Loading...
HomeMy WebLinkAbout2014-198 Contract - Pilot Rock Excavation - TAP PUBLIC IMPROVEMENT CONTRACT, BID DOCUMENTS & TECHNICAL SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION PROJECT: TAP Emergency Intertie Proiect - Temporary Pump Station CITY OF ASHLAND DEPARTMENT OF PUBLIC WORKS 20 EAST MAIN STREET (mail) 51 WINBURN WAY (delivery) ASHLAND OR 97520 541/488-5587 (voice) 541/488-6006 (fax) City Project Number: 2008-08 Project Name: TAP Emergency Intertie Project Project Location: Jackson County Project Type: Waterline Installation Project Completion: August 15th, 2014, In-Water Work Period: N/A Mandatory Pre-Bid Conference: N/A Proposals Due by: July 10th, 2014 Submit Bid Proposals to the Identified Morgan Wayman, Senior Project Manager Project Manager: City of Ashland Foreword The documents and forms which are attached, or for which provisions are made, must be used in submitting proposals for the TAP Emergency Intertie Project - Phase 1 Pump Station for the City of Ashland, Oregon, as covered by the Oregon Standard Specifications for Construction, 2008 edition, Oregon Department of Transportation and American Public Works Association, Oregon Chapter and other appurtenant specifications where indicated. The Technical Specifications in Part III of this Invitation to Bid govern if there is a conflict between those specifications and the Oregon Standard Specifications for Construction. These bid and contract documents, specifications, and plans, although bound separately, are made a part of the complete document with the same force and effect as though all parts and plans referred to were under one binding. Should addenda to the specifications become necessary and be issued prior to the date of receiving bids, they shall be deemed a part of the Special Provisions. ,.y r~ r ~ ) 1 7/11/1-4 10:00 V\I Z:ABotheH\DataAC0 .4\1014-033\Specs\PartI Bid Documents - TNP Project Pump Station 7.11.14.doc O 2014 IU-12 Elipieeriiig, Inc. Introduction and Table of Contents Contract documents are listed below. Documents are either attached or bound separately and available from the Project Manager. All Documents bound separately are incorporated into the Contract documents and have the same force and effect as though set forth in full herein. PAGE PART I - BID & CONTRACT DOCUMENTS NOTICE TO CONTRACTORS / INVITATION TO BID 3-4 PROPOSAL AND BID SCHEDULE (Proposal & Bid Schedule) ..........................................................................5-11 FIRST-TIER SUBCONTRACTOR DISCLOSURE FORM 12 BIDDER RESPONSIBILITY DETERMINATION FORM 13 PUBLIC IMPROVEMENT CONTRACT ................................................................................14 CERTIFICATIONS OF REPRESENTATION 17 STANDARD TERMS AND CONDITIONS [EXHIBIT A] .....................................................18 1. Contractor is Independent Contractor 18 2. Subcontracts and Assignment 18 3. No Third Party Beneficiaries 18 4. Successors in Interest 19 5. Contract Documents 19 6. Contractor's Representations 19 7. Drug Testing [ORS 279C.505(2)] 19 8. Notice to Proceed 20 9. Suspension of the Work 20 10. Early Termination 20 11. Payment on Early Termination 21 12. Remedies 21 13. Access to Records 21 14. Ownership of Work 21 15. Compliance with Applicable Law 22 16. Registration with Construction Contractor's Board 22 17. Prevailing Wages/ BOLI Fee 22 18. Hours of Labor /Overtime limitation [ORS 279C.520] [ORS 279C.540] [ORS 279C.545] 23 19. Medical Care and Workers Compensation [ORS 279C.5301 23 20. Retainage 24 21. Progress Payments 25 22. Final Estimate and Final Payment 26 23. Change Orders / Extra Work 27 24. Contractor/Subcontractor Payment Obligations 28 25. Inspection and Acceptance 29 26. Liquidated Damages 29 27. Liability, Indemnity and Hold Harmless 30 28. Insurance 30 29. Bonds / Notice of Bond Claims 30 30. Two-Year Warranty 31 31. Nondiscrimination in Labor 31 32. Construction Debris and Yard Waste [ORS 279C.510] 31 33. Environmental Regulations [ORS 279C.525(1)] ( list of federal, state and local agencies) 32 34. Waiver ...........................................................................................................................................................34 ii 7/11/13 10:00 _U1 Z:ABot]nell\Date\CO.~\ 1014-033\Specs\Part I Bid Documents - TAP Project -Pump Station 7.11.14.doc 0 2014 RH2 Engineering, Inc. 35. Errors 34 36. Governing Law 34 37. Severability 34 38. Attorney's Fees 34 39. Business License 34 40. Notices/Bills/Payments 34 41. Conflict of Interest 35 42. Merger Clause 35 COMPLIANCE WITH APPLICABLE LAW [EXHIBIT B] Bound Separately PUBLIC IMPROVEMENT CONTRACT INSURANCE REQUIREMENTS [EXHIBIT Cl 38 CERTIFICATION STATEMENT [EXHIBIT D] 40 BONDS [EXHIBIT E] 42 1. Surety Bond 42 2. Performance Bond 44 3. Payment Bond 46 CERTIFICATION OF SUBSTANTIAL COMPLETION [EXHIBIT F] 48 CERTIFICATE OF COMPLIANCE [EXHIBIT G] 50 CONTRACTORS RELEASE OF LIENS AND CLAIMS [EXHIBIT H] 51 CERTIFICATE OF FINAL COMPLETION [EXHIBIT 1] 52 INSTRUCTIONS TO BIDDERS [EXHIBIT J] 53 CITY OF ASHLAND NONDISCRIMINATION AND EQUAL OPPORTUNITY POLICY FOR CONTRACTORS [ATTACHMENT A] 61 PART II - GENERAL CONDITIONS GENERAL CONDITIONS ............................................................................................................Bound Separately In the event of a conflict, Supplementary Conditions control over all Standard Specifications and other contract documents. To the extent Standard Specifications and other contract documents conflict, the more restrictive requirement or provision shall control, except where otherwise noted in the contract documents, addenda, or amendment. PART III - TECHNICAL SPECIFICATIONS TECHNICAL SPECIFICATIONS ................................................................................................Bound Separately PART IV - PLANS - BOUND SEPARATELY Proiect Plans 7/11/14 10:00 AM Z: ABothell\Data\CO_A\ 1 n 14-033\Specs\Part I Bid Document - TAP Project - Pump Station 7.11.14.doc © 2014 RH2 Engnteermg, Inc. CHECKLIST FOR BID SUBMITTAL 1. Bid Schedule • Fill in bidder information on first page • Indicate amount of total base bid in paragraph 8 • Indicate bidder status on paragraph 26 • Indicate number of addendum received on page 33 • Fill in bidder information and sign paragraph 37 • Fill in unit prices and amounts for all bid items • Fill in total bid amount CHECKLIST FOR CONTRACT SUBMITTAL 1. Standard Public Improvement Contract • Fill in contractor data and certification on page 2 and 3 of the contract form • Sign on page 3 of the contract form 2. Certifications of Representation • Check all items that apply and sign 3. IRS Form W-9 4. Exhibit D - Certification Statement for Corporation as Independent Contractor 5. Performance Bonds (City of Ashland & ODOT) • Provide on form provided (or approved surety form) 6. Payment Bond • Provide on form provided (or approved surety form) iv 7/11/ t4 10:00 AM Z:ABotltell\Data\CO.