboards with fronts greater than 48 inches vertical dimension shall have trim hinged at the right side in addition to the hinged door over dead front. 5. Material for Type 1, Type 3R, and Type 3S cabinets shall be code -gauge, hot -dip galvanized sheet steel with reinforced steel frame. 6. Finish all enclosures with rust inhibitor primer followed by manufacturer's standard gray baked enamel or lacquer. 16-33 Z:\Bothell\Data\YAK\715-114\Phase 2 - Beech Street Lift Station and Force Main\Specs\ 16 Elecrrical.docti 3/30/2017 1:30 PM © 2017 RH2 Engineering, Inc. Spring 2017 City of Yakima Division 16 — Electrical Beech Street Interceptor, Lift Station, and Force Main I. Bus J. 1. Material for internal bus shall be full size copper throughout length. Provide for mounting of future protective devices along full length of bus regardless of number of units and spaces shown. Machine, drill and tap as required for current and future positions. Feeder Lugs 1. Main and neutral feeder lugs shall be replaceable, bolted mechanical or crimp compression type. K. Equipment Ground Terminal Bus 1. Provide copper equipment ground terminal bus with suitably sized provisions for termination of ground conductors. The terminal bus shall be bonded to the enclosure. 2. Provide individual mechanical termination points no less than the quantity of breaker pole positions. 3. Provide individual termination points for all other grounding conductors such as feeder, grounding electrodes, etc. L. Neutral Terminal Bus 1. Provide copper neutral terminal bus with suitably sized provisions for termination of neutral conductors. The neutral bus shall be isolated from the enclosure. 2. Provide individual mechanical termination points no less than the quantity of breaker pole positions. 3. Provide individual termination points for all other neutral conductors. 4. Termination points shall be bolted crimp compression lugs for conductors 6 AWG or larger. Part 3 — Execution General A. Install in accordance with NECA 407, NEMP PB 1.2 and manufacturers' written installation instructions. Installation A. Install securely, plumb, in-line and square with walls. B. Install top of panelboard trim 72 inches above floor, unless otherwise shown. Install panelboard so tops of protective device operating handles are no more than 72 inches above the floor. C. Install filler plates in unused spaces. System of Numbering and Bus Arrangement A. System numbering and bus arrangement shall be as shown on the Panel schedule on the plans. 16-34 3/30/2017 1:30 PM Z:\I3oncell\Dara\YAK\715-114\Phase 2 - Beech Street Lift Station and Force Main\Specs\16 Electrical.docx CO 2017 81-12 Engineering, Inc. 1 1 1 City of Yakima Spring 2017 Beech Street Interceptor, Lift Station, and Force Main Division 16 — Electrical Panelboard Nameplate A. Provide engraved plastic nameplate with 1/2 -inch high characters for panel identifications (for panel name) attached with screws to each panelboard front. Include voltage, phase and wire (i.e., 208Y/120, three-phase, four -wire) in 3/8 -inch characters. Circuit Index A. Provide as -built information for each branch circuit panelboard by circuit with its proper load designation. Ground Fault Protection A. Install panelboard ground fault circuit interrupter devices in accordance with installation guidelines of NEMA 289. 16.55 SWITCHES AND PROTECTIVE DEVICES 16.55.1 Common Work for Switches and Protective Devices Part 1— General A. Design Requirements 1. Overcurrent devices shall be NEMA rated. Extra Materials A. Provide one fuse for each ungrounded conductor and a minimum of one spare fuse per phase of each ampacity and voltage used on the project. Deliver fuses to Owner at the completion of the project. Part 3 — Execution Installation A. Overcurrent protection devices and safety switches shall be centered 60 inches above the finished floor unless noted otherwise on the Plans. 16.55.13 Fuses Part 1— General Design Requirements A. Fuses shall be of the type and amperage indicated on the Plans. The voltage rating shall be appropriate for the application indicated. The fuse types indicated on the Plans imply a certain set of fuse characteristics. No substitutions of fuse types will be allowed without Engineer approval. Part 2 — Products Manufacturers A. Fuses shall be Bussman, Gould Shawmut, T ittlefuse, Reliance, or equal. 16-35 "L:\Bothell\Data\YAK \715-114\Phase 2 - Beech Street Lift Station and Force Main \ Specs \ 16 Electrical.docs 3/30/2017 1:30 PM © 2017 RI -12 Engineering, Inc. Spring 2017 City of Yakima Division 16 — Electrical Beech Street Interceptor, Lift Station, and Force Main Materials A. Fuses in motor circuits which are indicated but not sized, shall be provided with Manufacturer's recommended size based on the actual motor installed. In-line or integrally -mounted fuse clips shall be provided on all control power or low -voltage transformers. 16.55.16 Molded Case Circuit Breakers Part 1— General Design Requirements A. Breakers shall have the interrupting rating and trip rating indicated on the Plans. All breakers shall be calibrated for operation in an ambient temperature of 40 degrees Celsius. Part 2 — Products Manufactured Units A. Molded case circuit breakers shall be quick -make and quick -break type with wiping type contacts. Each breaker shall be provided with arc chutes and individual trip mechanisms on each pole consisting of both thermal and magnetic trip elements. Two and three pole breakers shall be common trip. Molded case circuit breakers shall be trip -free. Each breaker shall have trip indication independent of the ON or OFF positions. 16.55.17 Instantaneous Magnetic Trip Breakers Part 1— General Design Requirements A. The magnetic trips shall be adjustable and accessible from the front of all these breakers. Part 2 — Products Manufactured Units A. Breakers in motor circuits which are indicated but not sized, shall be provided with Manufacturer's recommended size based on the actual motor installed. Where indicated on the Plans and in the combination motor starter/motor control center schedule, furnish instantaneous magnetic trip only circuit breakers for motor short circuit protection. 16.55.18 Disconnect Switches Part 1— General Design Requirements A. Furnish and install disconnect switches conforming to NEMA KS 1, type HD, sized for the ampere and voltage as shown on the Plans and as required by the National Electrical Code and nameplate requirements of the equipment served. 16-36 3/30/2017 1:30 Pi\1 Z:\Bothell\Data\YAK\715-114\Phase 2 - Beech Street Lift Station and Force i\4ain\Specs \16 Electrical.docx © 2017 R1i2 Engineering, Inc. City of Yakima Spring 2017 Beech Street Interceptor, Lift Station, and Force Main Division 16 — Electrical Part 2 — Products Manufactured Units A. The switches shall be 600 volt type and horsepower rated. Auxiliary contacts shall be provided as indicated on the Plans. Part 3 — Execution Installation A. Provide additional disconnects if required by Code. 16.60 CONDUCTORS 16.61 Low Voltage Wire and Cable Part 1— General Design Requirements A. This section is for power and control conductors for 600 volts or less. B. All conductors shall be copper. Wire or cable not shown on the Plans or specified, but required, shall be of the type and size required for the application and in conformance with the applicable code. Part 2 — Products Materials A. Conductors 1. Solid and stranded copper wire shall be 600 volt Type THW, THWN, or THHW, Class B stranding, sizes #14 AWG, #12 AWG, and #10 AWG only. Use of THHN insulation shall not be allowed. Aluminum conductors shall not be allowed. 2. Stranded copper wire shall be 600 volt Type XHHW, Class B stranding, sizes #8 AWG and larger. Aluminum conductors shall not be allowed. B. Splices 1. For Lighting Systems and Power Outlets: Wire nuts shall be twist -on type insulated connectors utilizing an outer insulating cover and a means for connecting and holding the conductors firmly. 2. All Equipment: Crimp type connectors shall be insulated type, suitable for the size and material of the wires and the number of wires to be spliced and for use with either solid or stranded conductors. 3. Division 16 Equipment and Power Conductors: Bolted pressure connectors shall be suitable for the size and material of the conductors to be spliced. 4. All Equipment: Epoxy splice kits shall include epoxy resin, hardener, mold, and shall be suitable for use in wet and hazardous locations. 16-37 Z:\Bothell\Data\YAKK\715-114\Phase 2 - Beech Street Lift Station and Force Main \Specs\16 Electrical.docx 3/30/2017 1:30 PM © 2017 R1-12 Engineering, Inc. Spring 2017 City of Yakima Division 16 — Electrical Beech Street Interceptor, Lift Station, and Force Main C. Terminations 1. Crimp type terminals shall be self -insulating sleeve type, with ring or rectangular type tongue, suitable for the size and material of the wire to be terminated, and for use with either solid or stranded conductors. 2. Terminal lugs shall be split bolt or bolted split sleeve type in which the bolt or set screw does not bear directly on the conductor. 3. Wire Markers shall be plastic sleeve type. Wire numbers shall be permanently imprinted on the markers. Finishes A. Color Coding: Provide color coding for all circuit conductors. Insulation color shall be white for neutrals and green for grounding conductors. An isolated ground conductor shall be identified with an orange tracer in the green body. Ungrounded conductor colors shall be as follows: 1. 120/208 Volt, 3 Phase: Red, black, and blue. 2. 277/480 Volt, 3 Phase: Yellow, brown, and orange. 3. 120/240 Volt, 1 Phase: Red and black. Part 3 — Execution Location (Installment) Schedule A. Provide the following conductors for the following applications 1. Use stranded copper conductors for all power and control circuits unless noted otherwise on Plans or below. Size as noted on the Plans. 2. Contractor may use solid copper conductors for lighting and receptacle circuits using screw-type terminals. Size as noted on the Plans. 3. Size #14 AWG wire or smaller shall not be allowed on power circuits. Installation A. Conductor Splices 1. Splices: Install all conductors without splices unless necessary for installation, as determined by the Engineer. Splices when permitted shall be completed using an approved splice kit intended for the type o conductor and the application. The splice shall be in accordance with the splice kit manufacturer's instructions. 2. Underground Splices: All underground outdoor splices when approved by Engineer shall be completed in an accessible pullbox or handhole using an approved watertight epoxy resin splice kit rated for the application up to 600 volts. Splices will not be allowed to be direct buried. B. Conductor Identification 1. Except for interior lighting and receptacle circuits, identify each wire or cable at each termination and in each pullbox, junction box, handhole, and manhole using 16-38 3/30/2017 1:30 PM Z:\Bothell\Data\YAK\715-114\Phase 2 - Beech Street Lift Station and Force i\Iain\Specs \16 Electricaldocx © 2017 RI -12 Engineering, Inc. City of Yakima Spring 2017 Beech Street Interceptor, Lift Station, and Force Main Division 16 — Electrical numbered and lettered wire markers. All electrically common conductors shall have the same number. Each electrically different conductor shall be uniquely numbered. Identify panelboard circuits using the panelboard identification and circuit number. Identify motor control circuits using the equipment identification number assigned to the control unit by the motor control center manufacturer and the motor control unit terminal number. Identify other circuits as shown in the circuit schedule as favorably by the Engineer. 2. Conductors between terminals of different numbers shall have both terminal numbers shown at each conductor end. The terminal number closest to the end of the wire shall be the same as the terminal number. Testing A. Insulation Resistance Tests: For all circuits 150 volts to ground or more and for all motors circuits over 1/2 horsepower, test cables per NETA Paragraph 7.3.1. The insulation resistance shall be 20 megohms or more. Submit results to Engineer for review. 16.63 Signal Cable Part 2 — Products Materials A. Twisted Shielded Pairs (TSP) 1. Cable shall conform to IEEE 383, UL 13, and UL 83 and shall be type PLTC cable suitable for direct burial. Each TSP shall consist of two #16 AWG, 7 -strand copper conductors per ASTM B8 with 15 mils PVC insulation and individual conductor jacket of nylon. Conductors shall be twisted with 2 -inch or shorter lay, with 100 percent foil shielding and tinned copper drain wires. The cable shall have an overall PVC jacket with a thickness of 35 mils. The insulation system shall be rated at 90 degrees Celsius and for operation at 600 volts. B. Multiple (Twisted) Shielded Pair (MSP) Cables 1. Each MSP cable shall conform to IEEE 383, UL 13, and UL 83 and shall consist of the number of pairs shown on the Plans of #20 AWG, 7 -strand copper conductors per ASTM B8 with 15 mils PVC insulation and individual conductor jacket of nylon. Conductors shall be twisted with 2 -inch or shorter lay, with 100 percent foil shielding and tinned copper drain wires. The MSP cable itself shall have, in addition, an overall foil shield, tinned copper drain wire, and an outer PVC jacket. Thickness of the jacket shall be 50 mils for 8 or fewer pairs, 60 rnils for 10 to 16 pairs, and 70 mils for 18 or more pairs. The insulation system shall be rated at 90 degrees Celsius and for operation at 600 volts. C. Cat 5E Ethernet Cable 1. The Ethernet cable shall be shielded 600V UL rated. The use of a 300V rated cable is not acceptable. All Ethernet cable terminating outside of a telemetry panel shall be grounded at the telemetry panel only. 16-39 Z:\ Bothell \Data\YAK \713-11,1\Phase 2 - Beech Street Lift Station and Force Main \Specs\ 16 Electrical.docx 3/30/2017 1:30 PM CO 2017 RI -12 Engineering, Inc. Spring 2017 City of Yakima Division 16 — Electrical Beech Street Interceptor, Lift Station, and Force Main 2. Ethernet cables shall be industrial type Ethernet cable and UL listed for installation in the Motor Control Center. Ethernet cables shall be Siemens Fast Connect Industrial Ethernet Cable with metal IE FastConnect Rj45 plug or Allen-Bradley Ethernet Cable with metal In -cabinet RJ45 Connectors, no substitutions. D. Special Cables 1. Use only coaxial cable recommended for specific applications such as radio antenna systems and computer networks as required by the manufacture or system supplier. Special cables such as triaxial (coax), twin -axial and low capacitance computer grade cables shall be supplied where shown on the Plans or as required by the manufacturer or suppler. Deviations must be favorably reviewed by the Engineer. Part 3 — Execution Installation A. Cable Installation 1. Cables shall be continuous from initiation to termination without splices. 2. Cable shielding shall be grounded at one end of the cable only. Bonding shall be to a single ground point only. Bonding from cable to cable in multiple run installations shall not be permitted. 3. Install instrumentation cables in separate raceway systems with voltages not to exceed 30 volts DC. B. Conductor Identification 1. Except for interior lighting and receptacle circuits, identify each wire or cable at each termination and in each pullbox, junction box, handhole, and manhole using numbered and lettered wire markers. All electrically common conductors shall have the same number. Each electrically different conductor shall be uniquely numbered. Identify panelboard circuits using the panelboard identification and circuit number. Identify motor control circuits using the equipment identification number assigned to the control unit by the motor control center manufacturer and the motor control unit terminal number. Identify other circuits as shown in the circuit schedule as determined by the Engineer. 2. Conductors between terminals of different numbers shall have both terminal numbers shown at each conductor end. The terminal number closest to the end of the wire shall be the same as the terminal number. Testing A. Insulation Resistance Tests: Perform insulation resistance on all circuits. Make these tests before any equipment has been connected. Test the insulation with a 500 Vdc insulation resistance tester with a scale reading 100 mega ohms. The insulation resistance shall be 20 mega ohms or more. Submit results to Engineer for review. 16-40 3/30/2017 1:30 PM Z:\13othell\Data\YAK\71 5-114\Phase 2 - 'leech Street Ltft Station and Force Main \ Specs \ 16 Elecn tcal.docx © 2017 RI -12 Engineering, Inc. City of Yakima Spring 2017 Beech Street Interceptor, Lift Station, and Force Main Division 16 — Electrical 16.70 RACEWAYS, BOXES, AND FITTINGS 16.71 Raceways Part 1— General Design Requirements A. Conduit sizes not noted on Plans shall be in accordance with NEC requirements for the quantities and sizes of wire installed therein. Part 2 — Products Components A. Conduit and Fittings 1. Galvanized Rigid Steel (GRS): Rigid conduit shall be steel, hot dipped galvanized inside and out. The GRS must meet USA Standards Institute C80-1 Underwriters Laboratories Standard UL6, and carry a UL label. Use cast threaded hub fittings and junction boxes for all rigid conduit except in locations not permitted by the NEC. 2. PVC Coated Rigid Steel Conduit (PVC-GRS): PVC coated conduit shall meet the GRS standard above plus have a 40 mil PVC factory applied PVC coating. 3. Nonmetallic Conduit: Nonmetallic Conduit shall be rigid PVC, Schedule 40 (PVC -40) or 80 (PVC -80). PVC conduit installed above grade shall be Schedule 80 extra heavy wall 90 degree Celsius. UL listed for aboveground use and UV resistant. Conduit shall be gray in color. Fittings shall be of the same material as the raceway and installed with solvent per the Manufacturer's instructions. Conduit, fittings and solvent shall all be manufactured by the same Manufacturer. 4. Flexible Metal Conduit (Flex -LT): Flexible conduit shall be interlocking single strip, hot dipped galvanized and shall have a polyvinyl chloride jacket extruded over the outside to form a flexible watertight raceway. Flexible conduit shall be American Brass Company Sealtite Type VA, General Electric Type UA or equal. 5. Electrical Metallic Tubing (EMT): EMT shall be UL 797 and ANSI C80.3; steel tubing, hot dipped galvanized. EMT fittings shall be ANSI/NEMA FB 1; steel, rain tight, insulated throat, compression type. B. Conduit and Cable Supports 1. Conduit Supports: Hot dipped galvanized framing channel shall be used to support groups of conduit. Individual conduit supports shall be one -hole galvanized malleable iron pipe straps used with galvanized clamp backs and nesting backs where required. Conduit support for PVC or PVC coated rigid steel shall be one hole PVC or epoxy coated clamps or PVC conduit wall hangers. 2. Ceiling Hangers: Ceiling hangers shall be adjustable galvanized carbon steel rod hangers. Unless otherwise specified, hanger rods shall be 1/2 -inch all -thread rod and shall meet ASTM A193. Hanger rods in corrosive areas and those exposed to weather or moisture shall be stainless steel. 16-41 Z:\Bothell\Data\1 AK\713-11,1\Phase 2 - Beech Street Lift Station and Force Main\Specs \ 16 Electrical.docx 3/30/2017 1:30 PM © 2017 RH2 Engineering, Inc. Spring 2017 City of Yakima Division 16 — Electrical Beech Street Interceptor, Lift Station, and Force Main C. Conduit Sealants 1. Moisture Barrier Types: Sealant shall be a non-toxic, non -shrink, non -hardening, putty type hand applied material providing an effective barrier under submerged conditions. 2. Fire Retardant Types: Fire stop material shall be a reusable, non-toxic, asbestos -free, expanding, putty type material with a three (3) -hour rating in accordance with UL 1479. Provide products indicated by the manufacturer to be suitable for the type and size of penetration. Part 3 — Installation Raceway Applications A. Galvanized Rigid Steel (GRS) conduit shall be used in all locations unless noted otherwise below or on the Plans. B. ABOVE GRADE CONDUITS (non -corrosive areas) shall be: 1. GRS for power and control wiring. 2. GRS for instrumentation and telecommunications wiring. 3. GRS for motor leads from VFDs. 4. EMT for above -grade lighting circuits. C. ABOVE GRADE CONDUITS (wet or corrosive areas, NFPA 70 hazardous areas) shall be: 1. PVC-GRS for power and control wiring. 2. PVC-GRS for instrumentation and telecommunications wiring. 3. PVC-GRS for motor leads from VF D's. D. CONCEALED ABOVE GRADE CONDUITS shall be: 1. GRS for all wire and cable types in wood stud frame walls. 2. PVC -40 for power and control wiring in concrete block or brick walls. 3. PVC -40 for instrumentation and telecommunications wiring in CMU or brick walls. 4. GRS for motor leads from VFD's in CMU or brick walls. E. BELOW GRADE CONDUITS IN DIRECT EARTH (not under slabs -on -grade) shall be: 1. PVC -40 for power and control wiring. a) Sweeps and risers for transition of PVC from below grade to above grade shall be PVC-GRS. 2. PVC-GRS for instrumentation and telecommunications wiring. 3. PVC-GRS for motor leads from VFDs. 16-42 3/30/2017 1:30 P1\I Z:\Boncell\Data\YAK\715-11d\Phase 2 - Beech Street Lift Station and Force Main \ Specs \ 16 Elecnical.docx © 2017 81-12 Engineering, Inc. City of Yakima Spring 2017 Beech Street Interceptor, Lift Station, and Force Main Division 16 — Electrical F. UNDER SLABS -ON -GRADE CONDUIT shall be: 1. PVC -40 for power and control wiring a) Sweeps and risers for transition of PVC from below grade to above grade shall be PVC-GRS. 2. PVC-GRS for instrumentation and telecommunications wiring. 3. PVC-GRS for motor leads from VFD's. G. CONCRETE -ENCASED CONDUITS shall be: 1. PVC -40 for power and control wiring a) Sweeps and risers for transition of PVC from below grade to above grade shall be PVC-GRS. 2. PVC -40 for instrumentation and telecommunications wiring. a) Sweeps and risers for transition of PVC from concrete -encasement to above grade shall be PVC-GRS. 3. PVC-GRS for motor leads from VFD's. H. ALL CONNECTIONS TO VIBRATING EQUIPMENT OR MOTORS shall be: 1. Liquidtight flexible metallic conduit for indoor, non -corrosive areas and all motor leads from VFDs. 2. Connection to equipment outdoors or in corrosive areas shall be with non-metallic liquidtight flexible conduit (except for motor leads from VFDs shall be flexible metallic.) Installation A. All conduits shall be concealed in the floor, walls, ceiling slab or beneath the floor slab. Surface mounted conduit will not be accepted unless noted otherwise on the construction plans. B. Size of Raceways: 1. Raceway sizes as shown on the Plans, if not shown on the Plans, then size in accordance with NFPA 70. 2. Unless specifically indicated otherwise, the minimum raceway size shall be: a) Conduit: 3/4 inch b) Wireway: 4 inch by 4 inch C. All raceways shall contain a separate grounding conductor. D. Spare conduits shall contain one 3/16 inch diameter nylon pull rope. E. Conduit routing is shown diagrammatic on the Plans. Contractor is responsible for routing the conduits in a neat manner, parallel and perpendicular to walls and ceilings. F. Location of conduit ends are shown approximately. Contractor is responsible for ending conduits in location that will not conflict with electrical equipment. Route conduit ends to 16-43 Z:\Bothell\Data\YAK\715-114\Phase 2 - Beech Street Lift Station and Force Main \ Specs \ 16 Electrical.docx 3/30/2017 1:30 PM © 2017 RH2 Engineering, inc. Spring 2017 City of Yakima Division 16 — Electrical Beech Street Interceptor, Lift Station, and Force Main facilitate ease of equipment maintenance. Conduits extending from the floor to a device shall be located as close as possible to avoid creating a hazard. G. Conduit shall not be routed on exterior of structures except as specifically indicated on the plans. H. Where water cannot drain to openings, provide drain fittings in the low spots of the conduit run. I. Securely fasten raceways at intervals and locations required by N.E.C., or the type of raceway employed. J. Provide all required openings in walls, floors and ceilings for conduit penetration. 1. Do not install 1 inch and larger raceways in or through structural members (beams, slabs, etc.) unless approved by Engineer. 2. New Construction: Avoid cutting openings, where possible, by setting sleeves or frames in masonry and concrete, and by requesting openings in advance. 3. Existing Construction: Core drill openings in masonry and concrete. Avoid structural members and rebar. K. Conduit Encasement or Embedment in the earth shall be separated from the earth by at least 3 -inches of concrete unless otherwise shown on the Plans. Plastic conduit spacers shall be located 5 feet on centers. The spacers shall be secured to the conduits by wire ties. The conduits shall be watertight. L. Analog signal conduits shall be separated from power or control conduits. The separation shall be a minimum of 12 inches for metallic conduits and 24 inches for nonmetallic conduits. M. Install explosion -proof seal -offs in hazardous areas shown on the Plans as required by the NEC. N. Plastic raceway joints shall be solvent cemented in accordance with recommendations of raceway manufacturer. O. All conduit openings not encased in a panel shall be sealed with duct seal. 16.72 BOXES AND ENCLOSURES 16.72.2 Outlet and Junction Boxes Part 1— General Design Requirements A. In corrosive areas, all junction boxes shall be NEMA 4X. B. Outlet boxes and switch boxes shall be designed for mounting flush wiring devices. C. Outlet boxes shall not be less than 4 inches square and 11/2 inches deep. Ceiling boxes shall withstand a vertical force of 200 pounds for 5 minutes. Wall boxes shall withstand a vertical downward force of 50 pounds for 5 minutes. 16-44 3/30/2017 1:30 PM Z:\Bothell\Data\YAli\713-114\Phase 2 - Beech Street Lift Station and Force Main \ Specs \ 16 Elccrrical.docx © 2017 RI -I2 Engineering, Inc. City of Yakima Spring 2017 Beech Street Interceptor, Lift Station, and Force Main Division 16 — Electrical Part 2 — Products Materials A. Use cast boxes with threaded hubs for all rigid and intermediate conduits. Steel boxes may be used with rigid and intermediate conduits where cast boxes are not allowed by the N.E.C. All boxes shall be of proper size to accommodate devices, connectors, and number of wires present in the box. Boxes shall be readily accessible. B. Cast box bodies and cover shall be cast or malleable iron with a minimum wall thickness of inch at every point, and not less than 1/4 inch at tapped holes for rigid conduit. Bosses are not acceptable. Mounting lugs shall be provided at the back or bottom corners of the body. Covers shall be secured to the box body with No. 6 or larger brass or bronze flathead screws. Boxes shall be provided with neoprene cover gaskets. Outlet boxes shall be of the FS types. Boxes shall conform to FS W -C -586C and UL 514. C. Sheet metal boxes shall conform to UL 50, with a hot -dipped galvanized finish conforming to ASTM A123. Boxes and box extension rings shall be provided with knockouts. Boxes shall be formed in one piece from carbon -steel sheets. D. Non-metallic boxes shall be hot -compressed fiberglass, one-piece, molded with reinforcing of polyester material, with a minimum wall thickness of inch. Finishes A. Where only cast aluminum is available for certain types of fixture boxes, an epoxy finish shall be provided. 16.72.3 Watertight Enclosures Part 2 — Products Manufacturers A. The watertight enclosure shall be equal to Hoffman. Materials A. Watertight enclosures for vault electrical outlets shall be molded from fiberglass reinforced polyester material. A hinged cover shall be gasketed and opened with quick release latches. The conduit penetrations shall be sealed watertight. Part 3 — Execution Installation A. An epoxy plug shall be installed in the conduit to prevent the migration of water into the conduit. The enclosure shall be NEMA rated and installed per all applicable codes. 16-45 Z:\Bothell\Data\YAK\715-114\Phase 2 - Beech Street Lift Station and Force \lain\Specs \16 Electrical.docx 3/30/2017 1:30 PM © 2017 RH2 Engineering, Inc. Spring 2017 City of Yakima Division 16 — Electrical Beech Street Interceptor, Lift Station, and Force Main 16.75 WIRING DEVICES 16.75.1 Common Work for Wiring Devices Part 3 — Execution Installation A. Wiring Devices 1. Position of Outlets: All oudets shall be centered with regard to building lines, furring and trim, symmetrically arranged in the room or outside the structure. Device outlets shall be set plumb and shall extend flush to the finished surface of the wall, ceiling or floor without projecting beyond the same. 2. Unless othenvise noted, wall mounted outlet devices shall generally be 24 inches above the floor, 18 inches in architecturally treated areas, above process piping near process valve boards. Switches shall be 48 inches above the finished floor unless otherwise noted. B. Installation of Wall Plates 1. Interior Dry Locations: Install plates so that all four edges are in continuous contact with the finished wall surfaces. Plaster filled will not be permitted. Do not use oversize plates or sectional plates. 2. Exterior and/or Wet Locations: Install plates with gaskets on wiring devices in such a manner as to provide a rain tight weatherproof installation. For receptacle devices, these plates shall maintain the weatherproof rating with an attachment plug inserted and be rated extra -duty. Cover type shall match box type. Testing A. After installation of receptacles, circuits shall be energized and each receptacle tested for proper ground continuity, reversed polarity, and/or open neutral condition. B. GFI receptacles shall be tested with the circuits energized. Devices shall be tested with a portable GFI receptacle tester capable of circulating 7.5 milliamperes of current, when plugged in, between the "hot" line and "ground" to produce tripping of the receptacle. Resetting and tripping shall be checked at least twice at each GFI receptacle. C. Submit results of all field testing to the Engineer for review. 16.75.2 Receptacles Part 1— General Design Requirements A. Receptacles shall be heavy duty, high abuse, grounding type conforming to NEMA configurations, NEMA WD1 and UL 514 Standards. 16-46 3/30/2017 1:30 PM Z:\Bothell\Data\YAK\715-114\Phase 2 - 13eech Street Lift Station and Force tMain\Specs \16 Electrical.docx © 2017 RH2 Engineering, Inc. City of Yakima Spring 2017 Beech Street Interceptor, Lift Station, and Force Main Division 16 — Electrical Part 2 — Products Materials A. Single and Duplex Receptacles: 1. Indoor Clean Areas: Receptacles shall be duplex, 20 amp, NEMA 5-20R, and shall accept NEMA 5-15P and 5-15P plug caps. Receptacles shall be Hubbel 5362, General Electric 4108-2, or equal. Color shall be brown in industrial areas and ivory or white in office and laboratory areas. 2. Outdoor, Process or Corrosive Areas: Receptacles shall be duplex, 20 amp, NEMA 5-20R, and shall accept NEMA 5-15P and 5-20P plug caps. Receptacle and plug caps shall be corrosion resistant, marine duty with yellow polycarbonate weatherproof lift covers. Receptacles shall be Hubbell 53CM62/53CM21 or equal. B. GFI Receptacles: 1. Device shall be rated 20 amp, 2 -pole, 3 -wire, 120 volt, conforming to NEMA WD1.10 configuration. Device shall have a test and reset push buttons. GFI device shall be Hubbell 5362 or equal. C. Surface Multiple Outlet Assemblies: 1. Units shall have outlets on center -to -center spacing as shown on the Plans. Assembly shall conform to Article 353 of the N.E.C. 16.75.3 Line Voltage Switches Part 2 — Products Manufacturers A. Sierra Electric, Monumental Grade, Catalog No. 5721; Daniel Woodhead 1900 series; or equal. Materials A. Line Voltage Types: Switches shall be rated 20 amps at 120 or 277 volts AC only. Units shall be flush mounted, self -grounding, quiet operating toggle devices. Handle color shall be brown in industrial areas and white or ivory in office or laboratory areas. Units shall conform to Federal Specifications W -S-896 D and E, UL 20, and NEMA WD1 standards. 16.75.4 HOA Lighting Switches Part 2 — Products Manufacturers A. Bryant No. 4925 or equal. Materials A. HOA Switch (Lighting): Switches shall be rated 20 amps at 120 volts AC, three -position toggle, positive action with "center -off' maintained contact, double pole. 16-47 Z:\Bothell\Data\YAK\715-114\Phase 2 - Beech Street Lift Station and Force Main \Specs\16 ElectricaLdocx 3/30/2017 1:30 PM © 2017 RH2 Engineering, Inc. Spring 2017 City of Yakima Division 16 — Electrical Beech Street Interceptor, Lift Station, and Force Main 16.75.5 Plates Part 1— General Design Requirements A. Plates shall be of the style and color to match the wiring devices, and of the required number of gangs. Plates shall conform to NEMA WD1, UL 514, and ANSI C73. In noncorrosive indoor areas, device plates shall be made of sheet steel, zinc electroplated with chrome finish. B. Device plates in corrosive or outdoor areas shall be corrosion-resistant/marine-duty type with weather protective double doors. Device plates for explosion -proof equipment shall be factory provided with the equipment. Part 2 — Products Manufacturers A. As manufactured by Crouse -Hinds, Appleton, or equal. Components A. Device plates shall be provided with engraved laminated phenolic nameplates with 1/a -inch white characters on black background. Nameplates for switches shall identify panel and circuit number and area served. Nameplates for receptacles shall identify circuit and voltage if other than 120 volts, single phase. 16.85 LIGHTING 16.85.1 Common Work for Lighting Fixtures Part 1— General Design Requirements A. Fixtures shall be a standard, cataloged item general description as called for on the Plans. All fixtures shall be UL approved and so labeled. Provide suitable supports and mountings. Part 2 — Products Manufacturers A. As shown on Plans. Equals will be accepted. 16.85.2 Lamps Part 1— General Design Requirements A. Provide all lamps as specified. Refer to the Lighting Fixture Schedule on the plans for the ordering information on lamps. Fluorescent lamps shall be standard type, not energy efficient type due to low temperature conditions. Lamps shall be new at the time of acceptance. 16-48 3/30/2017 1:30 PM Z:\Bothell\Data\YAK\713-114\Phase 2 - Beech Street Lift Station and Force Main\Specs \16 Electrical.docx © 2017 RI -12 Engineering, Inc. 1 1 1 1 1 1 1 1 1 1 1 f 1 1 1 1 1 1 City of Yakima Spring 2017 Beech Street Interceptor, Lift Station, and Force Main Division 16 — Electrical B. Lamps shall be provided for all lighting fixtures. Warranty A. Lamps that fail within ninety (90) days after acceptance by the Owner shall be replaced at no cost to the Owner. Part 2 — Products Manufacturers A. Approved manufacturers are Westinghouse, Sylvania, and G.E. 16.85.3 Fixtures Part 1— General Design Requirements A. Fixtures shall be of the types, wattages and voltages shown on the Plans, comply with UL 57, and shall be UL classified and labeled for intended use. Fixtures for use in hazardous locations shall be UL listed per UL Standard 844. 16.85.4 Ballast Part 1— General Design Requirements A. Fluorescent lamp ballast shall be UL "P" rated. Ballast shall be CBM certified and bear the UL label. Ballast shall be General Electric Maxi -Miser II, Advance Mark II or equal. B. Ballasts in luminaries for exterior use shall provide reliable starting of lamps at 0 degrees Fahrenheit at 90 percent of the nominal line voltage. All locations, other than totally enclosed rooms, shall be considered exterior. Warranty A. Ballasts producing excessive noise (above 36 dB) or vibration will be rejected and shall be replaced at no expense to the Owner. 16.90 POWER GENERATION 16.91 Engine Generator 16.91.2 Diesel Engine Generator Set Part 1— General Definitions A. Operational Bandwidth: The total variation from the lowest to highest value of a parameter over a range of conditions indicated, expressed as a percentage of the nominal value of the parameter. B. LP: Liquid Petroleum 16-49 Z:\Bothell\Data\YAK\713-114\Phase 2 - Beech Street Lift Station and Force \lain\Specs\16 Electrical.docx 3/30/2017 1:30 PM © 2017 RH2 Engineering, Inc. Spring 2017 City of Yakima Division 16 — Electrical Beech Street Interceptor, Lift Station, and Force Main C. NG: Natural Gas. D. Standby Rating: Power output rating equal to the power the generator set delivers continuously under normally varying load factors for the duration of the power outage. Design Criteria A. Provide one self-contained, exterior rated standby engine generator system to automatically operate the load criteria listed in the rating section of these specifications during prime power failure conditions. B. Insulate, enclose, or guard exposed parts subject to high -operating temperatures or energized electrically, and moving parts which are of such nature or so located as to be a hazard to operating personnel. Safety devices and safety measures shall not impair the proper functioning of any part of the set. C. Parts which require adjustment or servicing (not repair or replacement) to permit operation of the sets shall be arranged to provide optimum ease of servicing. Adjustment, repair, and replacement of parts, assemblies, and accessories shall be possible with minimum drainage and minimum disturbance of set. Maintenance shall be possible by use of common tools. D. Design, construct, and install complete engine generator set to be free from objectionable vibration in any mode. Freedom from torsional vibration shall be demonstrated during factory test performed on the set provided, and proof of torsional acceptability shall be provided by the manufacturer. Performance Criteria A. The engine generator set provided shall not have a standby rating less than 125 kW at 0.8 PF with fan. Rating of diesel engine -generator set shall be based on operation of set when equipped with all necessary operating accessories such as radiator, fan, air cleaners, lubricating oil pump, fuel injection pump, jacket water pump, and governor charging generator. B. Generator shall meet the following requirements: 1. Standby rating — 125 Kilowatt 2. Voltage — 480/277 volts 3. Phase — 3 phase 4. Frequency — 60 Hertz 5. Insulation — Class H 6. Wiring — 12 lead reconnectable 7. Ambient Temperature — 115 degrees Fahrenheit (max), -20 degrees Fahrenheit (min) C. Allowable temperature rise in the generator shall not exceed 257 degrees Fahrenheit over 104 degrees Fahrenheit ambient temperature. D. The alternator shall produce a clean AC voltage waveform, with not more than 5 percent total harmonic distortion at full linear load, when measured from line to neutral, and with 16-50 3/30/2017 1:30 PM Z:\Bothell\Dara\YAK\715-114\Phase 2 - Beech Street lift Station and Force Main \ Specs \16 Electrtcal.docx © 2017 RH2 Engineering, Inc 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 City of Yakima Spring 2017 Beech Street Interceptor, Lift Station, and Force Main Division 16 — Electrical not more than 3 percent in any single harmonic, and no 3rd order harmonics or their multiples. Telephone influence factor shall be less than 40. E. The generator set shall accept a single step load of 100 percent of rated load at 0.8 power factor and recover to rated speed and voltage as required in NFPA 110. F. Voltage regulation shall be plus or minus 0.5 percent for any constant load between no load and rated load. Random voltage variation with any steady load from no load to full load shall not exceed plus or minus 0.5 percent. G. Frequency regulation shall be isochronous from steady state no load to steady state rated load. Random frequency variation with any steady load from no load to full load shall not exceed plus or minus 0.5 percent. H. The generator set shall be certified by the engine manufacturer to be suitable for use at the installed location and rating, and shall meet all applicable exhaust emission requirements at the time of commissioning. I. The generator specified for this project was sized using Cummins PowerSuite software. Due to variations by generator manufacturers and the software used by manufacturers for determining the size of a generator, it is the Contractor's and generator supplier's responsibility to verify the size of the generator to ensure that the generator will perform as specified. All sizing reports shall be submitted by the Contractor and approved by the Owner prior to equipment order. If the supplier/Contractor prepared sizing report requires a larger generator than was is specified, the larger generator shall be provided at no additional cost to the Owner. Refer to the table below for load step information and the Plans for electrical load details. Load Step Load Description 1 Panel "L" Loads, Electrical Room Heater, Water Heater 2 Waste Pump 1 3 Waste Pump 2 Submittals A. The following information shall be furnished: 1. Evaluation of engine generator size based in starting requirements. Provide calculations verifying transient voltage dip will not exceed 15 percent with sudden application of rated load. 2. Plan of diesel generator set offered showing interconnecting wiring diagrams; all wiring in unit and on Plans shall be number coded. 3. Literature describing the diesel engine generator set. 4. Literature describing auxiliary equipment to be furnished. 16-51 Z:\Bothell\Data\YAK\715-114\Phase 2 - Beech Street Lift Station and Force Main \ Specs \ 16 Electrical.docx 3/30/2017 1:30 PM © 2017 RH2 Engineering, Inc. Spring 2017 City of Yakima Division 16 — Electrical Beech Street Interceptor, Lift Station, and Force Main B. The following shall be furnished in tabular form: 1. Engine make 2. Number of cylinders 3. Bore (in inches) 4. Stroke (in inches) 5. Generator make and type 6. Generator electrical rating, kVA 7. Cubic inch displacement Fuel oil consumption 8. Exciter and type 9. Horsepower at rated load 10. Enclosure size, exterior dimensions C. Provide factory test results. See Source Quality Control below. 1. Provide field test results. See Site Test requirements under Part 3 of this specification. 2. Provide five (5) copies of manufacturer's operating and maintenance instructions for each piece of equipment. Information shall be complete and in suitable form for ready use by Owner's operations staff. Catalog cuts and information regarding spare parts shall be included. Operating manuals and instructions shall be assembled in hardback binders. Project Conditions A. Interruption of existing electrical service: Do not interrupt electrical service to facilities occupied by the Owner or others unless permitted under the following conditions and then only after arranging to provide temporary electrical service according to requirements indicated: 1. Notify Owner no fewer than two (2) working days in advance of proposed interruption of electrical service. 2. Do not proceed with interruption of electrical service without Owner's written permission. 3. Engine generator system shall withstand the following environmental conditions without mechanical or electrical damage or degradation of performance capability: 4. Minimum Temperature: 0 degrees Fahrenheit. 5. Maximum Temperature: 115 degrees Fahrenheit. 6. Relative Humidity: 0 to 95 percent 7. Altitude: Sea level to 984 feet 16-52 3/30/2017 1:30 PM Z:\Bothell\Data\YAK\713-114\Phase 2 - Beech Street Lift Station and Force Main\Specs\16 Electrical.clocx © 2017 RH2 Engineering, Inc. City of Yakima Spring 2017 Beech Street Interceptor, Lift Station, and Force Main Division 16 — Electrical Coordination A. Coordinate size and location of concrete bases for package engine generator set and fuel tanks. Cast anchor -bolt inserts into concrete bases. Concrete, reinforcement and formwork requirements are specified with concrete. B. Coordinate size and location of roof curbs, equipment supports, roof penetrations and wall penetrations for exhaust systems. Quality Assurance A. The engine generator set shall be supplied by a manufacturer who has been regularly engaged in the production of engine -generators sets and associated controls for a minimum of twenty (20) years, thereby identifying one source of supply and responsibility. The packaged engine generator set and auxiliary components shall be provided through one source from a single manufacturer. B. The manufacturer shall provide factory -trained service and parts support through a factory authorized dealer/supplier that is regularly doing business in the area of installation. The factory authorized dealer/supplier shall maintain a service center capable of providing training, parts, and emergency services within 50 miles of the project site. Warranty A. The electrical standby system, including the engine generator set, exerciser and transfer switch, shall be guaranteed for two (2) years or 1,500 hours operation from date of start-up service and acceptance, whichever occurs first. Extra Materials A. A set of specialty tools necessary for routine maintenance of the equipment shall be furnished. B. The following spare parts shall be furnished: 3 — Sets of fuel filter elements and gaskets 3 — Lubricating oil filter elements and gaskets 3 — Air cleaner filter elements 2 — Complete sets of V -belts including fan and alternator drive belts Part 2 — Products Manufacturers A. Subject to compliance with these specifications, the following manufacturers are approved for bidding: 1. Cummins 2. Caterpillar 3. Kohler 4. MTU 16-53 Z:\Bothell\Data\1 AK\715-114\Phase 2 - Beech Street Lift Station and Force Main \Specs\ 16 Electrical.docx © 2017 RH2 Engineering, Inc. 3/30/2017 1:30 PM Spring 2017 City of Yakima Division 16 — Electrical Beech Street Interceptor, Lift Station, and Force Main B. Ensure engine generator and accessories are provided by the above named manufacturer and its authorized dealer. Ensure local availability of service and replacement parts. Manufactured Units A. The general design of the engine generator furnished shall be manufacturer's standard, except where it differs from the requirements of these specifications. Engine shall, as a minimum, be in accordance with requirements of this specification and may be manufacturer's standard commercial product with added features needed to comply with these requirements. Additional or better features which are not specifically prohibited by this specification, but which are a part of the manufacturer's standard commercial products, shall be included in the engine generator being furnished. A standard commercial product is a product which has been or will be sold on the commercial market through advertisements or manufacturer's catalogs, or brochures, and represents the latest production model. Components A. Generator 1. Generator shall be a revolving field, 4 -pole brushless connection to the alternator. Generator rotor shall have been dynamically balanced and aligned with the engine, and connected to the engine using a flexible disc coupling. B. Voltage Regulator 1. Engine -generator unit shall have a steady state voltage regulator. Generator set shall be capable of recovering to a minimum of 90 percent of rated no load voltage following the application of the specified kVA load at near zero power factor applied to the generator set. Maximum voltage dip on application of this load, considering both alternator performance and engine speed changes shall not exceed 15 percent. 2. Supply generator with a voltage level control to provide an adjustable output voltage of plus/minus five percent. Mount voltage control device on engine control panel. C. Electric Starting System 1. Engine shall be equipped with electric starting system of sufficient capacity to crank engine at a speed which will allow for full diesel start of the engine. Arrange starting pinion to disengage automatically when diesel engine starts. 2. Furnish storage batteries with rack having sufficient capacity for cranking engine for at least 30 seconds at firing speed in ambient temperatures specified and with capacity for starting diesel engine a minimum of three times in immediate succession. Batteries and rack shall be easily removable without disassembly of engine components. D. Cooling System 1. Cooling system shall consist of frame -mounted radiator with engine water pump fan assembly and fan guard. Radiator capacity shall be adequate using engine fan cooling to maintain safe operation at 105 degrees Fahrenheit ambient temperature. 2. Provide an engine thermostat to regulate engine water temperature as recommended by the manufacturer. Included in the cooling loop shall be a high -coolant temperature 16-54 3/30/2017 1:30 PN[ Z:\Bothell\Data\YAIi\715-11-1\Phase 2 - Beech Street Lift Station and Force Main \ Specs \ 16 Electrical.docx © 2017 R1-12 Engineering, Inc. City of Yakima Spring 2017 Beech Street Interceptor, Lift Station, and Force Main Division 16 — Electrical device to shut down engine through the engine control panel when engine temperature is excessive. 3. Provide cooling system water heaters suitable for operation on a 120 -volt, 60 Hz current to maintain engine water temperature at 120 degrees Fahrenheit at an ambient temperature of 50 degrees Fahrenheit. Heaters shall be Kim jacket heaters or approved equal. Provide thermostatically controlled heaters. The coolant heater shall be UL 499 listed and labeled. Fill engine cooling system with a mixture of water, anti -freeze, and corrosion inhibitor to provide freezing protection at an ambient temperature of -20 degrees Fahrenheit. E. Air Cleaners 1. Engine shall be provided with one or more dry -type air cleaners of sufficient capacity to effectively protect working parts of the engine from dust, grit, and ash. F. Governor System 1. An electronic governor system shall provide automatic isochronous frequency regulation. The control system shall actively control the fuel rate and excitation as appropriate to the state of the generator set. Fuel rate shall be regulated as a function of starting, accelerating to start disconnect speed, accelerating to rated speed. The governing system shall include a programmable warm up at idle and cool down at idle function. G. Lubrication 1. Engine shall have gear -type lubricating oil pump for supplying oil under pressure to main bearings, crank pin bearings, pistons, piston pins, timing gears, camshaft bearings, and valve rocker mechanism. 2. Provide effective lubricating oil filter, and locate and connect it so that lubricating oil is continuously filtered and cleaned. Filters shall be accessible, easily removed and cleaned, and equipped with spring-loaded bypass valve as insurance against stoppage of lubricating oil circulation in event the filters become clogged. 3. Engine shall have suitable lubricating oil cooler, either air-cooled or water-cooled, and provisions for draining oil by piping or other means to the outside of engine housing. H. Frame 1. Engine shall be factory -assembled and aligned on a heavy-duty steel base with integral fuel tank. Batteries shall be housed in an acid -resistant box, which shall be mounted on engine frame and adjacent to the engine. Location of battery housing shall not interfere with maintenance and inspection of the engine. Construct the frame to insure proper alignment of all rotating parts and to prevent vibration build-up. Base shall permit skidding in any direction during installation and shall be provided with suitable holes for foundation bolts and vibration isolators. Provide vibration isolators, spring/pad type, quantity as recommended by the generator set manufacturer. Isolators shall include seismic restraints if required by the site location. 2. Set shall have provision for conveniently attaching hoisting slings as well as for fork lift pick-up. 16-55 Z:\Bothell\Data\YAK\715-114\Phase 2 - Beech Street Lift Station and Force Main \ Specs \ 16 Electrical.docx 3/30/2017 1:30 PM © 2017 Rl-12 Engineering, Inc. Spring 2017 City of Yakima Division 16 — Electrical Beech Street Interceptor, Lift Station, and Force Main I. Sound -Attenuated Enclosure J. 1. The engine/generator system shall be provided with an exterior rated, sound -attenuated enclosure to reduce noise emissions, protect the system from excessive dirt, dust, ash, weather and vandalism. All access doors shall be lockable. The housing shall be factory installed and allow easy access to the engine -generator and the control panel. The control panel shall be mounted on the end of the enclosure, opposite the radiator end. Enclosure doors shall not be wider than 36 inches each to allow for convenient access to the enclosure interior. 2. The enclosure shall provide a sound level at full load no greater than 75 dB(A). This sound level shall represent the average measurement taken at eight points located equidistant, 23 feet from the center of the engine generator at full load. 3. The enclosure shall comply with the requirements of the National Electrical Code for all wiring materials and component spacing. The total assembly of generator set, enclosure, and sub -base fuel tank (when used) shall be designed to be lifted into place using spreader bars. Housing shall provide ample airflow for generator set operation at rated load in an ambient temperature of 100 degrees Fahrenheit. The housing shall have hinged access doors as required to maintain easy access for all operating and service functions. Enclosure roof shall be cambered to prevent rainwater accumulation. Openings shall be screened to limit access of rodents into the enclosure. All electrical power and control interconnections shall be made within the perimeter of the enclosure. 4. Enclosure shall be constructed of minimum 12 gauge steel for framework and 14 gauge steel for panels. All hardware and hinges shall be stainless steel. 5. A factory -mounted exhaust silencer shall be installed inside the enclosure. The exhaust shall exit the enclosure through a rain collar and terminate with a rain cap. Exhaust connections to the generator set shall be through seamless flexible connections. 6. The enclosure shall include the following maintenance provisions: a) Flexible coolant and lubricating oil drain lines, that extend to the exterior of the enclosure, with internal drain valves b) External radiator fill provision. Exhaust System 1. Muffler shall be rated as necessary to comply with the City of Yakima noise emission standards, and shall be furnished with the engine. The muffler and engine combination shall be sized to meet the power supply rating. 2. All exhaust piping and fittings shall be stainless steel. Provide stainless steel supports as necessary for a secure rigid pipe system. 3. Exhaust system for the diesel engine shall conform to codes set forth in the National Fire Protection Association, Volume 4, Section 211, and shall comply with recommendations for exhaust systems as specified by the diesel engine manufacturer. 16-56 3/30/2017 1:30 P31 Z:\Bothell\Data\YAK\715-111\Phase 2 - Beech Street Lift Station and Force Main \ Specs \ 16 Electrical.docx 2017 RI -12 Engineering, Inc. City of Yakima Spring 2017 Beech Street Interceptor, Lift Station, and Force Main Division 16 — Electrical 4. Pitch horizontal runs of exhaust pipe downward, away from engine. Completely support the exhaust system so no weight or stress is applied to engine exhaust manifold or turbocharger. 5. Provide a condensate drain for the muffler through a petcock. 6. The entire exhaust system shall be wrapped in an insulation blanket rated to withstand a minimum temperature of 1200 degrees Fahrenheit. The exterior blanket shall be protected with a 0.016 aluminum jacket with weatherproof end cap. K. Fuel System 1. Engine shall operate on automotive diesel fuel complying with the limiting requirements of ASTM grade low sulfur Diesel Fuel #2 and the requirements of the engine manufacturer. Diesel engines requiring a premium fuel will not be considered. 2. Injection pumps and injection valves shall be a type not requiring adjustment in service and shall be capable of quick replacement by ordinary mechanics without special diesel experience. 3. Fuel injection pumps shall be positive action, constant -stroke pumps, actuated by cam -driven gears from engine camshaft. 4. Fuel lines between injection pumps and valves shall be of heavy seamless tubing and, to eliminate irregularity of fuel injection shall be the same length for all cylinders. 5. Equip fuel system with racor-type, water -removing fuel filter, having replaceable elements which may be easily removed from their housing for replacing, without breaking any fuel line connections or disturbing fuel pumps or any other part of engine. Locate all fuel filters in one accessible housing, ahead of injection pumps so that fuel will have been thoroughly filtered before it reaches the pump. No screen or filter requiring cleaning or replacement will be used in the injection pump or injection valve assemblies. 6. Provide integral fuel tank mounted between the structural steel skids for engine fuel supply. The tank, as installed shall meet all local and regional requirements for above ground tanks. The tank shall be sized to allow twenty-four (24) hours of continuous full load operation using the following criteria: a) Twelve (12) hours of exercising supply before low fuel alarm b) Twelve (12) hours of operation after a low -low fuel alarm 7. Tank shall be especially constructed for mounting in this location by the engine generator manufacturer. Provide tank with the following: a) Fuel level gauge b) Drain c) Fill pipe and vent d) Leak detection provisions, wired to the generator set control for local and remote alarm indication. 16-57 Z:\Bothell\Data\YAK\715-11d\Phase 2 - Beech Street Lift Station and Force Main\Specs\16 Electrical.docx 3/30/2017 1:30 PM © 2017 RH2 Engineering, Inc. Spring 2017 City of Yakima Division 16 — Electrical Beech Street Interceptor, Lift Station, and Force Main e) High and low level float switches to indicate fuel level. Wire switches to generator control for local and remote indication of fuel level. f) Integral lifting provisions. g) Slope tanks to the engine pick-up tube 5 percent minimum. Provide a panel mounted fuel level gauge. 