%\1014-033\Specs\Part I Bid Documents - TAP Project- Pump Station 7.11.1 }.doc © 2014 RH2 Bngitteerutg, Inc. PAGE LEFT INTENTIONALLY BLANK 1 7/11/14 10:00-"f Z:\Bothell\Data\CO_1\1014-033\Specs\Part I Bid Documents - TAP Project- Pump Station 7.11.14.doc © 2014 RH2 Lnguteeruig, Inc. CITY OF ASHLAND DEPARTMENT OF PUBLIC WORKS ASHLAND, OREGON NOTICE TO CONTRACTOR TAP Emergency Intertie Project Temporary Pump Station Summer 2014 Notice is hereby given that a negotiated bid for furnishing all materials, equipment, labor, and services for the TAP Emergency Intertie Proiect - Phase 1 Pump Station will be physically received by Morgan Wayman, Senior Project Manager, 51 Winburn Way, Ashland, Oregon, (mailing address: 20 E. Main Street, Ashland OR 97520), by July 10th, 2014 and thereafter bid documents, shall be made available for public inspection. This project is public work and is subject to Oregon prevailing wage rates in accordance with ORS 279C.800 to 279C.870. Under the provisions of ORS 27913.080-Emergency Procurements, which apply to this project, only City invited bidders are eligible to bid on this project. The City will invite bidders based on the following criteria: • Satisfactory performance on contracts for the City of Ashland (or other City's within in Jackson County, Oregon) on similar work. • Satisfactory history of performance working in Oregon State Highway rights-of-way. • Demonstrates adequate capacity relative to bonding, insurance, equipment, personnel and resources to accomplish the contemplated work within the anticipated time frame. • Is pre-qualified with the City of Ashland to perform the work. • Demonstrates ability to work closely with owners and engineers to develop and implement cost saving and/or time saving measures that benefit the public. • Demonstrates concern for and eagerness to address matters related to public safety and convenience. The General Character of the work for this Proiect includes: supplying all labor, equipment, and materials necessary to construct TAP Emergency Intertie Proiect - Phase 1 Pump Station including but not limited to the following approximate quantities for major work items: • Site Grading and Preparation • Construction of temporary chlorination building, equipment, mechanical and electrical. • Installation of meter vaults and valving Contract Documents, including plans and specifications, may be examined after July 7th, 2014 at the following offices: 1. City Engineering Office City of Ashland 51 Winburn Way 20 E Main Street (mailing Address) Ashland OR 97520 541/488-5347 3 7/11/14 10:00 A\I Z: ABotliell\Data\CO-A \ 1014-033\Specs\Part I Bid Documents - T_93 Project - Pump Station 7.11.1 a. doc © 2014 RH2 En&eermg, Inc. PART I BID & CONTRACT DOCUMENT 2 7/11/14 10:00 AM Z:\Botliell\Data\COA\1014-033\Specs\Part I Bid Documents - LAP Project - Purnp Station 7.11.14.doc © 2014 FJ 12 Engineering, Inc. Copies of the plans and specifications may be obtained at the City Engineering Office, 51 Winburn Way, Ashland Oregon. No bid shall be received or considered unless the bidder is registered with the Construction Contractor's Board. Bidders shall pre-qualify as provided by ORS Chapter 279C.430 and in accordance with the Standard Specifications for Public Works Construction, Oregon Chapter of APWA, for all classes of construction. Pre-qualification applications must be received by the City of Ashland prior to the opening of the bids. All pro-iects in excess of $50,000.00 require the Contractor to pay prevailing wage rates. This contract requires the bidder to comply with Oregon's Prevailing Wage Rates. By Order of the City Council Ashland, Oregon Mike Faught Public Works Director 4 7/11/14 10:00 A NI Z:\Botliell\Data\CO.k\ 1014-033\Specs\Part I Bid Documents - TAP Project -Pump Station 7.11.14.doc 0 2014 M2 Engineering, Inc. City of Ashland, Oregon PROPOSAL AND BID SCHEDULE TO FURNISH ALL PERMITS, LABOR, TOOLS, MACHINERY, MATERIALS, TRANSPORTATION, EQUIPMENT AND SERVICES OF ALL KINDS REQUIRED FOR THE CONSTRUCTION OF THIS PROJECT FOR THE CITY OF ASHLAND, JACKSON COUNTY, OREGON, AS STATED IN THE COMPLETED BID SCHEDULE, ALL IN ACCORDANCE WITH THE CONTRACT DOCUMENTS, PLANS, SPECIFICATIONS, AND DRAWINGS WHICH ARE ON FILE AT THE CITY OF ASHLAND, CITY HALL, 20 EAST MAIN STREET, ASHLAND, OREGON 97520. NAME OF BIDDER Pilot Rock Excavation, Inc. CONTACT ~_~cIJ n La f3A -m-b J ADDRESS Lp5c.> ran m e zm :5m- ®f CITY C~rl~~ STATE Z::>;:P- zIP_✓~ Z--- TELEPHONE NO. FAX NO. + 92-{2) EMAIL ADDRESS ~'1ti!~' 1 D BUG , To the Honorable Mayor and City Council City Hall City of Ashland 20 East Main Street Ashland, Oregon 97520 In response to this request PROPOSAL is submitted as an offer by the undersigned to enter into a contract with the City of Ashland for furnishing all permits, labor, tools, machinery, materials, transportation, equipment and services of all kinds required for, necessary for, or reasonable incidental to, the construction of the TAP Emergency Iutertie Project - Phase 1 Pump Station (hereinafter "Project") for the City of Ashland, Oregon, as shown in the contract documents on file at City Community Development Building, which are a condition of this Offer as though they were attached. This offer is subject to the following declarations as to the acts, intentions and understandings of the undersigned and the agreement of the City of Ashland to the terms and prices herein submitted. 1. The undersigned has familiarized themselves with the nature and extent of the Contract Documents, project work, site, locality, general nature of work to be performed by City or others at the site that relates to the project work required by the Contract Documents, local conditions, and federal state, and local Laws and Regulations that in any manner may affect cost, progress, performance, or furnishing of the project work. 2. The undersigned has obtained and carefully studied (or assumes responsibility for obtaining and carefully studying) examinations, investigation, exploration, tests, and studies which pertain to the conditions (subsurface or physical) at or contiguous to the site or otherwise and which may affect the cost, progress, performance, or furnishing of the project work as Contractor deems necessary for the performance and furnishing of the project work at the Contract Price, within the Contract Times, and in accordance with the other terms and conditions of the Contract Documents; and no additional or 5 7/11/10 10:00 AM Z:\Bothell\Data\C09\ 1014-033\Specs\Part I Bid Documents - LAP Project - Pump Station 7.11.14.doc 0 2014 RI12 Engineering, Inc. supplementary examinations, investigations, explorations, tests, reports, or similar information or data are or will be required by Contractor for such purposes. 3. It is understood that the City shall investigate and determine the qualifications of the apparent low responsive bidder prior to awarding the contract. The City shall reject any bid by a nonqualified or disqualified bidder. The City reserves the right to reject any bid not in compliance with all prescribed public bidding procedures and requirements. Furthermore, The City reserves the right to reject any and all bids, waive formalities, or accept any bid which appears to serve the best interests of the City in accordance with ORS 279B.100. 4. Evaluation of bids will be based on minimum requirements established by the specifications and compliance with conditions of the Notice to Contractors and Invitation to Bid, and compliance with City public contracting rules. Additional evaluation criteria are as follows: Bids will be compared on the basis of base bid prices. 