8. Provide fuel feed line valve at engine. Provide fuel return line that is not valved. Mount return line in the top of the tank to prevent fuel siphon into the engine. All fuel lines shall have flexible sections between tank and engine to absorb vibration. 9. Install fuel storage system according to diesel engine manufacturer's recommendations and conform to the National Fire Protection Code and Uniform Building Code. L. Fuel 1. Fill fuel tank completely full at completion of construction. M. Control Panel and Alarm System 1. The Engine control panel shall be integrally mounted to the engine generator assembly on the generator at the opposite end of the radiator. It shall be enclosed in a NEMA 4 enclosure. 2. The control shall have automatic remote start capability from a panel -mounted three -position (Stop, Run, and Remote) switch. 3. The generator set shall be provided with alarm and status indicating lamps to indicate non -automatic generator status, and existing alarm and shutdown conditions. The lamps shall be high-intensity LED type. 4. Alarm panel shall have a reset push button for acknowledging alarm conditions and latching indicating lights for each alarm point to display to operation personnel the reason for engine shutdown. Label lights as shown below. 5. The generator set control shall indicate the existence of the following alarm and shutdown conditions on a digital display panel: a. Alarms i. Low oil pressure warning ii. Oil pressure sender failure Low coolant temperature iv. High coolant temperature warning NT. Low coolant level vi. Engine temperature sender failure vii. Low DC voltage viii. High DC voltage ix. Weak battery 16-58 3/30/2017 1:30 PM Z:\Bothell\Data\YAK\715-114\Phase 2 - Beech Street Lift Starion and Force Main\Specs\16 Electncal.docx 2017 RH2 Engineering, Inc. City of Yakima Spring 2017 Beech Street Interceptor, Lift Station, and Force Main Division 16 — Electrical x. Low fuel warning xi. Overload xii. Battery Charger Malfunction xiii. Overcurrent xiv. Under Frequency b. Shutdown Alarms i. Low oil pressure ii. Low -Low Fuel High coolant temperature iv. Fail to crank v. Overcrank vi. Overspeed vii. High AC voltage viii. Low AC voltage ix. Under frequency x. Over current xi. Short circuit xii. Emergency stop c. Engine control panel shall include the following: i. Oil pressure gauge (psi) u. Emergency Stop Pushbutton iii. Coolant temperature gauge (°F) iv. Operating hour meter (hrs.) v. Hand-off Auto Selector switch (H -O -A) vi. AC Frequency meter (hertz) vii. AC Volt meter (0-600v) viii. AC Current Meter (Amps) ix. Load Meter (kW) d. Alarm Contacts to Telemetry Provide auxiliary dry contacts for activating remote alarms to the telemetry panel on activation of any of the following conditions: 16-59 Z:\Bothell \Data\YAK \715-114\Phase 2 - Beech Street Lift Station and Force Main \ Specs \ 16 Electrical.docx 3/30/2017 1:30 PM © 2017 R1-12 Engineering, Inc. Spring 2017 City of Yakima Division 16 — Electrical Beech Street Interceptor, Lift Station, and Force Main i. Low Fuel ii. Generator run iii. Generator failure (shutdown) iv. Generator trouble v. Generator Not -in -Auto Generator failure alarm shall be activated when any shutdown conditions exists. Generator trouble shall be activated when any alarm conditions exists. N. Switch Gear 1. Provide generator switch gear with exciter circuit breaker with manual reset and a line circuit breaker with manual reset. Circuit breaker shall be set mounted and wired, UL listed, electronic trip type, rated as shown on plans. Mount breakers in engine control panel. Field circuit breakers shall not be acceptable for generator overcurrent protection. Generator instrumentation shall include a panel -type ammeter with phase selector switch, a panel -type voltmeter with selector switch, and frequency meter mounted on engine control panel. O. Battery Charger 1. Provide a battery charger for mounting in the generator enclosure. The battery charger shall be current -limited, automatic -equalizing and float -charging type. The unit shall comply with UL508 and include the following features: 2. Operation: Equalizing -charging rate of 5A is initiated automatically after battery has lost charge until an adjustable equalizing voltage is achieved at battery terminals. Unit then automatically switches to a lower float -charging mode and continues operating is that mode until battery is discharged again. 3. Automatic Temperature Compensation: Adjusts floats and equalizes voltages for variations in ambient temperature to prevent overcharging at high temperatures and undercharging at low temperatures. 4. Automatic Voltage Regulation: Maintains output voltage constant regardless of input voltage variations up to plus or minus 10 percent. 5. Ammeter and Voltmeter: Flush mounted in door of battery charger. Meters shall indicate charging rates. 6. Safety Features: Include sensing of abnormally low battery voltages arranged to close contacts providing low battery voltage indication on control and monitoring panel. Also include sensing of high battery voltage and loss of AC input or dc output of battery charger. Either of these conditions closes contacts that provide a battery charger malfunction indication at the monitoring panel. Finishes A. Prime and paint diesel engine set and accessories in conformity with manufacturer's standard practice. 16-60 3/30/2017 1:30 P31 Z:\Bothell\Data\YAK\715-114\Phase 2 - Beech Street Lift Station and Force Main \Specs\16 Llcctrica! docx © 2017 KI -12 Engineering, Inc. City of Yakima Spring 2017 Beech Street Interceptor, Lift Station, and Force Main Division 16 — Electrical B. Color of diesel engine set enclosure shall be of manufacturer's standard color, unless noted otherwise on Plans. C. Manufacturer shall ship with the unit a quart of touch-up paint for each of the finishes. D. All sheet metal exposed to the exterior (generator enclosure) shall be primed for corrosion protection and finish painted with the manufacturer's standard color using a two-step electrocoating paint process, or equal meeting the performance requirements specified below. All surfaces of all metal parts shall be primed and painted. The painting process shall result in a coating that meets the following requirements: 1. Primer thickness, 0.5 to 2.0 mils. Top coat thickness, 0.8 to 1.2 mils. 2. Gloss, per ASTM D523-89, 80 percent plus or minus 5 percent. Gloss retention after one (1) year shall exceed 50 percent. 3. Crosshatch adhesion, per ASTM D3359-93, 4B -5B. 4. Impact resistance, per ASTM D2794-93, 120 to 160 inch -pounds. 5. Salt Spray, per ASTM B117-90, 1000+ hours. 6. Humidity, per ASTM D2247-92, 1000+ hours. 7. Water Soak, per ASTM D2247-92, 1000+ hours. E. Painting of hoses, clamps, wiring harnesses, and other non-metallic service parts shall not be acceptable. Fasteners used shall be corrosion resistant, and designed to minimize marring of the painted surface when removed for normal installation or service work. Source Quality Control A. Engine generator unit shall be tested at manufacturer's plant at full load before shipment. Test shall consist of a steady load run of at least four (4) hours duration at 100 percent full rated load. Complete test reports shall be made which show the engine fuel consumption, kilowatt output, voltage, frequency, amperage, engine temperature, lube oil pressure, and load transfer results. Five (5) copies of the certified test reports shall be supplied to Owner prior to shipment. Owner and/or their representative shall be given opportunity to witness the tests by the manufacturer. Part 3 — Execution Installation A. Install engine in conformity with the plans and manufacturer's instructions and under manufacturer's direct supervision. B. Install ancillary circuits for battery charger, engine heaters, etc. in conformance with the plans. Site Test A. Contractor shall provide sufficient fuel for engine generator on-site testing; following completion of testing Contractor shall fill engine generator fuel tank full prior to project acceptance. Supplier shall be responsible for calibration, startup, and initial performance to meet the specifications herein. Supplier shall provide a trained, qualified representative 16-61 Z:\Bothell\Data\YAK\715-114\Phase 2 - Beech Street Lift Station and Force Main\Specs\ 16 Electrical.docx 3/30/2017 1:30 P\-1 © 2017 RH2 Engineering, Inc. Spring 2017 City of Yakima Division 16 — Electrical Beech Street Interceptor, Lift Station, and Force Main to check installation and connection, perform field tests as indicated, and certify to Owner its performance does meet the specifications. B. Upon completion of unit installation, carry out running tests. Operate engine for a period of not less than two (2) hours at full rated load. A load bank shall be provided by the Contractor for performing the two (2) hour load test. Following load testing, five loss -of -power tests must be performed to verify proper operation of ATS and generator with power being supplied to motor(s) and pump(s). Engine generator shall be tested to verify that the transient voltage dip will not exceed 15 percent of rated voltage when the largest single step of the rated load is applied. Test shall demonstrate the ability of the engine generator to carry the specified loads. Upon completion of the tests, final adjustments shall be made to equipment by a qualified representative of the engine manufacturer. Fuel and oil filters shall be replaced, belt drive tensions checked, and the proper operation of all equipment demonstrated to Owner's representative. Owner's representative shall be instructed in the maintenance and operation of equipment. Five (5) copies of these test results shall be provided to Owner and included with the operation and instruction manual. 16.92 Transfer Switches 16.92.2 Automatic Transfer Switch Part 1— General Design Criteria A. The transfer switch shall be shall be NEMA 12, 200 Amp rated and equipped with three poles for normal and emergency service of 480 volts, 60 hertz, 3-phase. B. The transfer switch shall be mechanically and electrically held and rated to 480 volts for all classes of load and continuous inductive duty. C. The transfer switch shall conform to UL 1008 provisions for Withstand Current Ratings and Closing Ratings. The transfer switch shall be rated at a minimum Withstand Rating of 42,000 Amps. D. 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. E. 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. F. Arc barriers and magnetic blowout coils will also be acceptable if single break contacts are used. The contacts shall be capable of carrying 20 times the continuous rating for interrupting current. G. All contacts, coils, etc. shall be readily accessible for replacement from front of panel without major disassembly of associated parts. 16-62 3/30/2017 1:30 PM Z:\Bothell\Data\YAK\713-11d\Phase 2 - Beech Street ]Lift Station and Force Main \Specs\16 Electrical.docx © 2017 RH2 Engineering, Inc. City of Yakima Spring 2017 Beech Street Interceptor, Lift Station, and Force Main Division 16 — Electrical Part 2 — Products Manufactured Units A. The automatic transfer switch shall be supplied by the Manufacturer of Engine generator system. Components The transfer switch shall include the following accessories: A. Undervoltage Sensor: Adjustable solid state low voltage sensing relays (pick up 85 to 98 percent of normal voltage set at 98 percent; drop out 75 to 100 percent set of 90 percent of pickup setting). Provide for each phase on both utility and backup power sources. B. 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 gen set. C. Time Delay Stop: Solid state adjustable time delay (0 to 10 minutes) to allow generator cooldown after normal power is restored and retransfer occurs. Set at 5 minutes. D. Time Delay Transfer and 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. E. With or Without Load Selector Switch: Switch to select exercise with or without station load. F. 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. G. Exercise Clock: Provide solid state exerciser clock to set the day, time, and duration of generator set exercise/test period. Provide with/without load selector switch for the exercise period. H. Programmed Transition: The load transfer control shall be capable of remaining in the neutral position for an adjustable time of 0.5 to 60 seconds when transferring from one line power source to the other to allow residual voltages to decay before application of the source. Set at 60 seconds. I. Position lights for normal and emergency potions indication and for normal and emergency power available. J. Switch position indication limit switches for normal and generator positions. K. Provide dry contacts wired to terminal strip for 1) ATS in emergency position, 2) ATS common trouble alarm, 3) Normal Position. L. Power Meters: Provide an AC Voltmeter, an Ammeter, and a Frequency meter; 2.5 inch, analog, 2 percent accuracy. Provide a phase selector switch to read L -L voltage and current of both power sources. 16-63 Z:\Bothell \ Data \ YAK \715-11,1\Phase 2 - Beech Street Lift Station and Force Main\Specs\16 Electncal.docx 3/30/2017 1:30 PM © 2017 RH2 Engineering, Inc. Spring 2017 City of Yakima Division 16 — Electrical Beech Street Interceptor, Lift Station, and Force Main M. Operator Interface Display: Provide operator interface display that allows operators to adjust all settings and see all values. N. Control Board: Provide current generation hardware and firmware for the control board. A. Provide manual override switch to bypass the control system and transfer load from source to source when control is disabled. 16.95 TESTING 16.95.1 Common Work for Testing Part 1— General Submittals A. Test reports shall be submitted to the Engineer prior to final acceptance in accordance with Division 1.33 of these specifications. Scheduling and Coordination A. The Contractor shall inform the Engineer in advance of testing in accordance with the requirements listed in Division 1 of these specifications. B. Prior to scheduling the testing, the Contractor shall have satisfied himself that the project area is properly cleaned up; all patching and painting deemed necessary properly completed; and all systems, equipment and controls are functioning as intended. Part 2 — Products Source Quality Control A. Submit reports of factory tests and adjustments performed by equipment manufacturers to the Engineer prior to field testing and adjustment of equipment. These reports shall identify the equipment and show dates, results of test, measured values and final adjustment settings. Provide factory tests and adjustments for equipment where factory tests are specified in the equipment specifications. The Engineer may inspect the fabricated equipment at the factory before shipment to job site. Provide the Engineer with sufficient prior notice so that an inspection can be arranged at the factory. Part 3 — Execution Site Testing A. Test all circuits for continuity, freedom from ground, and proper operation during progress of the work. B. Insulation Resistance, Continuity, and Rotation: Perform routine insulation resistance, continuity and rotation tests for all distribution and utilization equipment prior and in addition to tests performed by the testing laboratory specified herein. C. Electric Motors: Perform voltage, current and resistance tests on all motors 1/2 horsepower and larger installed this project. Insulation resistance readings shall be taken with a 500 volt 16-64 3/30/2017 1:30 PM /_:\Bothell\Data\YAK \71 5-114\Phase 2 - 13eech Street Lift Station and Force Main \ Specs \ 16 Electrical.docx © 2017 121-12 Engineering, Inc. City of Yakima Spring 2017 Beech Street Interceptor, Lift Station, and Force Main Division 16 — Electrical megger for 30 seconds with the circuit conductors connected to the motor. Verify that an overload condition does not exist. D. Conduct special test as required for service and/or system ground. Arc Flash Study, Protection Device Coordination, and Short Circuit Analysis A. Provide the services of a recognized independent testing laboratory or coordination analysis consultant for the proper system coordination of the protective devices furnished on this project. Submit the name and the qualifications of the laboratory or consultant for review by the Engineer; qualifications must include professional registration of proposed personnel as electrical engineers. B. The protective device on the line side closest to the fault or abnormal conditions shall isolate the problem portion of the system and minimize damage in that portion. The rest of the system shall be maintained in normal service. The coordination shall be in conformance with the recommendations of latest IEEE Standard 242. C. Provide an Arc Flash Hazard Study for the electrical distribution system shown on the Plans. The intent of the Arc Flash Hazard Study is to determine hazards that exist at each major piece of electrical equipment shown on the one line diagrams. This includes switchgear, switchboards, panelboards, motor control centers, generators, transfer switches, and transformers. The study will include creation of Arc Flash Hazard Warning Labels listing all items as required in NFPA 70E-2015. These labels serve as a guide to assist technicians and others in the selection of proper Personal Protective Equipment when working around exposed and energized conductors. The electrical contractor will install the labels. The arc flash hazard study shall consider all operating scenarios during normal conditions alternate operations, emergency power conditions, and any other operations, which could result in maximum arc flash hazard. The label shall list the maximum incidental energy calculated and the Scenario number and description on the label. D. Submit the analysis that shall include arc flash, impedance, and short circuit calculations, list of any assumptions made and the analysis, the recommended settings of the protective devices, and the system time/current characteristic curves. The submittal shall be completed and submitted in conjunction with the circuit breaker submittal to allow time for review and re -submittal, if necessary, before the implementation of final settings and adjustments by the testing laboratory. Field Quality Control A. General: Conduct final test in the presence of Owner and/or their authorized representative. Contractor shall provide all testing instrumentation and labor required to demonstrate satisfactory operation of systems, equipment and controls. B. Operational Tests: Operational test all circuits to demonstrate that the circuits and equipment have been properly installed, adjusted and are ready for full-time service. Demonstrate the proper functioning of circuits in all modes of operation, and including alarm conditions, and demonstrate satisfactory interfacing with the data acquisition and alarm systems. 16-65 Z:\Bothell\Data\YAK\715-114\Phase 2 - Beech Street Lift Station and Force Main\Specs\16 Electrical.docx © 2017 RH2 Engineering, Inc. 3/30/2017 1:30 PM Spring 2017 City of Yakima Division 16 — Electrical Beech Street Interceptor, Lift Station, and Force Main 16.95.3 Conductor Test Retort 1. Refer to raceway and wire schedule and one -line diagram for description of feeder identified by label shown on this report 2. Visual Inspection — Check when completed 3. Continuity Test — Check when completed 16-66 3/30/2017 1:30 PM Z:\Bothell\Data\YAK\715-114\Phase 2 - Beech Street Lift Station and Force Main \ Specs \ 16 Elcctrtcal.docx © 2017 RFL Engineering, Inc. 11 t 11 1 1 11 1 1 1 1 11 11 1 1 1 11 1 1 Conductor Test Report Page 1 of 1 PROJECT: OWNER: Contractor Co. Name: Tested by: Phone Number: Test Date: Race- way Label (1) V (2) C (3) Operating Load Voltage Insulation Resistance - OHMS VAB VCB VCA VAN VBN VCN A -B B -C C -A A -G B -G C -G A B C D E F G 1. Refer to raceway and wire schedule and one -line diagram for description of feeder identified by label shown on this report 2. Visual Inspection — Check when completed 3. Continuity Test — Check when completed 16-66 3/30/2017 1:30 PM Z:\Bothell\Data\YAK\715-114\Phase 2 - Beech Street Lift Station and Force Main \ Specs \ 16 Elcctrtcal.docx © 2017 RFL Engineering, Inc. 11 t 11 1 1 11 1 1 1 1 11 11 1 1 1 11 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 City of Yakima Spring 2017 Beech Street Interceptor, Lift Station, and Force Main Division 16 — Electrical 16.95.4 Ground Electrode Resistance Test Report r und`E ctrod `Resistanee� :est`�Repo t'.4: Go le e T r PROJECT: OWNER: Contractor Co. Name: Tested by: Phone Number: Test Date: Test Meter Type: Test Distance -D: Soil Conditions: Measured Resistance: DESCRIPTION OF TEST PROCEDURE, CONDITIONS, RESULTS: 16-67 Z:\Bothell\Data\YAK\715-114\Phase 2 - Beech Street Lift Station and Force Main\Specs\16 Electrical.docx 3/30/2017 1:30 PM © 2017 RH2 Engineering, Inc. Division 17 Automatic Control 17.00 GENERAL This division covers all work necessary for furnishing, installing, adjusting, testing, documenting, and starting -up the Instrumentation and Control (I&C) and Telemetry System. Programmable logic controller (PLC) shall provide local, automatic control of on-site pumps. Computer-based telemetry system will provide remote control, alarm presentation, and data logging activities at the Owner's Wastewater Treatment Facility location. Sections in these specifications titled "Common Work for ... " shall apply to all following related subsections whether directly referenced or not. These specifications are an integral part of the contract documents for the (I&C) and Telemetry portion of this contract. The written descriptions of system performance contained herein are given to assist the Contractor in interpreting the contract plans but are not intended to be all-inclusive. The Contractor shall be aware that all automatic control systems do not require the same components and accessories for complete system operation. Therefore, these specifications do not include all accessories and appurtenances required for a complete system. The Contractor shall, however, provide all accessories and appurtenances to result in a completely operational system as required to meet the functional requirements of these documents. Where specific equipment specifications are given, they are used to represent the level of quality required by these documents. 17.05 Common Work for Automatic Control Part 1— General Summary The work under this division covers construction specifically described in these specifications. Project plans will be provided for this project. All work incidental and necessary to the completion of the project described herein shall be completed under the bid item listed in the bid proposal, and no other compensation will be allowed. The work generally consists of the following: • Detailed system layout and design for the particular equipment bid in accordance with these functional specifications. • Furnishing of (I&C) equipment including delivery, storage, software, programming, installation, testing, startup, and documentation. • Providing operator maintenance manuals for all equipment and devices provided this Contract. • Providing system training to the operators of the proposed equipment. Related Sections See Division 16. 17-1 Z:\Bothell\Data\YAK\715-114\Phase 2 - Beech Street Lift Station and Force Main\Specs\17 Automatic Control.docx 3/30/2017 12:20 PM © 2017 121-12 Engineering, Inc. Spring 2017 Division 17 — Automatic Control City of Yakima Beech Street Interceptor, Lift Station, and Force Main References The project plans are based on Instrument Society of America (ISA) standards numbers S5.1, S5.2, S5.3, and S5.4. The Contractor is encouraged to be familiar with these standards since the project plans do not contain wiring or ladder diagrams, but are based on the functional requirements of the ISA format. All equipment and materials shall conform to the latest revised editions of applicable standards published by the following organizations: • American National Standards Institute (ANSI). • Institute of Electrical and Electronic Engineers (IEEE). • National Electrical Manufacturers Association (NEMA). • Underwriters' Laboratories (U/L). • Instrument Society of America (ISA) All equipment and materials, and the 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. All materials and equipment specified herein shall be within the scope of UL examination services, be approved by the Underwriter's Laboratories for the purpose for which they are used and shall bear the UL label. All control panels shall bear a label by UL or by an approved testing authority for the completed assembled panel. Definitions Contractor: The Contractor, as distinct from the Control System Integrator, shall install panels and other materials furnished by the Control System Integrator and provide all materials and work necessary and thereby, satisfy all requirements that are within the scope of this section. Control System Integrator: A single company subcontracted by the Contractor, who shall design and furnish the system, provide the instrument panels; provide the PLC's, RTU, Motor Control Center, startup, training services, and other instrument components. Control System Programmer: A single firm, pre -selected and Contracted by the Owner, who shall furnish all programming, startup and training services related to programming. The Control System Programmer shall be RH2 Engineering, Inc. Submittals All submittals shall be complete, neat, orderly and indexed. Partial submittals will not be accepted. Submittal information shall be provided to the Owner for the following items: • Telemetry Panel • Motor Control Centers • Power and Instrumentation Junction Boxes • Liquid Level Switch 17-2 3/30/2017 12:20 PM Z:\Bothell\Data\YAK\715-114\Phase 2 - Beech Street Lift Station and Force Main \ Specs \17 Automatic Control.docx © 2017 RI -12 Engineering, Inc. City of Yakima Beech Street Interceptor, Lift Station and Force Main Spring 2017 Division 17 — Automatic Control • Level Transmitter • Pressure Transmitter • Level Floats • Wall mounted heating thermostat • Wall mounted cooling thermostat • Photoelectric Smoke Detector • Intrusion Alarm Switch • Operation and Maintenance Manuals per Division 1.79.2 and Division 17.94 • Full size nameplate wording schedules, in lettering style proposed for use. In addition to the requirements of Division 1.33, the Contractor shall develop and submit the following information provided by the Control System Integrator. Hardware Submittals Before any components are fabricated, and/or integrated into assemblies, or shipped to the site, the Contractor shall prepare a complete hardware submittal. The Engineer shall require five (5) sets, including fully detailed shop drawing, catalog cuts, wiring connections and such other descriptive matter and documentation as may be required to fully describe the equipment and to demonstrate its conformity to these Specifications. The decision of the Engineer, upon the acceptability of any submittal, shall be final. Catalog information shall be submitted for all components and equipment, regardless of whether or not it is of the same manufacture as that listed in the Specifications. System Plan Submittals Following approval of the hardware submittal, the Control System Integrator shall prepare complete system interconnect wiring diagrams and panel layout plans for approval. Plans The Control System Integrator shall develop all shop drawings required for design, fabrication, assembly and installation of the control system. Shop drawings shall include all plans required in manufacture of specialized components and for assembly and installation of them. Plans shall be prepared utilizing AutoCAD and printed on 11 -inch by 17 -inch media. Plans shall have borders and title blocks identifying the project system, revisions to the plans, and type of plan. Each revision of a plan shall carry a date and brief description of the revisions. Diagrams shall carry a date and brief description of the revisions. Diagrams shall carry a uniform and coordinated set of wire numbers and terminal block numbers in compliance with panel work wiring. Additionally, one set of electronic dwg files shall be provided to the Owner. Elementary Diagrams The Contractor shall provide elementary diagrams for all discrete loops. Loop diagrams shall be prepared in compliance with ISA S5.4 and shall be provided for all analog loops. Elementary diagrams and loop diagrams shall show circuits and devices of a system. These 17-3 Z:\Bothell\Data\YAK\715-114\Phase 2 - Beech Street Lift Station and Force Main\Specs\17 Automatic Control.docx © 2017 RH2 Engineering, Inc. 3/30/2017 12:20 PM Spring 2017 Division 17 — Automatic Control City of Yakima Beech Street Interceptor, Lift Station, and Force Main diagrams shall be arranged to emphasize device elements and their functions as an aid to understanding the operation of a system and maintaining or troubleshooting that system. Elementary and loop diagrams shall also show wire numbers, wire color codes, signal polarities, and terminal block numbers. Panel Fabrication and Arrangements Plans The Contractor shall provide arrangement plans of all panel front -and internal -mounted instruments, switches, devices and equipment indicated. All panel mounting details shall be shown. Outer dimensions of all panels shall be included on the plan. Deviations from approved arrangements require approval prior to installation. Arrangement plans shall be drawn to scale using standard Architectural or Engineering scales. Site Conditions Specified instrumentation and control equipment shall be modified, if necessary, to make it suitable for operation in the ambient conditions specified in Division 16. Warranty in addition to any other warranties required by the specifications, the entire PLC system will be warranted against defects in materials, workmanship and software functions for a period of one (1) calendar year following the successful completion of the Functional Acceptance Test (FAT). The Contractor or designated service organization will be available on twenty-four (24) -hour notice to correct any system problems without charge to the Owner during the warranty period. In addition, the Contractor will provide four 2 -day site visits during the warranty period to perform inspection and calibration of the equipment or other work at the request of the Owner. Extra Materials The Contractor shall supply sufficient spare parts, components and assemblies to replace aii defective or malfunctioning control component provided in this system. Control components are considered any device or combination of devices without which normal automatic control as outlined in this specification cannot be accomplished, and includes: 1. The Contractor shall provide two spares of each part, component, or assembly, if more than ten (10) of those components are normally in use in the system. 2. One (1) box of each fuse type provided on this project. If ten (10) or more of a fuse type is provided for the project, then two (2) spare boxes shall be provided. 3. One (1) spare circuit breaker of each rating type provided on this project. 4. One (1) spare relay of each rating type provided on this project. 5. One (1) spare of each type of DC power supply. 6. One (1) spare complete set of PLC modules and processor to include PLC base unit, power supply and input and output modules for each module shown on plans. Spare part components shall be packaged for at ease of field installation by non -trained personnel, so that no soldering or special skills are required for installation. All spare parts 17-4 3/30/2017 12:20 PM Z:\Bothell\Data\YAK\715-1 14\Phase 2 - 13eech Street Lift Station and Force Main \Specs\17 Automatic Control.docx © 2017 12112 Engineering, Inc. City of Yakima Beech Street Interceptor, Lift Station and Force Main Spring 2017 Division 17 — Automatic Control shall be delivered in a hinged plastic box that is purposefully made for this contract. The box shall have a parts list permanently attached to the inside lid which lists all parts and refers to them by numbered code visible on the outside of the package. Fragile components shall be adequately protected with cut foam. Electronic components shall be wrapped in ultra -violet inhibiting file. The exterior of the box shall be labeled "Telemetry Spare Parts — Wastewater Department." Provide the box with lifting handles. Part 2 — Products Components These Specifications list major instruments required to provide the process instrumentation system. All instrument functions specified on this list shall be provided by the Control System Integrator. Any additional instruments required to complete the instrument loops because of certain characteristics of the particular equipment selected by the Control System Integrator shall be provided. Such additional instruments shall be provided and included in the original contract price even though not specified in the instrument index or on the plans. The following systems utilize automatic control. • Pump controls • Engine generator set controls • Ventilator controls • Heater controls Accessories Provide all accessories required to furnish a complete control system that meets the requirements of the Plans and Specifications. Source Quality Control Material shall be new, free from defects, and of the quality specified. All equipment and materials utilized in the system shall be the products of Manufacturers with at least five (5) years of 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 of 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. Part 3 — Execution Installers Installation shall be performed by the workers who are skilled and experienced in the installation of (I&C) and Telemetry systems. 17-5 Z:\Bothell\Data\YAK\715-114\Phase 2 - Beech Street Lift Station and Force Main\Specs\17 Automatic Control.docx © 2017 RH2 Engineering, Inc. 3/30/2017 12:20 PM Spring 2017 Division 17 — Automatic Control City of Yakima Beech Street Interceptor, Lift Station, and Force Main Installation Installation and testing procedures shall be as specified in these and subsequent sections of this division. The control system shall be installed in accordance with the installation plans and instructions prepared by the Control System Integrator. Installation shall include all elements and components of control system and all conduit and interconnecting wiring between all elements, components, sensors and valve operators. Equipment shall be located so that it is readily accessible for operation and maintenance. Field Equipment Equipment shall be provided as specified on the plans such that ports and adjustments are accessible for in-place testing and calibration. Where possible, equipment shall be located between 48 inches and 60 inches, unless specified otherwise on the Plans, above the floor or a permanent work platform. Instrumentation equipment shall be mounted for unobstructed access, but mounting shall not obstruct walkways. Equipment shall be mounted where shock or vibration will not impair its operation. Support systems shall not be attached to handrails, process piping or mechanical equipment except for measuring elements and valve positioners. Instruments and cabinets supported directly by concrete or concrete block walls shall be spaced out not less than 5/8 inch by framing channel between instrument and wall. Steel used for support of equipment shall be hot -dip galvanized after fabrication. Support systems including panels shall be designed in accordance with the Seismic Restraint and Anchorage section of Division 1.81 of these specifications and to prevent deformation greater than 1/8 inch under the attached equipment load and an external load of 200 pounds in any direction. Electrical Power Connection Electric power wiring and equipment shall be in compliance with Division 16. Power disconnect switches shall be provided within sight of equipment and shall be labeled to indicate opened and closed positions and specific equipment served. "Within sight of" is defined as having a clear unobstructed view from the equipment served and within 50 feet of the equipment served. Disconnect switches shall be mounted between 36 inches and 72 inches above the floor or permanent work platform. Where equipment location is such that the above requirements cannot be met by a single disconnect switch, two switches, one at the equipment and one at the work platform, shall be provided. Signal Connection Electrical signal connections to equipment shall be made on terminal blocks or by locking plug and receptacle assemblies. Jacketed flexible conduit shall be used between equipment and rigid raceway systems except that flexible cable assemblies may be used where plug and receptacle assemblies are provided and the installation is not subject to mechanical damage in normal use. The length of flexible conduit or cord assemblies shall not exceed 2 feet. Flexible cable, receptacle and plug assemblies shall be used only where specified. 17-6 3/30/2017 12:20 PM '7_:\Bothell \ Data \YAK\715-11,1\Phase 2 - Beech Street Lift Station and Force Main \ Specs \ 17 Automatic Control.docx © 2017 RH2 Engineering, Inc. City of Yakima Beech Street Interceptor, Lift Station and Force Main Spring 2017 Division 17 — Automatic Control 17.06 Control System Integrator Part 1— General Division of Responsibility All instrumentation and industrial electronic systems shall be provided under the supervision of a single Control System Integrator, chosen by the Contractor, which is regularly engaged in the design and installation of such systems of similar scope and complexity. The Control Systems Integrator 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 and under any conditions, diminish 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 in the contract documents. The assignment of a Control System Integrator that is an equipment supplier shall not be acceptable. Control System Integrator's Responsibility The Control System Integrator shall be solely and completely responsible for the final design and assembly of the entire control system. Responsibilities include: • Provision of, and the detailed design of, custom control panels and the motor control center. The plans show general layout of the control panels. The Integrator shall provide detailed scaled design of all components on and in the control panels and determine specific requirements. • The design of all interconnecting wiring of control equipment including remote control panels, packaged equipment panels, mechanical equipment with control components, etc. • Testing of the control panels in the Control System Integrator's shop. • Coordinate with the Contractor for specific requirements and locations of raceway penetrations and field wiring in control panels. • The Control System Integrator shall supply the Contractor with all necessary detailed installation plans and/or written instruction for installation of all control components and sensing devices for proper system operation. • Coordinate with the Control System Programmer who has been selected by the Owner and are under separate contract with the Owner, to allow in -shop testing of the programming of all control devices and to execute the functions listed in the control strategies. • Develop an assembly and testing schedule, with the Control System Programmer to allow for testing of all new programs in the Control System Integrator's shop. • Provide installation assistance. • Provide Startup and Training Services. 17-7 7_:\Bothell\Data\YAK\715-114\Phase 2 - Beech Street Lift Station and Force Main\Specs\17 Automatic Control.docx © 2017 RH2 Engineering, Inc. 3/30/2017 12:20 PM Spring 2017 Division 17 — Automatic Control City of Yakima Beech Street Interceptor, Lift Station, and Force Main General and Electrical Contractor's Responsibilities The General and Electrical Contractor shall be responsible for the following equipment and services: • Review of the Control System Integrator's submittals and wiring diagrams for coordination with space requirements, raceway requirements of field wiring, etc. • Supply the Integrator with submittals of equipment related to the control system that the Integrator must include in their submittals and integrate. Such as motors, packaged control panels that the Integrator does not build, etc. • Installation of the control panels provided by the Control System Integrator. • Installation of the interconnecting wiring in accordance with these documents and the Control System Integrators wiring diagrams. • Installation of (I&C) and Telemetry System components in accordance with these documents and plans or instructions of the Control System Integrator. Part 3 — Execution Installers The Control System shall be designed, constructed, programmed and commissioned by full time employees with a minimum of five (5) years of experience (minimum of one (1) year with Integrator). Integrators List The Control System Integrator shall be selected by the Contractor from the following acceptable companies (Alphabetical Listing): • Control Freek Inc. — Spokane Valley, Washington • L2 Systems LLC — Everett, Washington • Quality Control Corporation (QCC) — Lynnwood, Washington • S&B Inc. (Stead & Associates) — Bellevue, Washington • Systems Interface Inc. — Bothell, Washington • Taurus Power and Controls, Inc. — Kent, Washington • Technical Systems, Inc. — Lynnwood, Washington Alternative Integrators Alternate Control System Integrators not listed above shall be considered for acceptability by the Owner based on following qualifications: 1. The Control System Integrator shall be an instrument and control system manufacturing company. 2. The Control System Integrator's manufacturing and assembly facility shall be located within a 250 -mile drive from Yakima, Washington. 17-8 3/30/2017 12:20 PM Z:\Bothell\Data\YAK\715-114\Phase 2 - Beech Street Lift Station and Force Main\Specs\17 Automatic Control.docx © 2017 RH2 Engineering, Inc. City of Yakima Beech Street Interceptor, Lift Station and Force Main Spring 2017 Division 17 — Automatic Control 3. The Control System Integrator shall be specialized in the design, assembly, testing, installation and service of municipal water and wastewater control and communication systems in the Pacific Northwest for at least five (5) years. 4. The Control System Integrator shall employ technicians and engineers with documented experience in the design, assembly, testing, installation, operation, calibration, trouble -shooting, service and repair of control and communication systems for municipal water and wastewater utilities. 5. The Control System Integrator shall have completed the design, assembly, testing and installation of control systems that include the instruments and devices cited on the Plans by specific manufacturer's name. An alternate Control System Integrator selected by the Contractor shall be subject to the approval by the Owner. Prior to placement of purchase orders for services and equipment, the Contractor shall provide the following information about the selected alternate Control System Integrator for review by the Owner: 1. Description of ownership and organization of Integrator. 2. Resumes of principals and/or key employees who will be working directly in the engineering, assembly, testing and commissioning of the system for this project. 3. Description of expertise in design, assembly, testing and installation of control systems for municipal utility facilities. 4. Description of municipal control systems designed, assembled and installed in the last five (5) years. Description shall include: • Names of employees involved in each system. • Detailed description and plans of each system. • Cost of each system. • Names and telephone numbers of persons involved in operation and maintenance of each system. • Description of the service capabilities normally provided by the company including resumes of employees assigned to field service and listing of service equipment. • Additional information that may assist the Owner in ascertaining the company's general ability to perform the work. The acceptability of the Integrator will be determined solely by the Owner. Approval of Personnel and Alternatives The Contractor and the selected Control System Integrator shall anticipate that the Owner may withhold approval of the selected Integrator or employee if, in the opinion of the Owner, the Control System Integrator or employee does not have the experience, capability or an acceptable performance and execution record of similar projects in the past. 17-9 Z:\Bothell\Data\YAK\715-114\Phase 2 - Beech Street Lift Station and Force Main \ Specs \ 17 Automatic Control.docx © 2017 RH2 Engineering, Inc. 3/30/2017 12:20 PM Spring 2017 Division 17 — Automatic Control City of Yakima Beech Street Interceptor, Lift Station, and Force Main Neither the Contractor or Control System Integrator or employee not approved by the Owner, shall be entitled to an extension of time or to any claim for damages because of extra and unanticipated costs, hindrances, delays or complications caused by or resulting from the Owner not approving any Control System Integrator or employee for whatever reason. 17.07 Control System Programmer (Control System Programmer Contracted Directly by Owner) Part 1— General Division of Responsibility The Control System Programmer shall be selected and Contracted for the control system programming by the Owner. The Control System Programmer Contracted by the Owner is RH2 Engineering, Inc., who may be contacted at (425) 951-5381. It is the responsibility of the Control System Programmer to provide PLC programming that will accomplish control of the proposed and modified systems as described in the specifications and Plans. Control System Programmer's Responsibility 1. The Control System Programmer Responsibilities include: a. Develop a testing schedule to allow for testing of all new telemetry panel programs. b. Notify the Control System Integrator of all components needed to test equipment panels. c. Software testing of the control panels in the Control System Integrator's shop. d. Programming of the PLC, operator interface, and HMI Computer System. e. Provide required software startup, troubleshooting, and commissioning services needed to complete implementation of programs. 17.08 SYSTEM DESCRIPTION Part 1— General Summary The (I&C) and Telemetry system functions required are specified on the plans and in subsequent sections of this Division. Design and Performance Requirements The system shall be designed to provide the control capabilities and functions indicated and implied by the Plans and these Specifications and to provide 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. The control system shall be designed and assembled by the Control System Integrator to provide: 17-10 3/30/2017 12:20 PM Z:\Bothell\Data\YAK\713-11 4\Phase 2 - Beech Street Lift Station and Force Main \ Specs \ 17 Automatic Control.docx © 2017 R1-12 Engineering, Inc. City of Yakima Beech Street Interceptor, Lift Station and Force Main Spring 2017 Division 17 — Automatic Control • Control of motor driven pumps, equipment, and processes. • Monitoring of operation of motor driven pumps, equipment, and processes. • Indication of operating status of motor driven pumps, equipment, and processes. • Monitoring and indication of pressures, temperatures, levels, and flows, as indicated and implied by the plans and specifications. • The capabilities indicated and implied by the plans and specifications. The (I&C) and Telemetry System shall be designed and assembled by the Control System Integrator to be an integrated system composed completely of components which are specifically designed and used for and in conjunction with control and operation of motor -driven pumps and process control equipment. 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. Project Conditions The control system for the Lift Station shall be a Remote Telemetry Unit (RTU) based system that consists of existing and new RTUs linked to the existing Master Telemetry Unit (MTU) via radio communications. The MTU is located at the Wastewater Treatment Plant with a computer based Human Machine Interface (HMI). RTU sites included in this project are: 1. Beech Street Lift Station Part 2 — Products Components The (I&C) and Telemetry System shall include the instruments, control devices, Remote Telemetry Unit, Human Machine Interface, input and output devices, sensors, interfacing devices, cabinets, enclosures and other components indicated and implied by the Plans and Specifications. The following is a list of the RTUs, Control Panels, Pressure and Level Assemblies, and Motor Control Centers to be provided by the Control System Integrator: • Telemetry Panel • Lift Station Discharge Pressure Assembly • Motor Control Center • Power Junction Boxes (Typical of 3) • Instrumentation Junction Boxes (Typical of 2) 17-11 Z:\Bothell\Data\YAK\715-114\Phase 2 - Beech Street Lift Station and Force Main \ Specs \ 17 Automatic Control.docx © 2017 RH2 Engineering, Inc. 3/30/2017 12:20 PM Spring 2017 Division 17 — Automatic Control City of Yakima Beech Street Interceptor, Lift Station, and Force Main Part 3 — Execution Preparation The Control System Integrator shall be responsible for the coordination and integration of control system with the motor control and other related equipment. The Control System Integrator shall communicate directly with the Manufacturer(s) and Supplier(s) of all related equipment to determine all details of the equipment, which may influence or affect the control system. The Control System Integrator shall determine all requirements for and shall cause integration of the control system into a unified operating system. The Control System Integrator shall define all requirements for all interfacing equipment and shall supply all appurtenances, accessories and all such devices, which may be required for proper interfacing as part of the control system. The Control System 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. Installation The system shall be completely assembled in the shop by the Control System Integrator. All components and equipment shall be prewired to the maximum extent possible. All Process Control shall be done within the control panels unless specifically listed on the Plans as other. 17.10 PANELS 17.11 Panel Certifications Part 1— General Design Requirements Panels provided for this project shall meet the requirements of UL -508 for water system and UL -913 for sewer system. All panels shall bear the appropriate label. The provider of the panels shall be a UL -508A certified facility. All field modifications shall be in conformance with UL -508 or UL -913. 17.12 Equipment Panels Part 1— General References Division 10.14.8 Electrical and control signs and labels. All panels shall be labeled. Design Requirements Control equipment panels shall be enclosures conforming to the requirements of the National Electrical Manufacturers Association (NEMA) and shall be NEMA 12 for indoor use and NEMA 4X for outdoor use. 17-12 3/30/2017 12:20 PAI L:\Bothell\Data\YAK\715-114 \Phase 2 - 13eech Street Lift Station and Force Main \Specs\17 Automatic Control.docx © 2017 RH2 Engineering, Inc. City of Yakima Beech Street Interceptor, Lift Station and Force Main Spring 2017 Division 17 — Automatic Control Part 2 — Products Components • Enclosure shall be constructed of steel. • Minimal metal thickness shall be 14 -gauge. • All doors shall be rubber-gasketed with continuous hinge and key locking latch mechanism. • Wherever practical, enclosures shall be a manufactured item. • All doors shall be provided with quick -release latches to secure cover. • Panels shall be sized to adequately dissipate heat generated by equipment mounted in or on the panel. • Enclosure shall include a backpan. • Enclosure shall be finished in ANSI 61 gray polyester powder coating inside and out over phosphatized surfaces. • The enclosure shall be oversized to accommodate future racks and auxiliary devices as required. • All outdoor enclosures shall be provided with a control panel heater and ventilation fan and filter with built-in thermostat to provide adequate climate control. Fabrication Panels should be completely fabricated, and instruments installed and wired in the manufacturer's factory (where possible). All wiring shall be completed and tested prior to shipment. All external connections shall be by way of numbered terminal blocks. Panel cutouts for instruments and devices shall be cut, punched or drilled and smoothly finished with rounded edges. 17.20 PANEL COMPONENTS Part 1— General Design Requirements All components shall be suitable for installation inside the (I&C) and Telemetry system panel enclosure. 17.20.3 Terminal Blocks Part 1— General Design Requirements Terminal blocks shall be one-piece molded plastic blocks with screw-type terminals and barriers rated for 600 volts. Terminals shall be double -sided and supplied with removable 17-13 Z:\Bothell\Data\YAK\715-114\Phase 2 - Beech Street Lift Station and Force Main\Specs\17 Automatic Control.docx © 2017 RH2 Engineering, Inc. 3/30/2017 12:20 PM Spring 2017 Division 17 — Automatic Control City of Yakima Beech Street Interceptor, Lift Station, and Force Main covers to prevent accidental contact with live circuits. Terminals shall have permanent, legible identification, and be clearly visible with the protective cover removed. Fusible terminal blocks shall be provided with a LED blown fuse indicator for each terminal. Part 3 — Execution Installation All wires between panel -mounted equipment and other equipment shall be terminated at terminal blocks. Switches shall be terminated at the terminal blocks with crimp -type, pre -insulated, ring -tongue lugs. Lugs shall be of the appropriate size for their terminal block screws and for the number and size of the wires terminated. 17.21 POWER SUPPLY AND PROTECTION 17.21.2 Normal Power Supply Part 1— General Design Requirements All equipment panels shall be provided with 120 -volt, 60 -Hz power. Make provisions for conduit entry and provide a terminal block for termination of the circuit wires. All electronic control panel components shall require a 120 VAC -24 VDC power supply. DC power supply shall be sized to provide at least 50 percent more current than the peak current demands of the control panel. DC power supply shall have UPS backup power capabilities as identified in Section 17.21.3. Protection equipment shall consist of circuit breakers and fuses to protect electrical circuits from short circuits and overloads. Part 2 — Products Manufacturers DC power supplies shall be Puls Inc., Sola Inc., Allen-Bradley, or approved equal. Fuses shall be Bussmann Manufacturing Model ABC or MDA rated for Branch circuit, or approved equal. Circuit Breakers shall be Allen-Bradley rated for Branch circuit, or approved equal. Part 3 — Execution Construction Branch circuits shall be individually fused with an indication of fuse opening. All fuse holders for the panel shall be grouped on a single sub -panel. They shall be so situated that when the panel door is opened there is a clear view of the indicators and clear access for replacement of the fuses. Provide DC power supplies as required to power instruments requiring external DC power of the appropriate voltages, with sufficient voltage regulation and ripple control to assure that the instruments being supplied can operate within their required tolerances. The power supplies at all RTUs shall include batteries for a backup power supply and charging equipment. 17-14 3/30/2017 12:20 PM /_:\Bothell\Data \ YAK \715-114\Phase 2 - Beech Street Lift Station and Force Main\Specs \ 17 Automatic Control.docx © 2017 RI -12 Engineering, Inc. City of Yakima Beech Street Interceptor, Lift Station and Force Main Spring 2017 Division 17 — Automatic Control 17.21.3 Backup Power Supply Part 1— General Design Requirements All equipment panels shall have an Uninterruptable DC Power Module that interfaces with the Normal DC Power Supply. The Uninterruptable DC Power Module shall be capable of powering the control panel equipment for a period of not less than twelve (12) hours after normal power failure. Transfer shall be a non-mechanical, non -interruptible, smooth transfer to battery backup. Remote equipment batteries shall be sealed lead -acid batteries of sufficient ampere hour capacity to meet the above requirements. Performance Requirements The master console shall display power failure, and also a low battery condition alarm for the new equipment. A power failure alarm shall occur in the format currently used by the system. A low battery condition alarm shall cause the alarm indicator to flash but will not sound the audible alarm. The indicating light shall go off when the alarm condition is clear. Part 3 — Execution Installation Batteries, battery chargers, and necessary wiring shall be installed to meet the above specifications. 17.21.5 Line Protection Units — Low Current Part 1— General Design Requirements The line protection unit shall isolate and protect the (I&C) electronics from current and voltage surges in the transmission lines. Each protection unit shall have: 1. An isolation transformer with a minimum of 1,500 volts AC isolation, primary to secondary, and a minimum saturation current of 100 milliamps (ma) S.C. or as required to protect the (I&C) equipment from damage. 2. Separate line -side and equipment -side terminal blocks. 3. Two clip -mounted, replaceable gas discharge tubes rated at 90 volts striking voltage and 5,000 ampere peak pulse current capacity and suitable ground strap. Part 2 — Products Manufactured Units The line protection unit shall be a complete unit, mounted on a separate chassis, and be field replaceable without soldering. The chassis shall be a 1/4 -inch thick plate. 17-15 Z:\Bothell\Data \ YAK \715-11,1\Phase 2 - Beech Street Lift Station and Force Main\Specs\17 Automatic Control.docx © 2017 RH2 Engineering, Inc. 3/30/2017 12:20 PM Spring 2017 Division 17 — Automatic Control City of Yakima Beech Street Interceptor, Lift Station, and Force Main 17.21.6 Line Protection Units — High Current Part 1— General Design Requirements The line protection unit shall isolate and protect the (I&C) electronics from current and voltage surges in the transmission lines. Each protection unit shall have: 1. A minimum continuous operating current rating of 30 amps or larger as required to protect the telemetry equipment from damage. A minimum peak surge current rating of 80 KA. 2. 