5. The deadline to file a written protest or request, pursuant to Instruction to Bidders to change contract terms, conditions or specifications is not less than ten 10 calendar days prior to bid opening. Bid closing may be extended by the City to consider a protest or request. 6. All of the contract documents, including all plans, specifications, and drawings have been examined and an examination of the site of the proposed work, together with such investigations as are necessary to determine the conditions to be encountered have been made by the undersigned and the terms and conditions of the contract and solicitation documents are hereby accepted, and that if this Offer is accepted, the undersigned will contract with the City of Ashland, Oregon, in a form substantially similar to that attached Agreement and agree to be bound to the terms and conditions of said contract and solicitation documents. 7. It is understood that the contract drawings may be supplemented by additional drawings and specifications in explanation and elaboration thereof and, if they are not in conflict with those referred to in paragraph 1 above, they shall have the same force and effect as though they were attached and they shall be accepted as part of the contract when issued. 8. The undersigned agrees that upon written acceptance of this bid s/he will, within ten working days, of receipt of such notice, execute a formal contract agreement with the City. The undersigned further agrees that s/he will provide the following in order to execute the contract: a. Performance Bond and Corporate Surety Payment Bond, both in the amount equal to 100% of the awarded contract; b. Certificates of Insurance for Liability and property damage coverage; c. Certificates of Coverage for Workman Compensation and unemployment insurance; d. All other bonds, permits, licenses, etc. as required in the contract documents. 9. The following base bid, not to exceed: F cucZ Ay#417tZrD.:. ixT+r Fi yeF T.-t~„~ . Srx ~#ti1,~iNLCp eil l4 ( Dollars S ~v 'z~ ) is proposed for this project as described in the Contract Documents.,r-0 10. All items in the Bid Schedule have been completed in full by showing a unit or lump sum price or prices for each and every item thereof. The price per item shall be clearly shown in the space provided. The pricing shall be extended to show the total when required. 11. It is understood that all the work will be performed under a lump sum or unit price basis and that for the lump sum or unit price all services, materials, labor, equipment, and all work necessary to complete the project in accordance with the plans and specifications shall be furnished for the said lump sum or unit price named. It is understood that the quantities stated in connection with the price schedule for the contract are approximate only and payment shall be made at the unit prices named for the actual quantities incorporated in the completed work. If there shall be an increase in the amount of work covered by the lump sum price, it shall be computed on a basis of "extra work" for 6 7/11/ 14 10.00 -1.\I Z:ABotlull\Data\CO.~\1014-033\Specs\Part I Bid Document,. - TAP Project - Pump Station 7.1l.l4.doc © 2014 8142 Huguuering, Inc. which an increase in payment will have been earned and if there be a decrease in the lump sum payment, it shall be made only as a result of negotiation between the undersigned and the Owner. Furthermore, it is understood that any estimate with respect to time, materials, equipment, or service which may appear on the plans or in the specifications is for the sole purpose of assisting the undersigned in checking the undersigned's own independent calculations and that at no time shall the undersigned attempt to hold the Owner, the Engineer, or any other person, firm or corporation responsible for any errors or omissions that may appear in any estimate. 12. The undersigned submits the unit prices as those at which he will perform the work involved. The extensions of the column headed "ITEM TOTAL" are made for the sole purpose of facilitating bid comparisons and if there are any discrepancies between the unit prices and the total amount shown, the unit prices shall govern. 13. The undersigned agrees to furnish labor, tools, machinery, materials, transportations, equipment and services of all kinds required for, necessary for, or reasonably incidental to, construction of this Project with all appurtenant work as required by the plans and specifications of this Offer for the unit or lump sum prices in the "BID SCHEDULE". 14. In stating prices, it is understood that the prices include all materials and work required to complete the contract in accordance with the plans and specifications. If any material, item or service required by the plans and specifications has not been mentioned specifically in the "BID SCHEDULE", the same shall be furnished and placed with the understanding that the full cost to the City has been merged with the several prices stated in the "BID SCHEDULE." 15. The foregoing prices shall include all labor, materials, equipment, overhead, profit, insurance, and all other incidental expenses to cover the finished work of the several kinds called for. Unit prices are to be shown in both words and figures. In case of discrepancy, the amounts shown in words will govern. 16. Upon receipt of written notice of the acceptance of this bid, Bidder shall execute the formal contract attached within ten days, deliver surety bond or bonds as required, and deliver required proof of insurance. The bid security attached in the sum of five percent of the total price for the bid or combination of bids is to become the property of the Owner in the event the contract and bond are not executed within the time above set forth as liquidated damages for the delay and additional expense to the Owner caused thereby. 17. If the proposed bid price will exceed $50,000.00 the undersigned, as bidder, acknowledges that provisions of ORS 279C.800 - 279C.870 relating to workers on public works to be paid not less than prevailing rate of wage shall be included in the contract, or in the alternative, if the project is to be funded with federal funds and is subject to the Davis-Bacon Act (40 U.S.C. §276a) bidder agrees to comply with the Davis-Bacon Act requirements. "Prevailing Wage Rates for Public Works Contracts in Oregon," which are incorporated herein by reference, and can be accessed at: http://www.oregon.gov/BOLI/WHD/PWWpwr-book.shtnil 18. The undersigned shall furnish bonds required by the specifications and comply with the laws of the Federal Government, State of Oregon and the City of Ashland which are pertinent to construction contracts of this nature even though such laws may not have been quoted or referred to in the specifications. 19. The undersigned agrees to comply with the provisions of ORS 279C.800 to 279C.870, the Oregon Prevailing Wage law. The undersigned, as bidder, acknowledges that provisions of ORS 279C.800 - 279C.870 relating to workers on public works to be paid not less than prevailing rate of wage shall be included in the contract. 