3. Separate line -side and equipment -side terminal blocks. 4. LED indicator for circuit diagnostics. 5. A response time less than or equal to 1 nanosecond. The line protection unit shall be a complete unit available as a surface mount or DIN rail. Part 2 — Products Manufacturers The line protector shall be an Allen-Bradley Model 4983-DC120-20 or equal. 17.21.7 Voltage Transducer Part 2 — Products Manufacturers The voltage transducer shall be a CR Magnetics, Model No. CR5320.50, or equal. Materials The voltage transducer shall measure a DC input voltage on a scale of 0 to 50 Volts and shall have a 4-20 mA output. 17.22 WIRE AND CABLE 17.22.2 Wiring Part 1— General References All electrical wiring shall be in accordance with the National Electrical Code (NEC). Design Requirements Wires shall be 600 -volt class, PVC insulated, stranded copper and shall be the sizes required for the current to be carried but not less than No. 14 AWG conductor size. Wires for signal circuits shall be twisted shielded pairs not smaller than No. 18 AWG. 17-16 3/30/2017 12:20 P31 "L:\Bothell \ Data \YAK\715-114\Phase 2 - Beech Street Lift Station and Force Main\Specs \17 Automatic Control.docx © 2017 R1-12 Engineering, Inc. City of Yakima Beech Street Interceptor, Lift Station and Force Main Spring 2017 Division 17 — Automatic Control Part 3 — Execution Installation All power wiring shall be supported on a sheet metal raceway or enclosed in a plastic wiring duct. Wiring for signal circuits shall be separated at least 6 inches from any power wiring. 17.22.3 Cables Part 1— General Design Requirements Cables and connectors shall be industry standard, shielded, and shall be provided to connect all peripherals and equipment. 17.24 SWITCHES AND RELAYS 17.24.2 Selector Switch Part 2 — Products Manufacturers Healy -Dirty, Oil -Tight Type: Eaton/Cutler-Hammer, Type 12350T; Square D Co., Type K; Allen Bradley, Type 800T; General Electric Co., Type CR 104P. Heavy -Darty, Watertight, and Corrosion -Resistant Tjpe: Eaton/Cutler-Hammer, Type E34; Square D Co., Type SK; Allen Bradley, Type 800H; General Electric Co., Type CR 104P. Manufactured Units Selector switches shall be NEMA type 4/4X/13, corrosion-resistant/watertight/oil-tight, type selector switches with contacts rated for 10 amperes continuous at proper operating voltage. Operators shall be black knob type. Units shall have the number of positions and contact arrangements and spring return function (if any) as shown on Plans. Units shall be single -hole mounting, accommodating panel thicknesses from 1/16 -inch minimums to 1/4 -inch maximum. 17.24.3 Pushbuttons Part 2 — Products Manufacturers Heay-Duty, Oil -Tight Type: Eaton/Cutler-Hammer, Type 12350T; Square D Co., Type K; Allen Bradley, Type 800T; General Electric Co., Type CR 104P. Heavy -Darty, Watertight, and Corrosion -Resistant Type: Eaton/Cutler-Hammer, Type E34; Square D Co., Type SK; Allen Bradley, Type 800H; General Electric Co., Type CR 104P. Manufactured Units Pushbuttons shall be NEMA type 4/4X/13, corrosion-resistant/watertight/oil-tight, type push buttons with momentary contacts rated for 10 -ampere continuous at proper operating 17-17 Z:\Bothell\Data\YAK\715-114\Phase 2 - Beech Street Lift Station and Force Main\Specs\17 Automatic Control.docx © 2017 81-12 Engineering, Inc. 3/30/2017 12:20 PM Spring 2017 Division 17 — Automatic Control City of Yakima Beech Street Interceptor, Lift Station, and Force Main voltage. Button color shall be as specified in control panels and shall have a full guard. Pushbutton contact arrangements shall be as shown on Plans. Size of pushbuttons as indicated on the Plans. Special Functions Pushbutton for "emergency help" applications shall have maintained contacts and red mushroom head operators. 17.24.4 Panel Relays Part 1— General Design Criteria Relays shall be provided as necessary to perform switching functions required of control panels and other control circuits as shown on the Plans and described in the technical specifications. Appropriate relay type and associated contacts shall be selected based on the application from the control wiring diagrams or the functional description. Where timing relays and control relays require additional contacts, provide auxiliary control relays properly sized for the application. All contacts and relays shall be NEMA rated and UL recognized. The electrical life expectancy for the relay shall be over 500,000 operations at 120V AC, 10 amps; (over 200,000 operations at 120V AC, 10 amp for SPDT, 3PDT, and 4PDT). The mechanical life expectancy for the relay shall be over 50,000,000 operations. Part 2 — Products Manufacturers Control Relays Square D Class 8501, Type K or R; Allen Bradley 700 Type HA or HB; IDEC RH Series; or equal. Time Delay and Timing Relays Allen Bradley 700 Type HR; IDEC GE1, RTE or GT3 Series; or equal Manufactured Units Control Relays Relays for general purpose use shall be DPDT or 3PDT, 10 amp contacts with the appropriate coil voltage for the application. Relays shall be plug-in type with matching socket. All relays shall have LED indicators to signal when the coil is energized. Relay coils shall be rated for continuous duty. Time Delay Relays Time delay relays shall be multi -function, multi -range with plug-in base, pin style terminations timing and timed out LED indicators, and calibrated scales. Relays shall have minimum 0.5 seconds to 60 minutes, 8 selectable tuning ranges, 5 amp contacts. Select coil voltage for 17-18 3/30/2017 12:20 PM Z:\Bothell\Data\YAK\713-114\Phase 2 - Beech Street Lift Station and Force Main \ Specs \17 Automatic Control.docx © 2017 RH2 Engineering, Inc. City of Yakima Beech Street Interceptor, Lift Station and Force Main Spring 2017 Division 17 — Automatic Control the application. Units shall be sealed to prevent entry of contamination in the form of dust, dirt or moisture. Appropriate relay shall be selected based on application from the control wiring diagrams. Minimum accuracy (plus or minus) shall be as follows: 1. Repeat accuracy — 1/2 percent. 2. Timing change over full voltage range — 1/2 percent change over full temperature range. 3. Scale tolerance — 5 percent. Timing Relays Timing relays shall be machine tool industrial relay with solid-state timer and external adjustment dial. Range shall be 0 to 120 seconds unless indicated otherwise on the Plans. Relay shall include an LED indictor and instantaneous and time -delay contacts rated at 10 amps, meeting NEMA A600 designation. Tuning relays shall be "on delay" or "off delay" as indicated on the Plans. Units shall be sealed to prevent entry of contamination in the form of dust, dirt or moisture. Appropriate relay shall be selected based on application from the control wiring diagrams. Minimum accuracy (plus or minus) shall be as follows: 1. Repeat accuracy — 1/2 percent. 2. Timing change over full voltage range —'/2 percent change over full temperature range. 3. Scale tolerance — 5 percent. Part 3 — Execution Installation Provide adjustable time relays on all alarm and shut down circuits to prevent nuisance tripping of other alarm points. Time delay relays for these functions may not be shown on the plans; however, provide as required on all circuits. Provide additional form C contacts over and above the number indicated on the Plans for all relays provided. 120 VAC relays shall not be interchangeable with other voltages to prevent a hazardous interchange of relay voltages. Provide DIN mounted or panel mounted type depending on application. 17-19 Z:\Bothell\Data\YAK\715-114\Phase 2 - Beech Street Lift Station and Force Main\Specs\17 Automatic Control.docx © 2017 R1-12 Engineering, Inc. 3/30/2017 12:20 PM Spring 2017 Division 17 — Automatic Control City of Yakima Beech Street Interceptor, Lift Station, and Force Main 17.25 INDICATING LIGHTS AND READOUTS 17.25.2 Pilot Lights Part 2 — Products Manufacturers Heavy-D/01,Oil-Tight Type: Eaton/Cutler-Hammer, Type 12350T; Square D Co., Type K; Allen Bradley, Type 800T; General Electric Co., Type CR 104P. Heavy -Du y, Watertight, and Corrosion -Resistant Tjpe: Eaton/Cutler-Hammer, Type E34; Square D Co., Type SK; Allen Bradley, Type 800H; General Electric Co., Type CR 104P. Manufactured Units Indicating lights shall be NEMA type 4/4X/13, corrosion resistant, water -tight, oil -tight, full voltage, push -to -test, high visibility 28 chips LED type. Pilot lights shall be rated for the proper operating voltage. Appropriate lens caps shall be provided as shown on plans. 17.30 INTELLIGENT CONTROL UNITS 17.31 Programmable Logic Controllers (PLC) 17.31.2 PLC System Part 1— General Summary Work involved in this contract includes providing new PLC equipment and programming to provide the functions shown on the Plans and described herein. Performance and Design Requirements • The PLC system modifications shall accomplish the control requirements of the loop descriptions, Plans and Specifications. • The design application and installation of the PLCs shall conform to NEMA ICS 1.1. • PLC programming shall be documented. • All PLC control system components shall be capable of meeting or exceeding electromagnetic interference tests per ANSI/IEEE C37.90.2. Part 2 — Products Manufacturers PLC components added to this Contract shall be Allen-Bradley. No substitution. Refer to project Telemetry Panel plans for specific Allen-Bradley component numbers and quantities. 3/30/2017 12:20 PM Main\Specs\ 17 Automatic Control.docx 17-20 L:\I3othcll\Data\YAK\715-114\Phase 2 - Beech Street Lift Station and Force © 2017 RH2 Engineering, Inc. City of Yakima Beech Street Interceptor, Lift Station and Force Main Spring 2017 Division 17 — Automatic Control Components Input/output (I/O) Modules a) Provide plug-in modular -type I/O racks with cables to connect to all other required PLC system components. b) Provide I/O system with: 1. I/O solid state boards with status lights indicating I/O status and board failure. 2. Electric isolation between logic and field device. 3. Interchangeable boards for similar I/O type to allow substitution of operating boards for failed units by the operator. 4. Capability of withstanding low energy common mode transient to 1500 V without failure. 5. Incorporate noise suppression design. 6. Capable of meeting or exceeding surge -withstand capability tests, per ANSI/IEEE C37.90.1. 7. Capable of meeting or exceeding electrical noise tests, NEMA ICS1-109.60-109.66. c) Discrete I/O modules: 1. Interface to ON/OFF devices. 2. I/O status indicator on module front. 3. Voltage rating to match circuit voltage. 4. Output module current rating: a. Match maximum circuit current draw. b. Minimum 1.5 A/point for 120 V AC applications. 5. Isolated modules for applications where one module interfaces with devices utilizing different sources of power. 6. Individually fused outputs with blown fuse indication. d) Analog I/O modules: 1. Input modules to accept signals indicated on Plans or Specifications. 2. 12 -bit minimum resolution. 3. I/O chassis supplied power for powering connected field devices. 4. Isolated (differential) inputs and outputs. 5. User configurable for desired fault -response state. 6. Provide output signals as indicated on Plans and Specifications. 17-21 Z:\Bothell\Data\YAK \715-11,1\Phase 2 - Beech Street Lift Station and Force Main \ Specs \ 17 Automatic Control.docx CO 2017 RI -12 Engineering, Inc. 3/30/2017 12:20 PM Spring 2017 Division 17 — Automatic Control City of Yakima Beech Street Interceptor, Lift Station, and Force Main 7. Individual D/A converter for each output module. 8. Individual A/D converter for each input module. Data Highway Communications 1. All PLC controllers shall be capable of EtherNet/IP communications. Any additional industrial protocols shall be provided through protocol converters. PLC Peripheral Devices 1. PLC Peripheral Devices Graphical Operator Interface a. The data entry and display module shall consist of a 9 -inch color screen display. b. The unit shall be capable of reading PLC data table register values and pre -defined messages and writing into PLC memory to modify register values. c. The readout module will be used as a local operator interface device for entering operational parameters and reading out process data including display of all alarms by tag number. d. A complete index of parameters and corresponding memory locations and a complete cross reference of alarms will be permanently attached to each PLC enclosure. e. The unit will be self-contained, 24 VDC powered and rated minimum NEMA 12 suitable for panel mounting. f. Communications will be direct with the Ethernet Switch via shielded CAT 5E Ethernet Cable. g. The touch screen panel shall be an Allen-Bradley PaneIView Plus 7 Performance Terminal, 9 -inch Color Display, Part Number 2711P-T9W22D9P, No Substitutions. Part 3 — Execution Installers Control System Integrator and programmers shall have had experience in design, installation, and start-up of at least three similar installations using the proposed hardware and software. Installation Provide a completely integrated distributed programmable controller system capable of analog and sequential control, data acquisition and display, alarm annunciation and communications using the PLC system. I/O cards and memory shall be added as necessary to complete work shown on the plans and described in the specifications. The system shall provide true distributed control wherein each PLC is an intelligent stand-alone controller programmed for the specific functions required at its respective location. Certain information in the form of control commands, interlocks and data will be passed directly between the PLCs for use in executing the local control programs. 17-22 3/30/2017 12:20 PM Z:\Bothell\Dara\YAK\715-114\Phase 2 - Beech Street Lift Station and Force Main \ Specs \ 17 Automatic Control.docx © 2017 R1-12 Engineering, inc. City of Yakima Beech Street Interceptor, Lift Station and Force Main Spring 2017 Division 17 — Automatic Control Input/Output Connection Requirements a) Make connections to I/O subsystem by terminating all field wiring on terminal blocks within the I/O enclosure. b) Prewire I/O modules to terminal blocks. c) Provide terminal blocks with continuous marking strip. d) Size terminals to accommodate all active data base points and spares. e) Provide terminals for individual termination of each signal shield. f) Field wiring shall not be disturbed when removing or replacing an I/O module. PLC Installment a) Component placement: 1. Mount all components according to manufacturer's instructions. 2. Locate incoming line devices (isolation or constant voltage transformers, local power disconnects, surge suppressors, etc.) so as to keep power wire runs within an enclosure as short as possible. 3. If items such as magnetic starters, contactors, relays and other electromagnetic devices are located within the same enclosure as the PLC system components, provide at least 6 inches of separation between the magnetic area and the control area. 4. Oversize enclosure to accommodate future racks and auxiliary devices as required. b) Provide enclosure with a single quick disconnect of incoming power. Mount disconnect switch or breaker on enclosure exterior and label. c) Enclosures shall comply with these specifications. d) Enclosures shall be equipped with H2S inhibitor(s) suitable for the enclosed volume. 17.33 NETWORK EQUIPMENT AND COMPUTERS 17.33.1 Industrial Network Equipment Part 1— General Design Requirements All specified "industrial network equipment" shall comply with the following minimum specifications: 1. Rated for a 5-30VDC power supply. 2. UL listed. 3. Designed for an industrial environment. 4. Operating temperature of -40 degrees Fahrenheit to 176 degrees Fahrenheit. 17-23 Z:\Bothell\Data\YAK\715-114\Phase 2 - Beech Street Lift Station and Force Main \Specs\17 Automatic Control.docx © 2017 RH2 Engineering, Inc. 3/30/2017 12:20 PM Spring 2017 Division 17 — Automatic Control City of Yakima Beech Street Interceptor, Lift Station, and Force Main 5. IP66 rated water and dust resistant. 6. Control network device shall be capable of remote monitoring using OPC protocol. 7. All devices on fiber backbone shall have a minimum of two sets of transmit/receive ports. 8. Twisted pair network speed shall be a minimum of 100Base-TX. 9. Fiber optic network speed shall be a minimum of 100Base-FX. These requirements do not apply to non -industrial network equipment. Part 2 — Products Control Network Equipment Data highway communications shall be accomplished on a control network consisting of nodes, one at each PLC or computer workstation and a physical link layer consisting of cables and all interfacing hardware. Control Network equipment shall consist of the following devices. Unmanaged Ethernet Switch One (1) N-Tron 308TX Ethernet Switch. No Substitutions. Part 3 — Execution Installation All network equipment in Control Panels shall be installed as per plans, specifications and product installation instructions. All components shall be suitable for installation in the environment where installed. All devices shall be installed as specified by the manufacturer. All devices shall be installed to be field serviceable without taking the facility out of service. Device displays shall be positioned to be easily read when viewing directly into control panels. 17.40 REMOTE COMMUNICATION DEVICES 17.41 Radio Systems Part 1— General Performance Requirements Provide radio communication and signal condition equipment as necessary to establish a communication link between the facility and master SCADA system located at the Wastewater Treatment Plant. The radio system located in the Remote Telemetry Panel, "RTU" shall contain all required hardware, cables, and connections required for a completely functional radio telemetry system. 17-24 3/30/2017 12:20 PM Z:\Bothell\Data\YAK\713-11 4\Phase 2 - Beech Street Lift Station and Force Main\Specs\17 Automatic Conrrol docx © 2017 R1-12 Engineering, Inc. City of Yakima Beech Street Interceptor, Lift Station and Force Main Spring 2017 Division 17 — Automatic Control Part 2 — Products Manufacturers Radio Communication Equipment 1. One (1) Freewave HT -PE. No Substitutions. 2. One (1) PolyPhaser P/N IS-B5OLN-C2 or equal. 3. One (1) Pigtail cable between the radio and the PolyPhaser 4. One (1) LMR400 antenna cable with N -Male connectors. Cable shall be of length as required for connection between the antenna and the radio. 5. One (1) Laird Y(B)8966 UHF Yagi antenna w/mount. 6. One (1) Andrew P/N 221213 Connector/Splice Weatherproof kit for sealing all coax connections. Part 3 — Execution Installation All radio equipment shall be installed as per plans, specifications and product installation instructions. All radio equipment will be configured by the Control System Programmer. All devices shall be installed as specified by the manufacturer. 17.50 SENSORS AND CONTROLS 17.50.1 Common Work for Sensors and Controls Part 1— General Design Requirements Provide sensors and controls scaled and rated for their intended application. Part 3 — Execution Installation All devices shall be installed to be field serviceable without taking the facility out of service. Readouts shall be positioned to be easily read from a standing position, central to the room unless allowed otherwise by the Engineer. 17.51 Emergency Sensors and Controls 17.51.2 Smoke Detectors Part 1— General Design Requirements Provide all components suitable for installation in the environment where installed. Detector shall be provided complete with sensing head and mounting base. 17-25 Z:\Bothell\Data\YAK\715-114\Phase 2 - Beech Street Lift Station and Force Main \ Specs \17 Automatic Control.docx © 2017 R-12 Engineering, Inc. 3/30/2017 12:20 PM Spring 2017 Division 17 — Automatic Control City of Yakima Beech Street Interceptor, Lift Station, and Force Main The photoelectric smoke detector shall be 24 -volt powered with a local audible alarm and Form C contacts for remote annunciation through two -wire connection to telemetry panel. The voltage requirement is dependent of the power source available at the telemetry panel. The detector shall detect both smoke particles and heat. The detectors shall have a latching alarm feature that resets only by a momentary power interruption. Part 2 — Products Manufacturers The smoke detector shall be a System Sensor 4WTAR-B, or equal. Part 3 — Execution Examination The Contractor shall verify power supply before selecting the appropriate model. Site Testing Test each smoke detector with artificial smoke in a can per manufacturer's instructions. Test the thermal sensing units with a heat gun or blow dryer per manufacturer's instructions. Other testing methods will only be acceptable if approved by the manufacturer. Each failed smoke detector shall be replaced. 17.51.4 Intrusion Alarm Switch Part 1— General Design Requirements The switch shall be two -pole side plunger type switch with one normally open and one normally closed set of contacts. The switch shall be a Type C and NEMA rated. Part 2 — Products Manufacturers Intrusion switches shall be as specified on the Plans, or equal. Components Provide with a standard box plug-in and connecting cable of significant length to reach a junction box located near the switch. Lever arms made of plastic shall not be allowed. Part 3 — Execution Installation The Contractor shall install intrusion alarm switches on all entrance doors and access hatches as shown on the Plans. All components shall be suitable for installation in the environment where installed. 17-26 3/30/2017 12:20 P1\1 Z:\13oncell\Data\YAK\715-114\Phase 2 - Beech Street Lift Station and Force Main \Specs\17 Automatic Control.docx ©c© 2017 RI -I2 Engineering, Inc. City of Yakima Beech Street Interceptor, Lift Station and Force Main Spring 2017 Division 17 — Automatic Control Mount the switch as shown on the Plans to detect the opening of each entrance door and access hatch identified on the Plans. Connect to the normally open contacts so that the switch is closed when the door is closed and open when the door is open. A factory provided cord shall be of significant length to reach from the device to a junction box. 17.52 Pressure and Level Sensors and Controls 17.52.2 Flood Liquid Level Switches Design Requirements The switch shall be SPST rated for 20VA. The float shall be constructed on Buna-N material and the stem shall be constructed from brass. Part 2 — Products Manufacturers Switches shall be Omega, LVN-20 or equal. Part 3 — Execution Installation The contractor shall install a liquid level switch as shown on the Plans. Mount the switch to the end of inch PVC Coated GRS or galvanized pipe, depending on the area classification. Provide threaded busing as necessary to provide a complete assembly. Secure pipe to wall with a minimum of two galvanized conduit hangers. Mount the liquid level assembly 1/2 inch above the finished floor. 17.52.3 Wastewater Level Float Switches Part 2 — Products Manufacturers Switches shall be Anchor Scientific, Inc., Roto -Float Type S or equal. Manufactured Units Float switch shall be mercury tube switch -type enclosed in a sealed polyurethane float. A weight shall be on the cord near the float switch. 2/C # 16 flexible type SJO oil -proof, 300 -volt cord shall be integral with the float switch and shall be of sufficient length to reach the splice handhole with an additional five feet of slack cord. Part 3 — Execution Installation Level switches shall be provided for the following: • High level backup • Low level 17-27 Z:\Bothell\Data\YAK\715-114\Phase 2 - Beech Street Lift Station and Force Main\Specs\ 17 Automatic Control.docx © 2017 8112 Engineering, Inc. 3/30/2017 12:20 PM Spring 2017 Division 17 — Automatic Control City of Yakima Beech Street Interceptor, Lift Station, and Force Main The float switch shall indicate to the control system that the liquid level, at which the switch has been positioned, has been reached. 17.52.10 Pressure Transmitter Part 1— General Design Requirements Provide transmitter with 1/4 -inch or 1/2 -inch process connections, and completely suitable for measuring pressure in a potable water pipeline. Select ranges to provide a system that utilizes the largest percentage of available span for each transmitter. Calibration information is shown in Division 15.61. Transmitter shall transmit in pounds per square inch at both the device screen and through the 4-20mA output. Part 2 — Products Manufacturers Pressure transmitter shall be Foxboro IGP10, Endress+Hauser Cerabar S PMP71, Siemens Sitrans P DS III, or equal. Manufactured Units Water pressure transmitters shall be all solid state with a 4-20ma output. All wetted parts shall be stainless steel. Transmitter shall be hermetically sealed to withstand submergence or an operating environment of 100 percent humidity for an indefinite period of time. Total error band shall not exceed 0.25 percent of full scale over a temperature range of 0 to 100 degrees Celsius. Voltage input shall be 9 to 20 VDC without more than a 0.12 percent change in output. Volumetric displacement of bridge from 0 psi to max -rated pressure shall be less than 0.01 cubic inches. Provide electronics with built-in protection against AC line transients and lightning spikes, and an R/F filter to reject external electrical and internal noise. Zero and span adjustments shall be non -interacting. A digital indicator with on -board pushbuttons shall be provided to display the measurement with a choice of units. The pushbuttons shall allow zero and span adjustments and local configuration without the need for a hand-held terminal. Part 3 — Execution Installation Transmitter installations shall be equipped with drain and bleed and isolation valves to remove air from transmitter diaphragm. Contractor shall be completely responsible for proper operation and interface of transmitter with other electronics provided on the project. 17-28 3/30/2017 12:20 PM Z:\Bothell\Dara\YAK\715-114\Phase 2 - Beech Street Lift Station and Force Main \ Specs \17 Automatic Conrrol.docx © 2017 RI -I2 Engineering, Inc. City of Yakima Beech Street Interceptor, Lift Station and Force Main Spring 2017 Division 17 — Automatic Control 17.52.14 Ultrasonic Level Transmitter Part 1— General Design Requirements The ultrasonic level sensor and transmitter shall have an operating range as required for the installation shown on the Plans, shall incorporate an integral temperature sensor, and shall be completely encapsulated in a corrosion resistant housing. The level sensor and transmitter shall provide a 4-20 mA signal proportional to the level reading. The level sensor and transmitter shall have an accuracy of 0.25 percent. The complete level transmitter assembly shall be completely rated for the environment for which it will be installed. The level sensor shall be equipped with a submergence shield. Integral level sensor cables shall be long enough to reach the termination locations as shown on the Plans. The transmitter shall be 24 VDC powered. Part 2 — Products Manufacturers The ultrasonic level sensor assembly shall be a Siemens EchoMax XPS-10, Endress-Hauser FDU91, Pulsar dB10 series, or equal mounted as shown on the Plans. The ultrasonic sensor shall be connected to a compatible transmitter which shall be a Siemens Sitrans LUT 420 Level Controller, Endress-Hauser FMU90 Transmitter, Pulsar Blackbox 130, or equal. Part 3 — Execution Installation Furnish and install ultrasonic level sensor and transmitter as shown on the Plans and according to manufacturer's recommendations and requirements. 17.53 Environmental Sensors and Controls 17.53.2 Wall -Mounted Cooling Thermostat Part 1— General Related Sections Division 11.95.34 Fans Design Requirements All components shall be suitable for installation in the environment where installed. The thermostat shall be a snap action, SPDT line voltage air switch controller rated for a 16 -amp inductive load at 120 VAC. Part 2 — Products Manufacturer The Wall -Mounted Cooling Thermostat shall be a Honeywell Model No. T775A2009 or equal with a -30 to 100 degrees Fahrenheit range. 17-29 Z:\Bothell\Data\YAK \715-11,1\Phase 2 - Beech Street Lift Station and Force Main\Specs\17 Automatic Control.docx © 2017 RH2 Engineering, Inc. 3/30/2017 12:20 PM Spring 2017 Division 17 — Automatic Control City of Yakima Beech Street Interceptor, Lift Station, and Force Main Part 3 — Execution Installation Furnish and install wall -mounted cooling thermostat as shown on the Plans. Mount thermostat 4 feet above finished floor in location shown on the Plans. Contractor shall set thermostat at 90 degrees Fahrenheit. 17.53.3 Wall -Mounted Heating Thermostat Part 1— General Related Sections Division 11.95.83.33 Radiant Space Heater. Design Requirements Provide a 24 volt, SPST wall mounted heating thermostat. All components shall be suitable for installation in the environment where installed. Thermostat shall be as recommended by the space heater manufacturer. Thermostat shall have an adjustable range from 40 to 100 degrees Fahrenheit. Set thermostat at 60 degrees Fahrenheit unless specified otherwise on the plans. Part 2 — Products Manufacturer The wall -mounted heating thermostat shall be a Honeywell TH6110D1005 or equal. Part 3 — Execution Installation Furnish and install wall -mounted thermostat as shown on the Plans. Mount thermostat 4 feet above finished floor in location shown on the Plans. 17.90 TESTING, STARTUP, AND TRAINING 17.90.1 Common Work for Testing, Startup, and Training Part 1— General Summary Total system hardware start-up is the responsibility of the Control System Integrator. Maintenance The Control System Integrator shall be solely and completely responsible for all hardware 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. The Control System Integrator shall perform all such work required or considered to be required by the Owner to cause and maintain proper operation of the system and to properly maintain the system. 17-30 3/30/2017 12:20 PM Z:\Bothell\Data\YAK\715-114\Phase 2 - Beech Street Lift Station and Force Main \ Specs \ 17 Automatic Control.docx © 2017 RI -12 Engineering, Inc. City of Yakima Beech Street Interceptor, Lift Station and Force Main Spring 2017 Division 17 — Automatic Control Warranty The Contractor shall cause the 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 (1) year guarantee period. The Control System Integrator shall begin all repairs, replacements, modifications and adjustments within twenty-four (24) hours of notification by telephone by the Owner and shall complete such repairs, replacements, modifications and adjustments within forty-eight (48) hours of notification. Should the Control System Integrator fail to begin the work within twenty-four (24) hours or complete the work within forty-eight (48) hours, the Owner may proceed to undertake or complete the work. In such event, the Contractor and his surety shall be liable for all costs incurred by the Owner. Part 3 — Execution Field Quality Control Equipment Manufacturer's Support 1. The Control System Integrator shall pay for services of equipment manufacturer's field service representative(s) to: a. Inspect equipment covered by these Specifications. b. Supervise adjustments and installation checks. c. Conduct start-up of equipment and perform operational checks. d. 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. Repairs The Control System Integrator shall correct all deficiencies and defects and make any and all repairs, replacements, modifications, and adjustments as malfunctions or failures occur. The Contractor and the Control System Integrator shall anticipate that the Owner may delay acceptance of all work under the contract if, in the judgment of the Owner, malfunctions or failures in operation of the control system repeatedly occur after start-up. Both the Contractor and the Control System Integrator shall not be entitled to an extension of time or to any claim for damages because of hindrances, delays or complications caused by or resulting from delay by the Owner in accepting the work because of malfunctions or failures in operation of the control system. 17.91 Tests and Inspections Part 1— General Summary Materials, equipment, and construction included under this specification shall be inspected in accordance with the specifications. Testing shall be performed by the Control System Integrator in accordance with Division 16, and this and subsequent sections of this division. 17-31 Z:\Bothell\Data\YAK\715-114\Phase 2 - Beech Street Lift Station and Force Main\Specs \ 17 Automatic Control.docx © 2017 RH2 Engineering, Inc. 3/30/2017 12:20 PM Spring 2017 Division 17 — Automatic Control City of Yakima Beech Street Interceptor, Lift Station, and Force Main Testing shall be required to determine if installed equipment and system(s) will operate in the manner in which they are intended to operate. The decision of the Owner upon the acceptability of the test procedures and conformance shall be final. The work will not be accepted until all testing has been satisfactorily performed. Scheduling The Contractor shall prepare factory and field test procedures to demonstrate conformance of the complete system to this specification. The Contractor shall submit the detailed test procedures within four (4) weeks after the notice to proceed for the Engineer's review and approval. The Contractor shall furnish all labor, materials, tools, equipment, instruments and services necessary to perform all specific functional testing of all installed equipment and systems at no additional cost. The Control System Integrator and Contractor shall notify the Owner and Engineer (Control System Programmer) of the factory testing date thirty (30) days before testing. The Contractor and Control System Integrator shall include in the schedule two (2 consecutive working days as part of the factory testing for the Control System Programmer to test the control system software with the hardware supplied by the Control System Integrator at the Control System Integrator's shop. The Control System Integrator and Contractor shall submit to the Engineer (Control System Programmer) a detailed field testing schedule identifying each day that both the Control System Integrator and Control System Programmer will need to be on site for field testing of equipment. A preliminary schedule shall be submitted to the Engineer for review thirty (30) days before testing. A final schedule shall be submitted to the Engineer for review seven (7) days before testing. The Contractor and Control System Integrator shall include in the construction schedule five (5) consecutive working days between the completion of field testing and the startup phase for the Control System Programmer to perform field software testing. Startup shall not proceed until the software field testing is complete. Part 2 — Products Factory Testing All factory testing of control panels and computer systems shall be performed at the Control System Integrator's shop. The completed control system shall be tested in the shop by the Control System Integrator and the Control System Programmer. All motor control centers and Vl Ds supplied by the Control System Integrator shall be interconnected with the control system and powered with rated incoming voltage. Testing shall be conducted in two phases. The initial hardware testing shall include, but not be limited to, operation of all input and output (I/O) points, control devices and motor controllers. The subsequent testing shall include, but not be limited to, testing of RTU programming and Operator Interface provided by the Control System Programmer. 17-32 3/30/2017 12:20 PM Z:\I3othcll\Data \YAK\713-11=1\Phase 2 - Beech Street Lift Station ancl Force Main\Specs\17 Automatic Control.docx © 2017 RI -I2 Engineering, Inc. City of Yakima Beech Street Interceptor, Lift Station and Force Main Spring 2017 Division 17 — Automatic Control The initial hardware testing of the control system shall include the following: 1. The entire assembled panels shall be meggered and tested to be free from grounds and shorts. 2. Energize each discrete input and output and simulating each analog input and output using a loop simulator and calibrator. Circuits not energized shall be tested for continuity. Discrete input signals shall be tested in both the "on" and "off" state. Analog signals shall be tested at a minimum of three values (4 mA, 12 mA, and 20 mA). The test results shall be documented by the Control System Integrator in checklist format. The final test results shall be signed by both the Engineer and Control System Integrator prior to shipment of equipment to the job site. 3. Provide signal generators, multimeters, and other test equipment as required to verify proper operation of the assembled panels. 4. The Control System Integrator shall interconnect the control panels with the motor control centers and VFDs for both hardware and software testing phases. Control panels shall initially be hardware tested in one group. Similarly, the motor control centers and VFD's shall be hardware tested in another group. After both groups of hardware are confirmed to be operating correctly, the Control System Integrator shall interconnect the equipment with Ethernet cables and analog and discrete wiring as shown on the Plans. The equipment shall remain connected for the remainder of the factory testing period. 5. Correct, replace, or repair control panel and motor control center wiring, and/or components until testing demonstrates proper operation. Control panels and motor control centers shall not be shipped to the job site until testing has demonstrated complete operation of the panels. 6. Provide updated and complete as -built drawings for the control panels and motor control centers at the time of final factory testing. The Engineer shall review the drawings against the panel construction at the time of final factory testing. Drawings which do not reflect the actual construction of the panel shall be revised and reviewed again by the Engineer. As -built drawings that require revisions shall be submitted to the Engineer for review prior to shipment of equipment to the job site. This review process shall be repeated as necessary so that as -built drawings reflect the actual construction of the panels and motor control centers at the time of shipment. Panels and motor control centers shall not be shipped to the job site until the as -built drawings are updated, complete, and reflect the actual as -shipped status of the equipment. Upon completion of the initial hardware testing, Control System Programmer shall conduct software testing for final inspection by the Owner. The Control System Integrator shall provide for time, equipment and support in their shop for Control System Programmer to completely demonstrate the functions of the entire control system. All control functions and all 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. Testing shall be continued for the time period required by the Owner 17-33 "L:\Bothell\Data \ YAK \715-114\Phase 2 - Beech Street Lift Station and Force Main\Specs \ 17 Automatic Control.docx © 2017 12112 Engineering, Inc. 3/30/2017 12:20 PM Spring 2017 Division 17 — Automatic Control City of Yakima Beech Street Interceptor, Lift Station, and Force Main to observe and verify any revisions and as described above in the scheduling portion of this specification. Part 3 — Execution Field Quality Control Following installation by the Contractor, the Control System Integrator will verify the correctness of the interconnecting wiring and energize all control equipment in the field. Each point at the controller(s) shall be checked for proper functional operation through communication with the central computer. Field Tests The Control System Integrator in conjunction with the Contractor shall conduct field tests of all panels, motor control centers, VFDs, and instrumentation in the presence of the Engineer after installation of the equipment at the site. Testing shall be conducted by physically actuating signaling devices, installing temporary jumpers, or artificially imposing signals on the field wiring. This shall be done to establish proper operation of the field devices, the integrity of the field wiring, and the proper connection of field devices to the panels. The Contractor and Control System Integrator shall coordinate with the Engineer to provide for as complete testing of the control system as is practical prior to placing the equipment on line for actual control and monitoring. The Contractor and Control System Integrator shall make corrections or repairs to the wiring and/or devices as necessary to provide proper operation of the system. After the initial testing is complete, commissioning shall be accomplished by the Control Systems Integrator, Control System Programmer, and Contractor, with the Owner and Engineer present. Commissioning shall include operation and verification of all control components and features of the entire control system. Each function shall be demonstrated to the satisfaction of the Owner. Repairs Should any part of the system fail during the test, the test shall be rescheduled and repeated to the satisfaction of the Owner after repairs. 17.92 Startup Part 1— General Summary All testing, startup and operation shall not be cause for claims for delay by the Contractor, and all expenses accruing therefrom shall be deemed to be incidental to this contract. The Contractor shall make arrangement for all materials, supplies and labor necessary to efficiently complete the testing, startup and operation. Startup shall consist of testing, by a simulated operation, all operational equipment and controls. The purpose of these tests shall be to check that all equipment will function under operating conditions, that all interlocking controls and sequences are properly set, and that the facility will function as an operating unit. 17-34 3/30/2017 12:20 PM Z:\Bothell\Data\YAK\715-1E1\ Phase 2 - Beech Street Lift Station and Force Main \ Specs \17 Automatic Control.docx © 2017 RH2 Engineering, Inc. City of Yakima Beech Street Interceptor, Lift Station and Force Main Spring 2017 Division 17 — Automatic Control Scheduling Factory representatives of all major units shall be present for the startup phase. The test shall continue until it is demonstrated that all functions of controls and machinery are correct. Part 3 — Execution Field Quality Control When the installation of the Control System is substantially complete, the Contractor shall commence with calibration and field testing. Testing shall determine that all system components connect up correctly to each other so that the system works as designed. Refer to section 17.91 for field testing requirements. 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. 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. The control system shall be placed into operation by the Control Systems Integrator and Control System Programmer. The Control System Integrator shall calibrate all instruments, indicators, recorders, loops, etc. and shall provide a five -point calibration test results sheet for each calibrated instrument supplied by the Control System Integrator. The five -point calibration shall include one point at: Minimum input range value, Maximum input range value, Midrange input value, no other point less than 25 percent of span to any other point. Test forms shall identify each instrument tested, input conditions vs. output signal results in tabulated form, and shall be submitted to the Engineer prior to final commissioning. Repairs All deficiencies observed during the start-up will be corrected by the Contractor. 17.93 Training Part 1— General Submittals Submit index of all training offered by PLC system equipment manufacturers including operation and maintenance. The 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 (2) weeks prior to the time of the training. The Control System Programmer will provide additional training that is separate from this contract. 17-35 Z:\Bothell\Data\YAK\715-114\Phase 2 - Beech Street Lift Station and Force Main \ Specs \17 Automatic Control.docx © 2017 RFI2 Engineering, Inc. 3/30/2017 12:20 PM Spring 2017 Division 17 — Automatic Control City of Yakima Beech Street Interceptor, Lift Station, and Force Main Part 3 — Execution Hands-on Training The Control System Integrator shall conduct specifically organized training sessions in operation and maintenance of the control system 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 control system. 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 At least 2 separate training sessions, each at least four (4) hours in duration, shall be conducted at the facility after start-up of the system. 17.94 Documentation 17.94.2 Operations and Maintenance Manuals Part 1— General Summary Two types of operation and maintenance manuals (O&M) will be required for the contract: 1. General manuals for use by the Water Department staff for daily operation, maintenance and troubleshooting. 2. Technical manuals for use by trained electronics technicians for technical and "board level" maintenance and repair. Submittals Prior to the receipt of payment for more than 50 percent of the work, the Contractor shall deliver to the Owner five sets of acceptable manufacturer's operating and maintenance instructions covering each piece of mechanical and electrical equipment, or equipment assembly, furnished under this contract. Each set of instructions shall be bound into multiple volumes; each volume to be complete with and index and bound in a suitable hard -cover binder. Manuals shall be assembled and indexed so that information on each piece of equipment can be readily found. Any additional operating and maintenance instructions from the Control Systems Programmer will be submitted separately. Quality Assurance Manuals shall be purposefully made for this installation, and general manuals which are vague or have limited applicability will not be accepted. The manuals shall be written in a non-technical format suitable for reading by water system operators with no previous 17-36 3/30/2017 12:20 PM L:\Bothell\Data\YAK\715-114\Phase 2 - Beech Street Lift Station and Force Main \ Specs \ 17 Automatic Control.docx © 2017 RH2 Engineering, Inc. City of Yakima Beech Street Interceptor, Lift Station and Force Main Spring 2017 Division 17 — Automatic Control automatic control equipment experience. The decision of the Owner on the acceptability of the manual shall be final. Part 2 — Products Materials The 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: 1. Name, location and phone number of nearest supplier and spare part warehouse. 2. Step by step operating procedures. 3. Narrative of overall system performance and operation. 4. Listing of all equipment setpoints. 5. Preventative maintenance procedures 6. Trouble -shooting of master and remote equipment. 7. Calibration 8. Testing 9. Replacement of components 10. System schematics / shop drawings 11. As -built elementary and one -line diagrams 12. Catalog data and complete parts list for all equipment and control devices 13. Listing of recommended spare parts. 14. Listing of recommended maintenance tools and equipment. 15. Warranties. 16. Disassembly and reassembly instructions. All plans shall be provided on hard copy and in electronic form on disk. Electronic drawing files shall be provided in Auto CAD .dwg format with all "xrefs" bound. If "xrefs" are not bound, all "xref '.dwg files shall be provided unlinked with instructions to reestablish the links. Files shall be in Auto CAD 2010 or later format. 17-37 Z:\Bothell\Data\YAK\715-114\Phase 2 - Beech Street Lift Station and Force Main \ Specs \17 Automatic Control.docx © 2017 RH2 Engineering, Inc. 3/30/2017 12:20 PM Division 18 Measurement and Payment 18.0 GENERAL It is the intention of these specifications that performance of work under bid items shall result in complete construction, in proper operating condition, of improvements identified in these written specifications and accompanying plans. Work and material not specifically listed in the proposal, but required according to the plans and specifications and general practice, shall be included in Contractor's bid price. As noted in the Proposal, this project is divided into two schedules, Schedule A and Schedule B. Schedule A is for the construction of the Beech Street Interceptor and Schedule B is for the construction of the lift station, force main, and all other work not explicitly stated as part of the Schedule A improvements. SCHEDULE A — BEECH STREET INTERCEPTOR Bid Item No. A.1 — Mobilization, Demobilization, Site Preparation, and Cleanup Lump sum price covers complete cost of furnishing, installing and testing, complete and in-place, all work and materials necessary to: move and organize equipment and personnel onto the job site; secure job site; provide and maintain necessary support facilities; obtain all necessary permits and licenses; prepare site for construction operations; maintain site and surrounding areas during construction; provide system testing, move all personnel and equipment off site after contract completion, and provide as -built data; cleanup site prior to final acceptance; and accomplish all other items of work not specifically listed in other divisions. Payment shall be lump sum. No more than 50 percent of bid amount for this item will be paid before final payment request, and this bid amount may not be more than 7 percent of value of total contract. Bid Item No. A.2 — Construction Survey Lump sum price shown shall cover the complete cost of providing all surveying and staking necessary to construct the improvements and provide permanent control references. Also included is the cost to survey and replace any existing monuments or markers disturbed during construction. Payment shall be lump sum. Bid Item No. A.3 — Traffic Control Lump sum price shown shall cover the complete cost of providing all materials, equipment and labor necessary for traffic control as shown in the Plans and detailed in the technical specifications. Payment shall be lump sum. 18-1 Z:\Bothell\Data\YAK\715-114\Phase 2 - Beech Street Lift Station and Force Main\Specs\18 Measurement and Payment.docx 3/30/2017 12:24 PM © 2017 RI -12 Engineering, Inc. Spring 2017 Division 18 — Measurement and Payment City of Yakima Beech Street Interceptor, Lift Station, and Force Main Bid Item No. A.4 — Temporary Sedimentation and Erosion Control Lump sum price shown shall cover the complete cost of providing all temporary erosion and sedimentation control relating to construction of improvements as shown on the Plans and specified herein. Work includes, but is not limited to: silt fence, temporary trenching, temporary mulching, plastic sheeting, hydroseed, construction sedimentation control ponds and/or tanks; control of water; dust control plan; dust control; dewatering and restoration of damage caused by storm events, and all other work necessary, for a complete installation of all temporary sedimentation and erosion control facilities. Payment shall be lump sum. Bid Item No. A.5 — Shoring and Trench Safety The unit price shown shall cover the complete cost of shoring and trench safety including: all materials, equipment and labor for the design and installation of the shoring work as detailed in the contract specifications; as required by applicable codes and standards, whether shown on the Plans or not. Payment shall be lump sum. Bid Item No. A.6 — Extra Trench Excavation The unit price shown shall cover the complete cost of providing all materials, equipment and labor necessary for excavation and disposal beyond the limits shown on the Plans and performed at the Owner's request. Work includes, but is not limited to: excavation of additional trench width or depth and disposal of excess material. Payment of this bid item shall require prior approval by the Engineer. Payment shall be per cubic yard of material as measured in place. This bid item will only be allowed with written approval by the Owner or Engineer. If no extra trench excavation is required, no payment will be made on this item. Bid Item No. A.7 — Connection to Existing Sanitary Sewer System The unit price shown shall cover the complete cost of providing all materials, equipment, and labor necessary for the connection to the existing sanitary sewer system in the Washington Middle School field as shown on the Plans and specified herein. Work includes, but is not limited to: excavation, removal of existing pipes and structure(s), control of water, temporary sewage bypass(es), piping, connections, furnishing and placing pipe bedding and backfill materials, compaction, and all other work necessary to complete connection to existing system. Payment shall be per completed connection to existing system. Bid Item No. A.8 — 15 -inch Sewer Main Deep (STA 0+00I - 0+631) The unit price shown shall cover the complete cost of providing all materials, equipment and labor necessary for construction of the 15 -inch gravity sewer main as shown on the Plans and specified herein. Work includes, but is not limited to: trenching, disposal of excess material; control of water in the trench; placement of foundation materials (if necessary); furnishing and placement of select bedding materials; pipe; native backfill screening (if 18-2 Z:\Bothell\Data\YAK\715-114\Phase 2 - Beech Street Lift Station and Force Main \ Specs \ 18 Measurement and Paymenr.docx 3/30/2017 12:24 PM rJ 2017 RH2 Engineering, Inc. Spring 2017 Division 18 — Measurement and Payment City of Yakima Beech Street Interceptor, Lift Station, and Force Main necessary), placement of backfill; compaction; materials, and appurtenances for sewer main; and all other work necessary for a complete installation of sewer utility including for gravel subgrade and surface restoration. The cost associated with coordination with utility companies adjacent to and crossing the 15 -inch PVC pipe alignment and the repair of any disturbed utilities shall be included in this bid item. Payment/quantity for this bid item may be less than bid item cost/quantity at project closeout. Payment shall be per lineal foot of pipe installed along pipe centerline from manhole penetration to manhole penetration. Bid Item No. A.9 — 24 -inch Sewer Main Deep (Greater than 10 Feet of Cover STA 0+OOG - 21+OOG) The unit price shown shall cover the complete cost of providing all materials, equipment and labor necessary for construction of the 24 -inch gravity sewer main with greater than 10 feet of cover as shown on the Plans and specified herein. Work includes, but is not limited to: trenching, disposal of excess material; control of water in the trench; placement of foundation materials (if necessary); furnishing and placement of select bedding materials; pipe; native backfill screening (if necessary), placement of backfill; compaction; materials, and appurtenances for sewer main; and all other work necessary for a complete installation of sewer utility including for gravel subgrade and surface restoration. The cost associated with coordination with utility companies adjacent to and crossing the 24 -inch PVC pipe alignment and the repair of any disturbed utilities shall be included in this bid item. Payment/quantity for this bid item may be less than bid item cost/quantity at project closeout. Payment shall be per lineal foot of pipe installed along pipe centerline from manhole penetration to manhole penetration. Bid Item No. A.10 — 24 -inch Sewer Main Shallow (Less than 10 Feet of Cover STA 21+OOG - 29+46G) The unit price shown shall cover the complete cost of providing all materials, equipment and labor necessary for construction of the 24 -inch gravity sewer main with less than 10 feet of cover as shown on the Plans and specified herein. Work includes, but is not limited to: trenching, disposal of excess material; control of water in the trench; placement of foundation materials (if necessary); furnishing and placement of select bedding materials; pipe; native backfill screening (if necessary), placement of backfill; compaction; materials, and appurtenances for sewer main; and all other work necessary for a complete installation of sewer utility including for gravel subgrade and surface restoration. The cost associated with coordination with utility companies adjacent to and crossing the 24 -inch PVC pipe alignment and the repair of any disturbed utilities shall be included in this bid item. Payment/quantity for this bid item may be less than bid item cost/quantity at project closeout. Payment shall be per lineal foot of pipe installed along pipe centerline from manhole penetration to manhole penetration. Bid Item No. A.11 — 48 -inch Manhole 6 to 10 Feet Deep The unit price shown shall cover the complete cost of providing all materials, equipment and labor necessary for construction of new 48 -inch sewer manholes between 6 and 10 feet deep from rim to lowest invert out as shown on the Plans and specified herein. Work includes, 18-3 Z:\Bothell\Data\Y 1KK\715-114\Phase 2 - Beech Street Lift Station and Force Main \ Specs \ 18 Measurement and Payment.docx3/30/2017 12:24 PM © 2017 81-12 Engineering, Inc. Spring 2017 Division 18 — Measurement and Payment City of Yakima Beech Street Interceptor, Lift Station, and Force Main but is not limited to: excavation; disposal of excess material; disposal of old manhole (if applicable); control of water; placement of foundation gravel; precast concrete components: ladders; risers; tops; lids, rims and covers, grout and sealing; placement of backfill; compaction; and all other work necessary for a complete installation of new sewer manholes per City of Yakima Standard Plans and the Plans and specifications. Payment shall be per manhole installed. Contractor shall average the manhole depths between 6 and 10 feet to provide a unit price for each and shall include the tie-ins into and out of each new manhole with this bid item. Bid Item No. A.12 — 48 -inch Manhole 10 to 19 Feet Deep The unit price shown shall cover the complete cost of providing all materials, equipment