7 7/11/14 10:00 AAA Z:ABothe0\Data\CO?,A101-4-033\Specs\Part 1 Bid Documents - TAP Project- Pump Station 7.11.1 4.doc 2014 RH2 L-nguieering, Inc. 20. The undersigned certifies that the undersigned Contractor is not ineligible to receive a contract for a public work pursuant to ORS 279C.860. Bidder further agrees, if awarded a contract, that every subcontractor will be eligible to receive a contract for a public work pursuant to ORS 279C.860. 21. The undersigned certifies that the undersigned Contractor has not discriminated against minority, women or emerging small businesses enterprises in obtaining any required subcontracts. The bidder understands and acknowledges that it may be disqualified from bidding on this public improvement project as set forth in OAR 137-049-0370, including but not limited to City discovery a misrepresentation or sham regarding a subcontract or that the Bidder has violated any requirement of ORS 279A.110 or the administrative rules implementing the Statute. 22. The undersigned agrees that the time of completion shall be defined in the specifications, and further, the undersigned agrees to initiate and complete this Project by the date stated below. • The work shall be commenced within 3 working days after receipt of the written Notice to Proceed. • The work shall be completed in all respects no later than August 15th, 2014 • The undersigned agrees that the "Time of Completion" shall be as defined in the specifications and that the bidder will complete the work within the number of consecutive calendar days stated for each schedule after "Notice to Proceed" has been issued by the Owner. Bidder furthermore agrees to pay as liquidated damages, for each calendar day thereafter, the amounts shown in Standard Conditions, for each day the project remains incomplete. 23. The undersigned bidder is registered with the Oregon Construction Contractors Board (CCB), the registration is current and valid, and the bidder's registration number is stated below. [OAR 137-049- 0230(1)] Bidder understands that failure to have a current CCB license shall result in rejection of this bid. 24. The undersigned bidder is licensed by the State Landscape Contractors Board, if applicable, the license is current and valid, and the bidder's registration number is stated below. [OAR 137-049- 0200(1)(a)(K)] Bidder understands that failure to have a current LCB license shall result in rejection of this bid. 25. In determining the lowest responsible bidder, City shall, for the purpose of awarding the contract, add a percent increase on the bid of a non-resident bidder equal to the percent, if any, of the preference given to that bidder in the state in which the bidder resides. "Resident bidder" of Oregon means a bidder that has paid unemployment taxes or income taxes in this state during the 12 calendar months immediately preceding submission of the bid, has a business address in this state and has stated in the bid that the bidder is a "resident bidder" of the State of Oregon. The undersigned represents him/her self in this bid to be either a Resident or a Nonresident bidder by completing the appropriate blank below. • The Bidder is -mil- or is not a resident Bidder as defined in ORS 279A.120. 26. The undersigned hereby represents that no Councilor, Commissioner, officer, agency or employee of the City of Ashland is personally interested directly or indirectly in this Contract or the compensation to be paid hereunder and that no representation, statement or statements, oral or in writing, of the City, its Councilors, Commissioners, officers, agents or employees had induced him/her to enter into this Contract, and the papers made a part of its terms. 27. The undersigned has not directly or indirectly induced or solicited any person to submit a false or sham bid or refrain from bidding. The undersigned certifies that this bid has been arrived at 8 7/11/ 14 10:00 _Ul Z:\Bot6ell\Data\CO \\1014-033\Specs\Part I Bid Documents - TAP Project - Pump Station 7.11.14.doc 0 2014 RI-12 Engineering, Inc. independently and submitted without connection with any person, firm or corporation making a bid for the same material and is, in all respects, fair and without collusion or fraud. 28. The undersigned confirms that this firm has a Qualified Drug Testing Program for employees in place and will demonstrate this prior to award of contract. [OAR 137-049-0200(1)(c)(B)]. 29. The undersigned confirms that if this contract involves asbestos abatement or removal, the bidder is licensed under ORS 468A.710 for asbestos removal. Asbestos abatement is not implicated in this contract. 30. The City of Ashland may waive minor informalities, reject any bid not in compliance with all prescribed public bidding procedures and requirements, and may reject for good cause any or all bids upon a finding that it is in the public interest to do so. 31. The undersigned confirms that this offer is not contingent upon City's acceptance of any terms and conditions other than those contained in the Solicitation and Contract documents. 32. The bidder understands that the City reserves the right to make changes to the Notice to Contractors / Invitation to Bid and the resulting contract by written addenda, prior to the closing time and date. The City will not mail notice of addenda but shall publish notice of any addenda on City's website and post the notice of addenda at Community Development. www.ashland.or.us The addenda may be downloaded or picked up at Community Development, 51 Winburn Way, Ashland, Oregon. The bidder must check the website and Community Development bulletin board frequently until closing. The bidder acknowledges that the Addendum(s) listed below have been reviewed online or a copy obtained and considered as part of the submittal of this Offer and Bid Schedule. ADDENDUM NUMBER ~THROUGH HAVE BEEN REVIEWED. 33. The bidder understands that the City will be awarding the contract to the Responsible Bidder with the lowest Responsive Bid. OAR 137-049-0200(1)(b)(C). Whether a bidder is responsible will be determined by ORS 279C.375 and the City's completion of the attached Bidder Responsibility Determination Form. 34. Instructions for First-Tier Subcontractors Disclosure. Bidders are required to disclose information about certain first-tier subcontractors (those subcontractors contracting directly with the bidder) when the contract amount of a first-tier subcontractor is greater than or equal to: (i) 5% of the project bid, $15,000, whichever is greater or (ii) $350,000 regardless of the percentage of the total project bid, you must disclose the following information about that subcontract within two working hours of bid closing: • The subcontractor's name; • The subcontract dollar value; • The subcontractor's category of work *See the enclosed First-Tier Subcontractor Disclosure Form If you will not be using any subcontractors that are subject to the above disclosure requirements, you are required to indicate "NONE" on the form. Failure to submit this form by the disclosure deadline will result in a non-responsive bid. A non-responsive bid will not be considered for award. THE CITY MAY REJECT A BID IF THE BIDDER FAILS TO SUBMIT THE DISCLOSURE FORM WITH THIS INFORMATION WITHIN TWO HOURS OF BID CLOSING. 9 7/11/1410:00. M Z:ABOdle➢\Data\C0. 