and labor necessary for construction of new 48 -inch sewer manholes between 10 and 19 feet deep from rim to lowest invert out as shown on the Plans and specified herein. Work includes, but is not limited to: excavation; disposal of excess material; disposal of old manhole (if applicable); control of water; placement of foundation gravel; precast concrete components: ladders; risers; tops; lids, rims and covers, channeling, grout and sealing; placement of backfill; compaction; and all other work necessary for a complete installation of new sewer manholes meeting City of Yakima Standard Plans and the plans and specifications. Payment shall be per manhole installed. Contractor shall average the manhole depths between 10 and 19 feet to provide a unit price for each and shall include the tie-ins into and out of each new manhole; including inside drop connection (as necessary) with this bid item. Bid Item No. A.13 — 48 -inch Manhole 19+ Feet Deep The unit price shown shall cover the complete cost of providing all materials, equipment and labor necessary for construction of new 48 -inch sewer manholes deeper than 20 feet from rim to lowest invert out as shown on the Plans and specified herein. Work includes, but is not limited to: excavation; disposal of excess material; disposal of old manhole (if applicable); control of water; placement of foundation gravel; precast concrete components: ladders; risers; tops; lids, rims and covers, channeling, grout and sealing; placement of backfill; compaction; and all other work necessary for a complete installation of new sewer manholes meeting City of Yakima Standard Plans and the plans and specifications. Payment shall be per manhole installed. Contractor shall average the manhole depths deeper than 20 feet to provide a unit price for each and shall include the tie-ins into and out of each new manhole with this bid item. Bid Item No. A.14 — 72 -inch Specialty Manhole 19+ Feet Deep The unit price shown shall cover the complete cost of providing all materials, equipment and labor necessary for construction of the 72 -inch sewer manholes deeper than 20 feet from rim to lowest invert out as shown on the Plans and specified herein. Work includes, but is not limited to: excavation; disposal of excess material; disposal of old manhole (if applicable); control of water; placement of foundation gravel; precast concrete components: ladders; risers; tops; lids, rims and covers, lining system and channeling, grout and sealing; placement of backfill; compaction; and all other work necessary for a complete installation 18-4 Z:\Bothell\Data \YA1,1\715-114\Phase 2 - Beech Street Lift Station and Force Main \Specs\18 Measurement and Paymcn .docx 3/30/2017 12:24 Pill © 2017 RI -12 lingincering, Inc. Spring 2017 Division 18 — Measurement and Payment City of Yakima Beech Street Interceptor, Lift Station, and Force Main of new sewer manholes meeting City of Yakima Standard Plans and the plans and specifications. Payment shall be per manhole installed. Contractor shall average the manhole depths deeper than 20 feet to provide a unit price for each and shall include the tie-ins into and out of each new manhole with this bid item. Bid Item No. A.15 — 24 -inch Sewage Isolation Valve The unit price shall cover the complete cost of providing all materials, equipment and labor necessary to construct the proposed sewage isolation valve assembly, complete in place, as shown in on the Plans and specified herein. Work includes but is not limited to: installation of the valve, valve box and cover, valve marker, and operating nut extension; saw cutting, excavation, dewatering, haul and disposal of waste material; installation, compaction, and testing of bedding and backfill materials, and concrete blocking; adjustment to finish grade, and cleanup. Payment shall be per each valve provided, installed and tested. Bid Item No. A.16 — Rock Excavation Unit price shown shall cover the complete cost of providing all materials, equipment, and labor necessary for excavation and disposal of boulders larger than 1.0 cubic yards (measured on average dimensions, not maximum), and bedrock as defined in paragraph 2 of 7-09.3(7)B of WSDOT standard specifications. In-situ rock (bedrock) will only be paid for if the rock to be removed exceeds 12 -inches depth. "Rock Excavation", per cubic yard. Cost shall include removal and disposal of rock. Materials and work for import backfill or bedding materials required for replacement of volume lost by removal of rock shall be included in this pay item. The unit price shall include any extra excavation and surface restoration that occurs if the rock is in boulder form and extends up to 4 feet away from the outside of the pipe as located on the plan. Should, in the opinion of the Owner/Engineer, removal of boulders result in the need to provide additional surface restoration, such restoration shall be entirely paid for under the unit prices of "Crushed Rock", "HMA Temporary Patch" and "HMA Trench Patch" as necessary. Bid Item No. A.17 — Select Backfill The unit price shown shall cover the complete cost of providing all materials, equipment and labor necessary to furnish import materials for select backfill as shown on the Plans and specified herein. Work includes, but is not limited to: furnish, haul, and stockpile of imported select borrow. This bid item shall not apply in situations where, through the Contractor's actions or inactions, stockpiled native material previously deemed as suitable for use as trench backfill becomes contaminated or otherwise unsuitable for use. No payment shall be made for over -excavation and subsequent borrow unless the Owner determines that the over -excavation could not be avoided. Over -excavation is defined as trenching outside the limits as set forth on the Construction Plans. Additionally, no payment 18-5 Z:\Bothell\Data\YAK\715-114\Phase 2 - Beech Street Lift Station and Force Main \ Specs \ 18 Measurement and Payment.docx3/30/2017 12:24 PM © 2017 8142 Engineering, Inc. Spring 2017 Division 18 — Measurement and Payment City of Yakima Beech Street Interceptor, Lift Station, and Force Main shall be made for necessary compaction to correct borrowed areas which are not compacted in accordance with these Plans and specifications. Select borrow material weight shall be determined by providing a copy of certified truck tickets which accompany each truckload. Payment shall be per ton. Bid Item No. A.18 — Crushed Rock The unit price shown shall cover the complete cost for providing all materials, equipment and labor necessary to furnish crushed rock fill materials as shown on the Plans and specified herein. Work includes, but is not limited to: furnish, haul and stockpile of imported crushed rock Crushed rock is used on the project for foundation material beneath pipes and structures and for surface restoration as shown on the Plans. The maximum trench width and excavation limits for payment shall not exceed the widths that are shown on the plans. Imported backfill for excavation in excess of this amount will not be paid for. Also included is the cost to haul and dispose of surplus excavated material. Manufactured crushed rock products to be paid for under this item include: • Foundation Gravel for pipe trench (as necessary) • Foundation Gravel for all manholes • Crushed Surfacing Base Course for trench and roadway restoration • Crushed Surfacing Top Course for trench and roadway restoration Manufactured crushed rock products NOT paid for under this item include: • Backfill for Pipe Zone Bedding (incidental to pipe) • Structural backfill for manholes (incidental to manhole bid item) Bid Item No. A.19 — Controlled Density Fill The unit price shown shall cover the complete cost of providing all materials, equipment and labor necessary to furnish and install control density fill (CDF) as shown on the Plans and specified herein. Work includes, but is not limited to: furnish, haul, placement, and compaction of control density fill. Control density fill material shall be measured by providing a copy of certified truck tickets which accompany each truckload. Payment shall be per cubic yard of control density fill in place. If no CDF is required, no payment will be made on this bid item. Bid Item No. A.20 — Property Restoration at Washington Middle School (From Connection to Existing to STA 5+80G) The unit price shown shall cover the complete cost of providing all materials, equipment and labor necessary to restore the property at Washington Middle School as shown on the Plans and specified herein. Work includes, but is not limited to: furnish, haul and placement of topsoil; furnish and placement of up to 20,000 square feet of sod; irrigation system replacement, testing and periodic monitoring; reinstallation of goal posts; track repair; 18-6 Z:\Bothell\Data\YAK\715-114\Phase 2 - Bcech Street Lift Station and Force Main \ Specs \18 Measurement and Pavment.docx 3/30/2017 12.24 PM 2017 RH2 Engineering, Inc. Spring 2017 Division 18 — Measurement and Payment City of Yakima Beech Street Interceptor, Lift Station, and Force Main concrete sidewalk, curbs and driveway entrance replacement; mulching; and any other work necessary to restore the Washington Middle School property to existing or better condition. Hot mix asphalt for temporary and trench patching will be paid as part of a separate bid item. Payment shall be lump sum. Bid Item No. A.21 — Hot Mix Asphalt Temporary Patch The unit price shown shall cover the complete cost of providing all materials, equipment, and labor necessary for temporary restoration of disturbed paved areas. Price shall include: removal and disposal of existing pavement; asphalt; compaction; joint sealing; repainting of damaged striping; adjustment of valve boxes and other structures; and cleanup. Payment shall be per ton of asphalt. Bid Item No. A.22 — Hot Mix Asphalt Trench Patch The unit price shown shall cover the complete cost of providing all materials, equipment, and labor necessary for restoration of disturbed paved areas. Price shall include: removal and disposal of existing pavement; saw cutting to neat line; asphalt; compaction; joint sealing; repainting of damaged striping; adjustment of valve boxes and other structures; and cleanup. Payment shall be per ton of asphalt. Bid Item No. A.23 — Miscellaneous Work The bid price for this item shall include all materials, equipment and labor required to perform additional work that is outside the general scope of the proposed project. The work to be performed shall be specifically requested in writing by the Owner or the Engineer. All workmanship shall meet or exceed the appropriate standard specifications or supplemental specifications that may be provided. No measurement will be made for this item. The amount specified for Miscellaneous Work in the Schedule of Prices is an estimate that is provided so each potential bidder has an equal opportunity in the bidding process. The amount does not in any way represent what work may be requested or the quantity or value of the work. The Contractor shall only be compensated for the actual work requested and performed. A final change order will be issued to reflect the amount of work actually completed and to adjust the final contract amount. SCHEDULE B — BEECH STREET LIFT STATION AND FORCE MAIN Bid Item No. B.1 — Mobilization, Demobilization, Site Preparation, and Cleanup Lump sum price covers complete cost of furnishing, installing and testing, complete and in-place, all work and materials necessary to: move and organize equipment and personnel onto the job site; secure job site; provide and maintain necessary support facilities; obtain all necessary permits and licenses; prepare site for construction operations; maintain site and surrounding areas during construction; provide system testing, move all personnel and 18-7 Z:\Bothell\Data\YAK\715-114\Phase 2 - Beech Street Lift Station and Force Main\Specs\ 18 Measurement and Paament.docx3/30/2017 12:24 PM © 2017 RFI2 Engineering, Inc. Spring 2017 Division 18 — Measurement and Payment City of Yakima Beech Street Interceptor, Lift Station, and Force Main equipment off site after contract completion, and provide as -built data; cleanup site prior to final acceptance; and accomplish all other items of work not specifically listed in other divisions. Payment shall be lump sum. No more than 50 percent of bid amount for this item will be paid before final payment request, and this bid amount may not be more than 7 percent of value of total contract. Bid Item No. B.2 — Shoring and Trench Safety Lump sum price shown shall cover the complete cost of shoring and trench safety including: all labor, materials, and equipment for the design and installation of the shoring work as detailed in the contract specifications; as required by applicable codes and standards, whether shown on the Plans or not and not identified for payment as part of a separate bid item. Payment shall be lump sum. Bid Item No. B.3 — Testing and Startup Lump sum price shown shall cover the complete cost of providing all labor, equipment and materials necessary for preforming the testing, startup, and commissioning of the lift station. The work includes, but is not limited to: development of a testing and startup plan; performing unit and system performance testing in advance of witnessed performance testing and startup; and providing qualified personnel for testing and startup of all equipment. Partial payment of up to 50 percent of the total bid item cost is allowed no earlier than first Engineer -witnessed testing date provided that complete testing and startup plan have been submitted for review. Final payment shall not be paid until testing of the station is complete and the lift station is completely operational as determined by the Owner and Engineer. The minimum cost for this bid item shall be $15,000. Payment shall be lump sum. Bid Item No. B.4 — Training and O&M Manuals Lump sum price shown shall cover the complete cost of providing all labor, equipment and materials necessary for preparing the operational and maintenance (O&M) manuals, and performing operator training. The work includes, but is not limited to: preparing O&M manuals and warranty certificates; and providing qualified personnel for Owner training. All training shall be performed as a separate trip apart from the testing and startup trip. Partial payment of up to 40 percent of the total bid item cost is allowed upon Engineer approval of the complete preliminary O&M manuals for review. The preliminary O&M manuals shall be submitted with the testing and startup plan. Final payment shall not be paid until the lift station is fully operational with Owner staff trained and final O&I\MI manuals and warranties delivered and approved by the Owner and Engineer. The minimum cost for this bid item shall be $10,000. Payment shall be lump sum. Bid Item No. B.5 — Force Account The bid price for this item shall include all labor, materials, and equipment required to perform additional work, that is outside the general scope of the proposed project. The work to be performed shall be specifically requested in writing by the Owner or the Engineer. All 18-8 Z:\l3odiell\Data\YAK\713-11 4\Phase 2 - Beech Street Lift Station and Force Main \ Specs \ 18 blcasuremcnc and Pavmenr.docx 3/30/2017 12:2.4 PM © 2017 121-12 13ngineering, Inc. Spring 2017 Division 18 — Measurement and Payment City of Yakima Beech Street Interceptor, Lift Station, and Force Main workmanship shall meet or exceed the appropriate standard specifications or supplemental specifications that may be provided. No measurement will be made for this item. The amount specified for Force Account in the Schedule of Prices is an estimate that is provided so each potential bidder has an equal opportunity in the bidding process. The amount does not in any way represent what work may be requested or the quantity or value of the work. The Contractor shall only be compensated for the actual work requested and performed. A final change order will be issued to reflect the amount of work actually completed and to adjust the final contract amount. Bid Item No. B.6 — Temporary Sedimentation and Erosion Control Lump sum price shown shall cover the complete cost of providing all temporary erosion and sedimentation control relating to construction of improvements as shown on the Plans and specified herein. Work includes, but is not limited to: silt fence, temporary trenching, temporary mulching, plastic sheeting, hydroseed, construction sedimentation control ponds and/or tanks; control of water; dewatering and restoration of damage caused by storm events, and all other work necessary, for a complete installation of all temporary sedimentation and erosion control facilities. Payment shall be lump sum. Bid Item No. B.7 — Dewatering and Control of Discharge Water Lump sum price shown shall cover the complete cost of dewatering system design and approval to meet the requirements of the City of Yakima, and those identified in these specifications, construction and maintenance of the dewatering system, and disposal of the excess water, and as necessary to construct the proposed lift station, gravity sewer mains, and the force main. This bid item will include the following but is not limited to: preparation of the dewatering design and submittal; drilling dewatering and monitoring wells; equipping all dewatering well pumps; installation of well level monitoring equipment; dewatering well monitoring; providing temporary power for all dewatering well pumps; providing all of the equipment necessary to treat the dewatering water to be discharged onto the existing sewer system per City of Yakima requirements; abandoning all dewatering wells and monitoring wells upon the construction completion; replacing, and protecting and/or maintaining utilities. Payment shall be lump sum. Measurement for payment shall be determined based on the percentage of total work completed at the time of request. Bid Item No. B.8 — Temporary Shoring for Lift Station Excavation Lump sum price shown shall cover the complete cost of temporary shoring system design and approval to meet the requirements as identified in these specifications, construction and maintenance of the temporary shoring system, and all settlement monitoring and measurement of the adjacent structures as identified in the specifications. This bid item shall include the following, but not limited to: preparation of the temporary shoring design and 18-9 Z:\I3othell\Data\YAK\715-114\Phase 2 - Beech Street Lift Station and Force Main\Specs\18 Measurement and Payment.docx3/30/2017 12:24 PM © 2017 RH2 Engineering, Inc. Spring 2017 Division 18 — Measurement and Payment City of Yakima Beech Street Interceptor, Lift Station, and Force Main submittal (no more than 10 -percent of the lump sum amount will be paid after the approval of the temporary shoring design); providing all the material and equipment necessary to provide adequate temporary shoring during the construction of the lift station structures; maintaining all the shoring equipment during the construction; removal of all material and equipment upon the completion of the deep excavation; providing all equipment and services to monitor settlement and vibration for structures around the construction site; providing all material and equipment necessary to install the plug at the bottom of the excavation and; replacing, protecting and/or maintaining utilities. This bid item shall not include the cost of the lift station excavation. Payment shall be lump sum. Measurement for payment shall be determined based on the percentage of total work completed at the time of request. This bid item covers the temporary shoring for the lift station excavation. All other necessary trench/excavation protection and temporary shoring for the project shall be included in separate bid items as specified and in Bid Item 2 — Shoring and Trench Safety. Bid Item No. B.9 — Site Work and Earthwork Lump sum price shown shall cover the complete cost of providing all site and earthwork relating to construction of improvements and incidentals as shown on the Plans and/or specified herein. Work includes, but is not limited to: clearing and existing fence removal; traffic control; structure excavation, structure backfill and compaction; site grading; asphalt pavement, gravel surfacing; bollards; removal and disposal of excess material; final grading, landscaping and site and road restoration; excavation; removal and proper disposal of unsuitable materials; select bedding (all except utilities); backfill (all except utilities); appurtenances; installation of all permanent fencing, gates, and associated appurtenances; and all other work necessary for a complete installation of all site work. Payment shall be lump sum. Bid Item No. B.10 — Site Utilities and Force Main Lump sum price shown shall cover the complete cost of providing all materials, equipment and labor necessary for construction of the underground utilities as shown on the Plans and specified herein. Work includes, but is not limited to: trenching; disposal of excess material; control of water; select bedding; backfill; compaction; structures and lining systems, materials and appurtenances for water, sewer, telemetry, electrical, other underground utilities; preparation of existing gravity main prior to slip lining, slip lining of proposed force main; modifications to existing sewer structures, not including the diversion structure located at Viola Ave; temporary pumping; and all other work necessary for a complete installation of all underground utilities. The cost associated with coordination with utility companies shall be included in this bid item. Payment shall be lump sum. Bid Item No. B.11 — Structure/Pipe Removal The unit price shown shall cover the complete cost of providing all materials, equipment and labor necessary for the removal of existing sewer structures and pipes as shown on the Plans and specified herein. Work includes, but is not limited to: excavation; disposal of existing 18-10 Z:\Bothell\Data\YAK\713-114\Phase 2 - Beech Street Lift Station and f=orce Main \ Specs \18 Measurement and Pat•ment.docx 3/30/2017 12:24 PM © 2017 RI -12 Engineering, Inc. Spring 2017 Division 18 — Measurement and Payment City of Yakima Beech Street Interceptor, Lift Station, and Force Main structure and/or pipe, disposal of excess material; control of water; select bedding; backfill; compaction; and materials. Payment shall be per each structure removed. Bid Item No. B.12 — Unscheduled Excavation The unit price shown shall cover the complete cost of providing all materials, equipment, and labor necessary for excavation and disposal beyond the limits shown on the Plans and performed at the Owner's request. Payment shall be per cubic yard of material as measured in place. This bid item will only be allowed with written approval by the Owner or Engineer. Bid Item No. B.13 — Unscheduled Backfill The unit price shown shall cover the complete cost of providing all materials, equipment, labor, and incidentals necessary for unscheduled backfill that is beyond the limits shown on the Plans and performed at the Owner's request. Payment shall be per cubic yard of material as measured in place. This bid item will only be allowed with written approval by the Owner or Engineer. Bid Item No. B.14 — Structural Lump sum price shown shall cover the complete cost of providing all materials, equipment and labor necessary for construction of the wet well/valve vault footings and slab, exterior walls, interior walls, roof, grouting around the pre -rotation basin, ladders, access hatches, the pump station building footings and slab, generator concrete slab, bollards, premanufactured metal building including exterior walls, interior walls, roof, doors, roof overhang above the wet well/valve chamber, monorail beams and hoist, and building architectural treatment as shown on the Plans and detailed in the contract specifications including finishes, joint preparation, waterstops, swell stops, structural formwork, access hatches, and all other work necessary for complete pump station structures as shown on the Plans and detailed in the contract specifications. Payment shall be lump sum. Measurement for payment shall be determined based on the percentage of total work completed at the time of request. Bid Item No. B.15 — Mechanical Lump sum price shown shall cover the complete cost of providing all materials, equipment and labor necessary for the construction of the pump station mechanical and plumbing systems and appurtenances as shown on the Plans and detailed in the contract specifications including submersible pumps, pre -rotation basins, fast -outs, motors, pump spare parts, all piping and fittings inside the wet well and valve vault up to the transition from ductile iron to HDPE pipe, as identified on drawing numbers C13 and M01, couplings, valves, isolation valves, air vacuum and release valves, pressure gauges, magnetic flow meter, sump pump, pipe supports, plumbing pipes and fittings, reduced pressure back flow assembly, pressure tank, water heater, sink, toilet, interior and exterior hose bibs, hose rack and hose, floor drains, confined space advanced hoist system, and all other mechanical and plumbing items as shown on the Plans and detailed in the contract specifications. Payment shall be lump sum. Measurement for payment shall be determined based on the percentage of total work completed at the time of request. 18-11 Z:\Bothell\Data\YAK\715-114\Phase 2 - Beech Street Lift Station and Force Main\Specs\18 Measurement and Payment.docx3/30/2017 12:24 PM © 2017 RI -I2 Engineering, Inc. Spring 2017 Division 18 — Measurement and Payment City of Yakima Beech Street Interceptor, Lift Station, and Force Main Bid Item No. B.16 — Electrical Lump sum price shown shall cover the complete cost of providing all materials, equipment and labor necessary for construction of the pump station electrical system and appurtenances as shown on the Plans and detailed in the contract specifications, including conduit and conductors, lighting, switches, outlets, and all other power related electrical items as shown on the Plans and detailed in the contract specifications. Payment shall be lump sum. Measurement for payment shall be determined based on the percentage of total work completed at the time of request. Bid Item No. B.17 — Automatic Controls and Master SCADA Lump sum price shown shall cover the complete cost of providing all labor, materials, and equipment necessary for the telemetry system, master SCADA system, and automatic control work shown on the Plans and detailed in the contract specifications. Payment shall be lump sum. Measurement for payment shall be determined based on the percentage of total work completed at the time of request. ADDITIVE ALTERNATE BID B-1— PAVEMENT OVERLAY AS SHOWN Bid Item No. B.18 — Grind Existing Roadway for HMA Overlay The unit price shown shall cover the complete cost of providing all materials, equipment, and labor necessary to grind paved areas and prepare for HMA overlay. Price shall include: grinding and disposal of existing pavement and cleanup. Payment shall be per square yard of grinded pavement. Bid Item No. B.19 — Hot Mix Asphalt Overlay The unit price shown shall cover the complete cost of providing all materials, equipment, and labor necessary for restoration of disturbed paved areas. Price shall include: asphalt; compaction; joint sealing; repainting of damaged striping; adjustment of valve boxes and other structures; and cleanup. Payment shall be per ton of asphalt. ADDITIVE ALTERNATE BID B-2 — FULL ROAD PAVEMENT OVERLAY Bid Item No. B.20 — Grind Existing Roadway for HMA Overlay The unit price shown shall cover the complete cost of providing all materials, equipment, and labor necessary to grind paved areas and prepare for HMA overlay. Price shall include: grinding and disposal of existing pavement; and cleanup. Payment shall be per square yard of grinded pavement. 18-12 Z:\Bothell\Data\YAK\715-114\Phase 2 - Beech Street Lift Station and Force Main \Specs\ 18 'Measurement and Pacment.docx 3/30/2017 12:24 PM © 2017 RI -12 Engineering, Inc. Spring 2017 Division 18 — Measurement and Payment City of Yakima Beech Street Interceptor, Lift Station, and Force Main Bid Item No. B.21 — Hot Mix Asphalt Overlay The unit price shown shall cover the complete cost of providing all materials, equipment, and labor necessary for restoration of disturbed paved areas. Price shall include: asphalt; compaction; joint sealing; repainting of damaged striping; adjustment of valve boxes and other structures; and cleanup. Payment shall be per ton of asphalt. 18-13 Z:\Bothell\Data\YAllt\715-114\Phase 2 - Beech Street Lift Station and Force Main\Specs\18 Measurement and Pavment.docx3/30/2017 12:24 PM © 2017 RH2 Engineering, Inc. APPENDICES APPENDIX A ENGINEERING GEOL OG Y REPOR T - ENGINEERING GEOLOGY REPORT - REPORT ON SITE GEOLOGY, HYDROGEOLOGY, ENGINEERING GEOLOGY, AND GEOTECHNICAL ENGINEERING ISSUES CITY OF YAKIMA BEECH STREET LIFT STATION AND GRAVITY SEWER MAIN Prepared by RH2 Engineering, Inc. for the City of Yakima August 2016 This engineering geology report is based on site investigations ;conducted on March 1 through March 4, 2016, and subsequent .analysis, interpretation, and evaluation of site geology, ifhydrogeology, engineering geology, and geotechnical issues specific to the design and constructability of a new lift station. RT -12 Project:• YAK 715.114 Bothell (WA) Bellingham (WA) East Wenatchee (WA) Issaquah (WA) Richland (WA) Tacoma (WA) Medford (OR) Portland (OR) 1 1 1 1 1 1 e11111 City of Yakima Beech Street Lift Station and Gravity Sewer Main REPORT ON SITE GEOLOGY, HYDROGEOLOGY, ENGINEERING GEOLOGY, AND GEOTECHNICAL ENGINEERING ISSUES August 2016 Report based on March 1 through March 4, 2016, Site Investigation and Analysis RH2 Engineering, Inc., (RH2) has prepared this engineering geology report (report) for exclusive use by the City of Yakima (City) to support the design of the proposed Beech Street lift station and associated gravity sewer main. The lift station site is located at 1800 E Beech Street, and the gravity sewer extends approximately 3,000 feet to the west along E Beech Street to S 9th Street in Yakima, Washington (Figure 1). Within the limitations of the scope of work, schedule, and budget, RH2 has completed a geologic and groundwater investigation to gain information necessary for developing specific recommendations for the new lift station and gravity sewer. The geologic services have been conducted in accordance with the locally accepted practices of a licensed engineering geologist and per the elements of Chapter 18.220 of the Revised Code of Washington and Chapter 308-15 of the Washington Administrative Code that are included in the scope of work. The conclusions and recommendations contained in this report are based upon surface and subsurface geologic exploration of the earth materials and groundwater conditions at the site, and previous studies and maps of the region. Use of this report by others, or for another project, is at the user's sole risk. Based on the explorations completed under the scope of work, RH2 predicts that the types of earth materials encountered during excavation and construction of the lift station and gravity sewer will consist of variably thick layers of sand and gravel, with variable percentages of silt, cobbles, and boulders. The local groundwater table at the time of exploration in March 2016 was approximately 10 feet below ground surface (bgs) at the lift station site, and nearly 25 feet bgs at the west end of the gravity sewer. Groundwater elevations may fluctuate slightly due to seasonal variability. Site inspection by RH2 during construction is recommended to determine the significance of variations in the geology and hydrogeology. RH2 should be notified when excavation begins and for the inspection of the subgrades prior to the initial placement of the foundations to confirm that the earth materials and groundwater conditions are consistent with those predicted in this report and meets the design requirements. If unsuitable earth materials and/or groundwater conditions are exposed, recommendations for correcting the problems may include additional field investigation. If conditions change due to new construction at or adjacent to the project, RH2 should inspect those changes prior to construction. We look forward to assisting and supporting the City for successful construction of the facility. Sincerely, RH2 Engineering, Inc. I _L7i/z_< Steve Nelson, L.E.G., L.HG. Licensed Engineering Geologist and Hydrogeologist 1 Rick Ballard, P.E. Director 1 1 STEPHEN ERIC NELSON This report is a final and complete response to all elements in the Scope of Work and Contract agreement between the City of Yakima and RH2 Engineering, Inc. TABLE OF CONTENTS ENGINEERING GEOLOGY REPORT 1 INTRODUCTION 1 Project Description 1 Location and Existing Conditions 1 Proposed Construction 1 Previous Investigative Work 2 Exploration Methods and Strategy 2 Purpose of the Engineering Geology Report 2 REGIONAL GEOLOGY 3 SITE GEOLOGY 3 Subsurface Exploration and Investigation 4 Geologic In-situ Tests 4 Geologic Units 4 Hydrogeology 5 Hydrogeologic Evaluation 5 PROJECT SUMMARY 5 Geologic and Groundwater Conditions 5 Summary of Soil and Groundwater Properties 5 Summary of Geologic Risks and Hazards 6 Summary of Construction 6 RECOMMENDATIONS FOR DESIGN AND CONSTRUCTION 6 Shoring 6 Groundwater Control 7 Excavation to the Subgrade and Excavation Stabilization 8 Inspection and Treatment of In-situ Earth at Excavation Subgrade 8 Subgrade Preparation and Compaction 9 Compaction of Structural Fill 9 Potential Settlement of the Structures 9 Potential Settlement of Adjacent Structures and Utilities 10 Settlement Assessment and Monitoring 10 Seismic Design 10 Season of Work 11 Bid Documents 11 FIGURE FIGURE 1 - SITE MAP APPENDICES APPENDIX A - APPENDIX B - APPENDIX C - APPENDIX D PRELIMINARY LIFT STATION DESIGN DRAWINGS SHANNON AND WILSON GEOTECHNICAL ENGINEERING REPORT (2016) LOCAL BORING LOGS - PROJECT BORING LOGS i 8/25/2016 2.40:30 I'M J:\Data\YAK\715-114\GEO\Report\YAK Beech St IS Geo Report.docx ENGINEERING GEOLOGY REPORT INTRODUCTION Project Description The City of Yakima (City) intends to construct a new sewer lift station, collection manhole, and gravity sewer main along E Beech Street in Yakima, Washington. The sewer improvements will provide greater capacity and reliability for the City's sewer system. The City authorized this geologic/hydrogeologic investigation to support the project design and to provide contractors with sufficient information to develop construction and excavation approaches for dewatering and excavation shoring plans to support the installation of the proposed lift station, manhole, and sewer lines (the project). The proposed lift station and associated collection manhole and sewer lines will be founded on native sand and gravel and partially constructed below the local groundwater table. Appendix A contains the preliminary lift station site plan and profiles. Location and Existing Conditions The lift station site is located at 1800 E Beech Street and the gravity sewer will extend approximately 3,000 feet to the west along E Beech Street (Figure 1 — Site Map). The surrounding properties are developed for residential use. The lift station site is flat, and ground surface elevation is approximately 1,026 feet above mean sea level (AMSL) assuming a datum of North American Vertical Datum of 1988 (NAVD 88). The gravity sewer alignment is generally flat approximately 1,000 feet to the west of the lift station site, rises gently to elevation 1,035 in approximately 300 feet, and then is flat for approximately 1,700 feet further to the west. Figure 1— Site Map shows the proposed lift station site and gravity sewer main, existing site structures, and the monitoring and test well locations. This information should be used to guide any and all alterations to the site, including excavation for the proposed lift station and gravity mains, and shoring and dewatering during construction. Proposed Construction The new lift station will be constructed of a 30 -foot -by -30 -foot metal building with a slab -on -grade foundation, a 15 -foot -by -15 -foot valve vault completed at a depth of 15 feet below grade, and a 15 -foot -by -15 -foot wet well completed at a depth of 24 feet below grade. The new lift station floor will be constructed at an elevation of 1,026 feet AMSL. The excavation for the new lift station will likely use open cut methods to within a few feet of the water table, and use watertight shoring with construction dewatering to reach the completion depths of the valve vault and wet well. The associated collection manhole will be completed at a depth of approximately 20 feet and located approximately 30 feet from the lift station. Approximately 3,000 feet of sewer main will be constructed following E Beech Street from S 9t" Street to the lift station. The sewer line will be constructed with 21 -inch -diameter pipe at a depth of approximately 8 feet to within 40 feet of the collection manhole, and at depths of 10 to 20 feet within 40 feet of the collection manhole. The sewer line from the manhole to the lift station will be constructed with 30 -inch -diameter pipe approximately 20 feet deep. 8/25/2016 2:403() 001 Page 1 J:\llata\Y K\715-111\GEO\Report\SAID Beech St LS Geo Report.docx City of Yakima Engineering Geology Report Beech Street Lift Station and Gravity Sewer Main August 2016 Preliminary excavation, site, and grading plans are included in Appendix A. Previous Investigative Work No previous geotechnical reports of the site were available. Shannon and Wilson (2016) prepared a geotechnical report for the site evaluating the shoring requirements for the lift station construction (Appendix B). RH2 Engineering, Inc., (RH2) reviewed the following documents and websites: Schuster, E.J. 1994. Geologic map of the east half of the Yakima 1:100,000 quadrangle, Washington: Washington State Department of Natural Resources. Open -File Report 94-12, 19 p., 1 sheet, scale 1:100,000. Shannon and Wilson. 2016. Geotechnical Engineering Report, Beech Street Lift Station and Gravity Sewver, Yakima, If'ashington. Report prepared for RI -12 Engineering, Inc., and City of Yakima. Walsh, T.J. 1986. Geologic map of the west half of the Yakima quadrangle, Washington: Washington Division of Geology and Earth Resources. Open -File Report 86-4, 12 p., scale 1:100,000. Washington State Department of Ecology. Washington State Well Log Viewer. Accessed May 2016. https://fortress.wa.gov/ecy/waterresources/map/WCLSWebMap /default.aspx Washington State Department of Natural Resources (WADNR). Washington Interactive Geologic Map. Accessed May 2016. https://fortress.wa.gov/dnr/geology/ Approximately 30 driller's logs are recorded with the Washington State Department of Ecology (Ecology) that describe drilling and completion of water supply wells and resource protection soil borings or monitoring wells within 1/2 mile of the site. Driller's logs for these borings and wells describe local geologic and groundwater conditions. The locations of site borings are shown on Figure 1. Copies of local driller's logs are included in Appendix C. Exploration Methods and Strategy During March 1st through 4th, six soil borings (TW -1, OW -1, MW -1, MW -2, SB -1, and SB -2) were used to explore the earth materials (e.g., stratigraphy, composition, texture, moisture content, and density) and groundwater conditions (e.g., depth to water, hydraulic conductivity, and liquefaction potential) to a maximum depth of 41 feet below ground surface (bgs) at the lift station site and to depths of 16 to 31 feet bgs along the gravity sewer alignment. Project boring logs are in Appendix D. The soil borings provided data on the density of the earth materials using the Standard Penetration Test (SPT), which was used to evaluate soil density and the potential for settlement and liquefaction. Three of the soil borings were completed as groundwater monitoring wells and one boring was completed as a pumping test well to evaluate groundwater elevations and test aquifer properties at the proposed lift station site. Purpose of the Engineering Geology Report This engineering geology report (report) is specific to this project and has been prepared to support the planning, permitting, design, and bid documents for this project. This report is intended to support the completion of the project for the City and protect the public interest by safeguarding life, health, property, and the environment, while promoting public welfare in 8/25/2016 2.40.30 PN1 Page 2 1_\Data \ YAK \715-114\GEO\Report\YAK Beech St LS Geo Report.docx City of Yakima Engineering Geology Report Beech Street Lift Station and Gravity Sewer Main August 2016 a manner consistent with Chapter 18.220 Revised Code of Washington (RCW) and Chapter 308.15 Washington Administrative Code (WAC), which regulate the licensed practice of geology. This report with its appendices, including soil boring/monitoring well construction logs and laboratory reports, supports RH2's design of the project. This report includes recommendations for enhancing the constructability of the project based on site-specific characterizations of the earth materials and groundwater that will likely be encountered during excavation for the project. It is not the purpose of this report to dictate any means and methods for construction of the project, but rather to provide information that will be useful to contractors for preparing bids. Providing this report and appendices, and the associated geotechnical report by Shannon and Wilson (2016), will support the contractors' cost estimates for excavation, shoring, and managing groundwater activities that are specific to the conditions at the project site. Contractors must independently interpret the findings in this report to select construction methods, safety procedures, equipment, and contingencies for completing the project. Based on the available geologic, hydrogeologic, and geotechnical engineering data, this site is suitable for construction of the project and associated improvements; therefore, planning, permitting, and design should proceed. REGIONAL GEOLOGY RI -12 reviewed regional geologic maps of the project area for stratigraphic, tectonic, structural, and geomorphic information relevant to the project. The local stratigraphy consists of Recent Alluvium overlying Recent Terrace deposits comprised primarily of sand and gravel with variable amounts of silt, cobbles, and boulders. These units extend to a depth of at least 100 feet in the Yakima area (Schuster 1994, Walsh 1986). The project site lies in the Yakima Fold Belt, a region of elongate, parallel, folded ridges and troughs developed in the Columbia River Basalt Group volcanic and sedimentary rocks east of the volcanically active Cascade Mountain Range. An active subduction zone lies deep below Yakima County, and the continental crust is being compressed and pushed northward. This tectonic setting results in moderate seismic activity and, assuming a 50 -year design life for the proposed lift station, United State Geological Survey (USGS) Hazards probability mapping predicts a 6 percent probability that the project site will experience a Magnitude 6.0 earthquake. The WADNR Interactive Geologic Map, based on the National Earthquake Hazards Reduction Program (NEHRP), identifies the project site as Seismic Site Class C for older terrace deposits and Class C to D for younger alluvial deposits. The WADNR characterized the project area with very low (terrace) to moderate (alluvium) liquefaction susceptibility. SITE GEOLOGY The project site consists of an undeveloped City -owned parcel bordered by recreational facilities, residential lots, and Interstate 82 (Figure 1). 8/25/2016 2:40:30 PM Page 3 1:\llata\YAK \715-114\GEO\Report\YAK Beech St LS Geo Report.docx City of Yakima Engineering Geology Report Beech Street Lift Station and Gravity Sewer Main August 2016 The project site is situated on flat terrain approximately 1,000 feet west of Buchanan Lake, which is hydraulically connected to the adjacent Yakima River, and lies on the western edge of the Yakima River floodplain. The WADNR geologic map identifies the surficial geologic units as Pleistocene -age Terrace deposits and Recent Alluvium, both consisting of sand, gravel, silty, cobbles, and boulders. The contact between the two units likely occurs near the break in slope at the intersection of E Beech Street and S 13th Street (Figure 1). Subsurface Exploration and Investigation From March 1 to March 4, 2016, RI -l2 observed the drilling, sampling, and testing of six soil borings at depths ranging from 16 to 41 feet bgs to explore and characterize the geology and hydrogeology of the site. Three borings were completed as monitoring wells (MW -1, MW -2, and OW -1), one boring as a test well (TW -1), and two borings were decommissioned after drilling (SB -1 and SB -2). The borings were completed using a truck -mounted, sonic drill rig provided and operated by Cascade Drilling, Inc., of Portland, Oregon. Soil samples were collected continuously from approximately 6 feet bgs to the boring completion depth and at 5 -foot intervals using SPT methods with an auto -hammer. Upon completion of the geological investigation, the monitoring well borings were completed as 2 -inch -diameter polyvinyl chloride (PVC) monitoring wells with 10 or 20 feet of 0.020 -inch machine -slotted well screen. The test well was completed with 20 feet of 6 -inch diameter PVC 0.100 -inch machine -slotted well screen. The wells were developed using surging with a plunger or bailer, and pumping, which removed several hundred gallons of water from each well. The monitoring wells were used to measure the groundwater conditions and evaluate aquifer properties using a short-term pumping test. Figure 1 shows the location of the site borings. Appendix D contains the boring log/monitoring well completion logs. Geologic In-situ Tests In-situ SPTs were performed at regular intervals in the soil boring, and the SPT N -value results (the number of blows in the lower 12 inches of testing) are presented in the boring log in Appendix B. The N -value results are likely affected by the presence of cobbles and boulders, which would exaggerate the apparent density values attributed to the soil. Geologic Units All borings encountered similar geologic materials from approximately 1 -foot bgs to the completion depth. Well -graded gravelly sand and well -graded sandy gravel with 5 to 15 percent silt were encountered at all borings. At a few sample depths and locations, the unit contained more than 15 percent silt or fewer than 15 percent gravel. Approximately 5 to 15 percent cobbles and less than 5 percent boulders up to 12 inches were encountered at all borings. No distinct stratification was observed at any boring, and the density of the geologic unit was consistently very dense. The borings west of S 13th likely encountered terrace deposits, based on their geographic location west of the break in slope on E Beech Street. I-Iowever, the geologic units at these borings did not significantly differ in composition or stratification from borings east of S 13th Street, which likely encountered alluvial deposits. Page 4 R/25/2U16 2:411.3( PM J.\Data\YAK \715-114\GEO\Report\l \K Keech St 1S Gen R 7port.docx City of Yakima Engineering Geology Report Beech Street Lift Station and Gravity Sewer Main August 2016 Hydrogeology In March 2016, groundwater was encountered in all borings east of S 13th Street at a depth of approximately 10 feet bgs, or 1,016 feet bgs AMSL, and groundwater was encountered in borings west of S 13' Street at greater depths of 15 to 22 feet. Groundwater levels at the lift station site likely fluctuate seasonally by a few feet, depending on the Yakima River stage, which is controlled by irrigation and diversion schedules. Peak stage (and groundwater) elevations generally occur March through July, and lowest stage generally occurs September through December. Hydrogeologic Evaluation RH2 conducted short-term pumping and recovery tests on TW -1 and OW -1 to estimate hydrogeologic properties of the unconsolidated sand and gravel aquifer at the lift station site. Groundwater was pumped from the wells using a suction lift pump for 60 to 120 minutes. A pumping rate of 18 gallons per minute (gpm) at TW -1 induced a drawdown of 4.5 feet at TW -1 and a drawdown of 0.05 feet at OW -1, which is 48 feet from TW -1. A pumping rate of 40 gpm at OW -1 induced a drawdown of approximately 3 feet at OW -1 and a drawdown of 0.9 feet at TW -1. Using the Theis method, the estimated hydraulic conductivity ranges from 100 to 1,000 feet per day (ft/day). The range is likely the result of a variable percentage of fines within the unconsolidated aquifer. PROJECT SUMMARY Geologic and Groundwater Conditions The geologic material underlying the project site consists of sand, gravel, cobbles, and silt, with occasional boulders to a depth of at least 41 feet. No consistent compositional layering was observed at any of the six borings. The unit is interpreted as older terrace deposits and younger alluvial deposits associated with the Yakima River. The unit is an unconsolidated and unconfined aquifer below a depth of approximately 10 feet at the lift station site and the depth to the top of the aquifer increases west of S 13th Street to depths of 15 to 22 feet bgs. The groundwater level of the top of the aquifer likely fluctuates by several feet during the year, reaching a maximum in the summer months and a minimum during the late fall. Hydraulic conductivity testing indicates a horizontal hydraulic conductivity value of approximately 100 to 1,000 ft/day, and the range is due to the variable percentage of silt within the unit. Summary of Soil and Groundwater Properties Based on the findings of the site investigation, design and construction should assume the following soil parameters. Soil Density (based on SPT N -values) Very dense; N = 40 to 50+ Soil Unit Weight (based on published values for gravelly sand) 120 to 125 pounds per cubic foot (pcf) 8/25/2016 2.41130 I'M Page 5 J.\Data\YAK \715-114\GEO\Report \YAK Beech St LS Geo Rcport.docx City of Yakima Engineering Geology Report Beech Street Lift Station and Gravity Sewer Main August 2016 Soil Friction Angle (based on published values) 34 to 36 percent Soil Bearing Capacity (based on in-situ soil density) 3,500 pcf Earth Pressure (based on Soil Weight and Friction Angle) At Rest — 51 pounds per square foot (psf) (dry), 87 psf (saturated) Active — 33 psf, 78 psf Passive — 443 psf, 275 psf Typical Groundwater Elevation 1,105 to 1,109 feet AMSL, seasonally variable. Horizontal Hydraulic Conductivity 100 to 1,000 ft/day, locally variable due to stratigraphic conditions of alluvial deposits. Summary of Geologic Risks and Hazards • Risks from landslides and mass wasting are negligible. • Risks from flooding are low. The site is outside of the mapped floodways, 100 -year floodplains, and channel migration hazard areas. • Risks from groundwater seepage during construction are high and must be mitigated to maintain the integrity and stability of the excavation (refer to the Recommendations for Design and Construction section of this report). • Earthquake and liquefaction risks are low, as identified by WADNR (refer to the Recommendations for Design and Construction section of this report). Summary of Construction The native sand and gravel unit is sufficiently competent and dense to support the lift station, collection manhole, and sewer lines. The excavations for the new lift station, manhole, and gravity sewer will require shoring and a groundwater control system operating during construction to stabilize and maintain a dry working condition on the excavation floor. Structural backfill and pipe zone bedding will be placed and compacted as shoring is removed. RECOMMENDATIONS FOR DESIGN AND CONSTRUCTION Shoring The type and method of shoring to stabilize the new lift station excavation should be the responsibility of the contractor, and the contractor must submit the shoring designs to the City for review. The project area is constrained by underground and aboveground utilities, pavement and sidewalks, and property lines, and the nearest buildings on shallow foundations are approximately 150 to 200 feet from the proposed lift station and manhole. The shoring system should minimize movement of soil to protect utilities and structures next to the excavations. Page 6 K/25/ 2016 2:41)• 10 P\I \ Data \YA15-K i-I14\G Ii.O\Report \YAK: Beech St LS Geo Rcp rt.docx City of Yakima Engineering Geology Report Beech Street Lift Station and Gravity Sewer Main August 2016 Shoring methods should be designed to minimize any disruption of the adjacent pavement and sidewalks next to the proposed lift station due to temporary loading next to the excavations, excessive vibration during construction, and potential settlement related to excavation and dewatering activities. Shoring should minimize potential for settlement due to dewatering, which must lower the groundwater level in all excavations to a dewatered depth of 2 feet below the maximum excavation depth. The contractor should install construction stabilization as necessary to protect workers inside excavations and to support excavated or steep vertical slopes. All excavations should comply with all Occupational Safety and Health Administration (OSHA) and Washington Industrial Safety and Health Act (WISHA) safety requirements. The shoring system should be designed in coordination with the groundwater control system to minimize conflicts with installation and operation of both systems. More detailed analysis and recommendations for shoring are provided in a separate report prepared by Shannon and Wilson (2016) on behalf of RH2 and the City (Appendix B). Groundwater Control Groundwater control will be required to maintain dry conditions during excavation and the stability of the excavation sidewalls and floor. Groundwater control will be a significant construction issue that should be undertaken by a contractor or subcontractor with relevant experience in construction of similar groundwater and soil conditions near the Yakima River. The following summarizes conditions that likely will occur and objectives that should be met to complete the project successfully: • The lift station excavation will likely encounter wet conditions below approximately 10 feet bgs. As the excavation proceeds, groundwater pressures will increase and the excavation may encounter layers or zones of higher permeable soil that can discharge higher rates of groundwater than shallower soil. Groundwater levels at the proposed lift station should be measured at all existing monitoring wells at the time of bidding, and prior to and during construction. • The contractor is responsible for the design and operation of the dewatering system. The contractor should anticipate and plan for a groundwater control system to maintain a controlled groundwater elevation that is at approximately 2 feet below the excavation at all times. The contractor should have contingency plans in the event of loss of power, inability to discharge water, and/or settlement of the excavation support. • Assuming that watertight shoring is installed to a depth of 5 feet below the subgrade depth, the contractor should anticipate combined pumping rates from a groundwater control system completed at the lift station excavation ranging between 200 to 400 gpm depending on the time of construction, and the depth and area of the open excavation requiring groundwater control. The pumping rates will be lower for smaller area construction at the manhole and at deeper (greater than 10 feet) sections of the gravity sewer. Groundwater control is not warranted for construction that does not intercept the local water table, which increases in depth west of S 13th Street. Groundwater discharge should be managed through settlement and filtering so it is free of sediment and does not exceed discharge limits at the point of discharge. 8/25/2016 2:40:30 PAI Page 7 j•\ Data \ YAK \715-114\GEO\Report\YAK Beech St IS Geo Rcport.docx City of Yakima Engineering Geology Report Beech Street Lift Station and Gravity Sewer Main August 2016 • Based on a range of horizontal hydraulic conductivity values (100 to 1,000 ft/day), the groundwater control methods likely would consist of deep dewatering wells installed below watertight shoring that extends approximately 5 feet below the excavation. The depth of shoring and dewatering wells, and the location of wells at the excavation will vary, depending on the excavation depth and width. A smaller diameter well point system may be sufficient for groundwater control for the sewer line excavations below 10 feet. • Watertight shoring that is placed several feet below the maximum excavation depth will significantly reduce the amount of groundwater pumping required to maintain groundwater levels below the excavation, and minimize the effect or extent of dewatering on the surrounding area. Shannon and Wilson (2016) provides a summary of shoring alternatives that would support groundwater control. • Sumping without the use of dewatering wells or well points for groundwater control in the excavations is not recommended. • The contractor should rely upon a specialty groundwater control subcontractor with a Washington State -licensed hydrogeologist with expertise in dewatering well and vacuum well point dewatering system design and operation. The contractor will be responsible to design and submit a groundwater control plan showing all components, and to operate the groundwater control system. • The contractor should frequently monitor the quality of water from the groundwater control system for the presence of sediment, odors, and color in the water. • The contractor should consider using existing monitoring wells to support groundwater elevation monitoring to confirm the performance of the groundwater control system. • The dewatering system and any new well points or monitoring wells must be decommissioned per Chapter 173-160 WAC after project completion. Excavation to the Subgrade and Excavation Stabilization • Excavation should proceed until the subgrade depth is attained. No challenges of excavating existing native sand and gravel is anticipated. • Groundwater control should be maintained as excavations proceed. • Excavated soil may be used for structural fill if all cobbles greater than 6 inches in diameter have been removed. Inspection and Treatment of In-situ Earth at Excavation Subgrade • A Licensed Engineering Geologist (LEG) or Professional Engineer with geotechnical experience (PEG) should inspect the excavations and confirm that the native earth materials encountered during excavation are consistent with this report, meet the design requirements, and are favorable for proceeding with the project as planned • An LEG or PEG should inspect the in-situ native earth materials at the subgrade elevations before the placement of any imported material. Page 8 8/25/2016 2:40:3() PN \ Data \ YAK \715-114\G1 O\Report \YAK Beech St LS Geo Rcport.dr cx City of Yakima Engineering Geology Report Beech Street Lift Station and Gravity Sewer Main August 2016 • A smooth (toothless) backhoe bucket may be necessary to strip off the final layer of earth materials to create a level pad at the subgrade. The zone of disturbed earth materials on the level pad should be less than 2 inches thick prior to any compaction. • After the native subgrade has been inspected and approved, it should be tested for zones or areas of weakness by probing. This testing should be observed and approved by an LEG or PEG. • Zones of unsuitable soil or boulders at the subgrade elevation that are less than 1 foot thick should be over -excavated and backfilled with crushed surfacing base course (CSBC) per the Washington State Department of Transportation (WSDOT) 2014 Specifications 9-03.9(3). CSBC should be placed in lifts that are a maximum of 8 inches thick when loose and then compacted to a firm and unyielding condition. • Zones of unsuitable soil or boulders at the subgrade elevation that are deeper than 1 foot should be over -excavated by at least 1 foot and backfilled with a base layer of 12 to 24 inches of 8 -inch -minus quarry spalls that are pushed into the subgrade and overlain by geotextile fabric to develop a firm working surface. A layer of CSBC should be placed on the geotextile to bring the excavation up to the design subgrade at the direction of the LEG or PEG. Subgrade Preparation and Compaction • If native soil subgrade is loosened by construction activities, it should be restored to a firm and unyielding condition immediately before placing the structural fill. • The in-situ subgrade, prepared as recommended in the previous section, will lose strength if it is disturbed or becomes loose or wet. After inspection and approval of the in-situ subgrade by an LEG or PEG, the native subgrade or structural fill should be kept dry and undisturbed until it can be entirely covered by the surfacing layer. Compaction of Structural Fill • Structural fill, if needed, shall be equivalent to Gravel Borrow, 9-03.14(1) per the WSDOT 2014 Specifications. • Structural fill should be within plus or minus 2 percent of its optimum moisture content when placed. Structural fill should contain less than 5 percent fines to promote drainage. • Structural fill below the proposed lift station should be placed in lifts not to exceed 8 inches in loose thickness and then compacted to 95 -percent maximum dry density using the Modified Proctor method. • Controlled density fill may be used in place of granular structural fill. Potential Settlement of the Structures The weight of the filled lift station and surrounding backfill will be similar to the load of existing native soil and fill. The maximum allowable bearing capacity of sand with gravel should be assumed to be 3,000 psf or less. Some immediate settlement of the soil below the lift station Page 9 8/23/2016 2:40:30 PM J:\Data\YAK\715-111\GEO\Report\YAK Beech St LS Geo Repon.docx City of Yakima Engineering Geology Report Beech Street Lift Station and Gravity Sewer Main August 2016 foundation may occur as the soil is loaded by the weight of the structures and surrounding backfill. Activities of excavation stabilization and groundwater control could affect the adjacent ground surrounding the construction if not performed with sufficient consideration for the effects of vibration and abrupt groundwater pressure changes. The methods used for construction and shoring installation/removal should minimize vibration -induced settlement. The lift station, manhole, and gravity sewer should be designed to accommodate minor settlement and buoyancy forces assuming a groundwater elevation of 1,015 to 1,019 feet AMSL. Potential Settlement of Adjacent Structures and Utilities The adjacent ground surrounding the construction may be affected by activities of excavation stabilization and groundwater control due to vibration, excavation, and/or changes in hydrostatic pressure and water elevations. The proximity and potential vulnerability of nearby structures and utilities should be considered when selecting the methods for excavation stabilization and groundwater control. Prior to construction, nearby structures and utilities should be identified and assessed for potential vulnerability, and the allowable changes in position and/or orientation should be predetermined and stated within the construction bid documents. Settlement Assessment and Monitoring Structures, pavement, and utilities identified as potentially vulnerable to settling should be surveyed for position and elevation. Tolerances for total and differential settlement of nearby structures, pavement, and utilities should be established in the bid specifications. During and after construction, selected nearby structures and utilities potentially affected by construction should be monitored for changes in position and/or orientation by optical surveying of settling points that are established prior to construction. Surveyed settling points should be twice the distance of the depth of the excavation (approximately 40 to 60 feet) from the edge of the excavation. Settling points should be surveyed immediately before excavation, daily during dewatering system operation, shoring, and excavation activities, and at 1 week and 2 weeks after dewatering system operation, shoring, and excavation activities are completed. Existing cracks in structures or pavement should be identified before construction and monitored by installing crack meters before construction, and checked daily for indications and magnitude of displacement during dewatering system operation, shoring, and excavation activities, and at 1 week and 2 weeks after dewatering system operation, shoring, and excavation activities are completed. Seismic Design • The lift station, manhole, and gravity sewer should be designed to the 2012 International Building Code (IBC) standards as adopted by the State of Washington, assuming the earthquake frequency summarized in the Regional Geology section of this report. • The location of the site is at latitude 46.597976 N and longitude 120.480633 W. • The very dense sand and gravel unit that will support the lift station and manhole should be considered as a Site Class C in the classification system from the 2012 IBC, Table 1613.5.2 Site Class Definitions. 8/25/2016 2.4100 PNI Page 10 J:\Data\YAK\715-114\GIiO\Report\YAK Beech St 1.S Geo Report docx City of Yakima Engineering Geology Report Beech Street Lift Station and Gravity Sewer Main August 2016 • Liquefaction hazards associated with earthquakes for the lift station foundation are very low. Season of Work • RH2 recommends constructing the project during late summer to fall months, at the time of lowest groundwater elevations at the project site. Bid Documents • This report and appendices should be provided to all contractors interested in submitting bids for the work, to ensure site-specific estimates for excavation, shoring, and construction dewatering. 8/25/2016 2:4U.30 P01 Page 11 J:\Data\YAK\715-114\GEO\Report\TAI: Beech St LS Geo Report.doc% FIGURE 1 SITE MAP N all 1 I Y MI N A — i — A II. PPP I M ma A MS PXW.O3J MOIAJ9Ao Jdwi 1Syoaaq\SdeW\SIJ\blL.-5lL\>IV'A\e1e0\IIeLUof\:Z `6uiaaau!6u3 ZHN cD cD 71 cn cp O ' cp r_. E. cD z mciz APPENDIX A PRELIMINARY LIFT STATION DESIGN DRA WINGS 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 • SS11H - v_. S5.. 1060' 1050' 1040' 1030' 1020' 0 ss►w Mot 104.57 It. 103262 N 16• 1E 303252 w 2r r ,E: 103262 5 22' 7 GJLAr7 NOT CLEARLY SEE EP 1 OF P. WTERIAL MUNI S11E FRAU OTT OF Wilk 66 1011E IMAM SSW MIL 1047.03 SOiAH 034.63 O PROPOSED TRENCH EXTENTS I 8 11 MOO SURVEY E 1036.33 s 1036.3e r s 1 ie-�_5* a�•�1l1=S7'=--- �II"Y1= _,:r_:_. __ ".e.y= - - ' $ T-= W " F r < 'r E 3 ,= 1037.49 I 11 ■ - - - - s'• d w - - - -a- FROM PRIOR SORpEY aw------e"aw----e^aw----a-awh---I-a•' 0'01 PLAN 1'•20 PROPOSED MH 2 6-DiVI --saw• PROFILE It -1i is 11000M 1:4 1060' 1050' 1040 1030' 1020' NOTES/DETAILS Oj RESTORE FIELD TO EXISTING OR BETTER CONDITION FOLLOWING CONSTRUCTION, INCLUDING TRAGIC ONOTE TO CITY, ARE VALVE BOXES WITHIN FIELD ALLOWED? LOCATION LEGEND pR 3 I 60 d 3i Z R Y r rcf¢= 0 REVISIONS suvrwrr. Jul 20, 2010 a 8 8 3 0 SCALE: SHOWN o r DRAWING IS RAL SC4LE WHEN BAR MEASURES 7 DWG NO C01 4 s3 SHENO -� �_ �- 2 Li 6 MH2 j' STA 3*87.5, 0.0' ! Y__ / MH 1 N: 460820.46, E: 1642301.72, PROVIDE: (1) - WSDOT Manhole Type 1.2. or 3 RE = 1047.50' E(W1=1032.12' IE(E)=1032.12' g ‘2i Y - - PROVIDE: (1) - 60' MANHOLE RE = 1047.92' IE (E1=1032.52' (NEW) APPROX. 388' OF21•PVC @0.10% w - I L ' 1 wff n 1 1 — { +600 1 1 1+000 { 1 2+000 { { 3+00G 4+000 4+501 PROFILE It -1i is 11000M 1:4 1060' 1050' 1040 1030' 1020' NOTES/DETAILS Oj RESTORE FIELD TO EXISTING OR BETTER CONDITION FOLLOWING CONSTRUCTION, INCLUDING TRAGIC ONOTE TO CITY, ARE VALVE BOXES WITHIN FIELD ALLOWED? LOCATION LEGEND pR 3 I 60 d 3i Z R Y r rcf¢= 0 REVISIONS suvrwrr. Jul 20, 2010 a 8 8 3 0 SCALE: SHOWN o r DRAWING IS RAL SC4LE WHEN BAR MEASURES 7 DWG NO C01 4 s3 SHENO 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 RAILROAD SPIKE FOUND N:481004.9960 L1642869.9516 L1046.064 IS 1116 HLROS N4 4 AOR CONSTRUCTION 1060' 1050' 1040' 1030' 1020' 4 SSMH RIM: 1044.98 IE: 1037.72 8' N IE: 1037.65 8' S IE: 1037.78 8' E IE: 1041.43 2' E SDMH RIM: 1045.18 IE: 1033 23 21' E IE. 1033.33 18' W PROPOSED MH 3 21 QST=-- . - 5'='L — — ri 51:- — y. } E EAST BEECH STREET I — — 8" 01 W 8"d8----8 048----8"0w---- 8 qW---_B..pWB"p# ---8••018----8"01W----B"dW----1 OSP I 0P gl a I 111 0 • OHP I 1046�� OHP ---___÷___._—� 1r. 1/2' REBAR AND PLSA I CONTROL POINT CAP SET 12 I 8I 14:460988.5478 1 , E:1642902.4908 aq I 2:1045.519 hi MI hl I a IA -=.S•':�— PLAN )I‘ 1 1 0 PROFILE H: 1" - 20', 91 1:4 NOTES/DETAILS OFIRE HYDRANT TO BE RELOCATED NTE: DETERMINE ROAD RESTORATION REQUIREMENTS LOCATION LEGEND W U 8111: GlP 1111: REVISIONS a 0 SCALE: SHOWN 1 7 DRAWING 6 FIA1. SCALE *EN 81R MEASURES DWG NO.. CO2 SHEET Ma 5 53 8.8 1050 - -- - S8-2 113/4118 - co 0 1040 — MH3 STA 7+87.5.0.0' , `) ;;' ; 0D 411 11) "'SOOT d T - LS APPROX. 400' OF 21"PVC @0.10% Manhole Type 1,2. or 3 ---.., RE = 1044.98' IE (W) = 1031.73' IE (E) = 1031.73' - - 1030 -- - - - - - 1020 NOTE: WATER LEVEL INTERPOLATED FROM SHOWN BORINGS +50G 5+OOG 6+000 7 8+000 9+OOG PROFILE H: 1" - 20', 91 1:4 NOTES/DETAILS OFIRE HYDRANT TO BE RELOCATED NTE: DETERMINE ROAD RESTORATION REQUIREMENTS LOCATION LEGEND W U 8111: GlP 1111: REVISIONS a 0 SCALE: SHOWN 1 7 DRAWING 6 FIA1. SCALE *EN 81R MEASURES DWG NO.. CO2 SHEET Ma 5 53 2 6 53 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 —94D0G ISH101 H Z?OS RAILROAD SPIKE FOUND 4:461132.1161 E:1643249.1681 L1045.185 • gILR— `D NOT FOR CONSTRUCON r- -- ,w PROPOSED MH 5A /Q+ N: 461213.73 E: 1643401,44 7-',;',‘'' t PROVIDE (1). 48" MANHOLE RE. 1644.91' /ti 3 FUTURE CIP,FA6 IE (SE) =1024.68' BY OTHERS, N.I.C. j : LL / ,1 SDMH / 014: 104490 • 16: 1041 40 8' NW 5/8' REBAR IN MCNUMENT CASE FOUND N: 461162.4728 E:1643401.5893 2:1044.521 9 - SSWRIM: 1044.77 IE: 138.47 B N 1038.l1 8' W SUN MN: 1044.96 L%__4RR 0" A 11N4 ---1•1111"-55---11111-0 1031.86 21' NW 1031.86 21" _ st 2rZr= _ 3Y', t' _ _ a o _ = 2 T _ _ "�—_ . �w • / 1/2' REBAR AND PLSA -UAW- — — / CCM TROL PONT CAP SET N:461208.0034 r / 1032.15 21" W / E. 1032.00 21' SE E: 1040.15 8" NE APPROX. 63 LF OF 15' PVC PIPE -�" S1= g1531T =11" I I I I I I I I I I 1 1 0 4 f 9 t ▪ E 1643436.5944 1=t751" PROPOSED MN • 5/8" REBAR K MONUMENT CASE FOUND N:461173.1102 E:1643401.7344 Z:1044.570 PLAN SOAR 8111: 1044.91 10 1035.51 12" N IE: 1034.86 15" W 1E: 1034,81 15' E / 1E' 1034.71 15" NE / 1E: 1035.96 12" S 1050' •�'— MW. 311_31416 —' _ -- MH 5� STA ???. ???' ???, �� -- MH 4 STA 11.18.0.0.0'. - a PROVIDE (1)- WSDOT Manhole Type 1 2 or 3 C -1044.82' PROVIDE: (1) - WSDOT z 1040' - - s wS Afa1A u1e TRE = 1,2 9 IE (W)=103.40' IE(6)=1031.40' Li , IE (W) = 1024.04' IE (E) = 1024.04' IE (NW) = 1024.59' \irl APPROX. 330' —�- 1030. OF 21' PVC a 0.10°'0 a xi 1020' NOTE: WATER LEVEL INTERPOLATED FROM SHOWN BORINGS 1010' 94,0a I I I 10006 I 114000 12✓30G 1241 PROFILE It 1" ' 20', V. 1:4 1050' 1044 1030' 1020' 1010' \ NOTES/DETAILS z LOCATION LEGEND .1 .0111111111 =1mu r:111111111: _.«'11ILBIN! 7N1ni =mils.. H ■111IIu0 n;11111116 22 Sd R A a a PLOT CUM Aug 24,2016 REVISIONS 0 2; S 4 SCALE. SHOWN D44WN3ISF a SCALE WHER 84R MEASURES 2' N0 SHEET MO CO3DWG 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 i NOT FOR CONSTRUCTION i PROPOSED MH 6 _-_ ---• = =-- z��i. = .v•s----2r_.-::-s -_. mss- .----.:�--r'1.1"G-_=- -.^L 77-7- 7z1 s-=�-.^.--="7 2172; SOUTH SOMH RIM' 1042.64 �IE. 1030.19 21' W IE 10301921'E 81 I L �1'= _ .. M77.2- =z L17.S.> _ L ..5'S.:—.f 1050' 1040 1030 1020' 1010' 1 OHP OHP OHP CHP OHP 1 SSMH PoM: --___t__IE: 1034.721042.92 8' N IE 1034.77 8' S OHP PLAN 1••20' 014 T7 OHP OH+ 0103 OP aHP 1042 — —11 PROFILE It 1'•2d,Y. 1:4 1050' 1040' 1030' 1020' 1010' NOTES/DETAILS LOCATION LEGEND Z" v 3 I§ A N AND PROFILE IV -*MUMS': • =1114111 :0111111 : .. ..rOwOl! int iu11uU p t ENE 'Nal 3mla; n.11119r ®®w_ �Ileeitlulu�� —_u• 181:1411. woo h$11mil= Sim :um= itt2 Hem It T.I11.:-4 ---4u�o it REVISIONS 1.46f1111! Jul 20, 2016 a 0 8 SCALE: SHOWN CI 1' 2' OMNIIG S PUL SCALE WHEN BAR AE SWIESr 0WC N0.: Shf C04 11110 7 53 MH 6 STA 15+21.5, 0.0' _ — — �I PROVIDE: (1) - WSDOT Manhole Type 1,2, or 3 RE = 1043.81' IE (W) = 1023.73' IE (E) = 1023.73' _ L I 1 — — I I NOTE: WATER LEVEL INTERPOLATED FROM SHOWN BORINGS + 1 I 13+OOG 1 1 r 14+306 I 1 15+30G 1 16+)06 17+30 PROFILE It 1'•2d,Y. 1:4 1050' 1040' 1030' 1020' 1010' NOTES/DETAILS LOCATION LEGEND Z" v 3 I§ A N AND PROFILE IV -*MUMS': • =1114111 :0111111 : .. ..rOwOl! int iu11uU p t ENE 'Nal 3mla; n.11119r ®®w_ �Ileeitlulu�� —_u• 181:1411. woo h$11mil= Sim :um= itt2 Hem It T.I11.:-4 ---4u�o it REVISIONS 1.46f1111! Jul 20, 2016 a 0 8 SCALE: SHOWN CI 1' 2' OMNIIG S PUL SCALE WHEN BAR AE SWIESr 0WC N0.: Shf C04 11110 7 53 NO 853 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 A 2' ALUMINUM CAP FOUND N:461185.4683 E1644126.5378 2:1041.650 rw� 7 NOT FOR CONSTRUCTION s a SB -1 SDMH RIM: 1034.82 IE' 1027.71 21" NW IE: 1027.71 15' W IE. 1027.71 30' E SDMH RIM: 1035.17 IE: 102802 21' W IE: 1028.02 21' 5E PROPOSED MH 9 C - 1050' 1040' 1030' 1020' 1010' OHP OHP OHP OHP OHP • w ,4I 1— e" a SSMN RIM: 1042.77 IE: 1032.67 8' N IE: 1032.67 8' S —1 — — 8" 01 —EAST EEEC — —21+00G o w_m 82 2' ALUMINUM CAP FOUND N: 461175.3616 I E 1644126.6007 L1041.864 PLAN PROPOSED MH 8 — — - — r MH7 ----.__ STA 19+21.5, 0.0' MH 8 STA 7??• 777' 7" — 10W — — 1030 PROVIDE: (') - WSDOT Manhole Type 1,2, on 3 RE =1034.38' IE (W) = 1023.18' IE(NE1=1023.18' y 1 i;.; d - — — .,--_S8-1 i — — ■ 2 — —O — — ) 1% , PROVIDE: (1)- WSDOT Manhole Type 1.2,013 RE =1040.92' IE(W)3' IE (E) =1023.33' 1.2/4116 t 1 5 �= '11 n i— - - — 1020 1' APPROX. 105' OF 21' PVC @, 0.08% ` APPROX. 46' OF 21' PVC ,§ 0.08% _ APPROX.400' OF 21' PVC a 0.10% - 1010 I 1 I I — - NOTE: WATER LEVEL INTERPOLATED FROM SHOWN BORINGS I 1 1 ,+7nr, 18+10G I I 1 19+60G I I 20+000 21+OOG 21+50G PROFILE H: i'-20',181:4 NOTES/DETAILS OCONTRACTOR SHALL DETERMINE DEPTH OF STORM PIPE PRIOR TO CONSTRUCTION LOCATION LEGEND re F • 1,743 •puwnu = •IIIIIIIIII • =w1in illlllllllnl. j, �;'� REVISIONS SW out Jul 20.2010 a 2 01 a SCALE. SHOWN a r DRAWING 0 FULL SCALE WHEN 84R MEASURES 2' SHEET DWG NO.. C05 _26+00G- - 1 1 i 1 1 1 1 1 1 PROPOSED MH 9 NOT FOR CONSTRUCTION 22,000_._ ,T—r•--. '*TT30', . r=1--ro.'—. • . ..+T +, . -r.7p" 51 • — T 1 . 7-31:1"-S PROPOSED MH 10 OPI•Itpleibleittlearatai 2540G— • Y T-BEECK STREET ----8 08W ----V 04W— a1* --d"dM 1 se DI 1040' 1030' 1020' 1010' 1000' 2 OHP OFIp \ OiHP OHP CHP CHP 0,4P GH PLAN ,•-20 S RIM• 1028.88 E 1020.73 8' W IE 1016.28 8' W IE: m'=. 33 9' N IE: " 1/2' REBAR AND PLSA CONTROL POINT CAP SET N:461147.9309 E:1644699.7758 2:1029.505 SSMH RIM: 1029.24 10: 1016.14 8' W IE: 1016.14 8' E IE: 1016.14 8' S FUTURE CIP, FA•10 BY OTHERS, N.I.C. Awa STA 2 :-D2.6 '.J' — , .,,,, •„ STA 24+81.0. 0.0' L. 1030' PROVIDE: (1)- WSDOT - Manhole Type 1,2. or 3 - = 1029.40' IE (W) = 1022.76' - IE(E)=1022.76' - - - PROVIDE: (1)-WSOOT - Manhole Type 1 2 or 3 RE =1033.14'RE IE (SW) =1023,15' IE(E)=1023.15' / C / 1020 J - APPROX. 326' OF 21' PVC @0.10% 1010 2 I 2640OG - 1000 - NOTE WATER LEVEL INTERPOLATED FROM SHOWN BORINGS - ��I 1+50G 22+30G 23+30G 24+000 25+10G PROFILE H: 1' - 20', '6 1: 4 NOTES/DETAILS LOCATION LEGEND ID eiqp Isa Z • z \�j V� EYAIOAAAN! Vol :n ;A I . =,m 01 nun :�,.,':•i utnua-.Iilbl •i :iumq�C�c �I1111Tu 111:1111 i _'_ -_ -.2,u== -Vi=======MUM 11111= 2,u= 9 3 1Z A a A norwrt: Aug 24,2016 6 REVISIONS 0 SCALE SHOWN 1 1 dNM►A3 W FULL SCALE 8NE', BAR I*8,*Es2' DWG NO C06 9 53 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 — 0011 — — — — • DI w 9" p W---iC'd i — .27 NOT FOR CONSTRUCTION _>— PROPOSED MH 11 • / / / / / ( / //TWI •\•\• {T= — •sem' S1( _ ." - —e ss 7 ee 1030' 1020' 1010' 1000• 990' 2 I• w--- e'o w— / / �I SSMH RIM: 1026.61 IE: 1018.01 8' W IE: 1018.01 8• E PLAN r / SSMH R1M: 1026.28 1E: 1020.23 8' w PROPOSED WETWELL -� Dr.. 11-3v1s _ APPROX. 384' OF 21' PVC @ 0.72% — 1020 — — — MH STA 28+67.4, 0.0' 11 APPROX.131 OF 21" PVC @ 8.65% ` -. 1010 PROVIDE: (1)- WSDOT M,,1,4e T,W 1,2-,R 0 — — — — RE = 1026.90' IE (W) = 1020.01' IE (SE) =1020.01' ` MH 12 STA 29+98.3, 0.0' . — ( — y — PROVIDE: (1)-WSDOT Manhole Type 1.2. or 3 RE = 1026.39' IC (NW) 1007.03' IE (SW) = 1009.78' IE (NE) = 1008.28' APPROX. 31 OF '' ' PVC @ 8.72'x. I 11 I — 1000 — 1 1 — — NOTE: WATER LEVEL INTERPOLATED FROM SHOWN BORINGS _ 1 1 1 27+30G i+ OG I I 28+DOG I 1 29+JOG 30+30G 30+50G PROFILE H: 1'- 20', Y. 1:4 NOTES/DETAILS ONOTE TO CITY: NEED TO LOCATE 30" STORM PIPE 86600 FINALIZING INTERCEPTOR ALIGNMENT LOCATION LEGEND Ca ' :1111111117.'l.'i Vitt�.11'1f11 tos. ' 1111 m11011 ' UIfll lain 111:111 1111= mgt. I6� 71111= 11.IP 1.11: 4 ATI: Jul 20, 2016 nor O111: M924, 2016 rc 6 7 REVISIONS 8 N SCALE: SHOWN P DRAWING IS FULL SCALE AHEN BAR MEASURES 7 DNC M7.: SHEET NO C07 10 53 STRUCTURAL FILL COMPACTED TO 95% MAX DRY DENSITY PER MODIFIED PROCTOR IN MAX 8" LIFTS UNDISTURBED NATIVE SOIL NOT FOR CONSTRUCTION ROOF OVERHANG 1040.00' TOP OF COLUMNS MONORAIL BEAM #5 @ 12" O.C., E.W., T&B TYP SLAB RST. SEE PLAN FOR ADDITIONAL REINFORCING #5 @ 6" O.C., E.W., E.F., TYP WET WELL WALL RST. SEE DWG NO. 501 FOR ADDITIONAL 4, RST AT BASE OF WALLS 145 @ 12" O.C. E.W., E.F., TYP VALVE VAULT WALL RST. SEE PLAN FOR ADDITIONAL O.F. RST r: c?>"wi".ke:'?.'•..`i:+.".:',r`'.;: ;`sGt#5@6TOP"OF ,O.C.,E.W.SLAB, :, Sii'y ,.yi:Tl:•' #5 @ 12" O.C. E.W., BOT OF SLAB. • #5 CONCRETE ANCHORS T&B. ;3.: SEE PLAN FOR ADDITIONAL RST LAP W/ TYP SLAB RST. EMBEDi+& BELOW WALLS 6" INTO WET WELL WALL. TYP'''Al,,-,,,--,..,,,,,.----,-,,,,'-' •" S '4'; #5 CONCRETE ANCHORS SLAB AND M1; WALLS @12"O.C.EMBED 6" '.: INTO WALL. .:. 1003.33 w' �Q* TYP SLABWET ANDWELL WALLS CONTRACTOR -DESIGNED DEEP SHORING SYSTEM. SEE SPECIFICATIONS FOR ADDITIONAL INFO All 1,171:74",? -7%...1 . - . - •' - ."1:1-P.74".� ra .4C. .�~:"4�.. N":..•:: -,U. k'•if v' y s '� 'y -gyp ° , �'•O �;, •1 "•G, �'�r�r'�-jr :. \ ... ; .•%,. \5,".. . `, . `:,/ \ ; `: �<��9'�l���� •s/•�sO.�or- ..,� 4r'� � r ,� �� , ' `/ ::. -, '` e!Mrr�A�G��s-/ AA / ".v,.FS: yy�rrw'r'Z '"O � ,vr�'�N N'.4.?*,, X0 - * s �J,�� ���/VW.,?�/��p ��kAk •• \- -_1 MIN 6" THICK LAYER OF }" MINUS CRUSHED ROCK COMPACTED TO FIRM AND UNYIELDING CONDITION BELOW ALL SLABS AND FOOTINGS UNDISTURBED NATIVE SOIL SHALL BE INSPECTED PRIOR TO PLACEMENT OF CRUSHED ROCK CONTINUOUS WATERSTOP & SWELLSTOP. MAINTAIN 2" CLR TO RST, TYP. AEA NZ/ #5 @ 6" O.C., E.W., T&B. SEE PLAN FOR ADDITIONAL RST SECTION O BELOW WALLS 36 - 1'-0' CONTROLLED DENSITY FILL • m.WS=1017.00 8 YIENtYAK ILENNJAE. BSLS-D-STR04.DWG 54VEaTE- Aug 23, 2016 REVISIONS 5 8 SCALE: SHOWN 0 DRAWING IS FULL SCALE WHEN BAR MEASURES 2 DWG NO.: SO4 SH EE7N0 30 53 STRUCTURAL FILL COMPACTED TO 95% MAX DRY DENSITY PER MODIFIED PROCTOR IN MAX 8" LIFTS MONORAIL BEAM NOT FOR CONSTRUCTION MONORAIL -CROSS BEAM CONNECTION MONORAIL AND ROOF OVERHANG SUPPORT COLUMN COLUMN BASE CONNECTION, TYP. ,p,•r<mmw' 1 1 ,qP_71_9_FP99,19, •0 • HATCH REINFORCING. TYP. 311 SO7 12* • 1040.00' TOP OF WAL GIRT (DESIGNED BY OTHERS) PJF, TYP. 11=1'7 „7 NATIVE SOIL —.....,...„......... •.:4, CONTRACTOR -DESIGNED DEEP SHORING SYSTEM. SEE SPECIFICATIONS FOR ADDITIONAL INFOR MIN. 6" THICK LAYER OF 1 MINUS CRUSHED ROCK COMPACTED TO FIRM AND UNYIELDING CONDITION UNDISTURBED NATIVE SOIL TO BE INSPECTED PRIOR TO BACKFILL A •i\r ••••''`r•rS ••••1\ V-1\ s',/\ '•""Art'Art'A, SECTION B -B CONTROL DENSITY FILL CONCRETE SPREAD FOOTING IZT o. 3 / A a a REVISIONS SCALE SHOWN SHOWN cr DRAWING S FU L SCA .E r+EN BAR MEASURES 2' DWG NO SO5 SHEET NO 31 f;75/3 APPENDIX B SHANNON AND WILSON GEOTECHNICAL ENGINEERING REPORT (2016) NON 6Vi/!l..SOIV, INC. GEOTECHNICAL AND ENVIRONMENTAL CONSULTANTS August 12, 2016 Mr. Steve Nelson RH2 Engineering, Inc. 22722 29th Drive SE, Suite 210 Bothell, WA 98021 ALASKA CALIFORNIA COLORADO FLORIDA MISSOURI OREGON WASHINGTON WASHINGTON DC METRO WISCONSIN RE: GEOTECHNICAL ENGINEERING REPORT, BEECH STREET LIFT STATION AND GRAVITY SEWER, YAKIMA, WASHINGTON Dear Mr. Nelson: This letter presents the results of our geotechnical engineering analyses and our recommendations for the design of the Beech Street Lift Station and a related gravity sewer located in Yakima, Washington. PROJECT AND SITE DESCRIPTION The City of Yakima (City) is in the process of mitigating existing sewer system deficiencies by constructing capacity improvements. As part of this initiative, a new lift station is proposed to be located on East Beech Street near Interstate 82 (I-82). The new lift station will have an initial capacity of 1,000 gallons per minute (gpm) and a future total capacity of 4,800 gpm. The lift station will include a belowground concrete structure, an emergency power generator, and an aboveground building that would house mechanical and electrical equipment and controls and an optional odor control facility. The lift station site, shown in Figure 1, is roughly triangular and bordered by East Beech Street, I-82, and a Kiwanis Park baseball field. The site is generally level and surfaced with gravel and brush. We understand from RH2 Engineering, Inc. (RH2) that the base of the underground portion of the lift station will be approximately 25 feet below current grade, and that it will have a footprint of approximately 15 by 30 feet. The project also includes two new sewer lines: • A 30 -inch gravity sewer main extending from near South 15th Street, east along East Beech Street to the new Beech Street Lift Station; and 400 NORTH 34TH STREET, SUITE 100 P.Q. BOX 300303 SEATTLE, WASHINGTON 98103-8636 206-632-8200 FAX: 206-695-6777 www. shannanwilsan.cam 21-1-22228-001 Mr. Steve Nelson RH2 Engineering, Inc. August 12, 2016 Page 2 of 11 SHANNON F./WILSON, INC. • A 21 -inch interceptor sewer from a manhole located at Washington Middle School, east along East Beech Street, and connecting to the new 30 -inch gravity sewer near South 15th Street. Based on our correspondence with RH2, we understand that the total length of the new gravity sewers noted above is approximately 3,000 feet, and that the maximum depth of the new sewers is approximately 18 to 20 feet below current grade. SCOPE OF SERVICES We submitted a revised proposal on April 18, 2016, which was approved by RH2 in a contract executed on May 2, 2016. Our scope of services included: 1. Geotechnical engineering analyses and recommendations for lift station and associated sewer lines: a. Allowable bearing capacity; b. Peiu>_anent earth pressures; c. Geotechnical recommendations for shoring systems; and d. Construction considerations. 2. Preparation of this letter report. 3. Plans and Specifications Review and Cost Estimate Support: We will review the 90 percent project plans and those specifications related to our recommendations (as identified above) for compatibility with our recommendations and inherent assumptions. We will provide support for planning level cost estimates for shoring system alternatives. This scope will not be addressed in this letter. Our scope of services did not include planning, coordinating, performing, or interpreting subsurface explorations or laboratory testing. RH2 performed the subsurface explorations, laboratory testing, and groundwater measurements, and provided their interpretation of that data for use in our analyses and recommendations identified above. Our scope of services also did not include any consideration of the nature, extents, or effects of groundwater as it relates to the proposed project elements, including any analysis or consideration of dewatering, groundwater control, seepage, groundwater pressures, and buoyancy effects. INTERPRETED SUBSURFACE CONDITIONS We reviewed R1 -12's interpretation of the subsurface conditions as summarized in their geotechnical borings and observation wells performed by RH2 in March 2016. Our scope of 21-1-22223-001-LIf/vp/Ikn 21-1-22228-001 Mr. Steve Nelson RH2 Engineering, Inc. August 12, 2016 Page 3 of 11 SHANNON WILSON, INC. services did not include a detailed geologic or geotechnical characterization of the project alignment. The approximate locations of these explorations, as provided by RH2, are shown in Figure 1. In general, the project site is underlain by medium dense to very dense alluvium layers comprised of gravelly sand; sandy gravel; and silty, gravelly sand. Cobbles were encountered in all of RH2's borings and evidence of potential boulders was noted in several borings. The site topography generally slopes downward to the east with a ground surface elevation of about 1,058 feet at the Washington Middle School football field to about elevation 1,026 feet at the proposed lift station. Depth to groundwater near the proposed lift station was measured in March 2016 by RH2 in observation wells MW -1, OW -1, and TW -1 to be about 10 feet below the ground surface (bgs). To the west of South 15th Street, as the ground surface elevation increases, deeper groundwater levels were encountered by RH2 ranging from 15 feet to 22.5 feet bgs. Groundwater surface elevations range from about 1,029 feet at the Washington Middle School football field to about elevation 1,016 feet at the proposed lift station. ENGINEERING ANALYSES AND RECOMMENDATIONS General Based on the subsurface conditions described by RH2 in the explorations and our understanding of the project, engineering studies were performed to develop conclusions and recommendations regarding the following: (1) excavation and temporary shoring, (2) loads on permanent structures and buried pipes, (3) foundation support, and (4) backfill placement and compaction. A discussion of our studies, analyses, conclusions, recommendations, and construction considerations is presented in the following sections. Excavation and Temporary Shoring The construction of the proposed lift station and installation of the gravity sewer and force main pipelines will require excavations with a depth of up to about 25 feet bgs. We anticipate that temporary shoring will be required for the proposed lift station and gravity sewer pipeline to limit disturbance to existing improvements such as streets, curbs, sidewalks, utilities, and structures. The design of temporary shoring systems and excavation slopes and the method of construction should be the responsibility of the Contractor. 21-1-22228-001-L1 f/wp/Ikn 21-1-22228-001 Mr. Steve Nelson RH2 Engineering, Inc. August 12, 2016 Page 4 of 11 Excavation SHANNON t.IVVILSON, INC. We anticipate that all excavations could be made using conventional excavating equipment such as rubber -tired backhoes or tracked hydraulic excavators. For the pipelines, trench widths should be wide enough to allow for safe worker access and for satisfactory placement and compaction of backfill materials. The trench widths should also conform to pipe manufacturer's recommendations. Temporary excavation slopes above the groundwater level may be possible where sufficient space is available to construct the slopes without impacting existing improvements such as streets, curbs, sidewalks, utilities, and structures. We anticipate that temporary excavation slopes will be limited to relatively shallow excavations on the lift station site. Consistent with conventional practice, temporary excavation slopes should be made the responsibility of the Contractor since the Contractor is able to observe full-time the nature and conditions of the subsurface materials encountered, including groundwater, and has the responsibility for methods, sequence, and schedule of construction. All temporary excavation slopes should be accomplished in accordance with local, state, and federal safety regulations. For planning purposes only, we recommend temporary excavation slopes be no steeper than 2 Horizontal to 1 Vertical. Temporary Shoring Systems As discussed previously, temporary shoring systems will be required for the excavation and installation of the proposed lift station and gravity sewers. For temporary shored excavations, construction practice in the region generally includes trench boxes, slide rail shoring systems, interlocking steel sheet piles, soldier piles and horizontal lagging, secant pile, and cutter soil -mix walls. Regardless of the method selected, the shoring system should provide adequate protection for workers and should prevent damage to adjacent utilities, streets, and other facilities. Design of temporary shoring systems and the means and methods of construction should be the responsibility of the Contractor, based on recommendations provided in the contract documents. In addition, it is normally the Contractor's responsibility to monitor the stability of shored excavations and take corrective measures if any deficiencies or potentially dangerous conditions are observed or encountered. The Contractor is also typically responsible for all damages related to instability and ground movements. 21-1-22228-00I-I.11/wp/Ikn 21-1-22228-001 Mr. Steve Nelson RH2 Engineering, Inc. August 12, 2016 Page 5 of 11 SHANNON 6WILSON, INC. Most of the proposed 21 -inch gravity sewer, from its western end (Station [Sta.] 0+00) to proposed manhole MH11 (Sta. 28+70) has an invert elevation between 1,020 and 1,031 feet. According to the information provided by RH2, the groundwater table is below the planned sewer invert elevation over this portion of the alignment. From MH 11 east to the proposed lift station, the invert elevation drops from 1,020 to 1,006 feet. Based on the information provided by RH2, the groundwater table is about elevation 1,016 to 1,018 feet in this portion of the alignment. For the portion of the gravity sewer where the excavation will be above the groundwater table (Sta. 0+00 to Sta. 28+70), we anticipate that temporary shoring will consist of trench boxes. The gravity sewer east of MH11 and the proposed lift station will require excavations up to about 25 feet deep with measured groundwater at about 10 feet bgs (elevation 1,016 to 1,018 feet). Temporary dewatering for this portion of the sewer alignment and the lift station will be designed or addressed by RH2. Depending on the details of the dewatering design, the temporary shoring system may need to be watertight. Examples of watertight shoring systems include sheet piles, secant pile, or cutter -soil mix walls. Alternatively, if some seepage through the face of the shoring system and groundwater drawdown in the vicinity of the excavation is acceptable, then a soldier pile and lagging system could be used. Based on our conversations with RH2, we understand that a watertight temporary shoring system will likely be used, with dewatering employed inside the excavation. To prevent instability of the base of the excavation, the shoring wall must extend deep enough to reduce the hydraulic gradient to an acceptable level. Therefore, the tip penetration depth of the temporary shoring will likely be controlled by the temporary dewatering system design. We understand RH2 will address this. Secant and cutter -soil mix walls are expensive to install; consequently, we expect the Contractor will likely select sheet pile walls. In our experience, pre -drilling for sheet pile installation will be required in the medium dense to very dense alluvial deposits with cobbles and boulders found in the Yakima area. In addition, pre -drilling sheet piles lessens the potential adverse impacts (e.g., vibration and settlement) of sheet pile installation compared to using vibratory methods. Temporary Shoring Design In general, all temporary shoring should be designed for lateral earth and surcharge pressures. Where watertight shoring is used (at the lift station, and for the gravity sewer east of 21-1-22223-001-L 1 f/wp/lkn 21-1-22228-001 Mr. Steve Nelson RH2 Engineering, Inc. August 12, 2016 Page 6 of 11 SHANNON bWILSON, INC. MH11, based on our understanding), it should also be designed for groundwater pressures. The total design pressure acting on the temporary shoring is the sum of these pressures. The recommended lateral earth and groundwater pressures for the proposed pump station temporary shoring design are shown in Figure 2. This figure presents pressures for cantilevered (i.e., no bracing) shoring walls and single braced shoring walls. Figure 2 assumes level backfill behind the shoring wall. If sloped backfill will be used, this will increase the lateral earth pressures and would require reevaluation by a geotechnical engineer. Where watertight shoring is used with temporary dewatering system within the excavation, the groundwater level will differ on opposite sides of the wall. This head difference and associated seepage pressures will affect the water pressure acting on the shoring wall. Water pressures for shoring design should be developed as part of the dewatering system design and added to the total lateral pressures as shown in Figure 2. Based on our communications with RH2, we understand RH2 will perform this seepage analysis and determine these water pressures. West of MH11, we anticipate the sewer line will be installed using a conventional trench box excavation system because, based on information provided by RH2, the excavations will not penetrate below the groundwater table. We recommend evaluating temporary lateral earth pressures for trench box shoring by applying an equivalent fluid weight of 28 pounds per cubic foot to the face of the trench box. Recommended lateral surcharge pressures are provided in Figure 4. The recommended lateral earth and surcharge pressures should be included into the contract plans. Figure 2 also includes the lateral resistance from passive pressures for the embedded portion of the shoring. The shoring design should consider providing adequate kickout resistance without causing undesirable lateral movement and disturbance to adjacent soils. Deeper embedment may be required for groundwater control purposes. Loads on Permanent Structures and Buried Pipes Permanent Structures Unyielding permanent buried structures, such as the proposed lift station, should be designed for lateral earth, groundwater, seismic, and surcharge pressures. The total design 2!-1-22228-001-L 1 f/wp/lkn 21-1-22228-001 Mr. Steve Nelson RH2 Engineering, Inc. August 12, 2016 Page 7 of 11 SHANNON &WILSON. INC. pressure acting on the structures is the sum of these pressures. The recommended lateral earth, groundwater, and seismic pressures for the permanent buried structure design are shown in Figure 3. Recommended lateral surcharge pressures are provided in Figure 4. We used the Mononobe-Okabe equation (American Association of State Highway and Transportation Officials [AASHTO], 2015)1 to estimate the equivalent fluid weight for seismic conditions. We used a horizontal seismic coefficient, kH, of 0.285 times gravity (g) for at -rest conditions. For at -rest conditions, kH is equal to the soil peak ground acceleration (PGA). We obtained the soil PGA for the site using the U.S. Geological Survey (USGS) Seismic Design Maps Web Application (USGS, 2016)2 for Site Class D conditions and American Society of Civil Engineers (ASCE) 7-10 (ASCE, 2013)3 seismic ground motion criteria. Manholes We understand that concrete manholes will be installed along the new gravity sewer alignment. An unyielding, precast manhole above the groundwater level should be designed to resist an at -rest lateral earth pressure using an equivalent fluid density of 60 pounds per cubic foot (pcf). Unyielding precast manholes below the groundwater level should be designed to resist an at -rest lateral earth pressure using an equivalent fluid density of 90 pcf. In our experience, unyielding, precast manholes that extend both above and below the groundwater level are typically designed using an equivalent fluid density of 90 pcf. The recommended at -rest lateral earth pressures are based on the assumption that a well -compacted structural fill, meeting the gradational requirements specified in 9-03.14(1), Gravel Borrow of the Washington State Department of Transportation (WSDOT) and American Public Works Association (APWA) Standard Specifications (WSDOT and APWA, 2015),4 will be placed around the manholes. American Association of State Highway and Transportation Officials (AASHTO), 2015, AASHTO LRFD bridge design specifications: U.S. customary units (7th ed. with 2015 interim revisions): Washington, D.C., AASHTO, 1 v. 2 U.S. Geological Survey (USGS), 2016, Seismic Design Maps Web Application: accessed November 18, 2015, available: http://earthquake.usgs.gov/designmaps/us/application.php. 3 American Society of Civil Engineers (ASCE), 2013, Minimum design loads for buildings and other structures (3rd printing): Reston, Va. American Society of Civil Engineers, ASCE Standard ASCE/SEI 7-10. 4 Washington State Department of Transportation (WSDOT) and American Public Works Association (APWA), 2015, Standard specifications for road, bridge, and municipal construction (M41-10), 2016: Olympia, Wash., Washington State Department of Transportation, 1 v. 21-1-22228-001-L l f/wp/lkn 21-1-22228-001 Mr. Steve Nelson RH2 Engineering, Inc. August 12, 2016 Page 8 of 11 Buried Pipes NON &WILSON, INC. General recommendations regarding backfill and surcharge loading on buried pipes are presented in Figure 5. We anticipate that trenching would be used to install the proposed sewer pipe; therefore, Case (a) for a conduit in a trench would likely apply. We recommend that the effect of backfill loads, as shown in Figure 5 from Case (a) and the H-20 live load shown in Case (b), be added (where appropriate) to obtain the total load on the pipe under vehicular traffic. We recommend using a unit weight for the structural backfill of 130 pcf. Foundation Support Proposed Lift Station The base of the proposed lift station will be about 23 feet deep in medium dense to very dense alluvial sand and gravel deposits. These soils are considered to be suitable for foundation support. For design purposes, we recommend a net allowable bearing capacity of 3,500 pounds per square foot (psf) be used for the proposed lift station. The estimated settlement of the proposed lift station is about 1/2 inch with a differential settlement across the structure of less than inch. Settlement is expected to occur as loads are applied during construction. Friction along the base of the proposed lift station can be estimated using a coefficient of friction of 0.45 between the concrete and alluvial sand and gravel deposits. The allowable lateral passive resistance for the embedded portion of the structure, which includes a factor of safety of 1.5, can be estimated using an equivalent fluid density of 440 pcf. Gravity Sewer and Manholes The new gravity sewer and manholes are founded on medium dense to very dense sand and gravel alluvium. We consider this deposit to be a suitable foundation soil for pipelines and manholes. Settlement due to construction disturbance of subgrade soils and placement of the pipeline, manholes, and backfill is expected to be about '/2 or less. We recommend a net allowable bearing capacity of 3,500 psf. Friction along the base of the structures can be estimated using a coefficient of friction of 0.45 between the concrete and subgrade soil. Liquefaction Potential Liquefaction is a phenomenon in which the strength and stiffness of a saturated soil is reduced by earthquake shaking or other rapid loading. As a result, ground settlement and bearing failures 21- I -22228-00 I -L l f/wp/lkn 21-1-22228-001 Mr. Steve Nelson RH2 Engineering, Inc. August 12, 2016 Page 9 of 11 SHANNON IiWILSON, INC. may occur. Based on the boring logs prepared by RH2, the saturated alluvium at the site consists of dense to very dense sand and gravel. The potential for liquefaction for this soil type and density is low. Backfill Placement and Compaction All backfill material should consist of a well -graded mixture of sand and gravel, free of organics, debris, and rubbish. Backfill recommendations for various uses in the project are provided in the following sections. Onsite soil from the trench and lift station excavations may be used as backfill provided it meets the requirements for its intended use as described in the following sections. Screening of onsite material could be used to modify its gradation to meet requirements. Pipe Bedding We recommend that the pipe bedding consist of imported granular bedding material meeting the gradational requirements specified in 9-03.12(3), Gravel Backfill for Pipe Zone Bedding of the WSDOT and APWA Standard Specifications (WSDOT and APWA, 2015).4 The bedding should extend a minimum of 6 inches below the bottom of the pipe and up to 12 inches above the top of the pipe. Subsequent Trench Backfill We recommend that the subsequent trench backfill, above the pipe bedding materials, meet the gradational requirements specified in 9-03.14(1), Gravel Borrow of the WSDOT Standard Specifications (WSDOT and APWA, 2015).4 Structural Backfill Structural backfill beneath and around permanent structures and manholes should meet the gradational requirements specified in 9-03.14(1), Gravel Borrow of the WSDOT Standard Specifications (WSDOT and APWA, 2015).4 Placement and Compaction All fill should be placed in layers and systematically compacted to a dense, unyielding condition. In general, the thickness of soil layers before compaction should not exceed 8 inches 21 -1 -22228 -001 -LI f/wp/I kn 21-1-22228-001 Mr. Steve Nelson RH2 Engineering, Inc. August 12, 2016 Page 10 of 11 SHANNON &WILSON, INC. for heavy, self-propelled, compaction equipment and 4 inches for hand -operated, mechanical compactors. Pipe bedding should be carefully worked under the pipe by means of slicing with a shovel, vibration, tamping, or other approved method. Heavy mechanical compaction equipment should not be allowed over the pipe until the pipe bedding is at least 12 inches above the top of pipe. The pipe bedding and subsequent backfill should be placed in uniform lifts and compacted to a dense and unyielding condition and to 90 percent of the Modified Proctor dry density based on the moisture density relationship for the material developed using ASTM International (ASTM) D1557 Method C (ASTM, [current edition]),5 except beneath paved areas where 95 percent compaction is recommended. All structural fill should be compacted to 95 percent of its Modified Proctor dry density. LIMITATIONS The analyses, conclusions, and recommendations contained in this letter are based on site conditions as they presently exist and as interpreted by RH2 on their boring logs, and further assume that the explorations performed by RH2 are representative of the subsurface conditions throughout the site; that is, the subsurface conditions everywhere are not significantly different from those disclosed by the explorations. If subsurface conditions different from those encountered in the explorations are encountered or appear to be present during construction, we should be advised at once so that we can review these conditions and reconsider our recommendations, where necessary. If there is a substantial lapse of time between the submission of this letter and the start of construction at the site, or if conditions have changed because of natural forces or construction operations at or adjacent to the site, we recommend that we review our letter to determine the applicability of the conclusions and recommendations. Within the limitations of scope, schedule, and budget, the analyses, conclusions, and recommendations presented in this letter were prepared in accordance with generally accepted professional geotechnical engineering principles and practice in this area at the time this letter was prepared. We make no other warranty, either express or implied. These conclusions and recommendations were based on our understanding of the project as described in this letter and the site conditions as interpreted by RH2 and provided to us. 5 ASTM International )(ASTM) [current edition], Standard test methods for laboratory compaction characteristics of soil using modified effort (56,000 ft-lbf/ft3 (2,700 kN-m/m3)), D1557: West Conshohocken, Pa., ASTM International, Annual book of standards, v. 04.08, soil and rock (I): D420 - D5876, available: www.astm.org. 21-1-22228-001-L1f/wp/Ikn 21-1-22228-001 Mr. Steve Nelson RH2 Engineering, Inc. August 12, 2016 Page 11 of 11 NON &MLSON, INC. Unanticipated soil conditions are commonly encountered and cannot be fully determined by merely taking soil samples from test borings. Such unexpected conditions frequently require that additional expenditures be made to attain a properly constructed project. Therefore, some contingency fund is recommended to accommodate such potential extra costs. This letter was prepared for the exclusive use of the City and RH2 in the design of the Beech Street lift station and gravity sewers. The letter should be provided to the contractors for their information, but our letter, conclusions, and interpretations should not be construed as a warranty of subsurface conditions included in this letter. The scope of our present work did not include environmental assessments or evaluations regarding the presence or absence of wetlands, or hazardous or toxic substances in the soil, surface water, groundwater, or air, on or below or around this site, or for the evaluation or disposal of contaminated soils or groundwater should any be encountered. Shannon & Wilson, Inc. has prepared and included an enclosure, "Important Information About Your Geotechnical/Environmental Report," to assist you and others in understanding the use and limitations of our reports. Please contact me at (206) 695-6850 if you have any questions about this letter. Sincerely, SHANNON & WILSON, INC. Michael D. Harney, PE Associate OTH:MDH:MSK/oth Enc: Figure 1 — Site and Existing Exploration Plan Figure 2 — Lateral Pressures for Watertight Temporary Cantilevered and Single Braced Shoring Figure 3 — Recommended Lateral Pressures for Permanent Lift Station Walls Figure 4 — Recommended Surcharge Loading for Temporary and Pei manent Walls Figure 5 — Loads on Buried Utilities Important Information About Your Geotechnical/Environmental Report 21-1-22228-001-L I f/wp/lkn 21-1-22228-001 — E/ OM N w MB NM N ■w — I MN r ow gm i am MP NOTE: Exploration locations are shown as provided by RH2, and should be considered approximate. JeM I1!neJO you!-oc T (D CD J MeS /3!neJ O you! - 6Z • • Approximate Location of Existing Boring O O O O O O Approximate Location of Existing Groundwater Observation Well r m G) m z v -n L00-8ZZZZ-1.-I,Z D z 0 x rz � Z rn X r O 0 z 0 N 03 cn CD CD Q CO (D (D 0 0) m co Temp Braced Shoring 0 >, J Filename: J:\211\22228-001\21-1-22228-001 LEP.dwg Recommended Lateral Pressures for Cantilever Wall Surcharge Load Varies (See Note 7) a Water Pressure (See Note 2) dw Sloping Backfill Option (See Note 7) Pile Bottom of Excavation • • • • Ignore Passive Resistance in Upper 2 Ft. 15(H+D-dw) 28dw Active Earth Passive Earth Pressure Pressure 440D NOTES 1. Pressure expressions are in pounds per square foot (psf). D 2. If the groundwater levels differ on opposite sides of the shoring wall, then the effects of seepage should be accounted for in determining the water pressure. Water pressures acting on the wall should be evaluated as part of the dewatering system design. Earth, water, and surcharge pressures to be combined. 3. Passive pressures include a factor of safety of 1.5. 4. For braced walls, embedment for kickout resistance should be determined by horizontal force equilibrium below the lowest brace. 5. Below the bottom of the excavation, active pressures should be assumed to act over the width of the pile (B) and passive pressures over twice the width of the pile (2B) for soldier pile and lagging system. 6. The total lateral pressure is the sum of the active earth, water, and lateral surcharge pressures (see Figure 4). 7. For sloping backfill condition, the slope surcharge can be approximated using Diagram D in Figure 4. Assume y = 130 pcf and Hs = the cut slope height. or Internal Bracing Level H D Recommended Lateral Pressures for Shoring Wall with One Row of Bracing Sloping Backfill Option (See Note 8) Surcharge Load Varies (See Note 7) Full Wall 7- Height Option Ht Shoring Wall Bottom of Excavation ✓ ►vim— 28H / ✓ 1 5(H-dw) d /� Ignore Passive 1 � Resistance in Upper 2 Ft. Um- 440D Passive Earth Pressure LEGEND H Depth of Excavation Below Present Ground Surface, Feet H1 Depth to Internal Brace Below Present Ground Surface, Feet D Depth of Pile Embedment Below Bottom of Excavation, Feet B Soldier Pile Diameter, Feet d Zone in Which Passive Pressure Should Be Ignored. Recommend d = 2 Feet dw Depth to Groundwater, Feet Groundwater Level 2/3 H1 1/3 H 2/3 (H -H1) hw Active Earth Pressure \`;\\`;\\ Water Pressure (See Note 2) Not to Scale Beech Street Lift Station and Gravity Sewer Yakima, Washington LATERAL PRESSURES FOR WATERTIGHT TEMPORARY CANTILEVERED AND SINGLE BRACED SHORING August 2016 21-1-22228-001 SHANNON & WILSON, INC. Geotechnical and Environmental Consultants FIG. 2 U N c J co N as 0 Surcharge Load Varies (See Note 4) H Pump Station Wall j X Medium dense to very dense, Sand & Gravel yT = 130 pcf =38° Ko = 0.38 Kae = 0.59 v hw NOTES 1. The lateral pressure units are in pounds per square foot (psf). 2. The lateral earth pressures provided assume at -rest earth pressure conditions (the wall moves less than 0.001 x H). 3. Water and earth pressures are to be combined; the values shown above assume a horizontal backslope. 4. Surcharge pressures should be added as required. See Figure 4 for additional details. 5. Permanent wall design should consider seismic loading. Under seismic loading condition, a seismic incremental pressure, as shown, should be added to the static earth pressures. The seismic incremental pressure is based on a peak ground acceleration of 0.285g 50X IN 26h,, Static At -Rest Earth Pressure or 77X Seismic Pressure (See Note 5) 40hw� LEGEND X = Design Depth of Groundwater Below Ground Surface (ft.) yw = Unit Weight of Water = 62.4 pcf hw = Height of Water (ft.) V = Groundwater Level H = Height of Wall/Excavation (ft.) YT Total Unit Weight of Soil Above Groundwater Level (pcf) Ko = Coefficient of Lateral Earth Pressure At -Rest (unitless) = Soil Effective Stress Friction Angle (deg.) Q hw Water Pressure Not to Scale Beech Street Lift Station and Gravity Sewer Yakima, Washington RECOMMENDED LATERAL PRESSURES FOR PERMANENT LIFT STATION WALLS August 2016 21-1-22228-001 SHANNON SWLSON, INC. GEOTECHNICALAM0 ENVIRONMENTAL CONSULTANTS FIG. 3 Author: bac co 0 cO0 0 File: J:\211\22228-001\21-1-22228-001 Surcharges.dwg x = mH Bottom of Excavation Point Load in Pounds (see Note 3) GH (psf) aH = Lateral Pressure ELEVATION VIEW QP 2 For m <_ 0.4: aH = 0.28 H2 (0.16 + n2)3 (psf) (see Note 3) Op m2n2 For m > 0.4: aH = 1.77H2 (m2 + n2)3 (psf) aH ., aH 11. a'H = aH cost (1.10) (psf) Point Load in Pounds QP PLAN VIEW A) LATERAL PRESSURE DUE TO POINT LOAD i.e. SMALL ISOLATED FOOTING OR WHEEL LOAD (NAVFAC DM 7.2, 1986) x = mH H z=nH Bottom of Excavation r r r rrr - r r MEW • \' Line Load in Pounds/Foot (see Note 3) GH (psf) ELEVATION VIEW For m <_ 0.4: aH = 0.20 Oi H (0.16n+ n2)2 (psf) (see Note 3) For m > 0.4: aH = 1.28 01 m2n 2 2 (psf) H (m +n) B) LATERAL PRESSURE DUE TO LINE LOAD i.e. NARROW CONTINUOUS FOOTING PARALLEL TO WALL (NAVFAC DM 7.02, 1986) Bearing Pressure q (psf) rin radians aH = 2g ((3 - sin 13 cos2a) (psf) C) LATERAL PRESSURE DUE TO STRIP LOAD (derived from Fang, Foundation Engineering Handbook, 1991) Bottom of Excavation Note: W 5 33° Hs <_ 15 Feet y = Unit Weight of Earth Berm Bottom of Excavation N. N. \� aH _ (K)(Y)(Hs) 2 (see Note 4) EARTH BERM qs (Psf) aH = (K)qs (see Note 4) UNIFORM SURCHARGE D) LATERAL PRESSURE DUE TO EARTH BERM OR UNIFORM SURCHARGE (derived from Poulos and Davis, Elastic Solutions for Soil and Rock Mechanics, 1974; and Terzaghi and Peck, Soil Mechanics in Engineering Practice, 1967) Depth Factor, Z/B 0.0 0.5- .5- 1 .0 — 1.0- 1.5- 1.5- 2.0 2.0 — IP, Influence Factor 0 0.5 1.0 2B = 0.5 L =1 26 = 0.25 26 L� 2B Lateral Footing Pressure on Wall \_ aH = 2O) QS Wall Line �nIIlllllgl II!III!IIIIIIIIIIIIInIII1. ! B aH E) LATERAL PRESSURE DUE TO ADJACENT FOOTING (see Notes 5 and 6) (derived from NAVFAC DM 7.02, 1986; and Sandhu, Earth Pressure on Walls Due to Surcharge, 1974) Bearing Pressure Os v2 L�2 NOTES 1. Figures are not drawn to scale. 2. Applicable surcharge pressures should be added to appropriate permanent wall lateral earth and water pressure. 3. If point or line loads are close to the back of the wall such that m 5 0.4, it may be more appropriate to model the actual load distribution (i.e., Detail E) or use more rigorous analysis methods. 4. For pump station walls, use k = 0.38 (assumes at -rest condition). For temporary shoring, use K=0.22 (assumes active condition). 5. The stress is estimated on the back of the wall at the center of the length, L, of loading. 6. The estimated stress is based on a Poisson's ratio of 0.5. Beech Street Lift Station and Gravity Sewer Yakima, Washington RECOMMENDED SURCHARGE LOADING FOR TEMPORARY AND PERMANENT WALLS August 2016 21-1-22228-001 SANpOoNFinWSONNC.e FIG. 4 4 3 2 U 0 2 4 6 8 10 HIB (a) CW FOR CONDUIT IN A TRENCH HEIGHT OF COVER OVER CONDUIT (ft) 20 16 12 8 4 0 0 400 800 1200 1600 2000 2400 (b) VERTICAL PRESSURE DUE TO H-20 LIVE LOAD ON CONDUIT (PSF) NOTES 1. W = Total Dead Load per Unit Length. 2. For trench backfill, Figure 5(a): W=Cw(y)(B)2 where: y = Soil Unit Weight. B = Trench Width at Top of Pipe Level. 3. Live loads of Figure 5(b) include effect of impact. 4. This figure was reproduced from figures presented in the NAVFAC DM7. Beech Street Lift Station and Gravity Sewer Yakima, Washington LOADS ON BURIED UTILITIES August 2016 21-1-22228-001 SHANNON &WILSON, INC. FIG. 5 ODD/TECHNIC. AXD ENVIRONMENTAL CONSULTAXTS -111 SHANNON & WILSON, INC. Geotechnical and Environmental Consultants Attachment to and part of Report 21-1-22228-001 Date: August 12, 2016 To: Mr. Steve Nelson RH2 Engineering, Inc. 1 IMPORTANT INFORMATION ABOUT YOUR GEOTECHNICAL/ENVIRONMENTAL REPORT CONSULTING SERVICES ARE PERFORMED FOR SPECIFIC PURPOSES AND FOR SPECIFIC CLIENTS. IConsultants prepare reports to meet the specific needs of specific individuals. A report prepared for a civil engineer may not be adequate for a construction contractor or even another civil engineer. Unless indicated otherwise, your consultant prepared your report expressly for you and expressly for the purposes you indicated. No one other than you should apply this report for its intended purpose without first conferring with the consultant. No party should apply this report for any purpose other than that originally Icontemplated without first conferring with the consultant. THE CONSULTANTS REPORT IS BASED ON PROJECT -SPECIFIC FACTORS. IA geotechnical/environmental report is based on a subsurface exploration plan designed to consider a unique set of project -specific factors. Depending on the project, these may include: the general nature of the structure and property involved; its size and configuration; its historical use and practice; the location of the structure on the site and its orientation; other improvements such as Iaccess roads, parking lots, and underground utilities; and the additional risk created by scope -of -service limitations imposed by the client. To help avoid costly problems, ask the consultant to evaluate how any factors that change subsequent to the date of the report may affect the recommendations. Unless your consultant indicates otherwise, your report should not be used: (1) when the nature of Ithe proposed project is changed (for example, if an office building will be erected instead of a parking garage, or if a refrigerated warehouse will be built instead of an unrefrigerated one, or chemicals are discovered on or near the site); (2) when the size, elevation, or configuration of the proposed project is altered; (3) when the location or orientation of the proposed project is modified; (4) when there is a change of ownership; or (5) for application to an adjacent site. Consultants cannot accept responsibility for problems that 1 may occur if they are not consulted after factors which were considered in the development of the report have changed. SUBSURFACE CONDITIONS CAN CHANGE. ISubsurface conditions may be affected as a result of natural processes or human activity. Because a geotechnical/environmental report is based on conditions that existed at the time of subsurface exploration, construction decisions should not be based on a report whose adequacy may have been affected by time. Ask the consultant to advise if additional tests are desirable before construction starts; for Iexample, groundwater conditions commonly vary seasonally. Construction operations at or adjacent to the site and natural events such as floods, earthquakes, or groundwater fluctuations may also Iaffect subsurface conditions and, thus, the continuing adequacy of a geotechnical/environmental report. The consultant should be kept apprised of any such events, and should be consulted to determine if additional tests are necessary. MOST RECOMMENDATIONS ARE PROFESSIONAL JUDGMENTS. ISite exploration and testing identifies actual surface and subsurface conditions only at those points where samples are taken. The data were extrapolated by your consultant, who then applied judgment to render an opinion about overall subsurface conditions. The actual interface between materials may be far more gradual or abrupt than your report indicates. Actual conditions in areas not sampled may differ from those predicted in your report. While nothing can be done to prevent such situations, you and your consultant can work together to help reduce their impacts. Retaining your consultant to observe subsurface construction operations can be particularly beneficial in this respect. 