1014-033\SpecsAPart I Bid Documents - TAP Project - Pump Station 7.11.14.doc © 2014 RI-12 Gnguieering, Inc. THIS DOCUMENT SHALL NOT BE FAXED. IT IS THE RESPONSIBILITY OF BIDDERS TO SUBMIT THIS DISCLOSURE FORM AND ANY ADDITIONAL SHEETS BY THE DEADLINE. SEE INSTRUCTIONS TO BIDDERS. The disclosure should be submitted on the First-Tier Subcontractor Disclosure Form attached to this Invitation to Bid. 35. The Bidder agree to comply with the following Buy American clause: Pursuant to the 2014 Congressional appropriations bill for the Safe Drinking Water programs, none of the Financing Proceeds may be used for any part of the Project unless all of the iron and steel products used in the project are produced in the United States. "Iron and steel products" means the following products made primarily of iron or steel: lined or unlined pipes and fittings, manhole covers and other municipal castings, hydrants, tanks, flanges, pipe clamps and restraints, valves, structural steel, reinforced precast concrete, and construction materials. 36. Bidder Information and Signature Pilot Rock Excavation, inc. Firm Name of Bidder ig ature of Bidder Printed Name of Bidder Official Title Z 15 7) '3 State of Incorporation CCB Number Dated this ~-tic day of t-'-' 2014. Name of Bidder Address PILOT ROCK EXCA ION, INC 650 c oink ST, cTC 102n~o r CENTRAL POINT, OR 91502 Telephone No. -5 41_6-6-Q 8- 3- Io 7/11/14 10;00 A'Al Z:ABothell\Data\CO-3\ 101 #-033\Specs\Part I Bid Documents - T_aP Project - Pump Station 7.11.1 1.doc © 2014 RH2 Engineering, Inc. TAP Emergency Intertie Project - Phase I Pump Station Proiect No. 2008-08 Bid Schedule ITEM DESCRIPTION 19 TY. UNIT UNIT PRICE AMOUNT NO. FIGURES Mobilization/Demobilization, Site Prep& 10 Clean U 1 LS 20 Gravel Access Road 1 LS G)- , 30 Site Work & Temporary Pump Station 1 LS ~7-5, 7~~, ~j CO 40 Chemical Equipment 1 LS 15-lm 50 Electrical and Automatic Control 1 LF'`~ TAP Emergency Intertie Project - Phase 1 Pump Station Base Bid Total: Not to Exceed 11 7/11/ 10 10:00 A\I Z:\Bothell\Data\CO.\\1014-033\Specs\Part I Bid Documents - TAP Project -Pump Station 7.11.1-l.doc 2014 R-12 Engineering, Inc. CITY OF ASHLAND FIRST-TIER SUBCONTRACTOR DISCLOSURE FORM PROJECT NAME: nLt S t ~i N T M P PROJECT BID CLOSING: Date: Time: This form must be submitted at the location specified in the Invitation to Bid on the advertised bid closing date and within two working hours after the- advertised bid closing time. List below the name of each subcontractor that will be furnishing labor or will be furnishing labor and materials and that is required to be disclosed, the category of work that the subcontractor will be performing and the dollar value of the subcontract. Enter "NONE" if there are no subcontractors that need to be disclosed. (ATTACH ADDITIONAL SHEETS IF NEEDED.) NAME 41,FL DOLLAR VALUE CATEGORY OF WORK 1. ~iiiB $ " G CAS $ _54,15Z. CH-t_~IUxmc)w Gai i p SeTup 2. _T_ 3. WV-__-Lt3t1 $ 94o, 6~ , ~L_~LTlZ1 6,k-L__ 4. $ Failure to submit this form by the disclosure deadline will result in a nonresponsive bid. A nonresponsive bid will not be considered for award. Form Submitted By (Bidder Name): Pilot Rock Excavation, Inc. Contact Name: (Zvt►d y Lr_-rJ A-4_y ,-.j Phone Number: 157'f- j (v~~ "L 12 7/11/14 10:00 AVI 7.:ABotltell\Data\C0_A\1014-033\SpecAPart I Bid Documents - 'FAT Project - Pump Station 7.11.14.doe 2014 R112 Hngnicering, Inc. BIDDER RESPONSIBILITY DETERMINATION FORM To be filled out by the City and submitted to the CCB Project Name: Bid Number: Business Entity Name: CCB License Number: Form Submitted By (Contracting Agency): Form Submitted By (Contracting Agency Representative's Name): Title: Date: The contracting agency has (check all of the following): ❑ Checked the list created by the Construction Contractors Board under ORS 701.227 for bidders who are not qualified to hold a public improvement contract. ❑ Determined whether the bidder has met the standards of responsibility. In so doing, the contracting agency has found that the bidder demonstrated that the bidder: ❑ Has available the appropriate financial, material, equipment, facility and personnel resources and expertise, or the ability to obtain the resources and expertise, necessary to meet all contractual responsibilities. ❑ Holds current licenses that businesses or service professionals operating in this state must hold in order to undertake or perform the work specified in the contract. ❑ Is covered by liability insurance and other insurance in amounts required in the solicitation documents. ❑ Qualifies as a carrier-insured employer or a self-insured employer under ORS 656.407 or has elected coverage under ORS 656.128. ❑ Has disclosed the bidder's first-tier subcontractors in accordance with ORS 279C.370. ❑ Has a satisfactory record of performance. ❑ Has a satisfactory record of integrity. ❑ Is legally qualified to contract with the contracting agency. ❑ Has supplied all necessary information in connection with the inquiry concerning responsibility. ❑ Determined the bidder to be (check one of the following): ❑ Responsible under ORS 279C.375 (3)(a) and (b). ❑ Not responsible under ORS 279C.375 (3)(a) and (b). (Attach documentation if the contracting agency finds the bidder not to be responsible.) Contractor Date 13 7/11/14 10:00 AM L:ABothe11\Data\C0 1\ 1014-033\Spcc Apart 1 Bid Documents - I W Project- Pump Station 7.11.14.doc 201-1 8112 ingutccring, Inc. C I T Y OF CITY OF ASHLAND ASHLAND 1 PUBLIC IMPROVEMENT CONTRACT TAP Emergency Intertie Proiect - Temporary Pump Station Project No. 2008-08 This Contract is between the CITY OF ASHLAND, a municipal corporation of the State of Oregon (hereinafter "City" ) and Pilot Rock Excavation, Inc. (Hereinafter "Contractor"). The City's Project Manager for this Contract is Morgan yman, Senior Project Manager, City of Ashland Public Works Department. WHEREAS, City caused to be prepared a certain bound Project Manual or Bid Package (including but not limited to Invitation to Bid, Bid Schedule, Bid forms, Bid, Performance and Payment Bonds, as applicable, Public Improvement Contract, Contract Standard Terms and Conditions, Conditions, General Provisions, Technical Specifications, Drawings, and Addenda No. 0 through No. 0 , more particularly described in Standard Condition 5, (hereinafter referred to as "Contract Documents") for its project entitled "TAP Emergency Intertie Project - Teinporary Puinp Station " and WHEREAS, Contractor did on the 10th day of July, 2014, file with City a bid to furnish equipment, labor, material, and appurtenances for construction of said project as set forth in the Contract Documents and agreed to accept as payment therefore the sums fully stated and set forth in the bid; and WHEREAS, the Contract Documents and bid fully and accurately set forth and describe the terms and conditions upon which the Contractor proposes to furnish said equipment, labor, material and appurtenances and perform said work, together with the manner and time of furnishing same; and NOW THEREFORE, for good and valuable consideration the parties mutually covenant and agree as follows: 1. Recitals The recitals set forth above are true and correct and are incorporated herein by this reference. 