1 ' Page 1 oft 1/2016 A REPORT'S CONCLUSIONS ARE PRELIMINARY. The conclusions contained in your consultant's report are preliminary because they must be based on the assumption that conditions revealed through selective exploratory sampling are indicative of actual conditions throughout a site. Actual subsurface conditions can be discerned only during earthwork; therefore, you should retain your consultant to observe actual conditions and to provide conclusions. Only the consultant who prepared the report is fully familiar with the background information needed to determine whether or not the report's recommendations based on those conclusions are valid and whether or not the contractor is abiding by applicable recommendations. The consultant who developed your report cannot assume responsibility or liability for the adequacy of the report's recommendations if another party is retained to observe construction. THE CONSULTANTS REPORT IS SUBJECT TO MISINTERPRETATION. Costly problems can occur when other design professionals develop their plans based on misinterpretation of a geotechnical/environmental report. To help avoid these problems, the consultant should be retained to work with other project design professionals to explain relevant geotechnical, geological, hydrogeological, and environmental findings, and to review the adequacy of their plans and specifications relative to these issues. BORING LOGS AND/OR MONITORING WELL DATA SHOULD NOT BE SEPARATED FROM THE REPORT. Final boring logs developed by the consultant are based upon interpretation of field logs (assembled by site personnel), field test results, and laboratory and/or office evaluation of field samples and data. Only final boring logs and data are customarily included in geotechnical/environmental reports. These final logs should not, under any circumstances, be redrawn for inclusion in architectural or other design drawings, because drafters may commit errors or omissions in the transfer process. To reduce the likelihood of boring log or monitoring well misinterpretation, contractors should be given ready access to the complete geotechnical engineering/environmental report prepared or authorized for their use. If access is provided only to the report prepared for you, you should advise contractors of the report's limitations, assuming that a contractor was not one of the specific persons for whom the report was prepared, and that developing construction cost estimates was not one of the specific purposes for which it was prepared. While a contractor may gain important knowledge from a report prepared for another party, the contractor should discuss the report with your consultant and perform the additional or alternative work believed necessary to obtain the data specifically appropriate for construction cost estimating purposes. Some clients hold the mistaken impression that simply disclaiming responsibility for the accuracy of subsurface information always insulates them from attendant liability. Providing the best available information to contractors helps prevent costly construction problems and the adversarial attitudes that aggravate them to a disproportionate scale. READ RESPONSIBILITY CLAUSES CLOSELY. Because geotechnical/environmental engineering is based extensively on judgment and opinion, it is far less exact than other design disciplines. This situation has resulted in wholly unwarranted claims being lodged against consultants. To help prevent this problem, consultants have developed a number of clauses for use in their contracts, reports, and other documents. These responsibility clauses are not exculpatory clauses designed to transfer the consultant's liabilities to other parties; rather, they are definitive clauses that identify where the consultant's responsibilities begin and end. Their use helps all parties involved recognize their individual responsibilities and take appropriate action. Some of these definitive clauses are likely to appear in your report, and you are encouraged to read them closely. Your consultant will be pleased to give full and frank answers to your questions. The preceding paragraphs are based on information provided by the ASFE/Association of Engineering Firms Practicing in the Geosciences, Silver Spring, Maryland Page 2 of 2 1/2016 APPENDIX C LOCAL BORING LOGS 1 1 1 e--,1; 0" DEPARTMENT OF ECOLOGY Construction/Decommission ("x" in circle) WATER WELL REPORT Original & I° copy — Ecology,.2°" copy — owner, 3n° copy — driller State of WathIngton ❑ Construction 4 69' 3 9 0 ® Decommission ORIGINAL INSTALLATION Notice. of Intent Number PROPOSED USE: '❑ Domestic 0 Industrial 0 Municipal 0 DeWater 0 Irrigation 0 Test Well 0 Other TYPEOF WORK: Owner's number of well (if more than one) ❑ New well 0 Reconditioned Method : 0 Dug 0 Bored 0 Driven ❑ Deepened 0 Cable 0 Rotary 0 Jetted DIMENSIONS: Diameter of well 6 inches, drilled ft. Depth of completed well 68 ft. CONSTRUCTION DETAILS Casing 0 Welded " Diam. from ft. to ft. Installed; 0 Liner -installed " Diam. from ft. to ft. 0 Threaded " Diam. From ft. to ft. Perforations: El Yes 0 No Type of perforator. used Star SIZE of perfs 1/4 in. by 1 in. and no. of perfs 1000from 5 ft. to 55 ft. Screens: 0 Yes 0 No 0 K-Pac Location Manufacturer's Name Type Model No. Diam. Slot size from ft. to ft. Diam. Slot size from ft. to ft: Gravel/Filter packed: 0 Yes 0 No Size of gravel/sand Materials placed from ft. to ft. Surface Seal: ❑ Yes 0 No To what depth? ft. Material used in seal Did any strata contain unusablewater? 0 Yes .0 No Type of water? Depth of strata Method of sealing strata off PUMP: Manufacturer's Name Type: H.P. WATER LEVELS: Land -surface elevation above mean sea level ft. Static level 11 ft. below top of well Date -10/31 /2012 Artesian pressure lbs. per square inch Date Artesian water is controlled by (cap, valve, etc.) WELL TESTS:. Drawdown is amount water- level is lowered below static level Was a pump test -made? 0 Yes 0 No If -yes, by whom? Yield: gal./min. with ft. drawdown after hrs. Yield: gal./min. with ft. drawdown after hrs. Yield: gal./ruin. with ft. drawdown after hr's. Recovery data (time taken os zero when pump turned of)) (water level measured fmm well top to water level) Time Water Level Time Water Level Time Water Level Pressure Grout Date of test Bailer test gal./min. with ft. drawdown after hrs. Airtest gal./min. with stem set at ft. for hrs. Artesian Flow g.p.m. Date Temperature of water .Was a chemical analysis made? 0 Yes 0 No CURRENT Notice.of intent No. AE19528 Unique Ecology Well ID Tag No. Water Right Permit No. Property Owner Name Vaughnbay Construction Well Street Address City Yakima 1604 Beech Street County Yakima Location NE1/4-1/4 SW1/4 Sec 20 Twn 13 R 19 EWM (s, t, r Still REQUIRED) or WWM ❑ Lat/Long Lat Deg Lat Min/Sec Long Deg Long Min/Sec Tax Parcel No. (Required) 19132031447 CONSTRUCTION OR DECOMMISSION PROCEDURE Formation: Describe by color, character, size of material and structure, and the kind and nature of the material in each stratum penetrated, with at least one entry for each change of information. (USE ADDITIONAL SHEETS IF NECESSARY.) MATERIAL. FROM TO Sounded well depth @ 68 Sounded static level @ 11 Perforate (refusal @ 55 ft) 5 55 Pressure Grout 8 bags Bentonite Quik -Grout Remove 6 in Casing 5 ft below ground level IS 01- / v 3ereivort ,\ �1 DEC 032017 e / Start Date 10/31/2012 Completed Date 10/31/2012 WELL CONSTRUCTION CERTIFICATION: 1 constructed and/or accept responsibility for construction of this well, and its compliance with all Washington well construction standards. Materials used and the information reported above are true to my best knowledge and belief. ® Driller 0 Engineer 0 Trainee Name SPrint) Michael Robinson Drilling Company Robinson Drilling & Development, Inc. Driller/Engineer/Trainee Signature Driller or trainee License No. 1544 IF TRAINEE: Driller's License No: Driller's Signature: Address 4902 Viewland Drive City, State, Zip Yakima , WA, 98908 Contractor's Registration No. ROBINDD9380E Date 11/01/2012 ECY 050- I -20 (Rev 02/10) If you need this document in an alternate format, please call the Water Resources Program at 360-407-6872. Persons with hearing loss can cal/ 711 for Washington Relay Service. Persons with a speech disability can call 877-833-6341. I IIC L/CFlae LIIICI IL WI L.y..vevLUy 4.111JCZ, I11%./ a VVaI a auILy LI IC vaLa aeoaelve LI IC eeeeve mauve' voI 1.111Z VVVII eACwe L. RESOURCE PROTECTION WELL REPORT (SUBMIT ONE WELL REPORT PER WELL INSTALLED) Construction/Decommission 31,-a s I Z_ IX Construction DDecommission ORIGINAL INSTALLATION Notice of Intent Number Consulting Firm Herrera Environmental Consultants, Inc. Unique Ecology Well ID Tag No. WELL CONSTRUCTION CERTIFICATION: I constructed and/or accept responsibility for construction of this well, and its compliance with all Washington well construction standards Materials used and the information reported above are true to my best knowledge and belief IDriller Trainee Name (Print) Royey Brosse Driller/Trainee Signature Driller/Trainee License No. 2182 If trainee, licesned drillers' Signature and License No. Construction/Design Property Owner Site Address City Yakima County Yakima IEWM 1 Location 1/4 NE 1/4 SW Sec 20 Twn 13N R 19E or WWM 1 CURRENT Notice of Intent No. EE01225 Type of Well EX Resource Protection DGeotechnical Soil Boring Superior Asphalt 2000 E Beech St Lat/Long (s,t,r Lat Deg still Required) Long Deg Tax Parcel No. x x Lat Min/Sec Long Min/Sec 19132042001 1 1 1 Cased orUncased Diameter ( / Work/Decommision Start Date Static Level 7 ( 1 I /"-/-0 1 Work/Decommision Completed Date Well Data W09-564 Formation Description Scale 1” = Page of ECY 050-12 (Rec=v 2(01) 1 1 1 1 1 1 1 1 1 1 1 G— CONCRETE SURFACE SEAL aFT 0 - Q FT ;; i: _ E� :4,,i,,..,., `; : ,' ... :,; ;.:�\.\� .• ., . : ';"',.. •' / 2A -u 0 - % % FT -'a,�a•�1o��>sr�\\v �\\���;msa\\,\mss• ,.%„.,::.: :....>::..,.:.. a\.\\�.•.::��\\\ kms :; ; ....... BACKFILL % FT 4 0 - FT DEPTH OF BORING / 7 FT DEC 0 4 2009 'DEPARTMENT OF ECOId)GV • i ENTRgL RE610NpI,QfA� d Scale 1” = Page of ECY 050-12 (Rec=v 2(01) 1 1 1 1 1 1 1 1 1 1 1 1 RESOURCE PROTECTION WELL REPORT (SUBMIT ONE WELL REPORT PER WELL -INSTALLED) 3 , Construction/Decomniiission ❑X Constriction, Decommission ORIGINAL INSTALLATION Notice of Intent. Number 5 3la?sl3 Consulting Finn Herrera Environmental Consultants; Inc. Unique Ecology Well ID Tag No. WELL CONSTRUCTION CERTIFICATION: I constructed and/or•accept responsibility -for construction of this well, and its compliance with all Washington.weil constriction standards Materials -used and the information reported•above are true to my best knowledge and belief alhiller ❑Trainee•Nainv(Print) n —{�—Ro ey LaBrosse Dri11er/,Trainee Signature- Driller/Trainee License No. If trainee, licesned drillers' Signature and License No. 2182 'Construction/Design 5 1 1 1 CURRENT Notice of Intent No. Type of Well EResource Protection Geotechnical Soil Boring Property Owner Superior Asphalt Site Address 2000 E Beech St City Yakima County Yakima IES 1 Location 1/4 NE i/4 SW Sec 20 Twn 13N R 19E or WWM LatiLong.(s,t,r Lat Deg x Lat Min/Sec still Required) Long Deg x Long Min/Sec .EE0.1225 Tax Parcel No. 19132042001 Cased or Uncased Diameter (� Work/Decommision Start Date Static Level % t1—t-I—U 7 Work/Decommision Completed Date Well Data W09-564 Formation Description CONCRETE SURFACE SEAL. FT BACKFILL DEPTH OF BORING / FT 0 17 FT 0 FT 0 FT RECEIVE® DEC 0 4 7nnq DEPPR1loi OF ECOLOGY - CENTRAL REGO%OFA Scale 1' _' Page of ECY 050-12 (Recw 2/01) J RESOURCE PROTECTION WELL REPORT ▪ Construction/Decommission 36aS se „Construction 1) (SUBMIT ONE WELL REPORT PER WELL INSTALLED) 3 5 I IIC ✓C'JaI LIIICI IL VI I_L. JIvyy aavCO, IYv I veal I a11Ly LI IC ✓aLa allairvl LI IC IIIIVI II „Decommision ORIGINAL INSTALLATION Notice of Intent Number Consulting Firm Herrera.Environmental Consultants,.Inc. Unique Ecology Well ID Tag No. WELL CONSTRUCTION CERTIFICATION: 1 constricted and/or accept responsibility for construction of this, well, and its compliance with all Washington well construction standards Mateiial's'iused and the information reported above are true to my best knowledge and belief XE Driller DTrainee.Name (Print) v. d y LaBrosse Driller/Trainee Signature Driller/Trainee License No. If trainee, licesned,drillers' Signature and License No. Construction/Design Property Owner Site. Address City CURRENT Notice of Intent No. EE01225 Type of Well „Resource.Protection Geotechnical Soil Boring Superior Asphalt 2000 E Beech St Yakima County Location Yakima 1/4 NE 1/4 SW Sec 20 Twn 13N R Lat/Long (s,t,r Lat Deg still Required) Long Deg Tax Parcel No. x x Lat Min/Sec Long Min/Sec 19132042001 ,EWM I 19E or WWM x Cased.or:Unca sed• Diameter Work/Decommision Start Date W.ork7Decommision Completed Date Well Data W09-564 Static Level Formation Description CONCRETE SURFACE SEAL BACKFILL FT DEPTH OF BORING FT FT 0 0 -miiel_.3 v FT 0 FT RECEIVED DEC 0 4 2009 OEA RTMENTOFECOLOGY-CENTRAL REGIONAL Ofd Scale 1" Page ECY 050-12 (Rec=v 2/01) 1 RESOURCE PROTECTION WELL REPORT CURRENT (SUBMIT ONE WELL REPORT PER WELL INSTALLED) Notice ofIntent,No. EE01225 Construction/Decommission Type of Well ,EIConstruction 36aq IS EResource Protection 11Decomrnision ORIGINAL INSTALLATION Notice ofIntent Nunibei. Property Owner Site Address Consulting Firm Herrera .Environmental Consultants, Inc. City Unique Ecology Well ID Tag NO,. WELL CONSTRUCTION CERTIFICATION: I'constructed and/or accept respnniibility.for constructionof this well, andits complianae.with all Washingtonwell construction stsnclards Materials used and the inforinidion repOrted above are tri,te to my best knowledge and belief Driller OTraineeliarriv(Print) y:LaBrosse Driller/Trainee Signature Driller/Trainee LicenseNo. 2182 If trainee, licesned drillers' Signature and License -No. CpristructioniDesi gn Geotedinical SoilBoring. Superior Asphalt 2000 E Beech St Yakima County Yakima IEI Location 1/4 NE 1/4 SW Sec 26 Twn 13N R 19E or WWM Lat/Long (s;t,r LatDeg Lat Min/Sec still Required) Long Deg x Long Min/Sec Tax Parcel No. 19132042001 Cased or Uncased:Diameter Work/DecommisionStart Date Work/Decommision Completed Date Well Data W09-564• Static Level Formation Description -7' CONCRETE SURFACE SEAL. „Z FT BACKFILL /3 FT ai DEPTH OF BORING FT 0 3- 0 'FT 0 FT RECEIVE DEC 0 4 2009 DEPARTMENT OF ECIROGY CENTRAL REGIONAL HU Scale 1" = 1 Page of ECY 050:12 (Rec=v.2/01) RESOURCE PROTECTION WELL REPORT (SUBMIT ONE WELL REPORT PER WELL INSTALLED) Construction/Decomthfission ❑X Construction 3k Decommission ORIGINAL INSTALLATION Notice of Intent Number Consulting Firm Herrera Environmental Consultants, Inc. Unique Ecology Well ID Tag No. Property Owner Site Address City CURRENT Notice of Intent No. 560 5-9 •7-Z Type of Well . j L sAMpuIJ — ❑X Resource Protection Geotechnical Soil Boring Superior Asphalt 2000 E.Beech St Yakima Location County Yakima `EWM 1/4 NE 1/4 SW Sec 20 Twn 13N R 19E or WELL CONSTRUCTION CERTIFICATION: I constructed and/or accept responsibility for Lat/Long (s,t,r Lat Deg construction of this.•well, and its compliance with all Washington.wellcontruction standards still Required) LongDeg Materials used add the, information reported above are true to my -best knowledge and belief X❑Driller DTiainee'Name (Print) Rodney LaBrosse Driller/Trainee Signature Cased' or Uncased Diameter Tax'Parcel No. WWM Lat.Min/Sec x Long Min/Sec x 19132042001 1 Driller/Trainee I.icenseNo. 2182 If trainee, licesned drillers' Signature and License No. Constructi on/D esi gn. Work/Decommision Start Date Work/Decommision Completed Date Well Data W09-564 G-�46-3 CONCRETE SURFACE SEAL FT BACKFILL j'C) FT Scale I" = DEPTH OF BORING 3 1a Page of Static:Level Formation Description FT -7 / 0 / • FT 5/1-,—`-‘4/ j0-41'611:5 0 - FT DEC 0 4 2009 DEPARTMENT OF ECOLOGY • CENTRAL REGIONAL ORE ECY 050-12 (Rec=v 2/01) RE 3 31 511 a 7.1 3 iI 1 1 1 1 RESOURCE PROTECTION WELL REPORT (SUBMIT ONE WELL REPORT PER WELL INSTALLED) Construction/Decominission Construction 3ba<ga3 DDecoinmission ORIGINALINSTALLATION Notice of Intent.Number Consulting Firm Herrera. Environmental Consultants,.Inc. .Unique Ecology Well ID Tag No. WELL,CONS7RUCTION'CERTIFICATION: 1 constructed'and/or accept responsibility for construction of this well, and its compliance with all Washington well construction standards Materials' used and the information reported above are true to my besrknowledge.and belief EDriller ElTrainee Name (Print) Driller/Trainee Signature Rodney LaBrosse Driller/Trainee License No. 2182 If trainee, licesned drillers' Signature and License No. Construction/Desi Property Owner • Site Address CURRENT Notice of Intent. No. Type of Well Resource Protection JGeotechnical.Soil Boring Superior Asphalt :S 6 97-x., LSa1l SAMpu N'� 2000E Beech St City Yakima County Yakima LEWM I Location 1/4 NE 1/4' SW Sec 20 Twn 13N R 19E or Lat/Long (s,t,r Lat Deg still Required) Long Deg Tax Parcel No. •x Lat Min/Sec Long Min/Sec 19132042001 WWM x x Cased or Uncased Diameter Work/Decoramision Start Date t Static Level t- -7 Work/Decommision Completed Date Well Data W09-564 Formation Description Scale:1 " Page of ECY 050-12 (Rec v 2/01) CONCRETE SURFACE BACKFILL . (". 1 DEPTH OF BORING i Gam' —J SEAL FT 0 FT _.5 .. ' !:I:hi i !<i51; ;lliiii;' i;:,;;..i.:';':;,;,:,,:; na:: ',q:i;:,:, :. .. 0 -G •- -6721 / FT ,, :•�.• ::;: ,• �sosa��u �oz:r'o ...:�:..\ „ 's, :.,......, N. �... ��,\%\�,, �,�-, 4 % FT ig,...„,/.t....1,47,2 ,.5 0 / - FT ../ 3 FT Il RECEINED DEC 0 4 2nn9 i ! Q� a Scale:1 " Page of ECY 050-12 (Rec v 2/01) RESOURCE PROTECTION WELL REPORT (SUBMIT "ONE WELL REPORT PER WELL INSTALLED) Construction/Decommission: -3:baSoy ❑X Construction D DecommissionORIGINAL INSTALLATION Notice of intent Number Consulting Firm Herrera Environmental Consultants, Inc. Unique Ecology Well ID Tag No. WELLCONSTRUCTION CERTIFICATION: I constructed -and/or ac eeptresponsibility for construction of -this well, and its compliance with all Washington -well construction standards. Materials used and theinformation reported above are true to my best knowledge•and belief X�t1nller lTiainee Nathe (Print) , nRod LaBrosse -Driller/Trainee Signature Driller/Trainee License No. 2182 If trainee, licesned,drillers' Signature and License No. 'Constrtiction/Design We Property Owner Site Address City CURRENT _ Notice of Intent No. j 9 7,2; Type of Well dsolL sRMpL) 0Resource Protection LIGeotechnical Soil Boring Superior Asphalt 2000 E Beech St Location Yakima County Yakima 'EWM 1 1/4 NE v4 SW Sec 20 Twn 13N R 19E or WWM Lat/Long (s,t,r Lat Deg still Required) Long Deg Tax Parcel No. 1 1 Lat Min/Sec Long Mitt/Sec 19132042001 Cased or-Uncased.Diameter Work/Decommision Start Date (0 Static Level / i- y^ Woik/Decommision Completed' Date 64 1�- 'CONCRETE S ".- s CE AL a FT BACKFILL DEPTH OF BORING / 0 FT FT /7—',-C Formation Description 0 - ttd FT P 0 - ) FT Sago' 0 - FT RECENED DEC 0 4 2009 EPFN1MEN1 . O'54.610NAlFM Scale 1" Page ECY 050-12 (Rec v 2/01) i 3 1 1 1 RESOURCE PROTECTION WELL REPORT (SU/3411Y' WELL REPORT PER WELL INSTALLED) Const ruction/Decommission Construction 3614R/40 C Decominission ORIGINAL INSTALLATION Notice .of Intent Ntunher nsuIting Firm Herrera Environmental Consultants Inc. Unique Ecology Well ID 'lag No. $ai 0"201 tl'I I 1 ( (lNS.IRI'('rle)' r Era Irl("a IIO1, Iconau acted an(Ubraecept responsibdiry for vow. uCl nm u l and It, 4.111111/11,U11, rmh 011 N' ash togton well co walnc tion sand;u ds \I Net 1.4: .ed en d the Lml oummmm opoued above w e nue to my best Anowrdge and belief aI)riller 1 1Tracnx Name (Print) Rodney L os� Driller/Ira inec Signature Driller/trainee License No. 2182 I I'mai nee. licensed dril ler's Signature and License No. Construction/Design CURRENT Notice of Intent No. Type of Well K. -Resource Protection nGeotechnical Soil Boring Property Owner Superior Asphalt Site Address 2000 E. Beech St. City Yakima County 39 -Yakima FWM 1 Location 1/4 NE 1/4 SW sec 20 Tw 13N R 19E or WWM Lat/Long (s,t,r Lat Deg still Required) Long Deg Tax Parcel No. 19132042001 Lat Min/Sec Long Min/Sec / C Cased or Uncased Diameter( (G Work/Decommission Start Date 12/1/2009 Static Level Work/Decommission.End Date 12/3/2009 Well Data W09-619 Formation Description Concrete Surface Seal Depth Blank Casing (dia x dep) Material Backfill Type Seal Material Gravel Pack Material Screen (dia x dep) Slot Size Material Well Depth Backfill Material Trial Hole Depth /7 FT a/ta 34-„01 O L5— Fr s47 5 0 FT FT RECEIVED DEC 317nnq DEPARTMENT OFECOLOGY • CENTRAL REGIONAL OFRCE Scaly I ' Page of EC'Y050./2(Rec=v4A)t) RESOURCE PROTECTION WELL REPORT CURRENT (SUBMIT ONE WELL REPORT PER WELL INSTALLED) Notice of Intent Na A9E-0 d�9 Const ruction/Decommission P('onstru'ction 3 b LF2.39 1)ecominission ORIGINAL INSTALLATION Notice of Intens Number Consulting Firm Herrera Environmental Consultants Inc. Unique Fcology Well ID Tag No. 6A) e7( 13111 (t NiI1111 1'I()\'i C.R rII'I('�'I 1(11. Iconstructed vnd%o!accept responst1,luy.for con -it .1.11 ul tit and ns'n.ntp li:tnae will all U'sshington well co no Inc lion stand;vds I stoit.tlt,t sed. m,1 the int mm:nn,n telwt sed ,hive n e uue to toy best Anowkdge tod belief ]Driller 1 ,"rronx NamelPrint)(n� R�' dney LaBro e pi -ill r(1'rlinec Signature r�Cased or Uncased Diameter Static Level 1)rilleri I rainec license Na 2182 Type of Well IT -Resource Protection Geotechnical Soil Boring Il Property Owner Superior Asphalt Site Address 2000 E. Beech St. City Yakima County 39 -Yakima FWM 1 Location 1/4 NE 1/4 SW Sce20 rvn 13N R 19E or WW'M 1 1 1 1 Lat/Long (s,t,r Lat Deg still Required) Long Deg Tax Parcel No. 19132042001 Lat Min/Sec Long Min/Sec I I Trainee. licensed driller's Signature and License No. 1 Work/Decommission Start Date 12/1/2009 WorktDeconunission End Date 12/3/2009 ' Construction/Design Well Data W09-619 Formation Description 4 Concrete Surface Seal Depth Blank Casing(dia x dep) Material Backfill Type Seal Material Gravel Pack Material Screen (dia x dep) Slot Size Material • Well Depth Backfill Material Total Hole Depth (�10 Pic )�FT 0 - 9 el) 0 FT 0 FT RECEIVED DEC 31 711fP DEMENT OF ECOLOGY • CEN1R4l REGIONAL OFFICE Scale I " •Page of ECYU5U-1_2 (Recce' 221)1) 1 1 1 1 1 1 1 1 1 ,a RESOURCE PROTECTION WELL REPORT CURRENT (S(;RAI11'ONEWELL REPORTPER WELL INSTALLED) Notice of Intent No. 361423$ 1 1 1 (;onstruction/Decommission construction n Decommission ORIGINAL. INSTALLATIONNotice qJ Inteni Number Consulting Firm Herrera Environmental Consultants Inc. l lnique Ecology Well ID Tag No, 68a 8-7o tc Ft 1 1'u N'S 111 t' l' I ION C 1 RTII' I ('.A 1ION I constructed an(O race qn res pon sibi lily for �,u a 'Kt nu, rel dti. well and its c.umpli.vtae with all Waslungant well cony mction aondwds, ‘1 ate( 11,dd the udm ieported above to a uue 1n my best kno w5dge m d belief ix] Driller jnl'raeu. Name (Print) Rodney LaBrosse Drillertl'raincc Signature Driller( I:rainec License No. 2182 Iftrainee, licensed driller's Signature and license No. Pic/ a5i-9 Type of Well KiResource Protection rnGeotechnical Soil Boring Property Owner Superior Asphalt Site Address 2000 E. Beech St. City Yakima County 39 -Yakima Location F.WM 1 1/4 NE U4 SW sec 20 Tcaa 13N R 19E or WWM LatiLong (s,t,r Lat Deg still Required) Long Deg Tax Parcel No. 19132042001 Lat Min/Sec Long Min/Sec Cased or Uncased Diameter 1.;:;,(C Work/Deconunission Start Date 12/1/2009 Static Level g Work/Decommission Erect Date 12/3/2009 Constr.uetion/Design Well Data W09-619 Formation Description t. y 51 Concrete Surface Seal Depth ,G / .3"--["i' Blank Casing (dia x dep) Material Baekfi II Type Seal Material Gravel Pack Material Screen (dia x dep) Slot Size Material Well Depth Backfi II Material Total Hole Depth tovc 1 FT 0 - rr 0 b`T 0 FT ECENED DEC 31 ?Ong DEMENT OF ECOLOGY UtiiiRRL REGIONAL OFFICE Scale I" Page of EC Y 050.12 C R ec—�� 2 O I) RESOURCE PROTECTION WELL REPORT (SUB f17' UNE WELL REPORT PER WELL INST,4LLED) Construction/Decommission nCcrostruction 3+0,4'737 Decommission ORIGINAL. INSTALLATION Notice of Intent Nfmber Property Owner CURRENT Notice of Intent No. PE -0 dy4p Type of Well Resource Protection Geotechnical Soil Boring Superior Asphalt Site Address 2000 E. Beech St. Consulting firm Herrera Environmental Consultants Inc. City Yakima 1.1nique Fcology Well ID C e. No. S&ai utt 111 'NC 1111'1,/I1I' 6R1Irl(A I,O1 1 oo osn ocied A nd/or Accent responsibility for tem .rod ntu0nq+ImA,ettnh ell! Pashingmn well to numcao rosund rods \ImolnJ: u.eJ.111d the inropnotom repro le d Above a e one to m y best Inctwfrdge ar d belief ❑1)nillcl' I'lerant(k.Naine.(Print) Driller/Frain cc Signature Rodne LaBros Driller/Trainee License No. 2182 11 Trainee, licensed driller.'s Signature and License No. C'onstruction/Design Location Lat/Long (s,t,r County 39 -Yakima /4 NE 1/4 SW sec 20 Tv%n 13N R 19E Lat Deg still Required) Long Deg Tax Parcel No. 19132042001 Lat Min/Sec Long Min/Sec Cased or Uncased Diameter Work/Decommission Start Date cr 12/1/2009 Static Level CJ / Work/Deconunission End Date 12/3/2009 Well Data W09-619 Formation Description Concrete Surface Seal Depth Blank Casing (dia x dep) Material Backfill Type Seal Material Gravel Pack Material Screen (dia x dep) Slot Size Material Well Depth Backfill Material Total Hole Depth 1 / FI. 0 0 0 FT !T FT RECEIVED DEC 31 711114 DEPARTMENT OFECOIOGY • CENTRAL REGIONAL OFFICE Scale 1" Page of EC' Y050-12(Ree=v2/0I) 1 1 1 1 1 1 1 1 1 1 1 1 1 a � RESOURCE PROTECTION WELL REPORT CURRENT Notice of Intent No. 51 9� 3 a 3 1 1 1 1 (su13h9IT ONE WELL REPORT PER WELL INSTALLED) Const ru ction/I)ccon-mission Construction 3013 sFl Type of Well Resource Protection )ccoiim ss ion ORIGINAL INSTA LLA TION Notice j (Geotechnical Soil Boring of Intent Ntunber Property Owner Superior Asphalt Site Address 2000 E. Beech St. Consulting Firm Herrera Environmental Consultants Inc. City Yakima Unique Ecology Well 1D Tag. No. ai3f) 8c4 111 cio.,; ix; <"1'K)V I 17R 111 l('.A rION I coiiclrnnied :Illdrurn ccepl respollslbiAN for um 1114tll1111 SII lb I\ \ldl ;111411\ ulugl JLYICC 91111 011 Wnshlll gm,: well cohh1NC4oli slandadS ll,ul•n:d: II.rd .vl d the ullolinollon moor led nlwvr lue Inc/In Iny best t.no wt;dge'm d belief I)ri (cr Tranuz Name (Print) Rodne LaBros Driller/frainec Signature Drilicr'frainec license No. 2182 If trainee, licensed driller's Signature and License No. Construction/Design Location 1/4 NE Lat/Long (s,t,r Lat Deg still Required) Long Deg County 39 -Yakima [F,\.4 1 t/4 SW Sec 20 TW„ 13N R 19E or WWM Tax Parcel No. 19132042001 Lat Min/Sec Long Min/Sec c/ Cased or Uncased Diameter Static Level 9 W'ork/Decommission Start Date 12/1/2009 W'ork/Decommission End Date 12/3/2009 Well Data W09-619 Formation Description 11 Concrete Surface Seal Depth 5/4 Blank Casing(dia x dep) . 'CS Material P L Backfill c ,SFT Type Seal Material Gravel Pack Material Screen (dia x dep) Slot Size Material Well Depth Backfi II Material' Taal Hole Depth 1 I FT ,D-1()( / U a/v pv� kr— FT 0 - / S FT 0 FT 0 FT RECEIVE`: DEC 31 2nnq DEPARTMENT OF ECOLOGY- CENTRAL REGIONAL OFRCE Scale I" Page of ECY050-12(Rec-v2r(!11 RESOURCE PROTECTION WELL REPORT CURRENT Notice ofIntent No. LSt f 13.4.11 !' ONE WELL REPORT PER WELL INSTALLED) ) Construction/Decommission Type of Well 9 Jconstruction 3 (o 4X32_ K1Resource Protection 'r 1' )ecomIn ss on ORIGINAL /NSTALLATION-Norice nGeotechnical Soil Boring 5 of Inienl Nnmb�r Property Owner Superior Asphalt Site Address 2000 E. Beech St. Consulting Firm Herrera Environmental Consultants Inc. City Yakima County 39 -Yakima a 3 Unique Ecology Well ID ) 3 3 3 3 3 3 3 •• 2 Tag No. 66A 9(---7 ,n 1 t e 1,as n<( 1 LIIa ICA llu,ti• r eo mood d sndko10 creprrespon sdurily ror ,n• It ua iuu ul dl nn, dl anA u\,41111 lake Will 411U'nshulgum well co 0,1luctioll stindwds u,11 :ui d the In Sol mnnon .e polled ubo.e x e•u lie 10 1110 Lest find w,dge'm d belief IN] Dr 1Icr 1 Trai o! Name (Print) Dui IIcr!I rainec Signature I)ri II criI r tinec License No. 2182 Location 1/4 NE Ira SW sec 20 Tarn 13N R 19E Lat/Long (s,t,r Lat Deg still Required) Long Deg Tax Parcel No: 19132042001 Lat Min/Sec Long Min/Sec 1 1 1 odney La8rosse / - / .�,� Cased or Uncased Diameter Zo Static Level te Il trainee, licensed drillees Signature and License No. Construct Iolv9)esistn Work/Deccnttnission Start Date 12/1/2009 Work/Decominission End Date 12/3/2009 Well Data W09-619 aMERP Formation Description Concrete Surface Seal Depth Blank Casing (dia x dep) Material Backfi II Type Seal Material Gravel Pack Material Screen (diax dep) Sic( Size tela Leri al WWII Depth Backfi II Material Total Hole Depth SAS ( FT Pvc- 2X F1 16✓t. Git . 1,0 /I FT o - FT ser.047�t�(5 0 - FT 0 FT ECM ED DEC 31 711nq DEPARTMENT Of ECOLOGY - CEN1F AL REGIO Al ORE Scale I" Page of EC Y 050-12 (Rex=\12,(11) 1 1 1 1 1 1 1 1 1 1 1 1 1 1 111 RESOURCE PROTECTION WELL REPORT CURRENT Notice of Intent No. 1-(7-t•500 (SUBMIT MIT ONE 11'ELL REPORT PTR WELL JA157ALLED) Construction/Decommission Construction 0 Decommission ORIGINAL INSTALLATION Notice ?f' Intent Number Consulting Firm Herrera Environmental Consultants Inc. IIniquc U.cology ('ag No. Well ID 11' ("),S t.0 I tOC CLRTIF I CiTiUt. tco noructrd antro r aneatro:ponst:•.ry for <nn.u:n;nr.fhi.,•dl, and it. ,r•'np!.acexnh a!It,ash'n.a:cj,cril cnest no tion +animas utrJ and C:c ifnr::a:.vn epo+ted a?ro.c a re true to my best kno, bdyc ani belie( U I )rdlcr t__J "Ira tx Nantc (Print) Stev mmerrnan Driller l'rvinee Signature Iftrainee, licensed driller's jSinaiurc and License No. f. s " , 5 721111 4� 1' L'.! 1 _, T)rillcr; trainee License No, C' onstr ucl ionlD csig n t `j Property Owner Site Address City Yakima Typt_ of Well Resource Protection Geotechnical Soil Boring I1 Superior Asphalt 2000 E. Beech St. Location County 39 -Yakima 1;4 NE ii. SW sa. 20 Lat/Long (s,t,r fat Deg, still Required) Long l.)eg Tax Parcel No. 19132042001 1n 13N R 19E Litt Min ScSc Long Min/See rwh1 W \l• 1 Cased or Unca sed Diameter I` WorkfDeccxnmission Start Date 2/23/2010 WorloDccntnmission rnd Date 2/24/2010 Well Data W10-082 Formation Description 1 (uf LrcJ I S pt -1 I Concrete Surface Seal Depth Blank Casing (dia x del)) Material Backt i 11 'hype Seal Material Gravel Pack Material Screen (dia x dep) Slct Size Material Well Depth Backfi II Material Total Hole Depth .Z 11 )4 Ga �VG C- 's2.S yr 1t�- 111 bG,-1‘9",4 Li 'to IC, Fr FT 6 FT ..56•14() SQ L p3.,-1 FT coS14s «vtc' 0 (t - IG Fr ECENED MAR 0 1 2010 DEPARTMENT OF ECOLOGY CENTRAL. REGIONAL OFFICE IScale , = 1 Page of rictcsu-1]tR.-1' 2u 1 RESOURCE PROTECTION WELL REPORT CURRENT (SUBMIT ONE 1VELL. REPORT I'ER WELL _INSTALLED) 6%0 99 Conct ru ction/Dec ommission irl 1 Construction Decommission ORIGINAL INs71LL.477ONNo(ice n1" Intent Nwnber Consulting. Firm Her -era Environmental Consultants Inc. Unique Ecology Well 11) 6 C _146 'rat, No. ION tilt I IF ICA I ION I constwcod and'cr ace pt ra pun ntiby far co,t; n�a•..t ., I'thu wdl..nd ds enmpli,nce wuh all NV nhm g:un well m nstrucar n staud.cds x s:, Sys ❑so_! rd the rule. nntroo shorted abo.c are ewe to ruy bca too tskd,;c at d bctid I)rillcr C'troince Name(Nint) Steve Zimmerman Urilicri;•raineeSictature �71c Dr-tiler/1 raincc License No. 1I trainee, licensed drillers Sig'uiure and License No. ("onstruetion%nesign Weil Data Notice of Intent No. Type of Well Resource Protection nCieormhMeal Soil Boring Property Owner Superior Asphalt Site Address 2000 E. Beech St. City Yakima Location 14 NE Lat./Long (s,t,r Lat Deg still Required) Long Des: County 39 -Yakima SW s 20 lax Parcel No. 19132042001 r' Cased or Uncased Diameter I �„r 13N R 19E Lat ,(\lin/Sec Long \'Iin/Sec Work/Decommission Start Date 2/23/2010 I ticVx, Static Level Work/T)ccccxnmission Ind Date 2/24/2010 W10-082 Formation Description w � L tI (fl -SA-,o Concrete Surface Seal Depth it d Blank Casing (di.! x dcip) S ' Material Backfill i.}pe Seal tvlatcrial Gravel Pack Material Screen (dia x dep) Sict Size Material 11'cll Utpth Rackfif Material l•ctai Ilole Depth F1' FI' 2.5' -- L-1 i3/.44 -v,11/ CL pr »D/2c) SL,, el 7_ 711, r(7/0 pt.0 `5- I s 1 -lU u/Z,c see 1G Fi' FF 0 _/6 S6.1d t' / L ,t 0 0 FT FT FT MAR 017010 DEPARTMENT OF ECOLOGY - CENTRAL REGIONAL OFFICE Scale 1” Page of rr;Yuso-12cRt:c' ?! !; 1 1 1 1 1 1 1 1 y� RESOURCE PROTECTION WELL REPORT (SUBMIT ONE WELL REPORT PER WELL INSTALLED) IConstruction/Decommission �Co struction nI)econmiss ton ORIGINAL INCSTAUA'I1l3:V Notice of Intent NUMhkg. 1 Consulting Firm Herrera Environmental Consultants Inc. �Unique Ecology Well ID Q--7 Tat; No. 4'l°Ilrr:\V;1.U('I :Q\ ('FRTIr1CA 1 io)• Icor:-.Jetcd nd'or acren, re,poug.1,ky roe coninuo,a-nri s.. 41, and itz am,p hm:c'A hhI114'ezhin gton c ell ce'is:mcdo n sant ardc I .an i.vz 2 tad . 4 n t mfuuzauun repvrmd above re v Lc w rn. bear :.no as k dgc m d br LS r)rillcr Trajis, Name (Print Steve Zimmerman 1)rillern ratnec Signature IlDriIIer(Trainee License No. I:trainee, licensed driller's Signature aid License No. ifsrP57 Construction/Design CURRENT Notice of Intent No. Type of Well Resource Protect ion Gcotcchnical Soil Rol ing Property Owner Superior Asphalt -E=6 L3bo Site Address City Yakima 2000 E. Beech St Location 114 NE Lai/Long (s,t,r Lat Deg County 39 -Yakima 1:W NS 1.4 SW kr 20 ,• 13N x 19E or still Required) Long Deg Tax Parcel No. 19132042001 Lat MinfScc Lone MinJSec WW Caned or Uncascd Diameter 'M rk/Decanrnission Start Date 2/23/2010 !I r Static I..cI f .1.7.7 'M rk.'Deconuntssion End Date 2%2412010 Well Data W10-082 Formation Description SrA Concrete Surface Seal Depth Blank Casing (dia x dep) Material Backfill Type Seal Material Gravel Pack Material Screen (dia x dep) Stet Sire Material Well Depth Backfill Material ictal Hole Depth I , � O -S ptr� } -for LJ n ce- . ilt CL*p( ~ is- FT (_1 1O/ZL) c 0 0 FI FT FT MAR 0 12010 DEPARTMENT OF ECOLOGY • CENTRAL REGIONAL OFFICE Scale I' Page of ECs 050-12 (Ra \...nl) 3 3 3 RESOURCE PROTECF[ON WELL REPORT if Y: PEPOR7 PER 3vT091 Const ction/Decommissi(n —I -Construction 1)f:commission Ck/G/W-1/, /V.S1:11.4 710.V Noticv Of 1771C1:i Consul t Firm Hat Or 1 Lnque Fag No. Ecolngy NA/c).r \vELL:c.),..srP;(!crioN (E1'T Pt:IN ;m.c:cd and.'or aocar :a.spor.s1HIlt for 1!. and 17, zorn;dialltt N.;:h j \\'roicr,wcfl conatruori or. standards u>o.1 arc+ 6..." :dor:no:Ion /cnort:d abo- : Mil' to my Uri: knowladge and bc!i:f D:Iicr34 n'irnint:e Nae (Pfint)z, Sigc.ature Dri1ic.riTrai7.2c Liccnsc No. 2,6-1 r (Iftarc, Lcesned drillers' ; Sicrulturc and License No, L Consnucnort-Desgn Scalc 1 • -= IType Seal A'faterial ;rel Pack Properr:.• \vner CU RREN"r Notice of intent No 12_ C20143 c) 1 ypr. of Well F(.74-1Konrct.2 Prottcliou ....— fiLico...ceinical Scni i3oi.ino. .,-- / c - 1 o,. As,,,1,,,,±71- Site Address — - -2_600 \-7, f -----i. .., ,, Counn., •-;,./...,./.77,,, 4C, Ciry Location / Lat'Long Lo Deg still R.Nnired) Lon Dg Ta' Pad 1<o. 1g 3 2 0 9 2co 1 CR )9jE La: Long l\iiiSc Cad or T,;liczuJeci Dinrnelcr Work/Decornmision 5:art Doe WarilDecorarnkion End Date WeIl Data i..) / 4) ---03 .-2-- e-ti —ff-3 A - b Concrete Surface Seal Depth ) • -S--- Bank Cosino (dna x :ler) Motcr-inl Material 5,.;creen (din x del.)) Slot Size Mate:-ial i Dtnth lEinkilli N.lz.l.trial To:al 1 Jo! c Dt—,-.11, 2/2,?/ /0 1 Carie Level '272 V7/0 1 Formation Descrip-C.on FT FT FT )0/21:1 ‹.'"NC/ FT o • it FT 641-( 1 1 jjj 0 FT 1 0 FT RECFNED MAR 0 1 2010 DEPARTMENT OF ECOLOGY- CENTRAL REGIONAL ORE Piwe of tpoe Original and First Copy with artrnent of Ecology ad Copy — Owners Copy Third Copy — Driners Copy WATER WELL REPORT STATS OF WASSIDIOTON Application No. Permit No. .... Ili 0,WNER: Name...J.Q.b....14QMan - ------- ---- -- Aachale- 51;13 —Powall, —Yakima, wai- -----. LOCATION OF WELL County YRIgimg — 14 V. ...3J-..¼ see 20 T13 N R)9 w M • Aring and distance from section or subdivision corner t ) PROPOSED USE: Domestic 3D Industrial 0 Municipal El Irrigation 0 Test Well 0 Other 0 :1) TYPE OF WORK- - (if more than one). Owner's number of well New well M Method: Dig 0 Bored 0 Deepened 0 Cable 0 Driven 0 ' Reconditioned 0 Rotary /* Jetted 0 1) DIMENSIONS: Diameter of well 6 inches. Drilled 45 ft. Depth of completed well. 45 3 ) CONSTRUCTION DETAILS- ., Casing installed: 6 DIn. from +1, to 45. tt. Threaded 0 " Diem. from ft. to ft. Welded IR " Dlam from tt. to ft • Perforations: yei 0 No la Type of perforator used SIZE of perforations in by in perforations from ft. to ft. perforations from ft. to .- ft. perforations from ft. to ft. Screens: Yes 0 No M Manufacturer's Name......-_.__.----. 1) Type Model 311 ..., Diem. Slot fil Mani. AI from ft. to ft. Slot size from ft. to ft. Gravel packed: Yes 0 No) Size of gravel: ----. ........ _ ..... - Gravel placed from ft to it To what depth? tt. Surface seal: y. 2 NoBetnonite Material used in seal. Did any strata contain unusable water? Yes 0 No IS Type of water? Method of sealing strata off if) PUMP: manufacturer's Name_ Type: ;•N 5) (8) WATER LEVELS: Land -surface elevation lattic level 8 -ft. below top of well Date..10/1D./.815_ ) esian pressure lbe. per square inch Date ) .1 (Cap, valve. etc.) )11) WELL TESTS: Drawdown is amount water level is lowered below static level as a pump test made? Yes 0 No gi If yes. by whom? Yield: gal./min. with ft. drawdown after hrs II. .. .• . 5 I Recovery data (time taken aa zero when pump turned off) (water level J measured from well top to water level) 1 1 Time Water Level Time Water Levet Time Water Levet '3 \ Date of ler test. gal./min. with...—..........ft. drawdown Artedan flow_ Date. Temperature of water Was a chemical analyst' made? Yea 0 No 1 cry nco-1.?n (10) WELL LOG: Formation: Describe by color, characte?, Are of material and structure, and thaw thickness of aquifers and the kind and nature of the material in each Mahon penetrated. with at least one entry for each change of formation. MATERIAL FROM TO iaterltock z nd Jeivax_rsacksaai S.1 -water 0 20 20 30 30 45 f-- DEPARItAlvr 05- v._ Lou CIAI.$LciIor 10/D/a6 0/86 Week Completed -10 -f—....— ........ , WELL DRILLER'S STATEMENT: This well was drilled under my jurisdiction and this report is true to the beat of my knowledge and belief. NAME. Vernon L. Rank (Person, firm, or corporation) (Type or print) 5503 Ahtanum Rd. Yakima, Wa. 98903 Attftma [Migneci]..._Viteelleilrgebe! 0854 Lice No (USE ADDITIONAL SMIZETBIF )ECESSARY) 10/13/86 Date Pile Original and Pinot Copy with Department of Ecology Second Copy — Owner's Copy Third Copy — Driller's Copy WATER WELL REPORT I TAS! OF WASININOTON Application No. Permit No .... 1 (1) OWNER: Nam. D t Addre...161 .-743Tjj.-R�CB� S5...71 CDAL.• iL.-98901.. (2) LOCATION OF WELL' County ---T .............__.__. ....___— — ..I.l. .;. --. -3‘421/4 Sec..?0. T. 13.N., R. iq...W.M. • and distance from section or subdivision corner (3) PROPOSED USE: Domestic a Industrial 0 Municipal ❑ Irrigation ❑ Test Well ❑ Other 0 TYPE OF WORK: Owner's number of well 2 Ilf more than one).... New well Method: Dul 0 Deepened ❑ Cable ❑ Reconditioned 0 RotaryX Bored 0 Driven 0 lotted 0 (5) DIMENSIONS: Diameter of well .......6. ..... inches. Drilled80 ....................ft. Depth of completed well.. .............St. ) 3 (6) CONSTRUCTION DETAILS: 3 Casing installed: 6 ,...Diam. from .+._1'.. ft. to 80' n. 5 Threaded 0 " Diam. from .. tt. to ft. Welded g " Diam. from .... ft. to ......... _. ft. 2. Perforations: yea ❑ No ct ) 3 3 3 u Type of perforator used SIZE of perforations .. in. by .... .. . ...... ........ In. ...... . perforations from ft. to tt. perforations from .................... ft. to ft. perforation from .... ftto ft. Screens: Yea 0 No Q Manufacturer's Name Type Model No Diam. . ..... Slot size ................ 'from ............. ft. to ft. Diam Slot size . from It. to ........._... ft. '',% caravel packed: Yea 0 No g Size of gravel: 3 Grovel placed from ................. ft. to ........ tt. 3 Surface seal: yes [ No 0 To �twt�hat depth? .50 ft. a Material used in seal. BENTOsa,t.1E...... . m Did any strata contain unusable water? Yes 0 No 21 7 ) Typo of water? Depth of strata Method of sealing strata of! (7) PUMPS Manufacturer's Name Type: ..... HP (B) WATER LEVELS: 7) Static level 20,66 ) Artesian pressure ) a 3 Land -surface elevation shove mean sea levet...Ii] 7 ..ft. ft. below top of well Date. -l........_ Ib.. per square Inch Data.._ .................._...__ Artesian water is controlled by ................. (Cap, valve, etc.) (9) WELL TESTS: Drawdown is amount water level is lowered below static level Was a pump test made? Yes ❑ No 0 If yes, by whom?. ..... .......... Yield: gal./min. with ft. drawdown after hrs. 1.1 Recovery data (time taken as zero when pump turned off) (water level measured from well top to water level) Time Water Leve( Time Water Levet Time Water Levet )te of test Bauer teat tial./min. with f1, drawdown after hese. Artesian flow g.P.m. Date _--- Temporeture of water Was a chemical anelnda made? Tee 0 1qe 0 ECY 010-1-20 (10) WELL LOG: L Formation: Describe by color, character. alae of matertat and structure. and show thickness of aquifers and the kind and nature of the material to each stratum penetrated, with at least one entry for each change of formation. MATLRIAL FROM TOK 'l ..10P_SOIL & SILT 0 GRAVEL & BOULDERS S 48 SAND GRAVE{. &BLURS a SCS WLTEB 48 70 1 usas BOULDERS .GRAVEL & WA= 70 80 BMX DRILLED 2' BELO , SHOE & WASHED BACK TO 80' Pb). APELII. 60 G.P.M. • A0' I Weak stses..i2i.17 82 19 Completed 2/17/82....., to WELL DRILLER'S STATEMENT: This well was drilled under my jurisdiction and this report is true to the best of my knowledge and belief. NyamRIEBE WELL DRILLING (BRITTON & TATS) (Person, Arm, or corporation) (Type or print) Lianas Not Dote 2/17s.$ , 19... 1 1 1 1 1 1 1 1 1 1 1 1 (UM ADDITIONAL MEM m' Y) 84 3 - 3—gas• .s 1 File Original and First Copy with Department of Ecology Second Copy — Owner's Copy Third Copy — Driller's Copy (1) OWNER: a111'2) LOCATION OF WELL• county ,d \ Bring and distance from section or subdlv(eion . ner Name.....tiJ�. PLS WATER WELL REPORT STATE Of p&/EEENGTON .a I(3) PROPOSED USE: Domestic % Industrial Irrigation 0 Test Well Addreea...'31 jag Application No. Permit No. .... .wR�..14_ l.–^�....-.._....._................ ...— ..'..V N sW 1 See_ .a..Q.. T /••3 .N., ❑ Municipal ❑ ❑ Other 0 1 (4) TYPE OF WORK: Owner's number of well (if more than one).... New well Deepened p Reconditioned 0 Method: Dug 0 Bored 0 Cable 0 Driven, Rotary 0 Jetted [� DIMENSIONS: Diameter of well Drilled ft. Depth of completed well inches. (6) ".1 1 CONSTRUCTION DETAILS: Casing installed: Z " Diem. from Threaded X •' Dram. from Welded 0 " Diem from Q // f 0._.. ft. to 19 ft. to ft. ft. to . ........_ft. Perforations: ye,, 0 No i( Type of perforator used__ SIZE of perforations . in. by in. perforations from ft. to ft. perforations from ft. to ft. perforation' from ftto ft. Screens: Yes 0 No Manufacturer's N,e................. .................._..._...- ........._...__._..._ Tyne• Dian. Slot size ...._ from ft. to ft. Elam. Slot size ......._..... from ft. to ft Gravel packed: yet ❑ No Size of gravel: ......... Gravel placed from ft. to ft Surface seal: Yes /X N ❑ To at epth? _ gTi ..,...._.,, ft. Material used in ieal...0. � e>iy'ays,..j, Did any strata contain unusable water? Yes ❑ No ❑ Type of water? Depth of strata Method of sealing strata off (7) Tyne' H.P PUMP: Manufacturer's Name 18) WATER LEVELS: Land -surface elevatio040 above mean sea level. .a�''aa .ft. below top of well Date. Wan presaune ........._....-..._..._....Ibeper square inch Date_..._......_..._.__..._.. Artesian water is controlled by... 9 j Static level 91 Li, (Cap, valve. ate.) (9) WELL TESTS: Drawdown is amount water level (a lowered below static level as a pump test made? Yes 0 No pc If you. by whom? • eld: y 0 gal./min. with ft. drawdown after hrs ,9 J.J t"�efritter 1 covery data (time taken u aero when pump turned off) (water level measured from well top to water level) Time Water Level Time Water Levet Time Water Level )ate of test er teat..........------_gal✓min. with_ .ftdrawdown after_.._.___..._hrs. lmelan S.—Y. ow....._. .g.p.m. Date perature of waterfi.. Was a chemical analysis made? Yes 0 No* 11/- .Y 050-1-20 (10) WELL LOG: R..19.. W.M. 1 - Formation: Describe by color. character, size of material and structure, and show thickness of aquifers and the kind and nature of the material in each • stratum penetrated, with at least one entry for each change of formation. MATERIAL r _ NE 3EL' 111111 iVi �N�1 Ilk 1 L1t'J tar'R c.►a f OFFSIM1 Welt Marted—Q.-7-e,.9..__._., ls_ O 1. Completed l� ` AS.-„-, 18.f9. WELL DRILLER'S STATEMENT: This well was drilled under my jurisdiction and this report is true to the best of my knowledge and belief, NA>dd i'E gSjE.hfS `'IEL.L DRJiu v . flue 6 (Person. Arm, or corporation) (Type or p t) Address / °.3.....,.egtld t2 -; .. ` "Alog4. ikA [wed] .. . Limn No....o 217 Date....7 " G/1 I •r' s (USE ADDITIONAL SHIM 17 NECESSARY) rile Original and rirst Copy with Department of Ecology Second Copy — Owner's Copy Third Copy — Dritier's Copy WATER WELL REPORT STATE OT WILMINGTON Application No. Permit No (1) OWNER: Name. .f..ve'.'Teig% ..... Addn..3.1.3 (2) LOCATION OF WELL: County — ME W Sec..10. T. /.3..N., R.I. W.M. iiring and distance from section or subdivision cor (3) PROPOSED USE: Domestic X Industrial 0 Municipal 0 Irrigation 0 Test Weil 0 Other 0 (4) TYPE OF WORK: Owt,er's number of well (if more than onel. New well Method: Dug 0 Deepened 0 Cable 0 Reconditioned 0 Rotary 0 Bored 0 Driven* Jetted 0 (5) DIMENSIONS: Diameter of well . 'Aches. Drilled . ft. Depth of completed well (6) CONSTRUCTION Casing installed: Threaded Welded 0 • . • DETAILS: Diam. from ...." Dern. from ...- plant from ft. to ft. tO ft. ft. to ft. / 7 Perforations: yes 0 NoX Type of perforator Wed... SIZE of perforations . . . . in by .. • perforations from . . • ft. to . perforations from ... . ft. to ... perforations from ... ft to ft. ft. ft. Screens: Yes 0 No Manufacturer's Name' rn Tyne... Diam... .. Slot size . . Diam Slot size Model No from . . ft. to from .. ft. . ft. to ft. - Gravel packed: Yes 0 No Size Of gravel . ....... Gravel paced from ft. to ft. Surface seal: yes X 60.44;0:4•4ega... ..... ft Material used irfseal Did any strata contain unusable water? Yes 0 No 0 Type of water? Depth of strata Method of sealing strata off... (7) PUMP: Manufacturer's Name Type: HP (8) WATER LEVELS: Land -surface elevatio I 4, ii above mean sea level. ... .ft. Static level 3. let . .. ft. below top of well e 7..44..'.! P.... Artesian pressure ........ ..... .. lbs. per square Artesian water is controlled by (Cap. valve, etc.) OD WELL TESTS: w•• • pump test made? Yes Yield: JO gal./min with Drawdown is amount water level is lowered below static level NoX If yes, hy whom? . . ft drawdown after hr.. Recovery data (time taken as zero when pump turned off) (water level. measured from well top to water (evel) 1 Time Water Level Time Water Level Time Water Level of test Bailer test. .......... ....... gal./min. with. . ft. drawdown after hra. Artesian flow ••• • ••• •• • ..... Date Temperature of water.114 Waa a chemical analysts madef Yea CI NoK ECY 050-1•20 (10) WELL LOG: Formation: Describe by color, character, size of material and tinicture, and show thickness of aquifers and the kind and nature of the material in each stratum penetrated, with at Watt one entry for each change of formation. MATERIAL TROM TO N _ Ida,. Liiirb ii VG 4 t982 saa.kii, r-r=m-r, ..1, - ,{ ., 1 1 1 1 1 1 1 1 1 1 1 Work started_ 7 , ist Completed7 I. 19 211 WELL DRILLER'S STATEMENT: This well was drilled under my jurisdiction and this report is true to the best of my knowledge and belief. NisatEDZA/SINtifiki ELL gryn. or uon) ejai/VType or print) ‘et AddrelnAt534//e4:4141 isfrAgia ?MI (Signed] 9.P (Well Driller) License No. 0 2...7 Date 1 (Lisle ADDITIONAL =aura IF NRCESSARY) IFIN Original and First Copy wrIh Department of Ecology Second Copy —Owner'a COpy Third Copy—Drlller's Copy 1 WATER WELL REPORT STATE OF WASHINGTON Start Card No L Water Right Permit No 034240 11) OWNER: Name Fred Williams Address 807 Tieton Dr.. Yaki mR (2) LOCATION OF WELL: county Yakima STREET ADDDRESS OF WELL (or nearest address) B s e c h S t . � NE ,,� SW , 20 T 13N R 19 W.M. (2a) Yakima (3) PROPOSED USE: 4 Domaattc Irrigation 0 DeWater Industrial ❑ Teat Weil 0 Municipal 0 (40) WELL LOG or ABANDONMENT PROCEDURE DESCRIPTION Other 0 s (4) TYPE OF WORK: Owner's eember of well (11 more than one) ' Abandoned 0 New well 111 Method: Dug 0 Deepened 0 Cable L; Reconditioned 0 Rotary E 5) DIMENSIONS: 1;( Diameter of well 6 Bored 0 Driven 0 Jetted ❑ Fataetion: Describe by color. character. size of material and strutters. and show thickness of aquifers end the kind and nature of the material in sack *fret= penetrated. wdth at least one entry tor each change of information. MATERIAL FROM Topsoil 0 River Rock & Sand 7 Drilled 50 feet. Depth of compieted well 50 1 1 E 4 ix inches. ft River Rock & Sand & Br. 12 To 7 12 50 (6) CONSTRUCTION DETAILS: Casing Installed: 6 • Diam. from + 1 Welded Diem_ from Liner Installed Threaded 0 _ ' Diem. from n to 50 ft to rt 10 11. M ft. Clay & Water Perforations: Yes ❑ No Type of perforator used SIZE of perforations in by In perforations from - h to R perforations from h to ft perforation' from h to ft SCreene: Yes ❑ No® Manufacturer'' Name Type Model No Diem Slot size from ft. to ft Diem Slot size from ft to ft Gravel packed: roan No® Size olgravei Gravel placed from tt to ft SurfaCs Nal: Yam ® No ❑ To whet depth? Malarial used in semi Bentonite Did any strata contain 'mumble water? Yea ❑ No® Type of water? Depth of strata Method of sealing strata of/ 18 ft PUMP: Manufacturers Name Type' HP • ( (8) WATER LEVELS: Land -surface elevation above mean sea level (1 5Stolle lava? 7 ft below top of well Date 8 — 9 —90 Artesian pressure Ibs par square inch Date j Arteatan water Is controlled by ft (Cap. valve, etc.)) WELL TESTS: Drawdown is aml0ltnt woes levet is lowered below static level Was a pump test mads? Yea ❑ No LAI If yes. by whom? Yield: gal./min. with ft drawdown atter �a A 4. Recovery della (time taken es zero when pump turned off) (water level messdred from well top to rater level) Time Wets Laws Time Water Level 1 Tine Water Level Date of teat Saila test gal, /min. with h drawdown after hrs. Airiest 43 gal.?min.w$thatom se at 50 tt for 1 hn. gpm Dats8-9-90 Temperature of water 6 0 Was a chemical analyst. made? Yoe ❑ NOW Algernon now ECY ciao- I.20 (10187) •132e- t WO* started 8-8-90 ,ta Completed 8--9-90 WELL CONSTRUCTOR CERTIFICATION: 1 constructed andlor accept responsibility for construction of this well, and its compliance with all Washington well construction standards. Materials used and the information reported above ars true to my beat knowledge and belief. NAME Water Wells Drilling INC. (PERSON. FIRM, OR CORPORATION) (TYPE OR man Address 5503 Ah tan . , Yakima 98903 (signed) LLce/- GRILLER) License Ng 1435 Contra( No R WD1120b Dale 8-9-90 ,19 -- (USE 1g_ (USE ADDITIONAL SHEETS IF NECESSARY) 9 a 3 ) 3 3 3 3 3 3 3 ) 7 ) 3 File Original and First Copy with Department of Ecology Second Copy -Owner's Copy Third Copy - Driller's Copy WATER WELL REPORT STATE Olt WASHINGTON Application No. Permit No. ... 19 OWNER: NameSarg-Hubbard - Greenway_Prolarett 16 No. 2nd St. Yak 01 LOCATION OF WELL: County Yakima Off freeway & behind Sunfair Chevroleili 19 _ N E.....; SW sec 20 .. 7.47917.1k. R. .M. Bearing and distance from section or subdivibion corner (3) PROPOSED USE: Domeatic ❑ Industrial 0 Municipal ❑ Irrigation ❑ Test Well 0 Other 0 (4) TYPE OF WORK: Owner's number of well (if more than one) .... ......................._..._._ New well ❑ Method: Dug 0 Bored 0 Deepened 0 Reconditioned 0 Cable 0 Driven ❑ Rotary 0 Jetted 0 (5) DIMENSIONS: Diameter of wen .... inches. Drilled ft. Depth of completed well 1t. 6) CONSTRUCTION DETAILS: Casing installed: Zx,m from ft. to ft. Threaded 0 " Diem. from ft. to ft Welded 0 " Diam. from ft. to ...._........ !t. Perforations: Yea 0 No 0 Type of perforator used SIZE of perforation in. by in. perforations from ft. to ft. perforations from _ ft. to .. n. perforations from ft. to ._ ft. Screens: Yee ❑ No ❑ Manufacturer's Name .........__._..._-_-_._-.. Type......_ ............._...__._._..._.......-... Model No.. - --- Diam. Slot size ............... from ............... ft. to ...... ft. Diem. Slot size ... from ft. to ........_..._. ft. Gravel packed: Ye, ❑ Gravel placed from No ❑ Size of gravel: _... ft. to ._..._......_........_ft Surface seal: Yes 0 No 0 Material used in seal Did any strata contain unusable neater? Yes ❑ No ❑ Type of water? Depth of strata_......_....__.._..._.... Method of sealing strata off To what depth? .......................... !t: (7) PUMP: Manufacturer's Name Type:....__......_........_....___..._...__...-..._..._.__..._ HP..._........_._.__. a' (8) WATER LEVELS: Land -surface elevation 37 above mean sea level.... -.ft. ) Static level .ft. below top of well Date 5 ) 5 a 0 ZRecovery data (time taken as zero when pump turned off) (water level ) measured from well top to water level) LI/ Artesian pressure lbs. per square inch Date Artesian water is controlled by.. ........ ._......___.__........ _______ ...... (Cap, valve, etc.) (9) WELL TESTS: Was a pump test made? Yee 0 Yield: gal./min. with Drawdown la amount water level is lowered below static level No 0 If yea, by whom? tt. drawdown after hrs. Tame Water Level Time Water Level Time Water Level Dateof teat ....___............ _...... _..._..... _......__...... Bailer test... gal /min witb_...._....._.....tt. drawdown after__ -hrs. Artesian flow........-_.. ..... _...._...._ __._.....-g.pm Temperature of water..__ was a chemical analyst' made? Yee 0 No 0 «� ntrt..1.7n (10) WELL LOG: Formation: Describe by color, character, sire of material and structure, and show thickness of aquifers and the kind and nature of the material in each stratum penetrated. With at least one entry for each change of formation. MATERIAL FROM TO Sat 5 ft _ .o f_-8 0 german from R5 TnatR11Arl 5 ft gat 5 ft of 35 AtPrAan from 95 slot 'tai nl arar3 a+eel to 90 ft. of blank ri gAr pl pp alnt_ tainl+tasat.e 1 to 100 ft. ilwtrr37 npAd wel 1 - Water Is elaan an fel nay _ Pill 1 ad a+aal Thje wa1 1 in ra.q d t,ri t R3 ft of ?;22 haavy wall petal ureigki'e per foot- with sh.oA Than from R1 ft a K—pe cker is se and riflar (blank) pi pa to fl5. ft R5 to 90 i s screen 9Q to 95 in hl anlr riser 95 to 100 is scree p l -p o Total depth of well is 100 ft_ IFtC♦'.'LiumEi SIMMON .."%1C West atarted.._.•2.-25-8.6.., to__ ...... is WZLL DRILLER'S STATEMENT: This well wan drilled under my jurisdiction and this report is true to the beat of my knowledge and belief. NAME RIEBE WELL DRILLING (Perron, firm, or corporation) (Type or print) Addreaa----.-..1.5 Q3.... ..... ri.o .-.Hill ....Rl.xd.J. (agild] License No MO 4 Date 3/4/86 , 19 Drilled by Bob Britton & Steve Jones (USE ADDITIONAL MEETS 17 NECESSARY) (Well Driller) L�e Original• d'tjr t Copy with Le an rtmettt of Ecology nd Copy — Owner's Copy Third Copy— Driller's Copy WATER WELL REPORT STATE OF WA#WiOTON Application No. Permit No.... '�� OWNER: Name Sarg-Hubbard - Greenway _PrR t 16 North 2nd St Yak 01 q 'LOCATION OF WELL county..k...IP.---------------....-------.__...__ _NE v. SW sec 20 43 W.M. Bearing and distance from section or subdivision corner O f f freeway & behind S u n f a i r Chevrolet ) PROPOSED USE: Domestic 0 Industrial 0 Municipal Irrigation 0 Test Well 0 Other 0 14) TYPE OF WORK: Owner's number of well / (11 m_o a than one). New well L.. Method : Dug 0 Bored 0 Deepened ❑ Cable 0 Driven 0 Reconditioned 0 Rotary Jetted ❑ ) DIMENSIONS: Drilled /Al? n. Diameter of well ......5 inches. Depth of completed II) CONSTRUCTION pDETAIIB: Casing installed: Diana. tram fa it. to ...j o t ft. Threaded 0 " Dlam. from .......... ... R, to .----._..._.. !t. Welded I)( ....-" Diem. from ft. to ft. Perforations: Yes 0 No Type of perforator used._..._ —. SIZE of perforation' In. by . in. perforation from ft. to ....., ft. perforations from ._ ft. to ..__.-._...- ft. perforation' from ._ ft. to ....__..._._.__.. ft. Screens: Yes 0 No Type ....._... -- - - — -- _ Model No.__.... Diam..... ........_ Slot size . from ft. to .... ft. Diem.. ........ Slot size ......._..._. from ft. to .... ft. Gravel packed: yea ❑ No Ta( Size of gravel:._ Gravel placed from .._.__._..._....j...._..._.... ft. to .._ ft Surf t Surface seal: Ye, j� �❑ roaha depth? _ ..._ it. Material used to al.x ...i5f rrtiT.7'• . Did any strata contain unusable water? Yea ❑ No ID Method of sealing strata off 'a 7) PUMP: Manufacturer'' Name of SType:..__..... ._ ...._... __ $p_._........-.... ', (8) WATER LEVELS: Land -surface elevation / / above mean sea level.... ..-._ .it. ) ti/c level ......-..... 10 1!O j ft. below top of well Data ;) Ire pressure lbs. per square inch Date 9 Artesian water is controlled by_ .... ____ ....... _...... _..._...-.._.._.......... _ A (Cap, valve, etc,) WELL TESTS: Drawdown V amount water level is lowered below static level a pump teat made? Yee No 0 If yes, by whom?. Yield: gal./min. ii/ ft. drawdown atter hrs. • overy data (time taken al zero when pump turned off) (water level ▪ measured from well top to water level) Time Water Level Time Water Level Time Water Levet Date of ted __....._.__.-.____._._....__..._.. er teat.._._.__._gal./min. with__ .ft. drawdaern after...._ _ hrs. (10) WELL LOG: Pbrmaffon• Describe by color. character, size of material and sfrueture, and show thickness of aquifers and the kind and nature of the material in each stratum penetrated, with at least one entry for each change of formation. MATERIAL FROM TO Boulders gravel sand soil H 0 8 Very large boulders sand and gravel VVH 8 10 Boulders gravel sand VVH 10 20 very very very very hard_going. _ 20 80 Boulders gravel sand brnVVH __ trace of clay at 54 ft. Fir.t water at 20 ft. water from then o . Boulders gravel sand brn H 80 90 e lot of water Sandi Boulders gravel VH 90 100 tnnk water sample good no E coli. Lab test came back negative n4 -coli nava1npad well .no smell da : te. by craw A trace of sand Ran c: sing in hole went in fine IlO .•• drift to the east. RILL 1 1 - 6 - PujnpAd 121, casing full of c • ment & muc Bangs 1 1 bags of bentonite (ud ) and 4 hags of cement to_ t-• holo g t . . • • • u : _ '6. • • .. APR --91986 rill i r Nra•. '... - arse. ,.. Wart •tarted_1.... 2.4..8.6_._, la__.._. Completed.2.-21.— 8.6_..-._.., Is__: WELL DRILLERS STATEMENT: This well was drilled under my jurisdiction and this report is true to the best of my knowledge and belief. NAM&--RIEBE WELL DRILLING (Person, firm, or corporation) (Type or print) Addregg... 1503 E. Nob Hill Blvd. [8tedeld]-- I1 ( Well Driller Temperature of water._._....---- Was a chemical anelyela made? Yea 9( No ❑ License No Q.11,r2,2 Date. ...-V-SV , 19..._ Drilled by Bob Britton & Steve Jones (USE ADDITIONAL B III NECESSARY) rico-,-7n s Rte Ortglnel and First Copy with Department 01 Ecology Second Copy O — oar's C COQ' STATE OF WASHINGTON 1 Third Copy — Orlllsr's Copy Wafer WgM Partial No. rt (1) OWNER: fvame `/�� C I `-ab V1 Qi him. / 42(4 Pkg...-- (2) 'h1Z� (2) LOCATION OF WELL: c fly y(1)(4'14447 i t7 r - Ai� 1/4 $W ius� T / 5N.,a t I wj (?a) STREET ADDRESS OF WELL In oddness) sralc.,dm. WogDi 84 1 WATER WELL REPORT MIME WELL ID.• A 66 PJ (3) PROPOSED USE: Dorsett O Irrigation ❑ Dewalr Industrial 0 Municipal 0 Test Well 0 Other 0 (10) WELL LOO or ABANDONMENT PROCEDURE DESCRIPTION (4) TYPE OF WORK: Owners nurrdm of wef (It more eon one) Abandoned 0 New wine ) Method: Dug 0 Bored 0 Deepened 0 Cable Driven Reconditioned 0 Rotary 0 Jatsd 0 Formation: Describe by aobr, ohractser, oho of materiel and annum and slow eedtreo' d squints and Ilw kid and ruga of the noun In *soh moan pertrred, with et hest one entry for each change of 4hbmutlon. MATERIAL (s) DIMENSION�Ss• Diameter of wet_ Drilled , ' D feet. Depth d completed war (8) CONSTRUCTION DETAILS: Casing IrutaINd• Le ' Dian. hum t 3. R to 4? Welded 0 • Dim. from R b R Liner instilled 0 Threaded 0 Cirri. from R to R ) (i 1 W dev LSam &1V, A f rid v5 1 1 Pafloratbru: Yes ❑ No Type d perforator hard SIZE of perforations in. by N. perforations from R to R palarrlors horn R b R psttoralons tan R to R Scream: Yee ❑ No Manias:tunr'a Name Type Modes P. Diem. _ Siot sM from ft. to R Diem _ Slot eke from R b R Gravel packed: Yes ❑ Star of gruel Gravel placed from fl, to Sunnis sasl: Yes 15r T what Qgpr7 Material used In seal l , P/ Did any strata contain unusable anew? Yes ❑ No ❑ Type of woo? Depth of stress Method of sealing orate off 1 (7) PUMP: MSnLRacture(s Norte Type: H.P. 1 (8) WATER LEVELS:'wrte0e ebha0n r sea ab. neo, sWel ti Static level C L/ R beim top of owl Doo Altman pressure bs. per swam itch Deb Armen water it controlled by Tsp. vale, sic) (8) WELL TESTS: Drawdown v MONTI wader lewd is lowered beim neck Nvel Was a pump teal mads? Yes ❑ No ❑If yes, by whom? Ybld: gaL/min. with 50 R drawdown Ater hn PO ON 9.11 Recovery data (time When u zero when piny rimed of) (water trod msasued from was top to water level) limo Water Level Time Waley level Timm wady Used Dab of toot Beater tote gaL/min- wart R drawdoori alar ftr0. Atoms gtdJmtn- withsal u ft. for hes Arum sow g p.m. Dna Tam¢norekse or odor 1Alee a chcrntod anodyne mads? lime ❑ No 0 Work Stoned It 1[ l 19. Completed I L '+ (L 19A WELL CONSTRUCTOR CERTIFICATION: I constructed and/or accept responsibility for construction of this well. and as compliance col h all Wuh1gton wef conetructlon swhdads. Materials used and, the Information reported strove are true romy best knowledge and bean NAME f \ ( t`.1�- Ju/ v , 1� ! r t C If IP/a 14 OO1pCRRrl6tq ,cQ, I Address f i� k i'v &L� I 1 (Signed) Lynes No. '742_ IWELL gym) No. kik119 Q� / (USE ADDITIONAL SHEETS IF NECESSARY) Ecology is an Equal Opportunity and Affirmative Action mrnpbyfx. For t - cbd accommodation needs, =toot ttta Water Rsel zeroes Program at (208) I 407-8800. The TDD number is (208) 407-6008. 1 Fye Original and First Copy with Department al Ecology ISecond Copy — Owner's Capt Third Copy — wars Copy �— WATER WELL REPORT 9/ UNIQUE WELL LD. # A c7 /' STATE OF WASHINGTON tenter Mehl Ilene& Wm (1) OWNER: Name 1,ac,icKcvL V I i Ue.,) Addis= (2) LOCATION OF WEU.: Caen , K ► (2a) STREET ADDRESS OF WELL or mum arras* lVc.. 1/1 S 11Msec.. t R 1'I W.M. 1 (3) PROPOSED USE: Domsolc Irrigation industrial 0 klunicicol❑ Teel Well 0 Otis 0 1 311 1 1 ❑ Deweler (10) WELL LOG or ABANDONMENT PROCEDURE DESCRIPTION FornseOn: lweotbe by color. cumber. ales d miens' aid erudaa. wed /row fiche= at aqudws and to Ord red neer d no mound h meth seam pwubaled, with el Use are may for ride abode a rrrrnrrMn Vii 1 T rz are• aTvnn. (N mire titarn one)IIIA MMk MOW 1D Abandoned 0 New well j1‹ Method: Dug 0 Bond ❑d, Deepened 0 Cable 0 Wren❑ ? _. L bis Reoond1aed❑ f Jetted %�, p (5) ,,Rdfrypr DIMENSIONS: Diameter d wee Inde.. vaiiit� I11�%� .1J 11 Q ^�.Y Drilled l I feel. Depth d completed wet f R f (8) CONSTRUCTION DET • Casing InetaaedMorn.' Morn. h .} on l 11. lo gil R Welded 0 ' Diem. horn R b It. Nstelisd 0 LinerThreaded 0 ' Dlnvm. ham R b It. Perforations: Yes ❑ No [$ Type d parlor dor used / SIZE of perforations In. by In. perbndfocb from 1l. it R parfaellane tram fL b R S. ' 1 perforations ham R b t l5 t 1 YesSaeet e: s ■ No O • • Men laCYxer's Nems , TTP• Model No. (Kern. _ Slot size ham R II, --IL., '11.' 1 = :7 . ; ' ' Diem. Slot she horn R b ft. YSr ° 111 _ Gravel tacked: Yes ■ No T. Size at gm" R R Grave placed from to &mhos West Yet gyp.❑ TQ dgp�Z h Materiel toed In (al Yee ❑ No . S Did any .aide casein LW w Type water? Depth d state at Wand al sediro strata of (7) PUMP: Man fsdursrs Nems Type: N.P. 1 t .•. A. (II) WATER LEVELS/: aove mean r Stdlc Well / ! h. Wow top of mss Date ArtssMn proems be. Der squire Inch Dsts ArlssUn Inbar Y ooneuMd by (Cap, wire. sib) wok SWIM 1 L— / V . 1 a, compost I l .r f D 19 (9) WELL TESTS: Drawdown 4 anent weber MIM is lowered beim OW level Was o pump Mel mode? Yes 0 No If yes. by whom? gel./min. with / fl. sYwrdcwm eller 1-Fo NO Recovery do (Imo taken as aero when pump turned o4) (meter Uv0 nea•,aed tram w Re mil wets Tine Water Level Tine Water Level Ilme Yeller Level . as 401 Bailer Mel pal/min. %VA ft. drendswm liar his. AWN 0JMi% nth ern seta R I r Ire. Milan Ow pun. Dem Tintwordoe d water Wee a deelyd aralkets malls? (file 0 Na 0 WELL CONSTRUCTOR CERTIFICATION: 1 corbtrtaysd and/or accept reepanblily for ooretrtrdlon 01 thin naee. std Ile oomplienoe with d Milsti gran tree oonetrlwilon alonderde. Madded treed and the Infommeon reported above reabove atrus b my beet knowledge end MIL R � NAME i -Ck- ? , -�� t/ v' 1,1 r , . a Adm Se /01,L— (901111d) _ LloaoewNo. fP` f p".(4131A/Poi--7-ir 3- 1 (USE ADDITIONAL SHEETS IF NECESSARY) 19gj Ecology is an Eta Cloporiunky and Affirmaike Mon esaplayar. Forspa- c@i16 tri. caranct Ow Mew Restaffuse Pin M MS) 40748300. Total TDD 'lumbar Is (205) 40741003. 1 V11 1.111.2, 111ua1v1 F le Onginai with Depanment of Ecology Secona Cow • Owners Copy Third Coon - Droners Copy WATER WELL REPORT STATE OF WASHINGTON Notice of Intent W 0 9 3 9 9 4 UNIQUE WELL I.D 4 _.4_E7 763 Water Flight Permit No (t) OWNER: Name_ Luke Butter Address 1 41 1 E_ Beech St, Yakima 12) LOCATION OF WELL: County Yakima (2a) STREET ADDRESS OF WELL: for nearest address' Ya ki ma TAX PARCEL NO. NE tra SW 1 4 Sec 20 T 13 N.R.1 9 WM 1411 F. , Eaera L (3) PROPOSED USE: )( Domestic Irrigation DeWater 1ndustnaf - Test Well _7 Municipal Other 44) TYPE OF WORK: Owner's number of well (if more man one) P New Well Methoo: _ Deepened . Dt,g Reconditioned - Cape Decommission 7 Rotary Bored Driven Jetted (5) DIMENSIONS: Driller] 4 0 Diameter of well 6 inches feet. Depth of completed well 60 fi. (10) WELL LOG or DECOMMISSIONING PROCEDURE DESCRIPTION Formation Describe by coior. character. size of material and structure, ane the kind and nature of the material in each stratum penetrated, with at least one entry for each cnange of information. Indicate all water encountered. MATERIAL FROM TO Soil 0 Sand & gravel Conglomerate 2 10 2 10 25 Gravel, silt, clay,& (6) CONSTRUCTION DETAILS Casing Installed: $ Welded Liner installed Trreaded 6 Diam from _+__1_ft. to 5 9 ft. Diam. from tt. to ft. Diam. from tt to ft. water 25 gravel, sand, & clay 40 Gravel & water 58 40 58 60 Perforations: Yes X No Tvpe 01 perforator used SIZE :1 perforations n by perforations from ln. ft. to, ft Screens: _ Yes 11 No . K-Pac Location Manufacturer's Name Type 'Andel No. Dam Slot Size Dam Siot Size Irom from tt. to tt. to n. ft. Gravel/Filter packed: Yes yNo _ Size of gravet,sand Materia placed from tt to ft 1 1 1 1 1 1 1 mtR i ay and Ji Surface seal: "if Yes _ No To what deom' 20 n. Material used in seal RPntanitc Did arty strata contain unusable water? = Yes plo Type of wafer? Dci of strata Methoo of sealing strata off (7) PUMP: Manufacturer Name Type H.P. (8) WATER LEVELS: Lana•surlace elevation above mean sea level �tat,c eves .._ . tt. below too of well =rte=- a^ _ressure lbs per sc,.are inch Aries a^ .nater is controlted by (Cap ,ave etc ) Dates / 16 / 9 9 Work Started 3/16/99 completer,3/16/99 1 1 1 1 1 1 (9) WELL TESTS: Drawdown is amount water level is iowe•ea below static Level .1=s a : imp test made, Yes r No If yes, by wnom'i Pia gal ,min with _ ' 7 •awoown after hrs yelp gal ,r111,1 with " :rawdOWn after hrs ^ala _ _ ,jai /min with - :awoown after hrs. recover, aala'time taken as zero when pump turneo crfi (water levet measured from nail 100 :'water levee _ me Nater Level Time Time Water L rel Water Level Date or 'est Bailer rest gal /min with drawdown after Airiest 1 0 0 gal./min. with 't drawdown after 1 Artesian flow g.p.m. Date Temperature of water Was a chemical analyses made? E Yes X No ECY 050-1-20111/98) hrs. hrs. WELL CONSTRUCTION CERTIFICATION: I constructed and,or accept responsibility for construction of this well aro is compliance with all Washington weli construction standards. Materials ..sea and the information reported above are true to my best knowhedge aria -,e,et Type or Print Name Vernon Rank License N408-54- (Lcensed DnllerrEngineer) Trainee Name License No DnliingCompany Water Wells rillinst Inc. (Signed) L,r�L..��.c-'+•---- license No 08 54 (Licensed Driller/Engineer) Address WaterWD 1 1 2QB 3/16/99 ( Coniracrors5503 Ahtanum Rd. Yakima, Wa.II -� Registration No Date (USE ADDITIONAL SHEETS IF NECESSARY) Ecology is an Eouat Opponunrty and Affirmative Action employer For special accommodation needs. contact the Water Resources Program at (360) 407- 6600. The TDD number is (360) 407.6006 File Original and First Copy with 1e Division of Water Management econd Copy — Owner's Copy rd Copy — Driller's Copy WATER WELL REPORT STAT OF WAASONGTON Applicrilon No. ........... Permit No. .... .. (1) OWNER: Narne_..SIIPERIOR AI PHAI.2-.&...0•-CQ....AdsTsse.2OOOE...E.--.HEECEST.._.rAICEILL WASH. 121 LOCATION OF WELL: YA%IM X �County y..— �1,._!4 T.I�.SI., R.L...I_..W.M. �g and distance from section or subdivision corner X , ?' Li frjj i y�d �; CQ7,r„r f4 0 /y fVq • 3) PROPOSED USE: Domestic [� Industrial 0 Municipal ❑ (10) WELL LOG: 4) `! ' a Irrigation 0 Ted Well ❑ Other 0 • (4) TYPE OF WORK: Owner's number of well (If more than one).... ......_ ............._..._._ .i, New well n Method: Dug 0 Bored 0 Deepened 0 Cable 0 Driven 0 Reconditioned 0 Rotary �] Jetted 0 )15) DIMENSIONS: Diameter of well . to inches. • Drilled. ,J n. Depth of completed well...._a _ It. 1 (6) CONSTRUCTION DETAILS: ;•'_..._ Casing installed: 6 ' Diem. from ti_.-_.- ft. to _52........ ft. Threaded 0 .. Diem. from , It. to ____-•-- it. Welded _� ' Diun. from ft. to ........----- ft. ,i sr !7) PUMP: Minuted 's Nauuj[IZf.1..E)7 . _ Type �.� �-�1-� �t �HP Ie 313) WATER LEVELS: above me•aan0ema bevel...... � .2�,n. Static level 15..._.... ............ ___. ft. below top of well Date .. j1Z4 Perforations: Yes ❑ No Q Type of perforator used_ SIZE of perforations ._..._..._ In. by In. perforations from ft. to . ft. perforations from ._..._ ft. to ._ ft. perforations from ._............._...... ft. to . ft. Screens: Yes 0 No [it Manufacturer's Name_. Dtam. _ Slot size _.___..._. from ft. to ........._ ft. Dlam..._.-.._..._. Slot sizeft- Gravel packed: Yes 0 No Sate of gravel: Gravel placed from _ ........_ ............._. ft. to ............_-------___..._. ft Surface deal: YeeJ �qp, To wheat de th? I.__..._._.__ ft. Material used in seal__....Q..�._.BEN.a,ti.1_........_.........----._._. Did any strata contain mumble water? Yee ❑ Noij Type of water?.----------_-•-, Method of sealing strata off Depth of strata pressure _._.__........--1ba irtesian per square inch Date_.__._—.—..___.— Artesian water is controlled by (Cap. valve, etc.) °� (9) WELL TESTS: ▪ �as a pump test made? Yes 0 • eld: gal./min. with Drawdown 1s amount water level Is lowered below static Level No ❑ If yea, by whom?.._........... _________ ft. drawdown after hrs. L9 SP very data (time taken M map when pump turned off) (water level measured from well top to. water level) Time Water Level Time Water Level Time water Level �te of test ler test._...-_.._..__gal.min. with_...__._.....it. drawdown after. --..—.— his. Man flow_.._-_______.... _�_1---.—e,p.m. Date nperature of water. lL Was a chemical analysts made* 3 (uses IF. No. iibt--Od---(Rev. S -!B)-8-40. C. Formation: Describe byt , find show thickness of aquifers and the kind and na• ture of the material in each stratum penetrated, with at least one entry for each chanpe of formation. MATERIAL FROM 0 TO 51 SAND. GAAVEL &BLDAS. C MERT GRAVEL SAND & GRAVEL WATER —51 53 WELL CASED 52* INC. SHOE • DRILLED TO 53* • PRODUCED APROI. 50 GPM 6 52* a w w 20 M 045* R. SET PUMP ! 45* 1k..—ui:1 Y i�..J �t __ ... n7 ,r r Jv • Work started _µ 7 Lk—. iii—_.._. Complet hI317.:—___, jY _ WELL DRILLER'S STATEMENT: This well was drilled under my jurisdiction and this report is five to the best of my knowledge and belief. NAM RIME WELL DRILLING Address [wed] (Person, firm, or corporation) (Type er print) 7ASIMA. WASH. 1503 E. NOB HILL c, UMW* No.. .�t nate..4j7.491...- --• , 19--•_ . . IP NlgeSsSARY) WATER WELL REPORT Original &t^ copy -Ecology, 2ndcop,-owner, 3' copy - driller CURRENT Notice of Intent No. WE07984 u Construction/Decommission ("x" in circle) s ❑X Construction a'3 Oar Unique Ecology Well ID Tag No. APT - 847 ❑ Decommission ORIGINAL INSTALLATION Notice of Intent Number 7 a 3 ) 3 3 3 3 3 5 ) u ) 3 31 ) ) ) ) r 3 3 PROPOSED USE: l] Doinestic ❑ industrial ❑Municipal 0 DeWatei ❑ Irrigatiou ❑ Test Well 0 Other TYPE OF WORK: Owner's number of well (if more than one) 0 New well ❑ Reconditioned Method: 0 Dug ❑Bored ❑ Driven 0 Deepened 0 Cable ID Rotary, 0 Jetted DIMENSIONS: Diameter of well 6 inches. drilled 60 ft. Depth of completed well 60 ft. CONSTRUCTION DETAILS Casing ❑x Welded 6 " Diam. from +1 ft. to 60 ft. Installed: ❑ Liner installed " Diam. from ft to fl. ❑ Threaded " Diam. From ft. to ft. Perforations: ❑ Yes ❑x No Type of perforator used SIZE of perfs in. by in. and no. ofperfs from ft. to ft. Screens: ❑Yes ❑>< No ❑K-Pac Location Manufacturer's Name Type Model No. Diens. Slot size from ft. to ft. Diann. Slot size from ft. to ft. Gravel/Filter packed: ❑ Yes 0 No Size of gravel/sand Materials placed from ft. to ft. Surface Seal: ❑sc Yes ❑ No To what depth? 18 ft. Material used in seal BENTONITE Did any strata contain unusable water? ❑ Yes ❑x No Type of water? Depth of strata Method of sealing strata off PUMP, Manufacturer's Name Type: H.P. WATER'LEVELS: Land -surface elevation above mean sea level ft. Static level 16 ft. below top of well Date 02-29-08 Artesian pressure lbs. per square inch Date Artesian water is controlled by (cap, valve, etc.) WELL TESTS: Drawdown is amount water level Is lowered below static level Was a pump test made? ❑ Yes ❑x No If yes, by whom? Yield:gal./min. with R. drawdown after hrs. Yield: gal./min. with ft. drawdown after hrs. Yield: gal./Min. with ft. drawdown after hrs. Recovery data (time taken as zero when pump turned off) (water level measured from well top to water level) Time Water Level Time Water Level Time Water Level Date arrest Bailer Test galinsin. with ft. drawdown after hrs. Airiest 33 gal./min. with stem set at 60 ft. for 1 hrs. Artesian flow g.p.m. Date 02-29-08 Temperature of water 58 Was a chemical analysis made? ❑ Yes Q No Water Right Permit No. Property Owner Name Well Street Address City YAKIMA SALVADOR BERMUDEZ 611 S. 15TH ST. County YAKIMA Location NF I/4-1/4 SW I/4 Sec 20 Twn 13 R 19 EWM p Check Or One WWM ❑ (s, t,.r Still REQUIRED) Lat/Long Lat Deg Long Deg Tax Parcel No. (Required) 191320 - 31422 Lat Min/Sec Long Min/Sec CONSTRUCTION OR DECOMMISSION PROCEDURE Formation: Describe by color. character. size of material and.structure, and the kind and nature of the material in each stratum penetrated, with at least one entry for each change of information. (USE ADDITIONAL SHEETS IF NECESSARY.) MATERIAL FROM TO TOPSOIL 0 1 LARGE & SMALL GRAVEL & BR. SAND 1 16 & BR. CLAY LARGE & SMALL GRAVEL & BR. CLAY 16 60 & BR. SAND & WATER F4bCAWed \ nal z 700a ,AL RE Start Date 02-28-08 Completed Date 02-29-08 WELL CONSTRUCTION CERTIFICATION: I constructed and/or accept responsibility for construction of this well, and its compliance with all Washington well construction standards. Materials used and the information reported above are true to my best knowledge and belief. clDriller❑Engineer ❑Trainee Name (Punt ) Driller/Engineer/Trainee Signature Driller_or trainee License No. I4 JERRY RANK IF TRAINEE: Driller's License No: Drillet's Signature: ECY 050-1-20 (Rev 4/07) Drilling Company OASIS DRILLING LLC Address 2017 S. 16TH AVENUE City, State, Zip Contractor's Registration No. UNION GAP OASISD*072J9 , WA , 98903 Date 02-29-08 Ecology is an Equal Opportunity Employer 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 CIL fCOL06�Y Construction/Decommissionr�("x" in circle) Ccistruction CRO 0 Decommission ORIGINAL INSTALLATION Notice of Intent Number WATER WELL REPORT Original & I" copy - Ecology, 2id copy - owner, 3~ copy - driller CURRENT Notice of Intent No. Unique Ecology Well ID Tag No. 4.,1: „q 3 Water Right Permit No. t Property Owner Name 4 n+o n CA a on A ! o c S Well Street Address in 1 PROPOSED USE: Domestic ❑ Industrial ❑ Municipal' ❑ DeWater ❑ Imgation ❑ Test Well ❑ Other �/ City / CI X, /NA County % ek k, ,1.14 Location/WI/4-1/4 .i11 /4 Sec Twn R )9 E aM circle WWM one Lat/Longat (s, t, r Deg Lat Min/Sec TYPE OF WORK: Owner's number of well (if more than one) New well 0 Reconditioned Method : 0 Dug 0 Bored 0 Driven Deepened 0 Cable :.Rotary 0 Jetted Still REQUIRED) Long Deg Long Min/See DIMENSIONS: Diameter of well (o inches, drilled 6,5 ft. Depth of completed well tor ft Tax Parcel No. / 9/3 A c7 - 31 / 23 CONSTRUCTION DETAILS. �/ Cuing �i Welded lji' " Diam. from 1102 R to /O ' I ft. . Installed: 0 .Liner installed " Diam from ft to ft CONSTRUCTION OR DECOMMISSION PROCEDURE . Formation Describe by color, character, size of material and structure, and the kind and nature of the material in each stratum penetrated, with at least one entry for each change of information. (USE ADDITIONAL SHEETS IF NECESSARY.) 0 Threaded " Diam from ft to ft. Perforations: 0 Yes )11, No Type of perforator used SIZE of netts in by in. and no. of perfs_from ft. to ft. MATERIAL 1-4e So: 1 Cvb6/r-5 FROM 0 TO 3 Screens: 0 Yes No 0 K-Pac Location Manufacturer's Name Type Model No. toI`cive/ bole's + jllde,,s o .? �,5 Diem. Slot size from ft to ft. Dim Slot size from ft to ft. f Gravel/Filter packed: 0 Yes 214lo 0 Size of gravel/sand Materials placed from ft. to ft. - Surface Sal :Yes 0 No To what dgpth?ft. Materiel used in sat 15 en -b.", . P Did any strata contain unusable water? 0 Yes 0 No Type of water? Depth of strata Method ofsealing strata off PUMP: Manufacturer's Name Type: H.P. WATER LEVELS: Land -surface elevation above mean sea level ft. Static level /, ft. below top of well Date to -i/—/ y _ Artesian pressure lbs. per square inch Date (, ()1o6), SOF •(•,(-)Z06),.) Artesian water is controlled by p�' FtoCe��e d (cap, valve, etc.) ` 2a1`t WELL TESTS: Drawdown is amount water level is lowered below static level Was a pump test made? 0 Yes 0 No If yes, by whom? �U� t . Yield: galfrnin with ft. drawdown after hrs. Yield: galJmin with ft, drawdown after hrs. l' Yield: italimin. with ft. drawdown after ' hrs. Al R���`Cs Recovery data (time taken as zero when pump turned ofd (water level measured from well top to water level) Time Water Level Time Water Level Time Water Level - Date of test Bailer test/ gal./min with ft. drawdown after hrs. Airtest tp t, gal./min. with stem set at , 0 ft. for / hrs. Artesian flow g.p.m. Date Temperature of water Was a chemical analysis made? 0 Yes 0 No - • _ Start Date (O—//" -I. Completed Date l /t /Y • WELL CONSTRUCTION •CERTIFICATION: 1 constructed and/or accept responsibility for construction of this well, and its compliance with all F Washington well construction standards: Materials used and theinformationreported above are true to y best knowledge and belief. iDriller 0 Engineer 0 Trainee Name (Print) . Q r 5 • SPC r r� Drilling Company 0 ,y% Uci 116- toe 11 C) r ,'1 A.T t hilledEngiraxrlTraineeSignature LLW. �7 It Address i . !»i 3 �1" • City, State. Zip ,Se lG. JAi'C 9 S5194.2.- -134!' )Tiller or trainee License No. M 3 If TRAINEE, Driller': Licensed No. 1 Contractor's Registration No Driller's Signature Date /Z0-.-/ 1 Ecology is an Equal Opportunity Employer. -CY 050-1-20 (Rev 3/05) The Department of Ecology does1,NOT warranty the Data and/or Information on this Well Report. APPENDIX D PROJECT BORING LOGS Core/ Sampler Blow Counts* 31-47-50 100-76-74 42-116- 100 13-58-89 100/3" Description 0 to 2 ft: Granular Fill. 2 to 28 ft: Gravelly SAND with Silt (SW -SM) and Sandy GRAVEL with Silt (GW -GM); Olive gray; fine to medium sand, trace coarse; fine to coarse subrounded gravel, few cobbles; moist to wet below 10 ft; very dense. (Alluvium) Groundwater at 10.0 ft BTOC 03/04/2016 At 13 to 15 ft: Sandy GRAVEL (GW); Olive gray; fine to coarse subrounded gravel, few cobbles; fine to coarse sand. At 17 to 18 ft: Gravelly SAND (SW); Olive gray; fine to coarse sand; fine to coarse subrounded gravel, few cobbles. At 27 to 28 ft: SAND (SP) with Gravel; Olive gray; fine to medium; few fine -medium subrounded gravel. 28 to 41 feet: Silty Gravelly SAND (SM) and Silty Sandy GRAVEL (GM); Olive gray; fine medium sand, trace coarse; fine to coarse subrounded gravel, few cobbles; wet; very dense. (Alluvium) SPT — D&M samplers 150# auto hammer Surface Elevation = 1,027 feet amsl Well Lithology Completion Flush Mount Monument Concrete Hydrated Medium Bentonite Chips Colorado Silica Sand 10 x 20 2 -inch ID 0.020 - inch machine - slotted Sch 40 PVC Threaded end cap Native soil Boring Exploration Log Beech St Lift Station E Beech St. and S 17th St. ow -1 YAK 715-114 Yakima, WA ENG_INS, W F_=e-L 5_..n Project Location _ e _ -4-.-N Exploration Name Steve Nelson, LHG March 1, 2016 Rotasonic - 6 -in. OD Cascade Drilling Inspected by Date Drilling Equipment and Contractor Core/ Sampler Blow Counts* 31-47-50 100-76-74 42-116- 100 13-58-89 100/3" Description 0 to 2 ft: Granular Fill. 2 to 28 ft: Gravelly SAND with Silt (SW -SM) and Sandy GRAVEL with Silt (GW -GM); Olive gray; fine to medium sand, trace coarse; fine to coarse subrounded gravel, few cobbles; moist to wet below 10 ft; very dense. (Alluvium) Groundwater at 10.0 ft BTOC 03/04/2016 At 13 to 15 ft: Sandy GRAVEL (GW); Olive gray; fine to coarse subrounded gravel, few cobbles; fine to coarse sand. At 17 to 18 ft: Gravelly SAND (SW); Olive gray; fine to coarse sand; fine to coarse subrounded gravel, few cobbles. At 27 to 28 ft: SAND (SP) with Gravel; Olive gray; fine to medium; few fine -medium subrounded gravel. 28 to 41 feet: Silty Gravelly SAND (SM) and Silty Sandy GRAVEL (GM); Olive gray; fine medium sand, trace coarse; fine to coarse subrounded gravel, few cobbles; wet; very dense. (Alluvium) SPT — D&M samplers 150# auto hammer Surface Elevation = 1,027 feet amsl Well Lithology Completion Flush Mount Monument Concrete Hydrated Medium Bentonite Chips Colorado Silica Sand 10 x 20 2 -inch ID 0.020 - inch machine - slotted Sch 40 PVC Threaded end cap Native soil Depth (ft) Core/ Sampler Blow Counts* Description Lithology Well Completion Well Description 1 1 1 0 to 2 ft: Granular Fill. • 2 to 27 ft: Silty Gravelly SAND (SM), Gravelly SAND with Silt (SW -SM) and Sandy GRAVEL with Silt (GW -GM); Olive gray; fine to medium sand, trace coarse; fine to coarse subrounded gravel, few cobbles, trace boulders; moist to wet below 10 ft; very dense. (Alluvium) Groundwater at 9.7 ft BTOC 03/04/2016 25 to 31 feet: Gravelly SAND with Silt (SW -SM) ; Olive gray; fine to medium sand, some coarse; fine to coarse subrounded gravel, few cobbles; wet; very dense. (Alluvium) Boring completed as test well. * No SPTs Surface Elevation = 1,026 feet amsl Flush Mount Monument Concrete Hydrated Medium Bentonite Chips Pea Gravel 6 -inch ID 0.100 -inch machine -slotted Sch 40 PVC Threaded end cap Native soil ' Boring Exploration Log TW -1 Exploration Name Beech St Lift Station YAK 715-114 Project E Beech St. and S 17th 5t. Yakima, WA Location ,,,r i Ntt:�5 N: t .. - 1 f" NT lc. t Steve Nelson, LHG Inspected by March 2, 2016 Date Rotasonic - 6 -in. OD Cascade Drilling Drilling Equipment and Contractor Depth (ft) Core/ Sampler Blow Counts* Description Lithology Well Completion Well Description 1 1 1 0 to 2 ft: Granular Fill. • 2 to 27 ft: Silty Gravelly SAND (SM), Gravelly SAND with Silt (SW -SM) and Sandy GRAVEL with Silt (GW -GM); Olive gray; fine to medium sand, trace coarse; fine to coarse subrounded gravel, few cobbles, trace boulders; moist to wet below 10 ft; very dense. (Alluvium) Groundwater at 9.7 ft BTOC 03/04/2016 25 to 31 feet: Gravelly SAND with Silt (SW -SM) ; Olive gray; fine to medium sand, some coarse; fine to coarse subrounded gravel, few cobbles; wet; very dense. (Alluvium) Boring completed as test well. * No SPTs Surface Elevation = 1,026 feet amsl Flush Mount Monument Concrete Hydrated Medium Bentonite Chips Pea Gravel 6 -inch ID 0.100 -inch machine -slotted Sch 40 PVC Threaded end cap Native soil Depth (ft) Corel Sampler Blow Counts* Description Lithology Completion Well 0 to 2 ft: Granular Fill. • 2 to 24 ft: Gravelly SAND with Silt (SW -SM) and Sandy GRAVEL with Silt (GW -GM); Olive gray; fine to medium sand, trace coarse; fine to coarse subrounded gravel, few cobbles; moist to wet below 10 feet; very dense. (Alluvium) 38-42-58 10 Groundwater at 10 ft BTOC 03/04/2016 5-14-21 32-64-64 20 19-55-50 At 21 to 22 ft: SAND with Gravel (SW); Olive gray; fine to medium sand, some coarse; fine to coarse subrounded gravel, few cobbles; wet; very dense 26-60-44 1 24 to 31 feet: Silty Gravelly SAND (SM); Olive gray; fine medium sand, trace coarse; fine to coarse subrounded gravel, few cobbles; wet; very dense. (Alluvium) 26 to 31 feet: Sandy GRAVEL with Silt (GW -GM) and Gravelly SAND with Silt (SW -SM); Olive gray; fine medium sand, trace coarse; fine to coarse subrounded gravel, few cobbles; wet; very dense. (Alluvium) Boring completed as monitoring well. Well Description Flush Mount Monument Concrete Hydrated Medium Bentonite Chips Colorado Silica Sand 10 x 20 2 -inch ID 0.020 - inch machine - slotted Sch 40 PVC Threaded end cap Native soil 35 * SPT — D&M samplers 150# auto hammer Surface Elevation = 1,029 feet amsl Boring Exploration Log MW -1 Exploration Name Beech St Lift Station YAK 715-114 Project E Beech St. and S 15th St Yakima, WA Location ENG 1 N F f R y --1-rLih- ^I 14HT'iL -r-_- C, VII Steve Nelson, LHG Inspected by March 2, 2016 Date Rotasonic - 6 -in. OD Cascade Drilling Drilling Equipment and Contractor Depth (ft) Corel Sampler Blow Counts* Description Lithology Completion Well 0 to 2 ft: Granular Fill. • 2 to 24 ft: Gravelly SAND with Silt (SW -SM) and Sandy GRAVEL with Silt (GW -GM); Olive gray; fine to medium sand, trace coarse; fine to coarse subrounded gravel, few cobbles; moist to wet below 10 feet; very dense. (Alluvium) 38-42-58 10 Groundwater at 10 ft BTOC 03/04/2016 5-14-21 32-64-64 20 19-55-50 At 21 to 22 ft: SAND with Gravel (SW); Olive gray; fine to medium sand, some coarse; fine to coarse subrounded gravel, few cobbles; wet; very dense 26-60-44 1 24 to 31 feet: Silty Gravelly SAND (SM); Olive gray; fine medium sand, trace coarse; fine to coarse subrounded gravel, few cobbles; wet; very dense. (Alluvium) 26 to 31 feet: Sandy GRAVEL with Silt (GW -GM) and Gravelly SAND with Silt (SW -SM); Olive gray; fine medium sand, trace coarse; fine to coarse subrounded gravel, few cobbles; wet; very dense. (Alluvium) Boring completed as monitoring well. Well Description Flush Mount Monument Concrete Hydrated Medium Bentonite Chips Colorado Silica Sand 10 x 20 2 -inch ID 0.020 - inch machine - slotted Sch 40 PVC Threaded end cap Native soil 35 * SPT — D&M samplers 150# auto hammer Surface Elevation = 1,029 feet amsl 0 to 2 ft: Turf, Topsoil, and Granular Fill. 2 to 21 ft: Gravelly SAND with Silt (SW -SM) and Sandy GRAVEL with Silt (GW -GM); Olive gray; fine to medium sand, trace coarse; fine to coarse subrounded gravel, few cobbles; moist; very dense. (Terrace Deposits) Hydrated Medium Bentonite Chips Groundwater at 22.5 ft BTOC 03/04/2016 21 to 25 feet: SAND with Gravel (SP); Olive gray; fine to medium sand, trace coarse; few fine subrounded gravel; moist to wet below 22 ft; very dense. (Terrace Deposits) :e 2 -inch ID 0.020 - inch machine - slotted Sch 40 PVC 25 to 31 feet: Silty Gravelly SAND (SM) and Silty Sandy GRAVEL (GM); Olive gray; fine medium sand, trace coarse; fine to coarse subrounded gravel, few cobbles; wet; very dense. (Terrace Deposits) Boring completed as monitoring well. Surface Elevation = 1,045 feet amsl rn , Boring Exploration Log MW -2 Exploration Name Beech St Lift Station YAK 715-114 Project E Beech St. and S Fair Ave. Yakima, WA Location L N G r N r t l s .r 1r Nara r.: Steve Nelson, LHG Inspected by March 3, 2016 Date Rotasonic - 6 -in. OD Cascade Drilling Drilling Equipment and Contractor 0 to 2 ft: Turf, Topsoil, and Granular Fill. 2 to 21 ft: Gravelly SAND with Silt (SW -SM) and Sandy GRAVEL with Silt (GW -GM); Olive gray; fine to medium sand, trace coarse; fine to coarse subrounded gravel, few cobbles; moist; very dense. (Terrace Deposits) Hydrated Medium Bentonite Chips Groundwater at 22.5 ft BTOC 03/04/2016 21 to 25 feet: SAND with Gravel (SP); Olive gray; fine to medium sand, trace coarse; few fine subrounded gravel; moist to wet below 22 ft; very dense. (Terrace Deposits) :e 2 -inch ID 0.020 - inch machine - slotted Sch 40 PVC 25 to 31 feet: Silty Gravelly SAND (SM) and Silty Sandy GRAVEL (GM); Olive gray; fine medium sand, trace coarse; fine to coarse subrounded gravel, few cobbles; wet; very dense. (Terrace Deposits) Boring completed as monitoring well. Surface Elevation = 1,045 feet amsl Depth (ft) Core/ Sampler Blow Counts Description Lithology 0 to 16 ft: Silty Gravelly SAND (SM) and Silty Sandy GRAVEL (GM); Olive gray; fine medium sand, trace coarse; fine to coarse subrounded gravel, few cobbles, trace boulders; moist to wet below 15 ft; very dense. (Terrace Deposits) 50-72-100 23-39-31 Groundwater at 15 feet 03/04/16 Boring Backfilled with hydrated 3/8 -inch bentonite chips. D&M Samplers, 150# auto hammer Surface Elevation = 1,030 feet amsl Boring Exploration Log SB -1 Exploration Name Beech St Lift Stti Station YAK 715-114 Project 13th E Beech and 5 St Yakima, WA Location cror.Fn ecus f, w _ Steve Nelson, LHG Inspected by March 4, 2016 Date Rotasonic - 6 -in. OD Cascade Drilling Drilling Equipment and Contractor Depth (ft) Core/ Sampler Blow Counts Description Lithology 0 to 16 ft: Silty Gravelly SAND (SM) and Silty Sandy GRAVEL (GM); Olive gray; fine medium sand, trace coarse; fine to coarse subrounded gravel, few cobbles, trace boulders; moist to wet below 15 ft; very dense. (Terrace Deposits) 50-72-100 23-39-31 Groundwater at 15 feet 03/04/16 Boring Backfilled with hydrated 3/8 -inch bentonite chips. D&M Samplers, 150# auto hammer Surface Elevation = 1,030 feet amsl Depth (ft) Core/ Sampler Blow Counts* Description Lithology 0 to 5 ft: Asphalt and Granular Fill 2 to 21 ft: Gravelly SAND with Silt (SW -SM) and Sandy GRAVEL with Silt (GW -GM); Olive gray to olive brown; fine medium sand, trace coarse; fine to coarse subrounded gravel, few cobbles, trace boulders; moist to wet below 17 ft; very dense. (Terrace Deposits) At 17 to 19 ft: Silty Sandy GRAVEL and Silty Gravelly SAND Groundwater at 17 feet 03/04/16 Boring Backfilled with hydrated 3/8 -inch bentonite chips. No SPT samples. Surface Elevation = 1,046 feet amsl G ;kt w Boring Exploration Log SB -2 Exploration Name Beech St Lift Station YAK 715-114 Project E Beech and S 9th St Yakima, WA Location C N G t N C C R 9. a NN,; .14 Steve Nelson, LHG Inspected by March 4, 2016 Date Rotasonic - 6 -in. OD Cascade Drilling Drilling Equipment and Contractor Depth (ft) Core/ Sampler Blow Counts* Description Lithology 0 to 5 ft: Asphalt and Granular Fill 2 to 21 ft: Gravelly SAND with Silt (SW -SM) and Sandy GRAVEL with Silt (GW -GM); Olive gray to olive brown; fine medium sand, trace coarse; fine to coarse subrounded gravel, few cobbles, trace boulders; moist to wet below 17 ft; very dense. (Terrace Deposits) At 17 to 19 ft: Silty Sandy GRAVEL and Silty Gravelly SAND Groundwater at 17 feet 03/04/16 Boring Backfilled with hydrated 3/8 -inch bentonite chips. No SPT samples. Surface Elevation = 1,046 feet amsl APPENDIX B PERMITS PERMITS TO BE PROVIDED ATA LATER DATE APPENDIX C AS -BUILT RECORDS EXISTING GRAVITY INTERCEPTOR AT E NOB HILL BLVD EXISTING VIOLA DISCHARGE STRUCTURE ADDITIONAL AS -BUILT RECORDS AVAILABLE UPON REQUEST 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 EXISTING GRAVITY INTERCEPTOR AT E NOB HILL BLVD IAEES 470 YELOS- (Df MON 10100* TO 4-fT SO/1H Of AT&T CONDUITS L! 7071 A 2'60 1007 10 664 63.71 -LA •44- 8' RT .72 .04 STEEL CASINO PIPE STA 14.36 TO SIA 16+60 T0P OF 12' C! PIPE EL 1072.70 COP F'.• . I 4.71 SO7/TN OF O I O I0 . - ) �f ft] ROV 420.18'12' LT (' 4.10099.87 6-1"78.70.71- _ _ _-'q•--7 -MOWED MEET_ m` Q [110106 sow_ BOX • PLAN SCALE' 1' • 20' 0 20 10' enwagi N MST TELEPHONE 6 4' C 704.I1S ENCASED IN COW, TOP Of CONC EL 1011.1, 16 1006.6. EDGE OF .40(4(47 NOTE 2 (7YP) WSOOT RIG . 7EIINPROVE0 SEE DETAIL 'C', DRAWING C-503 4 1035' PAVED SURFACE PVC SANITARY SEDER PIPE 38 /N DIAY CL. Y REINF. CONC. SEDER P176 36 IN OIAI, Cl. V 71117 , COW. SEWER PIPE 38 1N 07AN, PVC SANITARY SERER PIPE 36 IN DWI, OR POLYET7M73E (PE) PRESSLRE PIPE 42 IN OIAM PVC SANITARY SEWER PIPE 38 IN DIAN CR POLYETHYLENE (PE) F#ESSIWE PIPE 42 IN O1AM .illl 1095' 1030' --}----L : 1030' — — =_ --—t- 1 .�W mac. . Tic ERE , .,,'i . 1026' 1025' aiE ` 7 r rE 7 - g N."% ct :IM:;i4i'aii� +.ommom ' =1 _�� . _ 1020' 1020, 1016irrrw.l�i� 1010' �ELVANg �r .i ai.Q •_�i��� �.M r- - M-- SI Lima r mum 1016' El.mC� Mri".. �M�W. SEW= - - ---_l----- - - - R mo ; '�� Bai=rsim WizZ 19 .... == 1010' � +r.3'� 90 rim= -- --- t � 6-60- - 'r=.,...r -- _ - .=".� - :: SS 7.....11"M 41.40.40 1005' 1006' -- Ela �.�� �ili"." ■� •r7�T. ■ ='� —�— — -- — F�--Mel — 1000' 1000' !. 1I: �'fI iI 77!•'•,7" 7, Z�' ( TIFF DP : MENEM O O O O O O O O == O O O O O O O O O O O O O O O O O It) ti 1.0 r 10 CO4. (0 CO (0 r CO NOTES: 1. WAS ON RIMEL CNE OT C0I111210E wan THE 12' WATERL1NE IN THE ANEOfETUN IS EXTENDED TO THE EXISTING WATERLINE SOUTH Of SR -24 NO 15 IH SERVICE. COORDINATE ALL WONT 61114 THE CITY Of YATIMA TATER DISTRIsuIION SUPERVISOR (ALIVE MAXEY (509)576.6188). 2. SEE 115007 DRAWINGS FOR LIMITS 3. APPROXIMTE DISTANCE TO EDGE Of PAVEMENT, N01 TO SE USED FOR LOCATING 7170 at Y7. TS PROFILE SCALE' 1• • 20' RORIE 0 20' 70' 1' • 5' VERT f� FILE NAME 132965 -P&P -Ph1 2/15/2005 DESIGNED BY ENTERED BY CHECKED BY REGIONAL ADM. RLB VEE, CJC KSH, RJK CONTRACT MO EOCA110N N0. 41, M BLACK & VEATCH ALIGNMENT MODIFIED TO AVOID FIBER OPTICS REVISION 3/29/05 Black & Veatch Corporation SIAM NrOO114070 •Ti Washington. State Department of Transportation f R"SCOMS'. ;i.. 'PLANS" ONLY SR 24 1-82 TO KEYS ROADS PLOT' C-104 BY PLAN & PROFILE • STA 14+50 TO STA 19+00 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 s 1 1 1 EXISTING VIOLA DISCHARGE STRUCTURE EXIST AS 2' DI TYPE d COPPER OR PE TUBING WI WIRE AIR.V4C VAULT LAR ECTION. N; p DET 71, ,ry AC VAULT , ONO 0-506 DIA W (SEE 6" DIA WATER LINE RELOCATION PLAN SCALE' 1' • 5' 0 5' T0' • 2' IRRGATI0N SERVICE CONNECTION IRR LINE, 2' DIA GALV PIPE VAULT O NIGH REViE.JEO 3 APPR0V D E'( '{�K1 A wwr1' t44 -2(N/ NPR=L_ 2007 SURrgce N\°1-)1‘)r- 74, ,\ouNr?4„ RLn:6 S L0`''eR5 NOTES: ^ 1. FOR INS PLAN 5 PROFILE, SEE DRAWINGS 0-403. VA() LT 2. FIRST JOINT FOR 01P SHALL BE NO MORE THAN 51FROM NGL uEERED INSIDE FACE EXISTING DIVERSION STRUCTURE. FIRST JOINT E FOR ANWA 0905 PRESSURE PIPE SHALL BE ONE STANDARD PIPE 84 QrF1=R 5 LENGTH FROM INSIDE FACE OF EXISTING STRUCURE. 3. BACKGROUND INFORMATION FOR THE EXISTING WEST DIVERSION STRUCTURE FROM WASTEWATER FACILITIES PROJECT WASTE TREATMENT PLANT (WF8T8) DRAWING SET, SHEET 166.0-551-2, PREPARED BY R.W. BECK AN0 ASSOCIATES, DATED 12122/1982. 4. WORK ON THE WATERLINE MODIFICATIONS CANNOT COAORENCE UNTIL THE 12' WATERLINE IN THE ARBORETUM IS EXTENDED TO THE EXISTING WATERLINE SOUTH OF SR -24. COORDINATE ALL WORK WITH CITY OF YAKIMA WATER DISTRIBUTION SUPERVISOR (ALIVE AIAXEY (509)575-6196). -cNsrm_i_ p n- N)'TAOPN'iLLEC._ L.JArr5M? / fir T coNsT SoSNT OMA/TER LI LINA 1JorFouN° NE, SEE pVRLNG EXCh V/-rOLW A, ONO C-505 CONCRETE CLOSURE COLLAR StEil ROMAC 501 TRANSITION 1030' SEE DETAIL 'C', DRAWING C•503 I 1035' 1025' 1030' r F 1020• –_._.._ _– )_ - __ • ni , _�"� ____ __ ___ _ _ __ _– ._ 1025 1015' _. – ---_ – R — . — REvioEri - >` _ 1-. 1020' 1o1s' T' Coto' ---------- __-_-.—, -- «A+R __ — I 1005' LA - - — 1010' 1005' -- -- ----- – ---- r i -- r `----------K 1000' 'd---• ---'--- ��---- --�---------- 950' ---t --- ----+--- --- ..--- ---- --- -- --- --_ -- --r---- - ---t---- ----- 1000' O N 0 (0 0 CO 6" DIA WATER LINE RELOCATION PROFILE SCALE' 1' = 20' HORIZ 1' = 5' VERT 0 20' W' COUPLING (TYP 2) EX/.ST. weir z PLiCTuRZ E7/37' 48" RCP .,1E VER 1j .I II \•A -7,•f raja/y-7�- tICTTE SNL N•41.L7 rGbQ A,/ORTH gal AAJO SOUTH 80X AA//;Lt... 8E IO' RAISE AOR RING 5 COVER ` `g001YIOMAL RINGS AS S1 0'W TO MATCH D GRADE -11 , ;1 3CM. PL(/e iYlA.6N/•JI/l4/A/K C$MEA/r GROUT 40'4' (64'?. BEANO FAST. ATy /'4 604R ?VOW eo-or -eta A M✓ 4P0O1.. LTA'A3T. '4" O/• M✓ FOPIC1 ARAM/ DAJGM, • • _.: L /FT/AJC JLAB M/rRE at 8ENO OPTIONAL. 5u M/T DE7A25 FOR APPROVAL. t s3 Moons zt %Ai BEARD • WEST DIVERSION STRUCTURE CONNECTION PLAN 1/2' • /'-0' 0 1' 2' 4' 4.4 q FOR "AS CONSTRU I D PLANT.' ONLY. FILE NAME 132965-P&P-Pn1 TIME DATE 2/15/2005 REG,ON NO. STATE 10 WASH DESIGNED BY RLB ENTERED BY VEE, CJC CHECKED BY KSH, RJK PROJ. ENGR. REGIONAL ADM. REVISION DATE BY JOB NUMBER CONTRACT N0. FED. AID PROJ.NO. LOCATION NO BLACK & VEATCH Black & Veatch Corporation S.AS.. WMYgten Washington State Department of Transportation SR 24 1-82 TO KEYS ROAD PLOT1 C-114 PLAN & PROFILE, 6" WATER LINE & CONNECTION TO DIVERSION STRUCTURE WE'- TS EXISTING VIOLA DISCHARGE STRUCTURE NOTES: 1. REMOVE EXIST WALL AS REQUIRED TO CONNECT 38' DIA SS TO DIVERSION STRUCTURE. FOR CONNECTION DETAIL, SEE DETAIL I MARINO C-502. 2. INS IE TO ,WATCH EXIST 48' DIA SEW IE. 3. FIRS1 DIP JOINT OF INS SHALL 88 NO MORE 1HA4 54' FROM INSIDE FACE EXISTING DIVERSION STRUCTURE. FIRST AWVM C905 PRESSURE PIPE INS JOINT SHALL DE ONE STANDARD PIPE LENGTH FROM INSIDE FACE OF EXISTING STRUCURE. �. BACKGROUND INFORMATION FOR THE EXISTING WEST DIVERSION STRUCTURE FROM WASTEAIER FACILITIES PROJECT WASTE TREATMENT PLANT (WFPWTP) DRAWING SET, SHEET 188-C-551.2, PREPARED 8Y R.W. BECK AM) ASSOCIATES, MATED 12122/1882. HYDROPHILIC WATERSTOP, TYP MIN 3' COVER OVER 8' W (ALL SIDES) 0 C•503 RAISE MIT RING 8 COVER NI ADDITIONAL RINGS AS NECESSARY TO MATCH REVISED GRADE RIM El. 1012.00 AL_ "Mr Mao 2' IRR LINE IE=1005.59 OP71 04L .$L/P t2 A LTE R N/ r DSL(-' KYOflERS WEST DIVERSION STRUCTURE CONNECTION SECTION 1/2' 1'-0' 0 1' 2' FILE NAME 132965-PH1_C-504.d TIME DATE 2/15/2005 DESIGNED BY RLB ENTERED BY VEE, RLF CHECKED BY KSH, RJK PROJ. ENGR. REGIONAL ADM. !CO NUMBER 14/ BLACK & VEATCH CONTRACT NO LOCAnON NO REVISION DATE BY E6 ES 02/28/'2007 Bleck & Veatch Corporation Seattle. WWBptun Washington State Department of Transportation SR 24 1-82 TO KEYS ROAD PLOT1 CIVIL - WEST DIVERSION STRUCTURE CONNECTION SECTION SNFFT 5'3! C I ENGINEER S PLANNERS SCIENTISTS PLOT DATE: 6/14/2017 CITY OF YAKIMA BEECH STREET INTERCEPTOR, LIFT STATION AND FORCE MAIN SCHEDULE A: BEECH STREET INTERCEPTOR SCHEDULE B: BEECH STREET LIFT STATION AND FORCE MAIN VOLUME 2 OF 2 1 IC 16, Y>S 4 VV>.lG v>Fi.+-r.- ,. V s4'.>EVY X v Y' ':',1. L Y'1(W ?c -Y L-;vY� Wv 1,'1(r`L�' • y_.,' Y �.VW��L,'�'vYi.kV K YM Y" 4_ , Y 11(W�i v.s. Y- Y s5's(1VY 4YS'� �[ *...14,,,,,,,•_4( Y>byv cd *'?Y Yi ` /[ YW�v 6r ':.; b'tY V!y:,4!rt b7: 11'�i1/'�%�'�'<'v Y l�,r�*Y. Y�I(• �r Y v •Y1l'W7.i, NtV � 51 til . Y •.J'"`x 1 CONFORMED JUNE 2017 MAYOR KATHY COFFEY CITY COUNCIL MEMBERS DULCE GUTIERREZ AVINA GUTIERREZ CARMEN MENDEZ BILL LOVER MAUREEN ADKISON HOLLY COUSENS CITY MANAGER CLIFF MOORE J:\Dots\YAN\512-127\CAD\bsls-d-cov.d.g GENERAL CONSTRUCTION NOTES Lm ADDRESSES SITE ADDRESS: 1753 EAST BEECH STREET, YAKIMA, WA 98901 OWNER: 129 NORTH 2ND STREET, YAKIMA, WA 98901 ENGINEER: 114 COLUMBIA POINT DRIVE, SURE C, RICHLAND, WA 99352 GENERAL CONSTRUCTION 1. CONSTRUCTION STANDARDS CONSTRUCTION OF IMPROVEMENTS SHALL CONFORM TO THE CONSTRUCTION DRAWINGS, TECHNICAL SPECIFICATIONS, I.B.C., THE CURRENT EDITION OF THE CITY OF YAKIMA ENGINEERING STANDARD DETAILS AND SPECIFICATIONS AND THE STANDARD SPECIFICATIONS FOR ROAD, BRIDGE AND MUNICIPAL CONSTRUCTION, 2016 EDITION, AS ISSUED BY THE WASHINGTON STATE DEPARTMENT OF TRANSPORTATION AND THE AMERICAN PUBLIC WORKS ASSOCIATION, HEREINAFTER REFERRED TO AS THE STANDARD SPECIFICATIONS. THESE DOCUMENTS ARE AVAILABLE FOR VIEWING AT THE CITY PRIOR TO AND FOLLOWING THE BID AND ONLINE AT THE WSDOT AND CITY OF YAKIMA WEBSITES. 2. PRE -CONSTRUCTION CONFERENCE A PRE -CONSTRUCTION CONFERENCE AND TWENTY-FOUR HOUR NOTICE WILL BE REQUIRED PRIOR TO STARTING CONSTRUCTION OR RESTARTING CONSTRUCTION AFTER A PERIOD OF MORE THAN 5 DAYS OF NO WORK BEING PERFORMED. 3. CONSTRUCTION SAFETY TAKE ALL NECESSARY PRECAUTIONS TO PROTECT THE PUBLIC AND PREVENT NUISANCES WHILE PERFORMING CONSTRUCTION WORK ON THIS PROJECT. CONTRACTOR SHALL BE RESPONSIBLE FOR ALL SAFETY PRECAUTIONS AND THE METHODS, TECHNIQUES, SEQUENCES AND PROCEDURES REQUIRED TO PERFORM THE WORK. 4. PERMITS SEE SPECIFICATIONS FOR CONTRACTOR PERMIT REQUIREMENTS. ALL REQUIRED PERMITS MUST BE OBTAINED PRIOR TO CONSTRUCTION. THE CONTRACTOR IS RESPONSIBLE FOR COMPLYING WITH THE PROVISIONS OF ALL PERMITS. 5. PLANS CONTRACTOR MUST KEEP A COPY OF THE APPROVED PLANS ON-SITE WHENEVER CONSTRUCTION IS IN PROGRESS. CONTRACTOR INITIATED CHANGES SHALL BE SUBMITTED IN WRITING TO THE ENGINEER FOR APPROVAL PRIOR TO IMPLEMENTATION OR CONSTRUCTION. DRAWINGS INDICATE GENERAL AND TYPICAL DETAILS OF CONSTRUCTION. WHERE CONDITIONS ARE NOT SPECIFICALLY INDICATED BUT ARE OF SIMILAR CHARACTER TO DETAILS SHOWN, SIMILAR DETAILS OF CONSTRUCTION SHALL BE USED, SUBJECT TO REVIEW AND APPROVAL OF THE ENGINEER. 6. EXISTING STRUCTURES AND UTILITIES CALL 1.800.424.5555 FOR UTILITY LOCATES 48 HOURS BEFORE CONSTRUCTION. A. ALL UTILITY LOCATIONS: THE LOCATIONS OF EXISTING UTIUTIES SHOWN ON THESE CONSTRUCTION DRAWINGS ARE APPROXIMATE. THE SOURCE OF INFORMATION GENERALLY CONSISTS OF CONSTRUCTION RECORDS, UTILITY LOCATES, AND OTHER DATA OBTAINED VERBALLY FROM OFFICIALS ASSOCIATED WITH THE PARTICULAR UTILITY. OWNER AND ENGINEER DO NOT GUARANTEE NOR ASSUME RESPONSIBILITY FOR THE ACCURACY OF THIS INFORMATION. ITIS UNDERSTOOD THAT OTHER ABOVE GROUND AND UNDERGROUND FACILITIES NOT SHOWN ON THE DRAWINGS MAY BE ENCOUNTERED DURING THE COURSE OF THE WORK. THE CONTRACTOR SHALL VERIFY THE TRUE AND CORRECT LOCATION OF EXISTING UTILITIES TO AVOID DAMAGE OR DISTURBANCE. CONTRACTOR SHALL PRESERVE, PROTECT AND SUPPORT ALL EXISTING UTILITIES ENCOUNTERED DURING CONSTRUCTION. B. UTILITY CONFLICTS: CONTACT A ONE -CALL UTILITY LOCATE SERVICE PRIOR TO AND DURING CONSTRUCTION. THE CONTRACTOR SHALL IMMEDIATELY NOTIFY THE ENGINEER AND THE UTILITY COMPANY WHEN A CONFLICT OCCURS OR WHEN A CONFLICT IS ANTICIPATED. THE CONTRACTOR SHALL BE RESPONSIBLE FOR REPLACING OR REPAIRING ANY UTILITIES DAMAGED DURING CONSTRUCTION. C. WATER SYSTEM VALVES SHALL ONLY BE OPERATED BY CITY OF YAKIMA EMPLOYEES. 7. DALY CLEANUP CLEANUP ALL AREAS AFFECTED BY HIS ACTIVITIES TO THE SATISFACTION OF THE ENGINEER BY THE END OF EACH WORKING DAY OR MORE FREQUENTLY IF REQUIRED BY THE ENGINEER. THIS INCLUDES REMOVAL OF AU. DUST, MUD, ROCKS, ASPHALT DEBRIS, AND REFUSE FROM STREETS, SIDEWALKS, DRIVEWAYS, AND ANY OTHER AREAS AFFECTED BY THE CONSTRUCTION ACTIVITIES. FAILURE TO CLEANUP TO THE SATISFACTION OF THE OWNER WILL NECESSITATE A SHUTDOWN OF THE PROJECT UNTIL CLEANUP IS PROPERLY PERFORMED. DAILY CLEANUP IS AN INTEGRAL PART OF EROSION AND POLLUTION CONTROL. 8. SITE IMPACTS THE CONTRACTOR IS REQUIRED TO PROVIDE ALL CONSTRUCTION STAKING ON THIS PROJECT INCLUDING THE PREPARATION OF COMPLETE AS -BUILT RECORDS. STAKING FOR GRADES AND ALIGNMENT SHALL BE PERFORMED BY A PROFESSIONAL LAND SURVEYOR LICENSED IN THE STATE OF WASHINGTON. CONTRACTOR SHALL RESTORE ALL DISTURBED AREAS TO THEIR INITIAL (PRE -CONSTRUCTION) CONDITION OR BETTER. CONTRACTOR SHALL HYDROSEED ALL EXISTING AREAS THAT ARE DISTURBED BY CONSTRUCTION ACTIVITIES. 9. TRAFFIC CONTROL PROVIDE TRAFFIC CONTROL PLAN(S) AS REQUIRED IN ACCORDANCE WITH MUTCD. 10. INSPECTION PRECAST CONCRETE ERECTION AND SOIL COMPACTION TESTING SHALL BE SUPERVISED IN ACCORDANCE WITH THE PROJECT SPECIFICATIONS BY A QUALIFIED TESTING AGENCY DESIGNATED BY THE OWNER. THE OWNER SHALL BE FURNISHED WITH COPIES OF ALL INSPECTION REPORTS AND TEST RESULTS. 11. SITE DRAINAGE SITE GRADES AND EXCAVATIONS SHALL BE SLOPED SO THAT SURFACE WATER FLOWS AWAY FROM FOOTINGS AND BACKFILL AND SO THAT ALL WATER DISCHARGES TO AN APPROPRIATE RECEIVING AREA WITHOUT ANY WATER QUALITY DEGRADATION. 12. THRUST BLOCKING AND JOINT RESTRAINT NOTES THRUST BLOCKING OR APPROVED JOINT RESTRAINT SYSTEMS SHALL BE PROVIDED FOR ALL TEES, BENDS, DEAD -ENDS, AND CROSSES, AND SHALL COMPLY WITH THE STANDARD THRUST BLOCKING DETAILS AND RESTRAINT SYSTEMS AS INDICATED IN THE PLANS AND SPECIFICATIONS. THRUST BLOCKS SHALL BE SIZED BASED ON THE FITTING TO BE BLOCKED AND SOIL TYPE ENCOUNTERED AT EACH LOCATION. IF CONFLICTING UTILITIES PREVENT THE USE OF A THRUST BLOCK IN COMPLIANCE WITH THE STANDARD DETAIL, THE CONTRACTOR SHALL INSTALL ALTERNATIVE THRUST RESTRAINT AS APPROVED BY THE ENGINEER. 13. CONSTRUCTION STAGING AREA THE CLEARING LIMITS SHOWN ON THESE PLANS ARE INTENDED TO PROTECT SENSITIVE AREAS WITH VEGETATION, STRUCTURES, OR UTILITIES. AREAS ON-SITE AND OUTSIDE OF THE CLEARING LIMITS MAY BE USED FOR EQUIPMENT AND MATERIALS STORAGE AND CONSTRUCTION STAGING. IF THE AREAS SHOWN ON THE PLANS ARE INADEQUATE, THE CONTRACTOR SHALL COORDINATE WITH OWNER TO OUTLINE NEW CONSTRUCTION STAGING AREA(S). THE STAGING AREA SHALL NOT INTERFERE WITH DAILY ACCESS NEEDS OF THE SITE OR SURROUNDING SITES AS NOTED ON THE PLANS. 14. EROSION AND SEDIMENTATION CONTROL A. THE IMPLEMENTATION OF THE EROSION AND SEDIMENTATION CONTROL (ESC) PLAN AND THE CONSTRUCTION, MAINTENANCE, REPLACEMENT, AND UPGRADING OF THESE ESC FACILITIES IS THE RESPONSIBILITY OF THE CONTRACTOR UNTIL ALL CONSTRUCTION IS APPROVED. EROSION CONTROL MEASURES MUST BE IN PLACE PRIOR TO ANY CONSTRUCTION. B. THE CONTRACTOR SHALL BE RESPONSIBLE FOR THE DEVELOPMENT AND IMPLEMENTATION OF A DUST CONTROL PLAN PER THE REQUIREMENTS OF THE CONSTRUCTION DUST CONTROL POLICY OF THE YAKIMA REGIONAL CLEAN AIR AGENCY (YRCAA). THE PLAN SHALL BE SUBMITTED TO THE YRCAA FOR REVIEW FIFTEEN (15) DAYS PRIOR TO THE COMMENCEMENT OF ANY WORK THAT WOULD DISTURB SOIL STABILITY OR COVER, OR OTHERWISE CAUSE FUGITIVE DUST EMISSIONS. C. THE BOUNDARIES OF THE CLEARING LIMITS SHOWN ON THESE PLANS SHALL BE CLEARLY FLAGGED IN THE FIELD PRIOR TO CONSTRUCTION. DURING THE CONSTRUCTION PERIOD, NO DISTURBANCE BEYOND THE FLAGGED CLEARING LIMITS SHALL BE PERMITTED. THE FLAGGING SHALL BE MAINTAINED BY THE CONTRACTOR FOR THE DURATION OF CONSTRUCTION. D. DURING THE CONSTRUCTION PERIOD, THE TESC MEASURES SHALL BE INSTALLED PER PLAN AND AUGMENTED OR MAINTAINED AS NEEDED. THE CONTRACTOR SHALL ENSURE THAT SEDIMENT AND SEDIMENT -LADEN WATER DO NOT LEAVE THE SITE. ANY DISCHARGE OF SEDIMENT -LADEN RUN-OFF OR OTHER POLLUTANTS TO WATERS OF THE STATE IS IN VIOLATION OF CHAPTER 90.48, WATER POLLUTION CONTROL, AND WAC 173-201A, WATER QUALITY STANDARDS FOR SURFACE WATERS OF THE STATE OF WASHINGTON, AND IS SUBJECT TO ENFORCEMENT ACTION. E. THE ESC FACILITIES SHOWN ON THESE PLANS ARE THE MINIMUM REQUIRED FOR ANTICIPATED SITE CONDITIONS DURING DRY WEATHER. DURING THE CONSTRUCTION PERIOD, THESE ESC FACILITIES SHALL BE UPGRADED (E.G., ADDITIONAL SUMPS, RELOCATION OF DITCHES AND SLIT FENCES, ETC.) AS NEEDED FOR ACTUAL WEATHER CONDITIONS AND UNEXPECTED STORM EVENTS. F. THE ESC FACILITIES SHALL BE INSPECTED BY THE CONTRACTOR AND MAINTAINED AS NECESSARY TO ENSURE THEIR CONTINUED FUNCTION. INSPECTION SHALL OCCUR DAILY DURING THE WET SEASON, WEEKLY DURING THE DRY SEASON, AND AFTER ALL RAIN EVENTS. G. DURING CONSTRUCTION, ALL RELEASES OF OILS, HYDRAULIC FLUIDS, FUELS, OTHER PETROLEUM PRODUCTS, PAINTS, SOLVENTS, AND OTHER DELETERIOUS MATERIALS MUST BE CONTAINED AND REMOVED IN A MANNER THAT WILL PREVENT THEIR DISCHARGE TO WATERS AND SOILS. THE CLEANUP OF SPILLS SHALL TAKE PRECEDENCE OVER OTHER WORK ON THE SITE. H ALL AREAS DISTURBED DURING CONSTRUCTION SHALL BE STABILIZED BY HYDROSEEDING: MULCHING; NETS/BLANKETS; PLASTIC COVERING; CRUSHED ROCK SURFACING; OR QUARRY SPALLS ACCORDING TO THE PLAN. I. WHERE STRAW MULCH FOR TEMPORARY EROSION CONTROL IS REQUIRED, R SHALL BE APPUED AT A MINIMUM THICKNESS OF TWO INCHES. J. ANY AREA STRIPPED OF VEGETATION, INCLUDING ROADWAY EMBANKMENTS, WHERE NO FURTHER WORK IS ANTICIPATED FOR A PERIOD OF 2 DAYS OR MORE DURING THE WET SEASON (OCT 1- APR 30), OR 7 DAYS DURING THE DRY SEASON (MAY 1- SEPT 30), SHALL BE IMMEDIATELY STABILIZED WITH THE APPROVED ESC METHODS (E.G. SEEDING, MULCHING, NETTING, EROSION BLANKETS, ETC.). K. EXCAVATED MATERIAL SHALL BE PLACED ON THE UPHILL SIDE OF TRENCHES, CONSISTENT WITH SAFETY AND SPACE CONSIDERATIONS. THE CONTRACTOR MUST PROVIDE A SPILL PREVENTION CONTAINMENT AND CONTROL PLAN L. STABILIZED CONSTRUCTION ENTRANCES AND WASH PADS SHALL BE INSTALLED AT THE BEGINNING OF CONSTRUCTION AND MAINTAINED FOR THE DURATION OF THE PROJECT. ADDITIONAL MEASURES MAY BE REQUIRED TO ENSURE THAT ALL PAVED AREAS ARE KEPT CLEAN FOR THE DURATION OF THE PROJECT. M. THE CONTRACTOR SHALL BE RESPONSIBLE FOR CONTROLUNG DUST AND MUD WITHIN THE PROJECT OMITS DURING ALL WORKING AND NON -WORKING HOURS. THE CONTRACTOR SHALL USE SHOVELING AND A VACUUM STREET SWEEPER TO REMOVE SEDIMENT, DUST AND DEBRIS FROM PAVEMENT AREAS AS DIRECTED BY THE INSPECTOR. ALL STREETS USED BY THE CONTRACTOR DURING THE EXECUTION OF THIS CONTRACT SHALL BE CLEANED DAILY TO MAINTAIN THEM IN A CLEAN CONDITION. FLUSHING OF STREETS SHALL NOT BE PERMITTED. N. THE CONTRACTOR SHALL SPRAY WATER AS NECESSARY TO ENSURE BLOWING DUST DOES NOT LEAVE THE SITE OR CREATE A NUISANCE TO NEIGHBORS. COORDINATE WITH OWNER STAFF ON USE OF OWNER WATER AND MEANS OF DISTRIBUTION FROM OWNER FACILITIES. 0. ANY AREA NEEDING TESC MEASURE. NOT REQUIRING IMMEDIATE ATTENTION, SHALL BE ADDRESSED WITHIN FIFTEEN (151 DAYS. SECTION AND DETAIL REFERENCES THE F0-LOAING C NVENTIJNS HAW BEEN USED WITHIN THESE ORAYANGS TO REFER THE READER BETWEEN THE SECTION/DETAIL AND THE PLAN FROM WHICH 17 IS REFERENCED. REFERENCE BUBBLE5 PLAN REFERENCE BUBBLE - REFERS READER BACK TO THE PLAN FROM WHICH THE DETAIL OR SECTION ORIGINATED. DETAIL/SECTION REFERENCE BUBBLE - REFERS READER TO THE • DRAWNG ON WHICH THE DETAIL OR SECTION IS LOCATED. WHERE, ID SECTION/DETAIL REFERENCE NUMBER p9 = DRAWING NUMBER ON 8IC11 DETAIL ORIGINATED OR RESIDES. SECRON/DETAIL REFERENCE NUMBER CONVENTIONS, ALL SECTIONS OR ELEVATIONS HAW A LETTER REFERENCE NUMBER (A THROUGH ZZ). ALL DETALS HAVE AN ALPHANUMERIC REFERENCE NUMBER (A -Z OR 1-1799). CONTACT DANA KALLEVIG MARC CAWLEY EMILIO LOPEZ RICK BALLARD, P.E. RYAN FESKENS, P.E. CLAYTON ANDERSON DELORESBONNEY CONTACT INFORMATION TITLE UTILITY PROJECT MANAGER WASTEWATER SUPERINTENDENT WATER DISTRIBUTION SUPERVISOR PROJECT MANAGER PROJECT ENGINEER PROJECT ENGINEER CUSTOMER SERVICE ENGINEER COMPANY PHONE CITY OF YAKIMA (509) 2496813 CITY OF YAXIMA (509) 575-6077 CITY OF YAXIMA (509) 575-6196 RH2 ENGINEERING (425) 951.5328 RH2 ENGINEERING (425) 951-5396 RH2 ENGINEERING (509) 8866781 PACIFIC POWER (509) 836-4622 CALL 48 HOURS BEFORE YOU DIG ONE CALL 1-800-424-5555 REPORT ALL SPILLS DEPT. OF ECOLOGY 1-800-258-5990 VICINITY MAP E YAKIMA AVE L,•1 8 E. BEECH STREET INTERCEPTOR PROJECT SITE - SCHEDULE A LIFT STATION AND FORCE MAIN PROJECT SITE - SCHEDULE B E' VIOLA AVE 0 4 SURVEY INFORMATION HORIZONTAL DATUM NAD 1983, US STATE PLANE, 1983, GEOID 12A, ZONE WASHINGTON NORTH 4601 VERTICAL DATUM NAVD 88 SURVEY NOTES 1. SURVEY CONDUCTED BY PLSA ENGINEERING AND SURVEYING 2. UTILITIES ARE APPROXIMATE AND LOCATED FROM ABOVE GROUND EVIDENCE. CITY OF YAXIMA G.I.S. MAPS AND LOCATE REQUEST SUBMITTED 10/22/2015 UNDER TICKET NUMBER 15316367. THERE MAY BE ADDITIONAL UTILITY LINES WITHIN SURVEYED AREAS. 3. THE ELEVATIONS FOR THIS PROJECT WERE DERIVED BY GPS OBSERVATION USING THE WASHINGTON STATE REFERENCE NETWORK. THERE ARE MULTIPLE PROJECT BENCHMARKS WITHIN THE PROJECT LIMITS WHICH ARE SHOWN/ CALLED OUT ON THE PLANS. 4. PLSA WAS NOT PROVIDED WITH ANY TITLE REPORTS FOR THIS PROJECT. THEREFORE, THERE MAY BE EASEMENTS WITHIN THE PROJECT AREA WHICH ARE NOT SHOWN. 5 THE BOUNDARIES DEPICTED ON THIS TOPOGRAPHIC SURVEY ARE APPROXIMATE BASED ON THE LAST DEED OF RECORD. A BOUNDARY SURVEY OF THE LANDS DEPICTED HEREON WAS NOT CONDUCTED IN CONJUNCTION WITH THIS PROJECT. IU z z z 4 d z R9 'O 715-114 a Koran 27, 2017 2 REVISIONS t 8 8 SCALE: SHOWN v r r DRAANG IS RAL SCALE * €N fl * MEASURES? DWG RC G01 94E7 Ab. 2 �, 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 PROJECT LEGENDS SURVEY CONTROL LEGEND SURVEY UTILITY LEGEND SURVEY DRY UTILITY LEGEND SURVE" SIGNAI IEGEND SURVEY SURFACE LEGEND Cil ANGLE PONT 1 WATER GUARD POST FBER OPTICS VAULT AERIAL DISCONNECT 41, RIP RAP BENCH MARK £ WATER METER Ta TELENSION PEDESTAL -4,7, AERIAL TERMINAL COMPARTMEN- =al ROCK FACING 0 CALCULATED PONT _ FIRE HYDRANT (2 PORT) TELEPHONE PEDESTAL DIPOLE DETECTOR *. TREE (CONIFER) O IRON PIPE FIRE HYDRANT (3 PORT) TELEPHONE VAULT 1 I OUADROPOLE DETECTOR C.Al TREE (DECIDUOUS) O MONUMENT >a WATER GATE VALVE J TELEPHONE POLE • PEDESTRIAN DETECTOR CJ SHRUB O REBAR CAP 'A WATER BUTTERFLY VALVE - TELEPHONE GUY ANCHOR - INDICATOR LIGHTS et DECORATIVE PLANTINGS M LA MAC NAIL CONTROL PONT WATER AIR RELIEF VALVE POWER POLE --- OPTICOM SENSOR BOLLARD SURFACE INVESTIGATION CORE WATER BLOW OFF VALVE POWER GUY SUPPORT POST OPTICOIE SENSOR W/ INDICATORS FENCE GATE POST SECTION CORNER STORM DRAIN MANHOLE -+ POWER CLAY ANCHOR gym' FLASHING WARNING SYSTEM 9 MAILBOX con QUARTER CORNER CATCH BASIN (ROUND) POWER PAD MOUNT TRANSFORMER N e W JUNCTION BOX (TYPE I, II, III) o SIXTEENTH CORNER c CATCH BASIN (RECTANGULAR) POWER MANHOLE 2- PEDESTRIAN PUSH BUTTON POST .1- CLOSING CORNER CULVERT DAYLIGHT ® POWER JUNCTION BOX PEDESTRIAN SIGNAL HEAD c.d. MEANDER CORNER " SANITARY SEWER MANHOLE 32 POWER METER Q SIGNAL POI SANITARY SEWER CLEANOUT w NATURAL GAS METER - R/R CROSSING GATE FORCEMAIN AIR RELIEF VALVE NATURAL GAS VALVE `'-,.. R/R CROSSING SIGNAL IRRIGATION MANHOLE ® SIGNAL CONTROLLER IRRIGATION RISER ® SIGNAL LOAD CENTER IRRIGATION VALVE F --E0 STREET LIGHT ASSEMBLY -L- BRIDGE SIGN • CANTILEVERED SIGN 1- SINGLE POST SIGN +A, DOUBLE POST SIGN SURVEY UTILITY LINETYPES TV oHry FO oHr — OHP :FM UNDERGROUND CABLE OVERHEAD CABLE UNDERGROUND TELEPHONE UNDERGROUND FIBER OPTICS OVERHEAD TELEPHONE NATURAL GAS PETROLEUM UNDERGROUND POWER OVERHEAD POWER SANITARY SEWER SEWER FORCEMAIN STORM DRAIN CULVERT STORM DRAIN DITCH STORM DRAIN UNE WATER LINE WATER SERVICE LINE SURVEY CONTROL LINETYPES SURVEY SITE LINETYPES SURVEY AREA HATCHING FLOOD HAZARD AREA BUILDING EDGE I I PARKING LOT ASPHALT AREA SENSITIVE AREA BUILDING DOORS 1 1 PARKING LOT CONCRETE AREA STEEP SLOPES BUILDING DECK 1 1 ROADWAY ASPHALT AREA WETLAND BUILDING OVERHANG 1 I ROADWAY CONCRETE AREA EASEMENT PARKING LOT CURB [ ] DIRT ROADWAY ACCESS EASEMENT RAILROAD TRACK [ ] GRAVEL ROADWAY RIGHT OF WAY EASEMENT ROADWAY CURB 1 1 LANDSCAPING (SOD, PLANTINGS) PROPOSED EASEMENT DIRT ROAD EDGEUNE I _J SIDEWALK ASPHALT UTIUTY EASEMENT - GRAVEL ROAD EDGELINE I SIDEWALK CONCRETE PROPERTY LINE GUARDRAIL PROPERTY SECTION BOUNDARY - - - FENCE PROPERTY SETBACK LINES -- -- --- - - - WOOD FENCE RAILROAD CENTERLINE TOPO BREAKLINE RIGHT OF WAY CENTERLINE - - TOPO DITCH RICHT OF WAY LINE TOPO EDGE OF WATER BODY RAILROAD RIGHT OF WAY - TOPO FLOWUNE TOE TOPO TOE OF SLOPE inP — TOPO TOP OF SLOPE EDGE OF POND - EDGE OF STREAM PROPOSED LEGEND PROPOSED SEWER PIPE PROPOSED FORCE MAN TEMPORARY FORCE MAIN - PROPOSED SHORING LIMITS PROPOSED WATER PIPE PROPOSED FENCE TEMPORARY FENCE Q PROPOSED SEWER STRUCTURE \ \ \ \ \ \ \ GRIND AND OVERLAY DITCH EXTENSION CDF ENCASEMENT SUBSURFACE UTILITIES REPRESENTATION — w $ w w - INFORMATION OBTAINED MA GROUND SURVEY AND VERIFIED AT POTHOLE LOCATION — w w w — URUTY NFORMADON OBTAINED VIA GROUND SURVEY, UTIJTIES LOCATED MA ONE -CALL SYSTEM • UTI0TY INFORMATION OBTAINED BY SURVEIING AND PLOTTING VISIBLE ABOVE -GROUND UDUTY FEATURES AND BY USING PROFESSIONAL JUDGEMENT UTIUTY INFORMATION DERIVED FROM EXISTING RECORDS OR ORAL RECOLLECTIONS i DRAWING INDEX SHEET N0. DESCRIPTION DWG N0. 