2. Effective Date and Duration This contract is effective on July 14th, 2014, or on the date at which every party has signed this contract, whichever is later. The work under this contract shall, unless otherwise terminated or extended, be completed on or before August 15, 2014. 3. Statement of Work 14 7/11/14 10:00 A -V 7,:ABotliell\Data\CO.\\1014-033\Specs\Part I Bid Documents - TV Project - Pump Station 7.1 I.14.duc © 2014 RI-12 Engineering, Inc. The work under this contract is for TAP Emergency Intertie Project - Temporary Pump Station including construction of temporary pumping facilities chlorination equipment installation water meter vault assembly installation and appurtenances as is more fully described in the Contract Documents, incorporated herein and made a part hereof by this reference. The statement of work, including the delivery schedule for the work, is contained in the Contract Documents. Contractor acknowledges receipt of all Contract Documents in existence at the date the Contract is signed and further acknowledges Contractor has read and fully understands the Contract Documents, and understands that in signing this Agreement contractor waives all rights to plead misunderstandings regarding the same. Contractor shall, at its own risk and expense, perform the work described in the Contract Documents and furnish all permits, labor, tools, machinery, materials, transportation, equipment and services of all kinds required for, necessary for, or reasonable incidental to, performance of the work, that is, the construction of this TAP Emergency Intertie Project - Temporary Pump Station for the City of Ashland, Oregon, as shown in the Contract Documents. Contractor shall secure all Municipal, County, State, or Federal Permits or licenses including payment of permit fees, license fees and royalties necessary or incident to performance of the work on this contract. The risk of loss for such work shall not shift to the City until written acceptance of the work by the City. 4. Consideration a. City agrees to pay Contractor, at the times and in the manner provided in the Contract Documents, a sum not to exceed: four hundred sixty-five thousand six hundred eighty-seven dollars and zero cents ($465,687.00 for accomplishing the work required by this contract, including allowable expenses. This fixed sum cannot be modified except by Change Order approved in writing by City and Funding Agency. Any progress payments to Contractor shall be made only in accordance with the schedule and requirements in Section 21, Standard Terms and Conditions. b. City certifies that sufficient funds have been appropriated to make payments required by this contract during the current fiscal year. Contractor understands and agrees that City's payment of amounts under this contract attributable to work performed after the last day of the current fiscal year is contingent on City appropriations, or other expenditure authority sufficient to allow City in the exercise of its reasonable administrative discretion, to continue to make payments under this contract. In the event City has insufficient appropriations, limitations or other expenditure authority, City may terminate this contract without penalty or liability to City, effective upon the delivery of written notice to Contractor, with no further liability to Contractor. CONTRACTOR DATA, CERTIFICATION, AND SIGNATURE Business Name (please print): Pilot Rock Excavation, Inc. Contact Name: i C, L-!rJ AW-V J Phone: 541 9 Fax: 54-1 C," % Address: 5 Pik 97 f ~ ; * 61Z- 1-0213 fit.: TrZA4L- ibi ~:T Q)2 Do Not Write Federal and State Tax ID Numbers on this Agreement: One copy of W-9 is to be submitted with the signed contract to be kept on file in the City of Ashland Finance Department. Ashland Business License # L op- Z-4- Construction Contractors Board # f~ 319 15 7/ 11/14 10:00 A 'Al Z:ABothell\Data\CO.1014-033\Specs\Part I Bid Documents - TAP Project- Putnp Station 7.11.14.doc © 2014 RH2 Eugvieeruig, Inc. Citizenship: Nonresident alien Yes __X~_No Business Designation (check one): Individual Sole Proprietorship Partnership Corporation Government/Nonprofit The above information must be provided prior to contract approval. Payment information will be reported to the Internal Revenue Service (IRS) under the name and taxpayer I.D. number provided above. (See IRS 1099 for additional instructions regarding taxpayer ID numbers.) Information not matching IRS records could subject you to 31 percent backup withholding. I, the undersigned, understand that the Standard Terms and Conditions For Public Improvement Contracts (Exhibit A) together with Exhibits B through J together with all other Contract Documents as described in Standard Terms and Conditions Section 5 below, and the separately bound Oregon 2008 Standard Specifications for Construction, as amended by the City of Ashland's most recent Addenda to the 2008 Standard Specifications are an integral part of this contract and agree to perform the work described in the Contract Documents, including Exhibit A, in accordance with the terms and conditions of this contract. I further understand the City is prohibited from entering into a contract when the contractor has neglected or refused to file any return, pay any tax, or properly contest a tax, pursuant to ORS 305.385; I hereby certify, under penalty of perjury and false swearing, that I/my business am/is not in violation of any Oregon tax laws; I further certify that the certification and representations in Standard Term and Condition # 16 [CCB Registration Requirements] are true and correct, and further I certify that I am an independent contractor as defined in ORS 670.600. Signed by Contr / Signature Date Printed Name: N NOTICE TO CONTRACTOR: This contract does not bind the City of Ashland unless and until it has been executed by the Public Contracting Officer or designee as well as City Finance and Legal Department representatives. r CITY OF ASHLAND SIGNATURE Ap .Dyed: J Dave Kanner, ity Administrator, City of Ashland Date - Authorized by Ordinance 3013 and Delegation Order dated June*SZ 2010 e-11f Coding: E AS TO RM Reviewed: Ash C Att Date D7 Dave Lohman, City Attorney (approved as to legal form) Date 16 7/14/14 9:40 AVM %:AHot1ie11\DataAC0:1\ 1013-033\Specs\Part I Bid Documents - TAP Project - Pump Station 7.11.14.doc © 2014 RI 12 Engineering, Inc. CERTIFICATIONS OF REPRESENTATION Contractor, under penalty of perjury, certifies that: (a) The number shown on this form is its correct taxpayer ID (or is waiting for the number to be issued to it; and (b) Contractor is not subject to backup withholding because (i) it is exempt from backup withholding or (ii) it has not been notified by the Internal Revenue Service (IRS) that it is subject to backup withholding as a result of a failure to report all interest or dividends, or (iii) the IRS has notified it that it is no longer subject to backup withholding. Contractor further represents and warrants to City that (a) it has the power and authority to enter into and perform the work, (b) the Contract, when executed and delivered, shall be a valid and binding obligation of Contractor enforceable in accordance with its terms, and (c) The work under the Contract shall be performed in accordance with the highest professional standards, and (d) Contractor is qualified, professionally competent and duly licensed to perform the work. Contractor also certifies under penalty of perjury that its business is not in violation of any Oregon tax laws, and it is a corporation authorized to act on behalf of the entity designated above and authorized to do business in Oregon or is an independent contractor as defined in the contract documents, and has checked four or more of the following criteria: (1) I carry out the labor or services at a location separate from my residence or is in a specific portion of my residence, set aside as the location of the business. (2) Commercial advertising or business cards or a trade association membership are purchased for the business. (3) Telephone listing is used for the business separate from the personal residence listing. (4) Labor or services are performed only pursuant to written contracts. (5) Labor or services are performed for two or more different persons within a period of one year. (6) I assume financial responsibility for defective workmanship or for service not provided as evidenced by the ownership of performance bonds, warranties, errors and omission insurance or liability insurance relating to the labor or services to be provided. Contractor Date 17 7/14/14 9:40 AM L:ABothell\Data\CO-A\ 1014-033\SpecsAPart I Bid Documents - 7'AP Project - Pump Station 7.11.14.doc © 2014 RI 12 Engineering, Inc. EXHIBIT A CITY OF ASHLAND STANDARD TERMS AND CONDITIONS FOR PUBLIC IMPROVEMENT CONTRACTS 1. Contractor is independent Contractor a. Contractor shall perform the work required by this contract as an independent contractor. Although the City reserves the right (i) to specify the desired results; (ii) to determine (and modify) the delivery schedule for the work to be performed; and (iii) to evaluate the quality of the completed performance, the City cannot and will not control the means or manner of the Contractor's performance. The Contractor is responsible for determining the appropriate means and manner of performing the work. b. The Contractor represents and warrants that Contractor (i) is not currently an employee of the federal government or the State of Oregon, and (ii) meets the specific independent contractor standards of ORS 670.600, as certified on the Independent Contractor Certification Statement attached as Exhibit D. c. Contractor will be responsible for any federal or state taxes applicable to any compensation or payment paid to Contractor under this contract. d. Contractor is not eligible for any federal Social Security, unemployment insurance, state Public Employees' Retirement System, or workers' compensation benefits from compensation or payments to Contractor under this contract. 2. Subcontracts and Assignment Contractor shall not subcontract any of the work required by this contract, or assign, sell, dispose of, or transfer any of its interest in this contract, nor delegate duties under the contract, either in whole or in part, without the prior written consent of the City. Such consent if provided shall not relieve the Contractor of any of the obligations under the contract. Any assignee or transferee shall be considered the agent of the contractor and be bound to abide by all provisions of the contract. If the City consents in writing to an assignment, sale, disposal or transfer of the Contractor's rights or delegation of Contractor's duties, the Contractor and its Surety, if any, shall remain liable to the City for complete performance of the Contract as if no such assignment, sale, disposal, transfer or delegation had occurred unless the City otherwise agrees in writing. [OAR 137-049-0200(2)] Use of Subcontractors, material suppliers or equipment suppliers shall in no way release Contractor from any obligations of contract with City. Contractor will provide in all subcontract agreements that the Subcontractor, material supplier and equipment supplier will be bound by the terms and conditions of this Contract to the extent that they relate to the Subcontractor's work, material or equipment. All Subcontracts are assignable to the City at City's option, in the event this agreement is terminated for default of Contractor. Contractor covenants and agrees to bind any and all subcontractors for performance of work under this Contract in the same manner Contractor is bound to City. Contractor further agrees that if subcontractors are employed in the performance of this contract, the Contractor and its subcontractors are subject to the requirements and sanction of ORS Chapter 656, Workers' Compensation. 3. No Third Party Beneficiaries City and Contractor are the only parties to this contract and are the only parties entitled to enforce its terms. Nothing in this contract gives or provides any benefit or right, whether directly, indirectly, or otherwise, to third persons 18 7/11/14 10:00 A.A1 Z:ABothell\Data\C09\ 1014-033\Spccs\Part I Bid Documents - TAP Project - Pump Station 7.11.14.doc © 2014 RI12 Lngniceritig,Inc. unless such third persons are individually identified by name herein and expressly described as intended beneficiaries of the terms of this contract. 4. Successors in Interest The provisions of this contract shall be binding upon and shall inure to the benefit of the parties hereto, and their respective successors and approved assigns, if any. 5. Contract Documents The Contract Documents, which comprise the entire Contract between the City and Contractor, include all sections or parts of the bid package however denominated, including all documents and plans attached or referenced therein, the Notice to Contractors - Invitation to Bid, Offer, First-Tier Subcontractors Disclosure Form, Surety Bond, Public Improvement Contract, Contract Standard Terms and Conditions and Exhibits thereto, Performance Bond, Payment Bond, Special Provisions, Plans entitled " TAP Emergency Intertie Proiect - Temporary Pump Station", Construction Drawings, Standard Drawings, and Contract Addendums, all attached hereto, and incorporated herein by this reference, together with the Prevailing Wage (BOLI) if applicable AND any other separately bound reference, Oregon 2008 Standard Specifications for Construction, and City of Ashland Addenda, incorporated herein by this reference. All exhibits, schedules and lists attached to the Contract Documents, or delivered pursuant to the Contract Documents, shall be deemed a part of the Contract Documents and incorporated herein, where applicable, as if fully set forth herein. 