1 COVER COV 2 GENERAL NOTES 001 3 GENERAL NOTES II G02 4 INTERCEPTOR PLAN AND PROFILE 1 C01 5 INTERCEPTOR PLAN AND PROFILE II CO2 6 INTERCEPTOR PLAN AND PROFILE III CO3 7 INTERCEPTOR PLAN AND PROFILE IV C04 8 INTERCEPTOR PLAN AND PROFILE V CO5 9 INTERCEPTOR PLAN AND PROFILE N CO6 10. INTERCEPTOR PLAN AND PROFILE VII C07 11 GRAVITY CONNECTION PLAN AND PROFILE C08 '2 USING SITE AND CONSTRUCTION GRADING PLAN C11 "3 PROPOSED STE AND URUTY PLAN C13 14 FORCE MAIN PLAN AND PROFILE I C1d 15 FORCE MAIN PLAN AND PROFILE II C15 16 FCRCE MAIN PLAN AND PROFILE 111 06 17 FORCE MAIN PLAN AND PROFILE IV C17 18 FORCE MAIN PLAN AND PROFILE V C13 19 VIOLA AVE PLAN AND DETAILS C19 20 KU DIVERSION STRUCTURE IMPROVEMENTS PLAN SOX 21 SITE STANDARD DETAILS C20 22 SITE DETAILS C21 23 SITE DETALS II C22 24 SITE DETAILS 11' C23 25 TRAFFIC CONTROL PLAN 1 TCI 26 TRAFFIC CONTROL PLAN 11 TC2 27 PROPOSED UFT STATION ARCHITECTURAL ELEVATIONS AOI 28 PROPOSED UFT STATION STRUCTURAL FOUNDATION PLAN SO1 29 PROPOSED UFT STATION STRUCTURAL FLOOR PLAN 502 30 PROPOSED UFT STATION KNELL AND VALVE CHAMBER S03 31 PROPOSED LIFT STATION WETWELL AND BUILDING SECTION 504 32 STRUCTURAL DETALS 1 505 33 STRUTURAL DETAILS II S06 34 PROPOSED MECHANICAL PLAN 4.401 35 PROPOSED MECHANICAL SECTIONS M02 36 MECHANICAL DETAILS 1.104 37 ELECTRICAL LEGEND E01 38 ONE UNE DIAGRAM E02 39 ELECTRICAL SITE PLAN E03 40 POWER DISTRIBUTION AND SIGNAL PLAN [04 41 UGHTNG AND RECEPTACLE PUN 005 42 MOTOR CONTROL CENTER DETAILS 006 43 ELECTRICAL DETALS I 007 44 ELECTRICAL DETAILS N 008 45 GENERATOR DETAILS E09 46 ELECTRICAL SCHEDULES I E10 47 ELECTRICAL SCHEDULES II E11 48 CONTROL LOGIC DIAGRAMS I E12 49 CONTROL LOGIC DIAGRAMS 1 E13 50 CONTROL PANEL LAYOUT E14 51 COIMUNICADONS DIAGRAM E15 52 PLC INPUT AND OUTPUT WIRING 1 E16 53 PLC INPUT AND OUTPUT WIRING 2 (17 54 PLC INPUT AND OUTPUT WRING 3 E18 ' WORK FROM SCHEDULE A AND SCHEDULE B IS INCLUDED IN THIS DRAWING COLOR LEGEND: COMMON FOR BOTH SCHEDULES SCHEDULEA SCHEDULE B GENERAL NOTES 11 REVISIONS 64 1 9 8 1 9 I`d 3 6 1 a g SCALE: SHOWN 7 OR4WANG IS FULL SCALE WHEN BAR MEASURES 7 DWG NC: G02 SPFFiN6.: 3 �, 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 "lABANW.S .,. t'l 5 1060' 1050' 1040' 1030' 1020' SSMH E44MH25 (ASSUMED TO 80 72") RIM: 1047.57 1E: 1032.62 N 18' IE: 1032.52 W 27" 10: 103262 S 22" IE: (NOT SURVEYED) -E 36" 3 GRAVITY SEWER PIPE, SEE PROFILE THIS SHEET FOR 1 ADDITIONALINFORMATION. 3 H IL 103403 1.1 APPROXIMATE TRENCH WIDTH 1 0434,1 24IOW Su?VEY - —2+-000 5" de _8.. CI W--- —8.. c: • • • 6800G- WASHINGTON MIDDLE SCHOOL FOOTBALL FIELD SSMH 0448073 RIM: 1048.08 1E: 1036.68 8" S EXISTING BUILDING, DO NOT DISTURB APPROX. CONSTRUCTION LIMITS (20' EACH SIDE OF PIPE CENTERLINE AN 20' WEST OF CENTER OF SSMH E44MH25) 1 1F PLAN 1" = 20' SSMH €4401H10 RIM, 1047 03 'TD36.73-8"'Fr 10 103638 8' S '— —8" Si W——__8"CI w— ��-8"GI W__-8"CI W__—_8.. -C APPROX. EXISTING LINES ON FIELD -- RUBBER TRACK \ 8_G W- - EXISTING GRADE - 1050' o , --c no - SSMH E44MH25 (MH #1) STA 0+000, 0.0', N. 460820.46.E 1642.301.72. RE = 1047.92- - - IE(E)=1032,52'(NEW) 10 (5) = 1032.62' (EXIST.) act � f F E i. -- --- x _ __ _ - _ 1040' _ I5 (W) =1032.52' (EXIST.) IE (S) = 1032.62' (EXIST.) APPROX. 486' OF24" PVC @ 0.20% ( - - 1030' -r _ I ONO I 1 1020' 14-10G 0+000 I 1 If 1+00G 1 2+OOG I 3+00G 4+C0G 4+50G PROFILE H: 1" 20', M 1" 5 NOTES/DETAILS GENERAL NOTES 1. THE CONTRACTOR MAY OCCUPY WASHINGTON MIDDLE SCHOOL'S TRACK AND SPORTS FIELD WITHIN THE CONSTRUCTION LIMITS DENOTED ON THE PLANS FOR THE SOLE PURPOSE OF CONSTRUCTING THE PROPOSED IMPROVEMENTS SHOWN HEREIN. NO OTHER ARRANGEMENTS HAVE BEEN MADE WITH THE SCHOOL DISTRICT TO ALLOW FOR THE CONTRACTOR TO STAGE EQUIPMENT OR STOCKPILE MATERIAL THE CONTRACTOR SHALL COORDINATE DIRECTLY WITH THE SCHOOL DISTRICT IF ANY OTHER CONSTRUCTION ACTMTIES OR USE OF THE SCHOOL'S PROPERTY IS DESIRED. 2. EXISTING FIELD IRRIGATION SYSTEM SHALL REMAIN OPERABLE FOR THE FULL DURATION OF CONSTRUCTION ACTIVITIES. COORDINATE WITH SCHOOL DISTRICT REGARDING THE LOCATION OF IRRIGATION LINES AND CONTROL SYSTEM(S). REPORT TO THE SCHOOL DISTRICT AND REPLACE ANY DAMAGED LINES WITHIN 24 HOURS. ANY SOD, ETHER EXISTING OR REPLACED THAT IS LOST DUE TO THE LACK OF IRRIGATION IF REPAIRS ARE NOT CORRECTED WITHIN 24 HOURS SHALL BE THE SOLE RESPONSIBILITY OF THE CONTRACTOR. 3. IMMEDIATELY FOLLOWING COMPLETION OF PROPOSED IMPROVEMENTS, RESTORE FIELD WITH SOD MATCHING EXISTING GRASS AND TRACK TO EXISTING OR BETTER CONDITION. TRACK REPLACEMENT SHALL BE COMPLETED BY BEYNON SPORTS SURFACES OR SCHOOL DISTRICT APPROVE ALTERNATE COMPANY. CONSTRUCTION WITHIN THE ATHLETIC FIELD SHALL BE COMPLETED NO LATER THAN JULY 31ST. 4. ALL CONSTRUCTION WORK WEST OF SOUTH FAIR AVENUE TO TAKE PLACE DURING YAKIMA SCHOOL DISTRICT SUMMER BREAK MONTHS (APPROX. MID JUNE THROUGH END OF AUGUST). 5. INSTALL CATCH BASIN INLET PROTECTION ON ALL CATCH BASINS WITHIN 100' OF CONSTRUCTION AREA SEE DETAIL 204 ON SHEET C22 FOR DETAILS. 6. SUPPORT EXISTING PIPES AS NECESSARY TO CONSTRUCT PROPOSED IMPROVEMENTS. 7. CONTRACTOR TO PROVIDE BYPASS PUMPING PLAN FOR REPLACEMENT OF EXISTING STRUCTURE IMMEDIATELY NORTH OF SSMH E44MH25. ONE OPTION IS TO BYPASS FROM SSMH E44MH70 TO SSMH E44MH102. COORDINATE WITH CITY TO LOCATE MANHOLES FOR ACCESS PURPOSES. ANTICIPATE BYPASS PUMPING UP TO 1000 GPM. KEY NOTES SEE DWG NO. C23 FOR MODIFICATIONS TO EXISTING MANHOLES. EXISTING FOOTBALL/ SOCCER GOAL SHALL BE REMOVED AND SET ASIDE FOR REINSTALLATION FOLLOWING THE CONSTRUCTION OF THE PROPOSED IMPROVEMENTS. TAKE ALL NECESSARY PRECAUTION TO AVOID DAMAGING THE GOAL POSTS PROTECT, SUPPORT, AND/OR RELOCATE EXISTING GAS AND IRRIGATION AS NECESSARY TO CONSTRUCT PROPOSED IMPROVEMENTS. MANHOLE LID LOCATED WITHIN FIELD EXTENTS SHALL BE COVERED WITH AN ARTIFICIAL TURF PLUG. SEE DETAIL A ON DWG NO. C23 FOR ADDITIONAL INFORMATION. SEE CITY STANDARD DETAILS W3 AND R7 ON DWG NO. 020 FOR TRENCH EXCAVATION AND RESTORATION REQUIREMENTS, TYP. POTHOLE TO VERIFY ELEVATIONS OF EXISTING STORM SYSTEM PRIOR TO ORDERING MANHOLE #2. NOTIFY ENGINEER OF ANY DISCREPANCIES. ALL CONCRETE PANELS DAMAGED BY CONSTRUCTION ACTIVITIES SHALL BE REPLACED TO THE NEAREST EXPANSION JOINT, TYP. ALL DIRECTIONS. - EXISTING UTILITY DEPTH ASSUMED TO BE 3' BELOW GROUND SURFACE (4.5' FOR WATER LINES) WHERE SURVEY DATA WAS UNAVAILABLE, TYP. 1A 1 1B f 1C 1 1D 1E 1F 1 LOCATION LEGEND uR gpi = ue • SCHEDULE A: GRAVITY INTERCEPTOR INTERCEPTOR PLAN AND PROFILE I moil_ -J_'�:, i 1i \ -_ -1 * i WASHINGTON MIDDLE SCHOOL EAST BEECH STREET EAST PACE STREET 07. 5 REVISIONS SAVE DATE Mar 27,2017 2 2 3 0 a SCALE: SHOWN 0' DRAWING IS FULL SCALE WHEN 8M MEASURES 2 008 NO.: C01 SHEETNO.: 4 54 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 i —I MH#2 RAILROAD SPIKE FOUND N:461004.9960 E:1642869.9516 - 2:1046.064 Col t0 Col GRAVITY SEWER PIPE, SEE PROFILE, THIS SHEET, FOR ADDITIONAL INFORMATION. SSMH E444H6 RIM: 1044.98 IE' 1037.72 8" 14 1E' 1037.65 8" S IE 1037 78 8" E 1E. 1041.43 2" E 009+ P14 104013 /—'E' 103323 01" E E 1033.33 18" W 7'p 1p I MH #3 of s: _Pt� .4 �' �-Ils t � .11P - :W - •SB•2 0 i'':. nW —8"0+ "8 “ a"clW— 0 446 � 8" 0 1 1 1 1 1 L.1 0 0HP OHP CHP OHP EAST BEECH STREET 1 p --__8.. CI OHP 1/2" REBAR AND PLSA CONTROL POINT CAP SET N: 460988.5478 E:1642902.4908 Z:1045.519 PLAN 20' OHP 1 g f I I ta ,` 1 1 1 A7 1 1, -11 1I �1 Imp PROFILE 14: 1"=20', V: 1"=5' NOTES/DETAILS GENERAL NOTES 1. ALL CONSTRUCTION WORK WEST OF SOUTH FAIR AVE TO TAKE PLACE DURING YAKIMA SCHOOL DISTRICT SUMMER BREAK MONTHS (APPROX. MID JUNE THROUGH END OF AUGUST). 2. DEVELOP AND SUBMIT TRAFFIC CONTROL PLANS TO THE CITY FOR REVIEW AND APPROVAL PRIOR TO BEGINNING CONSTRUCTION ACTIVITIES WITHIN THE THE ROADWAY. 3. ROAD RESTORATION REQUIRED AS PART OF SCHEDULE A SHALL BE LIMITED TO TRENCH RESTORATION AND PATCHING IN ACCORDANCE WITH CITY OF YAKIMA STANDARD DETAILS W3 AND R7, SEE DWG NO. C20 FOR DETAILS. THE GRIND AND OVERLAY LIMITS IDENTIFIED HEREIN ARE APPROXIMATE AND MAY BE ADJUSTED AT THE CITY'S DISCRETION. THE GRIND AND OVERLAY WORK IS COVERED BY AN ADDITIVE BID ITEM FOR SCHEDULE B AND MAY OR MAY NOT BE COMPLETED AS PART OF THIS CONTRACT. FURTHER, THE CITY MAY ELECT TO HAVE A COMPLETE FULL ROAD OVERLAY PERFORMED FOR THE ENTIRE LENGTH OF THE PROPOSED INTERCEPTOR FROM WASHINGTON MIDDLE SCHOOL TO THE 1.82 OVERPASS. THIS WORK IS ALSO IDENTIFIED AS AN ADDITIVE BID ITEM FOR SCHEDULE B. 4. ALL DISTURBED SHOULDER AREAS SHALL BE RESTORED TO EXISTING OR BETTER CONDITIONS. 5. INSTALL CATCH BASIN INLET PROTECTION ON ALL CATCH BASINS WITHIN 100' OF CONSTRUCTION AREA. SEE DETAIL 204 ON SHEET C22 FOR DETAILS. 6. SUPPORT EXISTING PIPES AS NECESSARY TO CONSTRUCT PROPOSED IMPROVEMENTS. KEY NOTES ALL CONCRETE PANELS AND ISLAND CURBS DAMAGED BY CONSTRUCTION ACTIVITIES SHALL BE REPLACED TO THE NEAREST EXPANSION JOINT, TYP. ALL DIRECTIONS. - EXISTING FIRE HYDRANT TO BE RELOCATED. CONTRACTOR SHALL COORDINATE WITH CITY OF YAKIMA WATER AND IRRIGATION DEPARTMENT, WHO WILL PERFORM RELOCATION AND REPLACEMENT IN ACCORDANCE WITH THE CITY OF YAKIMA WATER STANDARDS AND IFC PROVISION 10.10.0208 RESTORE DISTURBED MONUMENTS TO ORIGINAL POSITION AND CONDITION UPON COMPLETION OF CONSTRUCTION. EXISTING UTILITY DEPTH ASSUMED TO BE 3' BELOW GROUND SURFACE (4.5' FOR WATER LINES) WHERE SURVEY DATA WAS UNAVAILABLE, TYP. n INSTALL PLUG ISOLATION VALVE WITH LOCKING VALVE BOX AND UD LABELED "SS". SEE ISOLATION VALVE DETAIL ON DWG NO. C23 FOR MORE INFORMATION n EXISTING 6" CI PIPE TO BE ABANDONED AT MAIN. COORDINATE WITH CITY OF YAKIMA WATER AND IRRIGATION DEPARTMENT, WHO WILL PERFORM ABANDOMENT 12C) 12D 1 LOCATION LEGEND E YAKIMA AVE WASHINGTON 9 MIDDLE SCHOOL EAST BEECH STREET I u 1 I M M W eMMUihr.ArwFic"*---- $IMir- fflmmw II 8 REVISIONS NYE. Mw27.2017 8 3 6 ff 8 SCALE: SHOWN v DRAWING IS FULL SCALE WHEN 8M MEASURES F z DWG Na. CO2 SHEETNO.: 5 �, MH #2 WITH LOCKING LID STA4+89.10 0.0'R, — - I In, 1050 N: 460976.48, E. 1642765.31, - - PROVIDE: (1) - 48" MANHOLE RE = 1046.38' IE (W) =1031.54' IE (E) = 1031.44' 111111 EXISTING GRADE _ �— -� o MH#3 - - — Y 1040 _ - 1030 o z 68-2 30-3/4/16 y _ x W ,., i I o APPROX. 328' OF 24" PVC © 0.20% STA 8+17.20, 0.0' , N: 461080.77, E: 1643076.39, PROVIDE. 48" MANHOLE (1) - RE =1044.83' IE (W) =1030.79' IE (E) =1030.69' L_ 30' - - _ ISOLATION VALVE, INTERPOLATED _ _ 1020 SEE DETAIL ON DWG NO.C23FOR DETAILS NOTE: GROUNDWATER LEVEL INTERPOLATED FROM SHOWN BORINGS GROUNDWATER LEVEL 20' 4+5000 5+000 6+000 I 7+00G 8+000 9+000 PROFILE 14: 1"=20', V: 1"=5' NOTES/DETAILS GENERAL NOTES 1. ALL CONSTRUCTION WORK WEST OF SOUTH FAIR AVE TO TAKE PLACE DURING YAKIMA SCHOOL DISTRICT SUMMER BREAK MONTHS (APPROX. MID JUNE THROUGH END OF AUGUST). 2. DEVELOP AND SUBMIT TRAFFIC CONTROL PLANS TO THE CITY FOR REVIEW AND APPROVAL PRIOR TO BEGINNING CONSTRUCTION ACTIVITIES WITHIN THE THE ROADWAY. 3. ROAD RESTORATION REQUIRED AS PART OF SCHEDULE A SHALL BE LIMITED TO TRENCH RESTORATION AND PATCHING IN ACCORDANCE WITH CITY OF YAKIMA STANDARD DETAILS W3 AND R7, SEE DWG NO. C20 FOR DETAILS. THE GRIND AND OVERLAY LIMITS IDENTIFIED HEREIN ARE APPROXIMATE AND MAY BE ADJUSTED AT THE CITY'S DISCRETION. THE GRIND AND OVERLAY WORK IS COVERED BY AN ADDITIVE BID ITEM FOR SCHEDULE B AND MAY OR MAY NOT BE COMPLETED AS PART OF THIS CONTRACT. FURTHER, THE CITY MAY ELECT TO HAVE A COMPLETE FULL ROAD OVERLAY PERFORMED FOR THE ENTIRE LENGTH OF THE PROPOSED INTERCEPTOR FROM WASHINGTON MIDDLE SCHOOL TO THE 1.82 OVERPASS. THIS WORK IS ALSO IDENTIFIED AS AN ADDITIVE BID ITEM FOR SCHEDULE B. 4. ALL DISTURBED SHOULDER AREAS SHALL BE RESTORED TO EXISTING OR BETTER CONDITIONS. 5. INSTALL CATCH BASIN INLET PROTECTION ON ALL CATCH BASINS WITHIN 100' OF CONSTRUCTION AREA. SEE DETAIL 204 ON SHEET C22 FOR DETAILS. 6. SUPPORT EXISTING PIPES AS NECESSARY TO CONSTRUCT PROPOSED IMPROVEMENTS. KEY NOTES ALL CONCRETE PANELS AND ISLAND CURBS DAMAGED BY CONSTRUCTION ACTIVITIES SHALL BE REPLACED TO THE NEAREST EXPANSION JOINT, TYP. ALL DIRECTIONS. - EXISTING FIRE HYDRANT TO BE RELOCATED. CONTRACTOR SHALL COORDINATE WITH CITY OF YAKIMA WATER AND IRRIGATION DEPARTMENT, WHO WILL PERFORM RELOCATION AND REPLACEMENT IN ACCORDANCE WITH THE CITY OF YAKIMA WATER STANDARDS AND IFC PROVISION 10.10.0208 RESTORE DISTURBED MONUMENTS TO ORIGINAL POSITION AND CONDITION UPON COMPLETION OF CONSTRUCTION. EXISTING UTILITY DEPTH ASSUMED TO BE 3' BELOW GROUND SURFACE (4.5' FOR WATER LINES) WHERE SURVEY DATA WAS UNAVAILABLE, TYP. n INSTALL PLUG ISOLATION VALVE WITH LOCKING VALVE BOX AND UD LABELED "SS". SEE ISOLATION VALVE DETAIL ON DWG NO. C23 FOR MORE INFORMATION n EXISTING 6" CI PIPE TO BE ABANDONED AT MAIN. COORDINATE WITH CITY OF YAKIMA WATER AND IRRIGATION DEPARTMENT, WHO WILL PERFORM ABANDOMENT 12C) 12D 1 LOCATION LEGEND E YAKIMA AVE WASHINGTON 9 MIDDLE SCHOOL EAST BEECH STREET I u 1 I M M W eMMUihr.ArwFic"*---- $IMir- fflmmw II 8 REVISIONS NYE. Mw27.2017 8 3 6 ff 8 SCALE: SHOWN v DRAWING IS FULL SCALE WHEN 8M MEASURES F z DWG Na. CO2 SHEETNO.: 5 �, 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1050' 1040' 1030' 1020' 1010' IS H101 HtROS r MH #5A 5/8" REBAR IN - - MONUMENT CASE FOUND N: 461182.0728 - E1643401 6893 2:1044.521 1 - -- RAILROAD SPINE FOUND N:461132.1161 r GRAVITY SEWER PIPE, SEE - E: 1603209.1661 SSMH EaaMH3 Y= 2:10451185 RIM: 1044.?7 / PROFILE, THIS SHEET, FOR IE 1738.47 B" N AN, �, ADDITIONAL INFORMATION. 4 L—._.— _ e 1038.47 8" 1V c Mli N4 1 mss--w-e--. gi**•:trirb*JAfrgge. "?� ..6.�►i I r ����j�•� i/2' REBAR AND PLSA io +� 4Y� -*TOW'�� _'1; *0 .V CONTROL POINT CAP SET aedalrr� ce ` �� e — - '.-_-<_-- 0:16434 }594d Ce --- _ :.... _ s� - Z:1045.551 FUTURE CIP. FA -6 BY OTHERS, N.I.C. 1 I I N EAST BEECH STRE MW -2 • 5/8" REBAR IN MONUMENT - CASE FOUND N:461173.1102 0:1643401.7344 Z:1044.570 je" ;$1 ...4•4;0>. At --"1 -<40v-o-r Ew PLAN 1" = 20' — EASING GRADE J - MW.� �_ _____ __ 3/141416 —�_ MH 44 STA 11+18.0G, 0.0' / ®f _..� - _ ® o- N 461175.69, E: 1643361.76, -K _ APPROX. 301' OF 24" PVC @ 0201/4 (E) w PROVIDE: (1) - 48" MANHOLE S RE = 1044.41' .. IE (W) = 1030.09' 10 = 1029.99' Er x S MH #5 STA 11+96.36, 0.0 3 x - N. 461175.74, E 1643442.09. e6 8 PROVIDE: (1) - 72' MANHOLE _ 1- RE =1044.95' 1 IE (W) =1023.46' _ IE (E) = 1023.36' = 1024.10' \ IE (NW) _ p APpRO8 FZQ PIT 8;,) Bs2 W % _ - --- _ INTERPOLATED GROUNDWATER LEVEL _ I I - I NOTE: GROUNDWATER LEVEL INTERPOLATED FROM SHOWN BORINGS 1 *COG 1I 10+30G 1 I 11 I 12+L0 12+50 PROFILE H: t"=20',V: 1'-5' 1050' 1040' 1030' 1020' 1050' 1040' 1030' 1020' 1010' 1010' G -0+101 0+001 MH 5A STA 0+00.01 0.0' . N. 461223.73, E. 1643401.44. FPROVIDE: (1)-48" MANHOLE RE = 1045.01' IE (SE) = 1024.19' FA -6 CONNECTION PROFILE H: 1" = 20', V: 1:4 1050' 1040' 1030' 1020' - 1010' 0+751 NOTES/DETAILS GENERAL NOTES 1. ALL CONSTRUCTION WORK WEST OF SOUTH FAIR AVE TO TAKE PLACE DURING YAKIMA SCHOOL DISTRICT SUMMER BREAK MONTHS (APPROX. MID JUNE THROUGH END OF AUGUST). 2. DEVELOP AND SUBMIT TRAFFIC CONTROL PLANS TO THE CITY FOR REVIEW AND APPROVAL PRIOR TO BEGINNING CONSTRUCTION ACTIVITIES WITHIN THE ROADWAY. 3. DO NOT IMPACT MORE THAN HALF OF SOUTH FAIR AVE. AT A TIME. MINIMUM ONE LANE OF NORTH/ SOUTH TRAVEL MUST BE MAINTAINED AT ALL TIMES. 4. ROAD RESTORATION REQUIRED AS PART OF SCHEDULE A SHALL BE LIMITED TO TRENCH RESTORATION AND PATCHING IN ACCORDANCE WITH CITY OF YAKIMA STANDARD DETAILS W3 AND R7. THE GRIND AND OVERLAY LIMITS IDENTIFIED HEREIN ARE APPROXIMATE AND MAY BE ADJUSTED AT THE CITY'S DISCRETION. THIS ELEMENT OF WORK IS COVERED BY AN ADDITIVE BID ITEM FOR SCHEDULE B AND MAY OR MAY NOT BE COMPLETED AS PART OF THIS CONTRACT. FURTHER, THE CITY MAY ELECT TO HAVE A COMPLETE FULL ROAD OVERLAY PERFORMED FOR THE ENTIRE LENGTH OF THE PROPOSED INTERCEPTOR FROM WASHINGTON MIDDLE SCHOOL TO THE 1.82 OVERPASS. THIS WORK IS ALSO IDENTIFIED AS AN ADDITIVE BID ITEM FOR SCHEDULE B. 5. ALL DISTURBED SHOULDER AREAS SHALL BE RESTORED TO EXISTING OR BETTER CONDITIONS. 6. INSTALL CATCH BASIN INLET PROTECTION ON ALL CATCH BASINS WITHIN 100' OF CONSTRUCTION AREA. SEE DETAIL 204 ON SHEET C22 FOR DETAILS 7. SUPPORT EXISTING PIPES AS NECESSARY TO CONSTRUCT PROPOSED IMPROVEMENTS. KEY NOTES RESTORE DISTURBED MONUMENTS TO ORIGINAL POSITION AND CONDITION UPON COMPLETION OF CONSTRUCTION. EXISTING UTILITY DEPTH ASSUMED TO BE 3' BELOW GROUND SURFACE (4.5' FOR WATER LINES) WHERE SURVEY DATA WAS UNAVAILABLE, TYP. ® EXISTING " WATER SERVICE. CONTRACTOR TO REPLACE IF DAMAGED PER CITY OF YAKIMA STANDARDS 1 3A I38I LOCATION LEGEND SCHEDULE A: GRAVITY INTERCEPTOR w -J LL CCC a 4 z z g ceO 1- a w Lw z EAST BEECH STREET EAST RACE STREET PACIFIC AVE 7' it N 1 1 a a REVISIONS 1 a 8 SCALE: SHOWN 0188862 IS FULL SCALE Mei BMR MEASURES 2' CO3 5'NEE7AV.:� 6 54 MH#5 -\ 7I 1_ 1.7_, • . APPROX. 63' OF 15" PVC @ 0.15% 1 1 I FA -6 CONNECTION PROFILE H: 1" = 20', V: 1:4 1050' 1040' 1030' 1020' - 1010' 0+751 NOTES/DETAILS GENERAL NOTES 1. ALL CONSTRUCTION WORK WEST OF SOUTH FAIR AVE TO TAKE PLACE DURING YAKIMA SCHOOL DISTRICT SUMMER BREAK MONTHS (APPROX. MID JUNE THROUGH END OF AUGUST). 2. DEVELOP AND SUBMIT TRAFFIC CONTROL PLANS TO THE CITY FOR REVIEW AND APPROVAL PRIOR TO BEGINNING CONSTRUCTION ACTIVITIES WITHIN THE ROADWAY. 3. DO NOT IMPACT MORE THAN HALF OF SOUTH FAIR AVE. AT A TIME. MINIMUM ONE LANE OF NORTH/ SOUTH TRAVEL MUST BE MAINTAINED AT ALL TIMES. 4. ROAD RESTORATION REQUIRED AS PART OF SCHEDULE A SHALL BE LIMITED TO TRENCH RESTORATION AND PATCHING IN ACCORDANCE WITH CITY OF YAKIMA STANDARD DETAILS W3 AND R7. THE GRIND AND OVERLAY LIMITS IDENTIFIED HEREIN ARE APPROXIMATE AND MAY BE ADJUSTED AT THE CITY'S DISCRETION. THIS ELEMENT OF WORK IS COVERED BY AN ADDITIVE BID ITEM FOR SCHEDULE B AND MAY OR MAY NOT BE COMPLETED AS PART OF THIS CONTRACT. FURTHER, THE CITY MAY ELECT TO HAVE A COMPLETE FULL ROAD OVERLAY PERFORMED FOR THE ENTIRE LENGTH OF THE PROPOSED INTERCEPTOR FROM WASHINGTON MIDDLE SCHOOL TO THE 1.82 OVERPASS. THIS WORK IS ALSO IDENTIFIED AS AN ADDITIVE BID ITEM FOR SCHEDULE B. 5. ALL DISTURBED SHOULDER AREAS SHALL BE RESTORED TO EXISTING OR BETTER CONDITIONS. 6. INSTALL CATCH BASIN INLET PROTECTION ON ALL CATCH BASINS WITHIN 100' OF CONSTRUCTION AREA. SEE DETAIL 204 ON SHEET C22 FOR DETAILS 7. SUPPORT EXISTING PIPES AS NECESSARY TO CONSTRUCT PROPOSED IMPROVEMENTS. KEY NOTES RESTORE DISTURBED MONUMENTS TO ORIGINAL POSITION AND CONDITION UPON COMPLETION OF CONSTRUCTION. EXISTING UTILITY DEPTH ASSUMED TO BE 3' BELOW GROUND SURFACE (4.5' FOR WATER LINES) WHERE SURVEY DATA WAS UNAVAILABLE, TYP. ® EXISTING " WATER SERVICE. CONTRACTOR TO REPLACE IF DAMAGED PER CITY OF YAKIMA STANDARDS 1 3A I38I LOCATION LEGEND SCHEDULE A: GRAVITY INTERCEPTOR w -J LL CCC a 4 z z g ceO 1- a w Lw z EAST BEECH STREET EAST RACE STREET PACIFIC AVE 7' it N 1 1 a a REVISIONS 1 a 8 SCALE: SHOWN 0188862 IS FULL SCALE Mei BMR MEASURES 2' CO3 5'NEE7AV.:� 6 54 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 ' — -- ...-- �- --. —•... __ _..._ AAAA - _ _ SOUTH 12TH ST i N 41111111AZA1109 — 1050' 1040' 1030 1020' 1010' 1 " 41/1/ OHP CHP OHP O,'P r---. SSW E52MH24 RIM: 1042.92 IE' 1034.728' N 1034.77 8' S GRAVITY SEWER PIPE, SEE PROFILE, THIS SHEET, FOR ADDITIONAL INFORMATION. OHP 0 PLAN r= 20' 40 I aHe 1.0 MH N6 EX. WATR I DEPTH UNKNO EXISTING GRADE -- — 0 370 3� w o MH#6 STA 16+84.40, 0.0' . _ N: 461175.75, E: 1643928.14. _ PROVIDE: (1) - 48" MANHOLE RE = 1042.60' IE (W) = 1022.36' IE (E) = 1022.26' _ — - APPROX. 488' OF 24' PVC @ 0.21% — INTERPOLATED GROUNDWATER GROUNDWATER LEVEL I I I — I I I _ _ NOTE: GROUNDWATER LEVEL INTERPOLATED FROM SHOWN BORINGS ,riOG 13j10(1 1 1 1 1410GI I 15+00G 16+00G 17+.)C PROFILE H: t' = 20'. V: 1' = 5' 1050' 1040' 1030' 1020' 1010' NOTES/DETAILS GENERAL NOTES 1. DEVELOP AND SUBMIT TRAFFIC CONTROL PLANS TO THE CITY FOR REVIEW AND APPROVAL PRIOR TO BEGINNING CONSTRUCTION ACTIVmES WITHIN THE ROADWAY. 2. ROAD RESTORATION REQUIRED AS PART OF SCHEDULE A SHALL BE LIMITED TO TRENCH RESTORATION AND PATCHING IN ACCORDANCE WITH CITY OF YAKIMA STANDARD DETAILS W3 AND R7. THE GRIND AND OVERLAY LIMITS IDENTIFIED HEREIN ARE APPROXIMATE AND MAY BE ADJUSTED AT THE CITY'S DISCRETION. THIS ELEMENT OF WORK IS COVERED BY AN ADDITIVE BID ITEM FOR SCHEDULE B AND MAY OR MAY NOT BE COMPLETED AS PART OF THIS CONTRACT. FURTHER, THE CITY MAY ELECT TO HAVE A COMPLETE FULL ROAD OVERLAY PERFORMED FOR THE ENTIRE LENGTH OF THE PROPOSED INTERCEPTOR FROM WASHINGTON MIDDLE SCHOOL TO THE 1-82 OVERPASS. THIS WORK IS ALSO IDENTIFIED AS AN ADDITIVE BID ITEM FOR SCHEDULE B. 3. ALL DISTURBED SHOULDER AREAS SHALL BE RESTORED TO EXISTING OR BETTER CONDITIONS. 4. INSTALL CATCH BASIN INLET PROTECTION ON ALL CATCH BASINS WITHIN 100 OF CONSTRUCTION AREA. SEE DETAIL 204 ON SHEET C22 FOR DETAILS. 5. SUPPORT EXISTING PIPES AS NECESSARY TO CONSTRUCT PROPOSED IMPROVEMENTS. KEY NOTES EXISTING UTILITY DEPTH ASSUMED TO BE 3' BELOW GROUND SURFACE (4.5' FOR WATER LINES) WHERE SURVEY DATA WAS UNAVAILABLE. TYP. LOCATION LEGEND 1• t SCHEDULE A: GRAVITY INTERCEPTOR INTERCEPTOR PLAN AND PROFILE IV E YNOMA AVE WASHINGTON 0 WIGGLE SCHOOL EAS' 3EECH STREET 1 8 1 EAST RACE STREET =ACIFIC AVE 0' N 0 REVISIONS gi a ',LOT PIE NW 27.2017 3 2 0* 0* 0* a a Y SCALE: SHOWN P DRAWING 9 FULL SCALEV1fN 84R MEASURES 7 DWG NO C04 WET NO.: 7 S4 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 IA 1 L.—. GRAVITY SEWER PIPE, SEE PROFILE, THIS SHEET, FOR ADDITIONAL INFORMATION. 2' ALUMINUM CAP FOUND -N.461185.4683 0:1644126.5378 Z:1041.550 ..Z S - -- - -- •._ - 9 (eA 5.474W "D:xt Art Z#i", "e" tel ti MH NB 1050 1040 1030 1020 1010' 1 OMP SSW E52MH29 RIM. 1042.77 IE: 1032.67 8' N IE: 1032.67 8' S ,H THP )HP OHP - OHP 0 MH #7 5, ,4901 zzAer 1 /, t 1 ( 6Hix oHP _Tr. 2' ALUMINUM CAP FOUND N:461175.3616 E:1644' 26.6007 - Z:1041.864 PLAN 1'= 20' N v z7; Awe 197_40"; A -TS 7)7774Wiali • = EXISTING GRADE — _ 1040 — 1030 _ — s� 98.1 311-3/4/16 MH #7 STA 21+03.3G, 0.0' J. — — 4APPROX. PVC@0.20! @0 OF24" N. 461176.14, E: 1644347.09, _ — 1020 PROVIDE: (1)-48'MANHOLE RE =1034.48' IE (W) =1021.42' IE (E)=1021.32' — — — — 1010 — — NOTE: GROUNDWATER LEVEL INTERPOLATED FROM SHOWN BORINGS INTERPOLATED GROUNDWATER LEVEL I 1 1 1 I I 1 1 1 I I I O+bOG i+)0G17+30G 18+30G 1 I 20+000 21+306 21+500 PROFILE H: 1'- 20, V: 1'-5' NOTES/DETAILS GENERAL NOTES 1. DEVELOP AND SUBMIT TRAFFIC CONTROL PLANS TO THE CITY FOR REVIEW AND APPROVAL PRIOR TO BEGINNING CONSTRUCTION ACTMTIES WITHIN THE ROADWAY. 2. NO TRAFFIC IMPACTS SHALL BE PERMITTED EAST OF SOUTH 13TH ST ON SATURDAYS, SUNDAYS, OR FRIDAYS OF HOLIDAY WEEKENDS. 3. ROAD RESTORATION REQUIRED AS PART OF SCHEDULE A SHALL BE LIMITED TO TRENCH RESTORATION AND PATCHING IN ACCORDANCE WITH CITY OF YAKIMA STANDARD DETAILS W3 AND R7. THE GRIND AND OVERLAY LIMITS IDENTIFIED HEREIN ARE APPROXIMATE AND MAY BE ADJUSTED AT THE CITY'S DISCRETION. THIS ELEMENT OF WORK IS COVERED BY AN ADDITIVE BID ITEM FOR SCHEDULE B AND MAY OR MAY NOT BE COMPLETED AS PART OF THIS CONTRACT. FURTHER, THE CITY MAY ELECT TO HAVE A COMPLETE FULL ROAD OVERLAY PERFORMED FOR THE ENTIRE LENGTH OF THE PROPOSED INTERCEPTOR FROM WASHINGTON MIDDLE SCHOOL TO THE 1.82 OVERPASS. THIS WORK IS ALSO IDENTIFIED AS AN ADDITIVE BID ITEM FOR SCHEDULE B. 4. ALL DISTURBED SHOULDER AREAS SHALL BE RESTORED TO EXISTING OR BETTER CONDITIONS. 5. INSTALL CATCH BASIN INLET PROTECTION ON ALL CATCH BASINS WITHIN 100' OF CONSTRUCTION AREA. SEE DETAIL 204 ON SHEET C22 FOR DETAILS. 6. SUPPORT EXISTING PIPES AS NECESSARY TO CONSTRUCT PROPOSED IMPROVEMENTS. KEY NOTES FRI RESTORE DISTURBED MONUMENTS TO ORIGINAL POSITION AND CONDITION UPON COMPLETION OF CONSTRUCTION. ® DEPTH OF STORM PIPE IS APPROXIMATE. CONTRACTOR TO REMOVE EXISTING STORM PIPE WITHIN BOUNDS OF TRENCH AND REPLACE WITH C900 PVC PIPE. ROMAC 501 COUPLINGS OR EQUAL SHALL BE USED AS NECESSARY TO MAKE CONNECTIONS. THIS ISA LIVE STORM SYSTEM AND CAN BEGIN FLOWING AT ANY TIME. CONTRACTOR SHALL HAVE ACCESS TO REQUIRED EQUIPMENT TO BYPASS THE SYSTEM (AS NECESSARY) DURING REPLACEMENT. COORDINATE WITH CITY PRIOR TO REPLACEMENT. ® EXISTING UTILITY DEPTH ASSUMED TO BE 3' BELOW GROUND SURFACE (4.5' FOR WATER LINES) WHERE SURVEY DATA WAS UNAVAILABLE. TYP. LOCATION LEGEND OD; SCIENTISTS z Z z 3 2' s_ SCHEDULE A: GRAVITY INTERCEPTOR w -J U. 0 CC a 4 z zz Ja O 1- a w cc w 1— z E TApAA AVE 8 WASHINGTON MOLE SCHOOL EAS' BEECH STREET EAST RALE STREET PACIFIC AVE 0 OCT Mar 30. 2017 8 f 8 1 5 REVISIONS i 0 S SCALE: SHOWN P 7 NAMING I$ FU L SCALE WHEN B4R MEASURES C05 SNEETNO 8, 1 1 1 1 1 1 1 1 1 r 1 1 1 1 1 1 1 1 • Y ittrigt}• is)W*W#1t iT 1. EAST BEECH STREET "4/ /,_#1" �.// # e-ilyz 4Armriarriz i fz 47A, 443f4agiel.,d":, . #1700:010.AIVELAW OHP ia� OM. OHP OHP �r OHP411(g, ,,f, — OHP \. p .H CHP &HP ,H —"- , - _ GRAVITY SEWER PIPE, SEE OF`" 4 y PROFILE, THIS SHEET, FOR ADDITIONAL INFORMATION. oNd �+ J. -- 1040' 1030' 1020' 1010' 1000' PLAN 20, SSW E526440 RIM: 1028.68 IL, 1020 13 8" W 16: 1016 28 8' W 16 1016.33 8' N IL 101628 8' E 1/2' REBAR AND PLSA CONTROL POINT CAP SET N:461147.9309 E: 1644699.7758 2:1029.505 PANE 5584 6529H39 RIM: 1029.24 16: 1016.14 8' W 1E: 1016.14 8" E 16. 1016 14 8" S 21+ 22+000 23 PROFILE N: 1' 20'. V: r=5' 24 25 26+ 1040' 1030' 1020' 1010' 1000' NOTES/DETAILS GENERAL NOTES 1. DEVELOP AND SUBMIT TRAFFIC CONTROL PLANS TO THE CITY FOR REVIEW AND APPROVAL PRIOR TO BEGINNING CONSTRUCTION ACTMTIES WITHIN THE ROADWAY. 2. NO TRAFFIC IMPACTS SHALL BE PERMITTED EAST OF SOUTH 13TH ST ON SATURDAYS, SUNDAYS, OR FRIDAYS OF HOLIDAY WEEKENDS. 3. ROAD RESTORATION REQUIRED AS PART OF SCHEDULE A SHALL BE LIMITED TO TRENCH RESTORATION AND PATCHING IN ACCORDANCE WITH CITY OF YAKIMA STANDARD DETAILS W3 AND R7. THE GRIND AND OVERLAY LIMITS IDENTIFIED HEREIN ARE APPROXIMATE AND MAY BE ADJUSTED AT THE CITY'S DISCRETION. THIS ELEMENT OF WORK IS COVERED BY AN ADDITIVE BID ITEM FOR SCHEDULE B AND MAY OR MAY NOT BE COMPLETED AS PART OF THIS CONTRACT. FURTHER, THE CITY MAY ELECT TO HAVE A COMPLETE FULL ROAD OVERLAY PERFORMED FOR THE ENTIRE LENGTH OF THE PROPOSED INTERCEPTOR FROM WASHINGTON MIDDLE SCHOOL TO THE 1-82 OVERPASS. THIS WORK IS ALSO IDENTIFIED AS AN ADDITIVE BID ITEM FOR SCHEDULE B. 4. ALL DISTURBED SHOULDER AREAS SHALL BE RESTORED TO EXISTING OR BETTER CONDITIONS. 5. INSTALL CATCH BASIN INLET PROTECTION ON AU. CATCH BASINS WITHIN 100' OF CONSTRUCTION AREA. SEE DETAIL 204 ON SHEET C22 FOR DETAILS. 6. SUPPORT EXISTING PIPES AS NECESSARY TO CONSTRUCT PROPOSED IMPROVEMENTS. KEY NOTES CM CONTRACTOR TO VERIFY DEPTH AND ALIGNMENT OF WATER MAIN. IF 18' OF VERTICAL SEPARATION BETWEEN THE EXISTING WATER MAIN AND THE PROPOSED PIPE CANNOT BE MAINTAINED, THEN THE PROPOSED PIPELINE SHALL BE INSTALLED PER CITY OF YAKIMA WATERLINE SEPARATION FROM NONPOTABLE CONVEYANCE SYSTEM STANDARDS LOCATION LEGEND z z ft W a SCHEDULE A: GRAVITY INTERCEPTOR INTERCEPTOR PLAN AND PROFILE VI EY4JU AVE WASHNGT% NOME SCHOOL JUSTI 4 l E EAST RICE STREET PACFIC AVE N I REVISIONS .& l! Mar 23, 2017 a.OTLATE Mar 27. 2017 6 1 1 a SCALE: SHOWN P 7 DRAWING IS FULL SCALE WHEN BOR MEASURES 7 C06 066150 9 54 EXISTING GRADE -_ MH#8 - STA 25+34.40.0.0' N: 461175.98. E: 1644778.21. - - PROVIDE: (1) - 48' MANHOLE RE = 1028.94' 10 (WI= 1013.30. IE iE) = 1019.80' APPROX. 426' OF24'PVC @0.33% - I1 INTERPOLATED i LEVEL 1 . W z a Y� — GROUNDWATER 1 I 1 1 1 1 I I 1 1 I I NOTE GROUNDWATER LEVEL INTERPOLATED FROM SHOWN BORINGS I 1 21+ 22+000 23 PROFILE N: 1' 20'. V: r=5' 24 25 26+ 1040' 1030' 1020' 1010' 1000' NOTES/DETAILS GENERAL NOTES 1. DEVELOP AND SUBMIT TRAFFIC CONTROL PLANS TO THE CITY FOR REVIEW AND APPROVAL PRIOR TO BEGINNING CONSTRUCTION ACTMTIES WITHIN THE ROADWAY. 2. NO TRAFFIC IMPACTS SHALL BE PERMITTED EAST OF SOUTH 13TH ST ON SATURDAYS, SUNDAYS, OR FRIDAYS OF HOLIDAY WEEKENDS. 3. ROAD RESTORATION REQUIRED AS PART OF SCHEDULE A SHALL BE LIMITED TO TRENCH RESTORATION AND PATCHING IN ACCORDANCE WITH CITY OF YAKIMA STANDARD DETAILS W3 AND R7. THE GRIND AND OVERLAY LIMITS IDENTIFIED HEREIN ARE APPROXIMATE AND MAY BE ADJUSTED AT THE CITY'S DISCRETION. THIS ELEMENT OF WORK IS COVERED BY AN ADDITIVE BID ITEM FOR SCHEDULE B AND MAY OR MAY NOT BE COMPLETED AS PART OF THIS CONTRACT. FURTHER, THE CITY MAY ELECT TO HAVE A COMPLETE FULL ROAD OVERLAY PERFORMED FOR THE ENTIRE LENGTH OF THE PROPOSED INTERCEPTOR FROM WASHINGTON MIDDLE SCHOOL TO THE 1-82 OVERPASS. THIS WORK IS ALSO IDENTIFIED AS AN ADDITIVE BID ITEM FOR SCHEDULE B. 4. ALL DISTURBED SHOULDER AREAS SHALL BE RESTORED TO EXISTING OR BETTER CONDITIONS. 5. INSTALL CATCH BASIN INLET PROTECTION ON AU. CATCH BASINS WITHIN 100' OF CONSTRUCTION AREA. SEE DETAIL 204 ON SHEET C22 FOR DETAILS. 6. SUPPORT EXISTING PIPES AS NECESSARY TO CONSTRUCT PROPOSED IMPROVEMENTS. KEY NOTES CM CONTRACTOR TO VERIFY DEPTH AND ALIGNMENT OF WATER MAIN. IF 18' OF VERTICAL SEPARATION BETWEEN THE EXISTING WATER MAIN AND THE PROPOSED PIPE CANNOT BE MAINTAINED, THEN THE PROPOSED PIPELINE SHALL BE INSTALLED PER CITY OF YAKIMA WATERLINE SEPARATION FROM NONPOTABLE CONVEYANCE SYSTEM STANDARDS LOCATION LEGEND z z ft W a SCHEDULE A: GRAVITY INTERCEPTOR INTERCEPTOR PLAN AND PROFILE VI EY4JU AVE WASHNGT% NOME SCHOOL JUSTI 4 l E EAST RICE STREET PACFIC AVE N I REVISIONS .& l! Mar 23, 2017 a.OTLATE Mar 27. 2017 6 1 1 a SCALE: SHOWN P 7 DRAWING IS FULL SCALE WHEN BOR MEASURES 7 C06 066150 9 54 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 • • -S- DI B"DIw----Er W ALT -iiiiil 1030' 1020 1010' 1000' 990' 2 I N - 8" D FUTURE PARKS BUILDING / DITCH EXTENSION OW -1 SS GRAVITY SEWER PIPE, SEE PROFILE. THIS SHEET. FOR ADDITIONAL INFORMATION. MH 119 N/A\ E. !018 L7 8" A !E 101801 8"' T END OF SCHEDULE A. BEGIN SCHEDULE B UTILITY WORK SCHEDULE A AND B CONTRACTOR(S) SHALL COORDINATE TERMINATION POINT OF THE INTERCEPTOR AND MAKE ANY AND ALL NECESSARY PLANS TO FACILITATE THE CONSTRUCTION OF THE OVERALL SYSTEM. PLAN 1'= 20' 0 c6*8 MH t10 / SSW [5261647 /RIM 1026.28 IE' 1020.23 8' W SEE DWG NO. C08 FOR CONTINUATION END OF SCHEDULE A (STA 29.45.7, I.E. THE INSIDE WALL OF MANHOLE), BEGIN SCHEDULE B UTILITY WORK SSMH E52MH47 ROTATED AND SHOWN FOR VISUAL MW -1 3/1-3/4116 _ EXISTING GRADE APPROX. 303' OF 24' PVC@0.20`6 ; w APPROX.108' OF24'PVC @021% 5 a`111 o i L. w o f REPRESENTATION ONLY PROPOSED WETWELL 7W-1 311-314116 l l"I o - 1020' ® t. w 2 - 1010' MH 410 STA 29+47.7G. 0.0' . INTERPOLATED GROUNDWATER LEVEL N: 461131.04, E 1645181.51. 24 PVC 2212' YP MH #9 STA 28,39.9G, 0.0' . PROVIDE: (1) - 48' MANHOLE RE = 1026.82' OF 2 APPROX. 28' N: 461176.23,E 1645083.65. IE (NW) 8 1018.87' OF 24' PVC @ 38.25% PROVIDE: (1) - 48' MANHOLE IE (SE) = 1018.77' _ _ - RE = 1027.09' IE(W)=1019.19' BOTTOM OF ROCK TRAP = 1017.27' MH #11 STA 29+87.2G,0.0', APPROX. 62' OF ,30 HDPE @ 4.1495 IE (SE). 101909' N. 461114.44. E. 1645217.43, PROVIDE: (1) - 60' MANHOLE RE = 1026.31'IE IE (1 E) =1007.71' IE (SW) = 1020.24' IE (SE). 1009.21' 1000' 24'PVC PIPE. LENGTH '0 FIT TVP. OF 2 , _ _ NOTE: GROUND WATER LEVEL INTERPOLATED FROM SHOWN BORINGS SEE DWG NO. MO1 FOR ADDITIONAL INFORMATION FOR MH#11. I 1 1 I I 30+ ii -300I I I 27+3DG I' I I 28800G I I 29.300 30•00G I PROFILE H: 1'=20',51 1'=5' NOTES/DETAILS GENERAL NOTES 1. DEVELOP AND SUBMIT TRAFFIC CONTROL PLANS TO THE CITY FOR REVIEW AND APPROVAL PRIOR TO BEGINNING CONSTRUCTION ACTIVITIES WITHIN THE ROADWAY. 2. NO TRAFFIC IMPACTS SHALL BE PERMITTED EAST OF SOUTH 13TH ST ON SATURDAYS, SUNDAYS, OR FRIDAYS OF HOLIDAY WEEKENDS. 3. ROAD RESTORATION REQUIRED AS PART OF SCHEDULE A SHALL BE LIMITED TO TRENCH RESTORATION AND PATCHING IN ACCORDANCE WITH CITY OF YAKIMA STANDARD DETAILS W3 AND R7. THE GRIND AND OVERLAY LIMITS IDENTIFIED HEREIN ARE APPROXIMATE AND MAY BE ADJUSTED AT THE CITY'S DISCRETION. THIS ELEMENT OF WORK IS COVERED BY AN ADDITIVE BID ITEM FOR SCHEDULE B AND MAY OR MAY NOT BE COMPLETED AS PART OF THIS CONTRACT. FURTHER, THE CITY MAY ELECT TO HAVE A COMPLETE FULL ROAD OVERLAY PERFORMED FOR THE ENTIRE LENGTH OF THE PROPOSED INTERCEPTOR FROM WASHINGTON MIDDLE SCHOOL TO THE 1-82 OVERPASS. THIS WORK IS ALSO IDENTIFIED AS AN ADDITIVE BID ITEM FOR SCHEDULE B. 4. ALL DISTURBED SHOULDER AREAS SHALL BE RESTORED TO EXISTING OR BETTER CONDITIONS. 5. INSTALL CATCH BASIN INLET PROTECTION ON ALL CATCH BASINS WITHIN 100' OF CONSTRUCTION AREA. SEE DETAIL 204 ON SHEET C22 FOR DETAILS. 6. SUPPORT EXISTING PIPES AS NECESSARY TO CONSTRUCT PROPOSED IMPROVEMENTS. KEY NOTES ® POTHOLE EXISTING WATER SERVICES AND NOTIFY ENGINEER OF POSSIBLE GRADE CONFLICT. IF ADJUSTMENT TO SERVICES ARE REQUIRED, CONTRACTOR SHALL ALLOW ADEQUATE TIME FOR CITY TO PROVIDE NOTIFICATION TO CUSTOMERS AND COMPLETE WORK - CONTRACTOR -DESIGNED SHORING SYSTEM. SEE SPECIFICATIONS FOR DESIGN AND SUBMITTAL REQUIREMENTS. EXISTING UTILITY DEPTH ASSUMED TO BE 3' BELOW GROUND SURFACE (4.5' FOR WATER LINES) WHERE SURVEY DATA WAS UNAVAILABLE, TYP. n INSTALL PIPE BLOCKING PER DETAIL ON DWG NO. C21 LOCATION LEGEND OD • z W • z SCHEDULE A & B: INTERCEPTOR, LIFT STATION & FORCE MAIN INTERCEPTOR PLAN AND PROFILE VII AVE 4 AVE WAS6NGTGII - 6 AIME SCHOOL § EAST BEECH STREET 1,04EAST RACE STREET PACEICAVE N 5 a Ilor DAM Mar 30, 2017 2 61 REVISIONS 6 2 9 SCALE: SHOWN v r DRAWING IS ELL[ SCALE WHEN BM MEASURES f 8146140.. C07 SHEET NO. 4 10 �, 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 DITCH ' EXTENSION END OF SCHEDULE A, BEGIN SCHEDULE B APPROX. BOUNDARY OF SHORING SYSTEM --_$,SMH 05261446 RIM' -1926.61 IE: 1018.01 8" W IE' 1018.01 8' E oti PROPOSED FORCE MAIN, SEE DWGs NO. C14 -C19 FOR ADDITIONAL INFORMATION 2' ALUMINUM CA FOUND N:461063.3353 0:1645350.4072 Z.1025.443 MH /10 / SSMH E52611447- 4161: 1026.28 E. 102023 8" W /CHEWY 1020.2312' NE APPROXIMATE EXTENTS OF PAVEMENT OVERLAY CONTRACTOR DESIGNED TEMPORARY FORCE MAIN AND PUMPING SYSTEM MH#11 SSMH E52MH60 (MH #13) RIM: 1025.49 10: 1012.84 12" SW IE: 1012.84 12" E INSTALL TEMPORARY PLUG ON PROPOSED GRAVITY PIPE TO WEST MH 1112 I/2" REBAR AND PLSA CONTROL POINT CAP SET N:461060.8625 0:1645324.0112 1:1025.785 59414 05241459 '\ 8114: 1025.60 10: 1011,85 12" N 10: 1011.85 36" W IE: '011.85 36" SE/ \ GRAVITY CONNECTION PLAN 1" 20' N � I IUJV 1645355.36, MH _ - SEE FOR 11 DWG NO. C07 DETAILS -� MH 012 _ EXISTING GRADE ' STA 0+61.3, 0.0' . ..w E52MH60 (MH 91 STA 0+00.0. 0.0' . N. 461064.00, E: N:461073.17 E: 1645294.76. 4i PROVIDE: (1)•4 RE = 1025.49' IE(E)=1012.84 1 IE (SW) = 1012.8,i IE(W)=1010.00' 1020' IPROVIDE:(1). -M NH LE t RE RE = 1025.61' - IE(E)=1009.67 .l IE (NW) =1009.57 o N - IE(S)=1009.67 • "p 1020' < _ 3 i BOTTOM OF ROCK . TRAP = 1008.OT a q� U gMg _ $ - = 1ma - 1800' - INTERPOLATED J GROUNDWATER LEVEL _ NOTE: GROUNDWATER LEVEL INTERPOLATED FROM SHOWN BORINGS 1010' C APPROX. 86' OF 12" PVC @ 0.43% � � APPROX. @ 0. - OF 12• PVC @ 0.58% I -i (W)l 1000' 1440 1 GRAVITY CONNECTION PROFILE H: 1" = 20', V: 1' = 5' INSIOE DROP. SEE CITY STANDARD DETAIL) ' (PLUG AND ABANDON) NOTES/DETAILS GENERAL NOTES 1. DEVELOP AND SUBMIT TRAFFIC CONTROL PLANS TO THE CITY FOR REVIEW AND APPROVAL PRIOR TO BEGINNING CONSTRUCTION ACTMTIES WITHIN THE ROADWAY. 2. NO TRAFFIC IMPACTS SHALL BE PERMITTED EAST OF S 13TH ST ON SATURDAYS, SUNDAYS, OR FRIDAYS OF HOLIDAY WEEKENDS. 3. CONSTRUCTION OF THE PROPOSED GRAVITY SEWER EXTENSION SHOWN THIS SHEET IS ANTICIPATED TO OCCUR WITHIN AND BELOW THE MEASURED GROUND WATER TABLE. SUBMIT CONSTRUCTION PLAN (INCLUDING TRENCH STABILIZATION AND DEWATERING METHODS) FOR ENGINEER REVIEW AND APPROVAL PRIOR TO COMMENCING WITH CONSTRUCTION ACTIVITIES. SEE SPECIFICATIONS FOR DESIGN AND SUBMITTAL REQUIREMENTS. 4, ANTICIPATED CONSTRUCTION PHASING: A. CONSTRUCT TEMPORARY FORCE MAIN AND TEMPORARY BYPASS PUMP SYSTEM FROM SSMH E52MH61 TO SSMH E52MH59. SEE NOTE BE FOR ADDITIONAL REQUIREMENTS B. REPLACE SSMH E52MH60 (MH 813) C. EXTEND EXISTING GRAVITY SEWER TO MANHOLE 812 D. CONSTRUCT TEMPORARY FORCE MAIN AND TEMPORARY BYPASS PUMP SYSTEM TO TRANSFER INFLUENT FROM MANHOLE 812 TO EXISTING MANHOLE E52M1-147, AS SHOWN THIS SHEET. SEE NOTE 8B FOR ADDITIONAL REQUIREMENTS. E. CONSTRUCT PROPOSED FORCE MAIN KEY NOTES 6A I CONTRACTOR TO POTHOLE AND LOCATE EXISTING WATER PIPING. SUPPORT AS NECESSARY TO CONSTRUCT PROPOSED IMPROVEMENTS. TEMPORARY PUMP FROM MANHOLE 812 TO EXISTING SYSTEM AS SHOWN. TEMPORARY PUMP(S) SHALL BE SIZED FOR 200 GPM FLOWS. MAINTAIN A REDUNDANT PUMP AT AU. TIMES. TEMPORARY PIPING SHALL BE BELOW GRADE AND TRAFFIC RATED. ® INSTALL 12' PVC PIPE TO THE SOUTH OF MANHOLE AND EXTEND TO PROPERTY LINE (APPROX. 4 LF) USING INVERT PROVIDED AND CAP/ MARK FOR FUTURE CONNECTION. SLOPE PIPE AT 0.22% TOWARDS MANHOLE. ® RESTORE DISTURBED MONUMENTS TO ORIGINAL POSITION AND CONDITION UPON COMPLETION OF CONSTRUCTION. ® EXISTING MANHOLE TO BE REPLACED TO FACILITATE THE CONSTRUCTION OF THE PROPOSED SEWER MAIN EXTENSION TO THE WEST TERMINATING AT PROPOSED MANHOLE 812. TEMPORARY BYPASS PUMPING (UP TO 200 GPM) FROM SSMH E52MH61 (DIRECTLY EAST OF E52MH60) TO SSMH E52MH59 REQUIRED WHILE INSTALLING REPLACEMENT MANHOLE. EXISTING CONNECTION TO MANHOLE E52MH59 SHALL BE RESTORED UNTIL FORCE MAIN CONSTRUCTION COMMENCES. Cal APPROX. 5 LF OF 12' PVC PIPE. INSTALL TEMPORARY PLUG IN PIPE 70 AVOID A POTENTIAL OVERFLOW FROM SSMH E52MH47 WITHIN THE RACE STREET BASIN INTO THE PROPOSED COLLECTION SYSTEM. FOLLOWING THE COMMISSIONING OF THE PROPOSED LIFT STATION, REMOVE TEMPORARY PLUG. ® TERMINATION OF WATER MAIN IS UNKNOWN. LOCATE/ POTHOLE WATER MAIN AT PROPOSED FORCE MAIN LOCATION TO CONFIRM NO CONFLICTS. NOTIFY ENGINEER OF ANY DISCREPANCIES. SGI LOCATION LEGEND gm_ u ad z • z EAST BEECH STREET EAST RACE ST9EET PACFIC AVE 1 0' N /Ap 4 REVISIONS R 1 k 44 1 1' 44 04 1 04 04 a 0 SCALE: SHOWN P t' ['RAMC S HAI SCALE NNEN BW MEASURES 7 'CosSHEE7N0.: Cos 1 11 s4 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 t 1 Aor B PLAN NEW AiG ST.SD}dIIEN15ECTU5G LH. BF LEVELED 04010 ONIY. FACTIONS elNa OF FEbH GACAPED MOE MOOur 200 MAILL NSPECTEIE D SW TCmDONE. FRCP TOLLSACIGNO POOD MOS MALL SF ALLaWtn L NNER TD i 0002105 KRAGE0R0YTNNLSE N NGWNY TYK GROW AS AIPRWm M THE Cm' ENCPZER No plavATE LRE comEcnoNs PILL SE RAVE PTO LEMNDLEa BANE. To RE cr•TaNRAcE uTRIENG coo SECTION B-8 SEE WSDOT STANDARD DETAIL 8-15.20-01 FOR ADDITIONAL INFORMATION City Of Yakima Engineering Division 129SLEEP 110.nr A'WEOd1 City of Yakima - Standard Detail SANITARY SEWER MANHOLE S1 NOT TO SCM F RPvbnn 05-2010 CLASS 3000 CEMENT CONCRETE FULL DEPTH OF SECTION LESS 1 1l7 1 110 CLASS .17 ASPHALT 10 SUBGRADE 'T/v PLACE AND COMPACT CRUSHED SURFACING TOP COURSE 41•• • ASPHALT PAVEMENT oNIFIENROMEr al 1 PAVED AREAS CLASS 3000 CEMENT CONCRETE FULL DEPTH OF SECTION. SLOPE 1/4 INCH PER FOOT AWAY FROM COVER. !Rte r GROUT ALL JOINTS WITH NON -GYPSUM GROUT. 5MDOTN INSIDE BARREL GRAVEL SURACING sueseowe GROUT ALL JOINTS WITH NON -GYPSUM GROUT. SMOOTH INSIDE BARREL UNPAVED AREAS .r CONCRETE PERIMETER SEAL SHALL EXTEND (7 BELOW ADJUSTMENT RINGS City Of Yakima Engineering Division 129 NRT Um. RENO City of Yakima - Standard Detail MANHOLE ADJUSTMENT S3 NOT TO SCALE RHM.KO 11.2010 R7 SEE DETAL 'Itis FOR TRENCH PATCHING EXCAVATION LINT ESS lS• 10• T. o O O *E x' �! qpc A M1 UNDISTURBED EARTH 2e• 0. (2D. . - 2! 0.D. AND GREATER • WHERE SEWER PIPING CROS: EXISTING WATER MAINS IF A', GREATER). CDF ENCASEMEN' REQUIRED. PER DETAIL THIS I. SELECT NATIVE MATERIAL (SCREE..',.: AS NECESSARY) APPROVED BY ENGINEER. OR TRENCH BACKFIt, eekriNeme-9ACK-fHt BEDDING MATERIAL SHALL MEET THE REQUIREMENTS CF CLASS 'C' PER SECTION 9-03.18 UNLESS THE ENGINEER DETERMINES THAT CONDITIONS REQUIRE ANOTHER CLASS. NOTES 1. ACTUAL SLOPE OF TRENCH SIDES TO BE DETERMINED BY THE CONTRACTOR TO FIT THE METHOD OF CONSTRUCTION AND AU- SAFETY LLSAFETY REQUIREMENTS. 2. MECHANICAL COMPACTION SHALL BE REQUIRED FOR ALL TRENCHES. 0404 TYPICAL TRENCH SECTION NT$ Ci y 01 Yokimo - Engineer. SEE SPECIFICATIONS AND WSDOT STANDARD DETAIL B-55.20-00 FOR ADDITIONAL INFORMATION NHIONR 4-18-02 CITY OF YAKIMA • STANDARD DETAIL I TYPICAL TRENCH SECTION I W3 NOTE. VIEW PERPENDICULAR TO SEWER TRENCH SECTION 6' TYP. TOP AND BOTTOM CDF. CONTROLLED DENSITY FILL EXISTING WATER PIPE WATER MAIN ENCASEMENT DETAIL NOT TO SCALE RIWEWES RN/ RAY R/W r (MN)PARES NS -50) VIRES 95(50) RNV OS -OSS, 540 $)37.30.9) 1' ,NEN) 17 RAM) CRC I ,..-.--_. 54007101) 9.0M AT 171MIN1 C90 I -ES 10 1T CSTC WI. 017 (CCMPAC1E0 DEPTH) AVMS 1 00 MSC (COMPACTED PRINCIPAL ARTERIAL RI VARIES 00.-421)00.-421)1 VARIES (20.7•31 (7, SNP Ar M INP SEM COMPACTED us ACTED srAAOF OS (MN) HAM CL. I? PGM-25ICOLOAC.TED DEPTH (COMPACTED DEPTH) DEPTH) D.' r CSTC (COMPACTED OEP114) SECTION Rl1Y 4 VARIES(2,401 8 (NTMI .- *ARILS 170 0-31 D) 5' MIN) 1711.0 CSD y S•072. _G-00]NT �- 17 (MINIM 1.0.17 CSTC e+a moR gm VIP w NP°� ''0.5 MALI \ '- 0.1T (COMPACTED DEPTH) \_ 0.33 AT0(COAPACTED 1.07 CIBC (COMPACTED MINOR ARTERIAL VAMES(25'-301 Ns s s ++ 1MM SOK I• COMPACTED SLA GRACE 03INF-41r7(--- IEA CL 1(7 PO 04-20 (COMPACTED DEPTH) DEPTH) 0.17 CSTC (COMPACTED DEPTH) SECTION 1 VARSA D5'-551 DEPT),, MM S OMNI vAJlOS (1R 5-24 0) VA IEE n.5-200) 52;17:10 17 (MIN) CDD 5-002101 S-002 IA kOrilt, 10.17 0.1r CSTC 1 NEI EMM nAp MO .OI �O.S' OMNI \ \ (COMPACTED DEPTH \ \\` 0]7 *TS 0.50 CSSC I002PACEFD COLLECTOR ARTERIAL 710 Pop mos 114 ME 116110 COMPACTED SITS GRADE 0.5' MIH) I?M-2E COMPACTED DEPTH) MIA CL PG (COMPACTED DEMI OTT' CSTC (COMPACTED DEPTH) SECTION E25.RAY DEPTH)1 5 MIN) VMBES (128-17.0) was (129•172) 5 IAN) 1 9.0001 0.0 M J! ` 011 WTC -- 1` `. DEPTH) 1` il•B as 5/T MI PEE \ AIR 1M MO IMO OSR551)-_ HOS SEIB COMPACTED AIS GAME iOQIACIED OBMI \ 555rHon u. i/2"PG 61-211(COMPACTED DEPTH) 0.50 CS8C(CCMPAC1F.D 0E775 O. Ir CSTC(COMPACTED RESIDENTIAL SECTION City Of Yakima Engineering Division 1W�mythmMA Second WKR ENT City of Yakima - Standard Detail ROADWAY SECTIONS NOT TO SCALE RPVENI 14-2006 R3 Amp Dar. SLOPES SHALL Re 112 Pau NAA NOTE! COMMERCIAL APPROACH - TYPE 1 RA01 1 WARN. MAY ALLEY GASTER .RO SOF \RONIKE OS' CFAENTCONCRE1E ( I*G 'ERy `w 033 CSTC ICNPICTEDIEPIM SECTION A COMMERCIAL APPROACH - TYPE 2 SEE DETAIL C ON DWG NO. C23 FOR SUBGRADE DETAIL 1. 119E OF WLRIERCYI APPROACH . TYPE 2 Sr APPROVIL OF Cm ENOEEER ORA, CL.M•anTER.vA.»Er GUTTER AGOWER APPRD,CTWEL DE SWARD Ax THIOL EAPANNONJEER WIRRAL J 11E5 OETNL NINA ISS DENERAL UNAGIAAlION RECORWENTs FOR CONMFTcw ItNEEMAT APPmr+EE ETRE AHD LOCATION OF muCK A. NAPS RAN SWE OLT TIE N * S TE lCSE CC ETIECTEOADDPED NO TO TIE SPECIFIC MSDOT CLASS MOO CCM:TETE YATI WARY AGGREGATE GRADING NO 5 DM TOTIET 6205 w3M RADEEOF1V'PEON 1OERATONEED TO BE MADE TO ALLOW FOR ADA RWEJIREMEH.T9 Wan0410 THE P9 IS5'RAMI DESENS WET BE RAA.TTED AND APPROVED ay TIE cry FHGNSER MCP TO COMIRICTON. e NE SIDEWALK WIDEN COWMEN. APPROACH LUTE FROM MOMS roNF To RAW51HAM SHAll BB O S CEAENT UJTCRETE ON 0.3TCSTC. EAcil CGANFROIAL URNEWA0 PATcrEIL 9IMLL NOM. ALL AS2OCATEORAMPS CURSING. TRIAII:2IC0 DCAE9 AMON+. ME SIDEWALK YE RAY OPTS ANNE . COLO JON) 305 34 col DX2Nr RH, way ir '(Dc off co. (Psup . L A..HI • RESIDENTIAL APPROACH City 01 Yakima Engineering Division City of Yakima - Standard Detail DRIVEWAY APPROACHES NOT TO SCAM RevEon 02.20 1 R4 0000520 PAVEMENT - DEPTH VME9 APPLY c9S-1 A SAND TO SEAL TIE SUMACS 20019 APPLY CSS -1 TO EDGES OF REPAIR SECTION AND 10 SURFACE OF CONCRETE. IF OVEFI.AYED. ALTERNATE BACK SLOPE AT CONTRACTORS OPTION AM AT NO AOp1100AL COST TOTE CITY OF AKIM. /9A Q. 1? PG 04.20 0 1.5 TIMES DEPTH OF EXISTN0 ASPHALT 025 MN. (COMPACTED DEPTH n 2 EQUAL LIFTS/ 0.5 CNC ICOMPACIF0 DEPTH) ASPHALT CONCRETE SURFACING GRAVEL SURFACING LIN *FHEM ACED A BATCH LINTS 00811/40 0R01MMi ALTERNATE BACK SLOPE AT CONTRACTORS OPTION AND AT NO ADO/DONAL COST TO THE OTY 19 YAKIAN/ 1 O MN. (COMPACTED DEPTH/ NATIVE MATER. FREE FROM ROCKS OVER 2 INCH. STORE N STOCKPILE WHEN REMOVED DURING TRENCHNO. UNSURFACED AREAS NOTES 1. CONTRACTOR SHALL BE RESPONSIBLE FOR ALL SURFACE RESTORATION INCLUDING WIDER REPAIR SECTIONS RESULTING FROM ALTERNATE BACK SLOPE AT TRENCH SIDES. 2. CONTRACTOR SHALL BE AWARE THAT GEO-TEXTILE-FABRIC MAYBE REQUIRED BY THE ENGINEER IN CERTAIN APPLICATIONS. City Of Yakima Engineering Division 120 NNN500 SS. City of Yakima - Standard Detail TYPICAL SURFACING NOT TO SCALE Rees. 11-20011 R7 SCHEDULE B: UFT STATION AND FORCE MAIN SITE STANDARD DETAILS 4 Lp� a 01 1 8 k 1r 1 pa REVISIONS a i0 1 8 g SCALE: SHOWN P I' MINING IS NAL SCALE PEN BM MEASURES 7 7 DK NO: C20 $hERAO:� 21 1 1 1 1 1 e 1 1 1 1 1 1 1 1 1 1 1 1 c.4, e L� qn r, i / o i A n r i � Witted Irrigates DivisionCONTINUOUS SWELLSTOP Working Together Toward Excellence in Service and Quality y CENTERED ON PENETRATION 2301 Ftgitvale Blvd. HDPE WALL RING. SEE NOTE 8. Yakima, WA 98902 )DSmOUALLY HOOKS, HEQUALLY SIZING TABLE Conveyance Systems SPACEDISM PIPE DW T (min) 11 (min) Waterline Separation from Nonpotable a _,� These standards apply to water main lines, water services 3 -inch and larger and nonpotable lal I 1 24" 12' 60" pipelines including sanitary sewer mains, sanitary side sewers, Irrgabon mains and storm sewer PIPE O.D. + 6" I I L A PIPE PER PLAN 30' 12" 68' COVER METER SET1E5S 5MM1 OE g1Y 0 MORA STA/CARO r-EWVALENT TO E111ER rq0 Mess-zTe-w mains The most common separation stenaros are addressed below. Consult the Waters Division and Wastewater UrvS,A4 for guidance when other scenanos are 1 IF 36" 12" 72" Ntv eurwen COMER dna Oe I Ellen-l7H-M n n/z' a 7 eEsrEcnvnr Ieredion encountered dung despn and conslrucbon. A6 deviators from the standard separation L M requirements shall be approved by the City Additional staroards and guidance can be found in 11I11SIM . NOTE: NOT ALL SIZES SHOWN REBAR PER DETAIL +. ou a ' =MINIMi-41111MBIMI latest edition of the DOH Water System Oesi.n Manual DOE CMena for Sewage Works the horizontal separator measurements noted are from edge to edge of pipes and vertical separation Design, aro DOH/00E Pipe.ne Separalron Design and lnslallahon Reference Guide. All WET WELL I111115 . (TYP.) PIPE SIZES SHALL BE BASED #5 CONCRETE ANCHORS EA ON OUTSIDE PIPE DIAMETER n CMS .iaw from rnverl to crown of Apes. VAULT WALL _� CORNER 8 ([i? 24' O.C. 1 1 Parallel Installation - New Waterlines I Existing Nonpctaplo Pipelines T EMBED 3' INTO MANHOLE. .iii. , 3 I ' Waterlines shall be installed a minimum Of 10 feat horizontally and 16 inches vertically above other nonpotable pipelines. Where this n not possible. a waterline may be Installed a minimum of 5 feel horizontally and 18 inches vertically from other nonpotable pipelines. as long as me waterline is placed m a separate trench and on a berch of undisturbed earn. NOTES: vayrnNADE TAM Parallel nstauanon -Naw Noeporaola Pipelines / Ex/sting Waterlines 1. DETAIL SHALL BE USED AT ALL STRUCTURE PENETRATIONS WHERE HDPE PIPE IS USED AND AS SPECIFIED ON THE PLANS. WHERE ADJACENT STRUCTURE IS A MANHOLE, CONCRETE ANCHORS SHALL BE SIMILAR TO MANHOLE E52MH59 DETAIL BELOW. 2. CONCRETE BLOCK SHALL BE PER SECTION 7-09.3(21) OF THE WSDOT STANDARD SPECIFICATIONS. Illmi llanij*sem• ® Nonpotable p00111 5 soda be installed a minimum 01 10 feel fenZOntally and 16 inches vertically below existing waterlines Where mss is not possible, a nonpotable peelme may be 3. MAINTAIN 18• MINIMUM COVER OVER THE TOP OF BLOCK T 4C SET CDTI01 RETE OLOCCUM S IRO ID CONCRETE nes in R S M... TO IDANTMSS ROCS CIEAaAMQ 04. msraued a minimum or 5 feet hodzontatly from an among waterline, as long as the nonpotable pipeline s ip00008d a aminimum of r o inches If he vertically below the .alanine and the trench. r the sed in eter..0separati0 mama at mel. men the nonpoade pipeline snarl be cpnshucted of or encased in malerab equal to waterline MOOnonthe 0 npl,kna i3 placed 0 ase constrrateucted standards with a minimum pressure sting of 150psi (0-900 PVC. Duct.e 11011) Crossing Installation - New Waterlines I Existing Nonpotable P1p0Nnes 4. BOTTOM OF BLOCK IS TO BE ON UNDISTURBED SOIL. 5. TRENCH TO BE BACKFILLED TO THE FULL DEPTH OF THE BLOCK WITH CRUSHED ROCK COMPACTED TO 95% DENSITY ON ALL SIDES OF BLOCK AND TO A MINIMUM DISTANCE OF 4' IN FRONT OF AND BEHIND PROPOSED BLOCK. 6. FOR SOIL CONDITIONS NOT SHOWN, BLOCK IS TO BE DESIGNED BY THE ENGINEER. 7. IF BLOCK CANNOT BE KEYED INTO UNDISTURBED SOIL TO THE SATISFACTION OF THE ENGINEER: ;S' CITY OF YAKIMA k I► BEECH STREET INTERCEPTOR, _ LIFT STATION AND FORCE MAIN SCHEDULE B: LIFT STATION AND FORCE MAIN SITE DETAILS 1/2" & 2" METER INSTALLATION waterlines snap be osased a minorum of to intoes van a ly above nonpp ane pipelines a) THE BLOCK LENGTH SHALL BE EXTENDED TO PROVIDE AN ADEQUATE KEY OR 91 sly w 00000 s boron where this is not poss,ole. re the waterline passes under a nernp0lable pipeline, the waled.. shall be installed in a pressure rated Pipe casing extending '0 feel each aide of the crossing. In addition. where the welerbne passes under an existing ncnpotable pipeline. support shall be provided for the nonp0lable pipeline by backfilling the nonpoloble pipeline bench with controlled density backfill or other approved methods. A mnimum of 8 indite Of separation between the crossing pipe.nes must be maintained in all cases Crossing Installation - New Non0Otable Pipelines I Existing Waterlines b)CDF SHALL BE USED TO FILL BACK TO NATIVE SOIL OR C) THE TRENCH SHALL BE BACKFILLED AND COMPACTED TO 95% DENSITY A MINIMUM DISTANCE OF 15 FEET IN FRONT OF THE BLOCK TO THE SATISFACTION OF THE ENGINEER. 8. HDPE WALL RING MUST BE SIZED TO RESIST PULL-OUT FORCE OF HDPE PIPE DUE TO THERMAL EXPANSION AND PIPELINE CHARGING PER MANUFACTURER'S RECOMMENDATION. PIPE BLOCKING DETAIL 202 *ROMA 11.15.11 Nonpotable ppel.nes shall be installed a minimum of 'o nches vertically O'w el0existing walenmes Support shall be provided for the watenme by backfilling the nonpotable pipeline bench with controlled density back.' or other approved megods. Where the minimum clearance 5 1100 possible. 01 the nonpotable ppelme passes above a waterline. a full length of nonpotable pipeline she. be cantered at the crossing In addition, the nonpor1ble pipeline shall either be installed in a pressure rated pipe casing extending 10 feet each side of the vosslr19 or be constructed of one standard length of pipe matenal equal to walenme standards wet a minimum pressure rating of 150ps, (C-900 PVC. Ductile Iron(. A minimum of 6 mche5 of 5eparaton between the crossing pipeknes must be maintained in e6 cases - __ a . CITY OF YAKIMA - STANDARD DETAIL 1 1 /2" & 2" METER INSTALLATION W10 NOTE: DEFLECT FORCE MAIN PIPE AS NECESSARY TO PROVIDE MINIMUM SPACING IDENTIFIED BELOW. #5 CONCRETE ANCHORS EA CORNER 8 24' O.C. WRAP AROUND CASING END PLACED AFTER HOPE TBLOCK, EMBED 3' INTO MANHOLE. SEAL, COMPLETION OF FORCE MAIN SEE DETAILAJL THIHI S SHEET P. '1" s A - 90• f MANHOLE STATION AND OFFSET REFERENCES F CENTER OF STRUCTURE ' 12' MIN. 1 i 1 i m41 PIPE LENGTH ALSO REFERENCES • 1 2" TAPS FOR 1 1/2" AND 2" DIA. SERVICES SHALL BE MADE TO CENTER ° taliM UTILIZING A TWO STRAP TAPPING SADDLE, HAVING IP THREADS.'mss CENTER /J'r REVISIONS TAPPING SHALL BE DONE NITH A MUELLER MODEL D-5 TAPPING MACHINE ALL IN ACCORDANCE WITH THE INSTRUCTIONS INCLUDED tojWITH SAID TAPPING MACHINE. APPROX. PARALLEL TO FINISHED SURFACE ECCENTRIC CONE SHALL 1 24 DD HDPE FORCE MAIN 30" HDPE CASING UNDER ROADWAY CORED OR PRECAST 36' GRAVITY SEWER PIPE EXISTING MANHOLE 31 & , MATCH ORIENTATION PIPE KNOCKOUTS SHOWN IN DETAILS AND PLAN VIEWS sig TAPS FOR 3/4" AND 1" DIA. SERVICES SHALL BE MADE UTILIZING A MUELLER MODEL B -101 TAPPING MACHINE. THREADS SHALL BE CC INVERT ELEVATION IN (.E. IN) SHOWN IN PLANS INVERT ELEVATION OUT (I.E. OUT) SHOWN IN PLANS MANHOLE E5ZMH59 DETAIL , , �; c3,,, TAPS SHALL BE IN ACCORDANCE WITH THE INSTRUCTIONS INCLUDED WITH SAID TAPPING MACHINE. REFERENCES THIS LOCATION UNLESS SHOWN REFERENCES THIS/R" LOCATION UNLESS SHOWN ` r -o' ,,.tea •� OTHERWISE OTHERWISE NOTES SEE CITY STANDARD DETAIL R / R / 3 w g 1. ALL 3/4' AND 1" CORPORAT/Nl STOPS SHALL BE BALL VALVES r R4 ABOVE THIS LINE 2. 1 1/2" AND 2" DIA. SERVICES TO HAVE 2' THREADED R5 GATE VALVE AT POINT OF CONNECTION. TAPPING PROCEDURE DETAIL MIRAFI 140N FABRIC TO SEPARATE QUARRY SPALLS AND CRUSHED SURFACING TOP COURSE A �! R�! i!'i;'s! I•�%iNii%�roai�Iw�%}Nr��i�N� :�:! - -t ? •, a -. - -- e! i ji:!�e:!-e iii.• eS'=.d!%!S'!'t�'! r ,•yr.••'~a"�'-,•� -_ i' i!ge., -: :, a.!'is e!'iII '� %!.41- ~%•�i•-!• , ` a W Y " �_ a g sin ® City of Yakima - Engineering Division �• MANHOLE DROP SHALL MATCH GRADE GIVEN IN PIPE CALLOUTS QUARRY SPALLS, DEPTH VARIES BASED ON EXISTING %p MANHOLE DIAMETER, TYP TERRAIN g 11.1116 - INVERT ELEVATION - REFERENCES THIS HORIZONTAL LENGTH DIFFERENCE DRIVEWAY APPROACH SUBGRADE DETAIL m Vis__, v T' DRANNG s 41m ME kSLFES SCALE WHEN 2 GRADE DETAIL NOT TO SCALE NU CITY OF YAKIMA - STANDARD DETAIL TAPPING PROCEDURE DETAIL WI GRAVITY SEWER STATIONING AND NOT TO SCALEaw DNC MJ: C21 SFEE0 NO 22 54 DUMP STRAP 1" REBAR FOR BAG REMOVAL FROM INLET, TYPICAL BOTH SIDES EXPANSION RESTRAINT (Y' NYLON ROPE, 2" FLAT WASHERS) SLT SACK DUMP STRAP INLET OR CATCH BASIN BAG DETAL INSTALLATION DETAL STORM DRAIN SILT SCREEN DETAIL el NOT TO SCALE 12' OF CRUSHED SURFACING BASE COURSE _ COMPACTED TO FIRM AND UNYIELDING CONDITION. UNDISTURBED EARTH OR STRUCTURAL BACKFILL COMPACTED TO 92% DENSITY PER ASTM 01557 MODIFIED PROCTOR. ENGINEER SHALL APPROVE COMPACTION PRIOR TO PLACEMENT OF CSBC. ACCESS DRIVE SECTION NOT TO SCALE POST HOLE CONCRETE: GATE AND END POSTS: LINE POSTS: MINIMUM DEPTH 54" 48' MINIMUM DIAMETER 18" 18" MINIMUM POST EMBEDMENT 24" 24" 14 GAGE GALVANIZED BARBS IN A 4 -POINT PATTERN, @ 5' O.C., 3 WIRES W/ PRESSED STEEL 45' ARM, TY?. 6 GAGE WIRE BANDS @14" 2%" 0.0. LINE POST 10' 0.C. MAX. STRAW BALE, 50 30' MIN. LB. MIN., TYP. ■ 2x2 WOODEN STAKE OR REBAR, TYP. OF 2 EACH WEDGE LOOSE STRAW BALE / BETWEEN BALES, TYP. TRENCH TO BE EXCAVATED PRIOR TO PLACEMENT OF STRAW BALES 4"! 6' ELEVATION VIEW STAKE ANGLED TOWARD UPSTREAM HILLSIDE BACKFILL AND COMPACT SOIL ALONG LENGTH OF HAYBALES PROFILE VIEW HAY BALES NOT TC SCALE TOW SIGN, CENTERED BELOW GATE SIGN ON UN -SECURED SIDE, SEE DETAIL THIS SHEET 4' SCHED. 40 GUIDE POSTS 2%" SCHED. 40 PIPE INTERNAL SUPPORTS, TY?. 23/8" SCHED. 40 PIPE FRAME - TOP, BOTTOM, SIDES 16' V -GROOVE TRACK WITH REBAR TRUSS EMBEDDED INTO CONCRETE, PER GATE MANUFACTURER REQUIREMENTS 1%" 0.0. BRACE RAIL ATTACH TO ALL END, PULL, GATE AND CORNER POSTS 9 GAGE WIRE CLIPS. 24" 0.C. 10' MAX, TYP. SITE PERIMETER FENCE DETAIL NCT TO SCALE 214' 0.D. END POST CONCRETE PAD FOR V -GROOVE TRACK. GRADE SITE AS NECESSARY TO PROVIDE FLAT AND LEVEL SURFACE FOR FENCE TO OPEN ON. MANUAL SUDE GATE TRANSITION TO POST BARBED WIRE SUPPORT TO AVOID CONFLICT WITH SWING GATE Ya" TIE ROD AT ALL CORNER, END, GATE AND PULL POSTS ALLOW GAP NECESSARY FOR GATE TO OPEN ij. EXISTING GROUND 4 SCHED. 40 STRIKE POST FINISHED GRADE 4' V -GROOVE WHEEL LOCATE AT 20% OF OPENING WIDTH, BOTH SIDES SLIDING GATE DETAILS NOT TO SCALE TOP HINGE 180' SWING GATE HEIGHT TO MATCH ADJACENT FENCE PROVIDE OWNER STANDARD PADLOCK I -_4'--I MAN GATE DETAIL 3' WIDE ACCESS GATE WITH LOCKING SWIVEL ARM 3/8" TIE ROD WITH TURNBUCKLE NOT TO SCALE C003 NEWLY GRADED OR DISTURBED SIDE SLOPE FILTER FABRIC MATERIAL STAPLES OR WIRE RINGS T SLT FENCE NOTES: 1. WHERE POSSIBLE. MAINTAIN NATURAL VEGETATION FOR SILT CONTROL 2. TEMPORARY SILTATION SHALL BE CONSTRUCTED BY PLACING FILTER FABRIC FENCES ACROSS SWALES Y x 4' UTILIZING FILTER SYSTEM PRIOR TO DISCHARGE. DOUGLAS FIR 3. ALL TEMPORARY SILTATION FENCING SHALL BE MAINTAINED IN A SATISFACTORY CONDRION UNTIL SUCH TIME THAT CLEARING AND/OR CONSTRUCTION IS COMPLETED AND SURFACE RESTORATION HAS BEEN COMPLETED AND VEGETATION IS STABILIZED. 4, RETURN SILTATION CONTROL AREAS TO ORIGINAL GROUND CONDITIONS, UNLESS SPECIFICALLY DIRECTED OTHERWISE BY THE CITY. 8" 8 CROSS SECTION STAPLES OR WIRE RINGS FOR SECURING FABRIC TO 2' x 4' (TYPICAL) FILTER FABRIC 2"x2'x2"x14GA. WELDED WIRE FABRIC OR EQUAL 6' I I \in1�1 M� I I ILI::1; I W'" I 7-6" Y x 4' DOUGLAS FIR I@ 4' BOTTOM OF FILTER FABRIC O.C. NO. 1 GRADE OR EQUAL MATERIAL IN 8" x 8" DITCH 3'$ RED DO NOT BLOCK TOW AWAY ZONE 18" ELEVATION SILT FENCE NOT TO SCALE NOTE: ALL NON -TEXT OR BORDER AREA SHALL BE RETROFLECTIVE WHITE COLOR. MANUAL SUDE GATE NOTES 1. PROVIDE AND INSTALL AN MANUAL LOCKING SLIDE GATE, CONSTRUCTED OF CHAIN LINK FENCING WITH BARBED WIRE TOP TO MATCH PROPOSED SITE FENCING. 2. PROVIDE KNOX KEY SWITCH MODEL 3500 FOR EMERGENCY VEHICLES ACCESS. FLUSH WITH EXISTING SURFACE �rr�r�lila�a• �ra�a�rr.f'<' CONTRACTOR DESIGNED ARTIFICIAL TURF PLUG, PROVIDE SUBMITTAL FOR REVIEW AND SUBMITTAL IL TURF PLUG DETAIL REVISIONS PROPOSED SEWER PIPE EXISTING, PREVIOUSLY ABANDONED PIPE, CONTRACTOR TO CONFIRM AND ABANDON AS NECESSARY EXISTING SEWER PIPE TO REMAIN, TYP. MH#2 PROPOSED 24' PLUG VALVE (FLxFL). SECURE VALVE AND ADAPTERS IN CDF 18 FLANGE VAN STONE STYLE IPS ADAPTER WITH STEEL RING, TYP. OF 2 MIN. POLYETHYLENE ENCASE PIPE, FITTING, AND ISOLATION VALVE, THEN BACKFILL THE PIPE ZONE WITH CDF UP TO SPRING UNE OF PIPE. ENSURE VALVE OPERATION IS UNIMPEDED BY CDF ISOLATION VALVE DETAIL EXISTING MANHOLE, TO BE REMOVED EXISTING PIPE, TO BE REMOVED EXISTING 72" MANHOLE, TO - BE RECHANNELED EXISTING 36' RCP PIPE. APPROX. 15 LF AND CAPPED. TO BE REMOVED EXISTING 15' STORM PIPE, IE APPROX. 3' ABOVE CROWN OF EXISTING SEWER PIPE 12" MIN. PROPOSED CHANNELING OF MANHOLE PROPOSED 24" OD FORCE MAIN RIGID TRANSITION COUPLING NEW 18' PVC GRAVITY SEWER PIPE (CONTRACTOR TO VERIFY PIPE SIZE) CONCRETE THRUST BLOCK, SIMILAR TO DETAIL ON DWG N0. C21 r PROPOSED 24" SEWER PIPE 0 SWELL STOP GROUT CHANNEL UP TO CROWN OF PIPE (EMERGENCY OVERFLOW TO EXISTING BASINI EXISTING 4 FINAL MANHOLE #1 - DETAILS I'-0" EXISTING MANHOLE 2" GATE VALVE WITH HANDWHEEL 10" BUND FLANGE WITH 2" THREADED TAP 10" HDPE FLANGE, FUSION _ WELD TO BRANCH SADDLE ROUTE PIPE TO MANHOLE WALL AND TERMINATE 3' BELOW RIM ELEVATION 12" TYP, AIR/ VACCUM ASSEMBLY, ARI D-025 OR EQUAL. SEE PLAN AND PROFILE FOR LOCATIONS 10" IPS HDPE ELECTROFUSION BRANCH SADDLE (FSNxFSN) SEAL WITH GROUT ABOVE SPRING LINE OF FORCE MAIN EXISTING 36" SEWER PIPE FORCE MAIN RESTRAINT, ACCESS AND AIRIVAC DETAIL FINAL - SECTION NOT TO SCALE DOUBLE SWELL STOP ON MANHOLE AROUND FULL PERIMETER OF PIPE SWELL STOP AROUND PIPE NOTE SEAL ANNULAR SPACE BETWEEN FORCE MAIN AND EXISTING INTERCEPTOR WHERE EXISTING STRUCTURE IS REQUIRED TO BE REMOVED. 4' WELDED SS GOOSENECK, FACE PERPENDICULAR TO NORTH EAST SIDE OF LIFT STATION 4" SS PIPE, SECURE PIPE TO WALL OF LIFT STATION GROUND ELEVATION TRANSITION TO B' PVC WITH REDUCER AND COUPLING BELOW GRADE 24" MIN. 3'-0" 4' WELDED SS BEND 4" SS PIPE FLANGE WITH INSECT SCREEN WET WELL PASSIVE VENT DETAILS204 M02 NOT -0 SCALE did z 6 s c C M T I S T REVISIONS