6. Contractor's Representations By executing this contract, the Contractor hereby certifies that the representations made by the Contractor in the Contract Documents, including specifically the Offer, are true and correct and are incorporated herein by this reference. Contractor further certifies that Contractor has given the City written notice of conflicts, errors, ambiguities, or discrepancies that it has discovered in the Contract Documents, and the written resolution thereof by the City is acceptable to the Contractor, and the Contract Documents are generally sufficient to indicate and convey understanding of terms and conditions for performing and furnishing the project work. 7. Drug Testing [ORS 279C.505(2)] a. Contractor shall certify to the City that it has a drug-testing program in place for all its employees that includes, at a minimum, the following: A. A written employee drug-testing policy, B. Required drug testing for all new Subject Employees or alternatively, required testing of all Subject Employees every 12 months on a random selection basis, and C. Required testing of a Subject Employee when the Contractor has reasonable cause to believe the Subject Employee is under the influence of drugs. b. A drug-testing program that meets the above requirements will be deemed a "Qualifying Employee Drug- testing Program." For the purposes of this section, an employee is a "Subject Employee" only if that employee will be working on the Public Improvement project job site. c. By executing and returning this contract the Contractor certifies, represents and warrants to the City that a Qualifying Employee Drug-testing Program is in place at the time of execution, will continue in full force and effect for the duration of this contract, and that Contractor will comply with the provisions of subsection d below. Further, the City's performance obligation (which includes, without limitation, the City's obligation to make payment) is contingent on Contractors compliance with this representation and warranty. d. Contractor will require each subcontractor providing labor for the project to: 19 7/11/14 10:00 AM Z:ABodtell\Data\CO.A\1014-033\Specs\Part I Bid Docmneuts - LAP Pruject - Pump Station Z I l.ld.doc 0 2014 %H2 Engineervig, Inc. A. Demonstrate to the Contractor that it has a Qualifying Employee Drug-testing Program for the subcontractor's Subject Employees, and represent and warrant to the Contractor that the Qualifying Employee Drug-testing Program is in place at the time of subcontract execution and will continue in full force and effect for the duration of the subcontract; or B. Require that the subcontractor's Subject Employees participate in the Contractor's Qualifying Employee Drug-testing Program for the duration of the subcontract. 8. Notice to Proceed Written Notice to Proceed will be given by the City after the contract has been executed and the performance bond, payment bond, and all required insurance documents approved. Notice to proceed shall not be unreasonably delayed and shall generally occur within five (5) days of the contract date. Reasonable delay may be occasioned by the need to obtain necessary permits or easements or utility relocation. The Contractor shall commence the project work within fifteen (15) days of the date of the written Notice to Proceed. Contractor is not to commence work under the Contract prior to such written notice. 9. Suspension of the Work The City, and its authorized representatives, may suspend portions or all of the project work due to causes including, but not limited to: a. Failure of the Contractor to correct unsafe conditions; b. Failure of the Contractor to carry out any provision of the Contract; c. Failure of the Contractor to carry out orders; d. Conditions, in the opinion of the City, which are unsuitable for performing the project work; e. Allowance of time required to investigate differing site conditions; f. Any reason considered to be in the public interest. The contract time will not be extended, nor will the Contractor be entitled to any additional compensation if the work is suspended pursuant to subsections (a), (b) or (c). If the project work is suspended pursuant to subsection (f), the Contractor is entitled to a reasonable extension of the contract time and reasonable compensation for all verified costs resulting from the suspension plus a reasonable allowance for overhead with respect to such costs. Contractor shall not be paid on account of loss of anticipated profits or revenue or other economic loss arising out of or resulting from such termination. The foregoing provision concerning compensation in the event of a suspension of Work of this contract shall not apply if such suspension occurs as a result of the Contractor's violation of any Federal, State, or Local statutes, ordinances, rules or regulations, or as a result of any violation by the Contractor of the terms of this contract, including a determination by the City that the Contractor has not progressed satisfactorily with the Work in accordance with specifications. 10. Early Termination a. The City and the Contractor, by mutual written agreement, may terminate this Contract at any time. b. The City, on 30 days written notice to the Contractor, may terminate this Contract for any reason deemed appropriate in its sole discretion. c. The City may terminate this contract, in whole or in part, at any time for any reason considered by the City, in the exercise of its sole discretion, to be in the public interest. The City will provide the Contractor, and the Contractor's surety, seven (7) days prior written notice of a termination for public convenience. 20 7/11/ 14 10:00. M Z:\Botl,ell\Data\CO-j\1014-033\Specs\Part I Bid Documents - TAP Project - Pump Station 7.11.14.doc 2014 RI-12 Enpicering, Inc. d. Either the City or the Contractor may terminate this Contract in the event of a breach of the Contract by the other. Prior to such termination, however, the party seeking the termination shall give to the other party written notice of the breach and of the party's intent to terminate. If the Party has not entirely cured the breach within 15 days of the notice, then the party giving the notice may terminate the Contract at any time thereafter by giving a written notice of termination. 11. Payment on Early Termination a. If this contract is terminated under 10(a)(b) or (c), the City shall pay the Contractor for work performed in accordance with the Contract prior to the termination date. b. If this contract is terminated under 10(d), by the Contractor due to a breach by the City, then the City shall pay the Contractor as provided in subsection (a) of this section. c. If this contract is terminated under 10(d), by the City due to a breach by the Contractor, then the City shall pay the Contractor as provided in subsection (a) of this section, subject to set off of excess costs, as provided for in section 12, Remedies. 12. Remedies In the event of termination under 10(d), by the City due to a breach by the Contractor, then the City may complete the work either itself, by agreement with another contractor, or by a combination thereof. In the event the cost of completing the work exceeds the remaining unpaid balance of the total compensation provided under this contract, then the Contractor shall pay to the City the amount of the reasonable excess. After notice of termination under paragraph 10(c), the Contractor and the Contractor's surety shall provide the City with immediate and peaceful possession of the Project site and premises, and materials located on and off the Project site and premises for which the Contractor received progress payment. In no circumstances shall Contractor be entitled to lost profits due to termination. The remedies provided to the City under section 10 through 12 for a breach by the Contractor shall not be exclusive. The City also shall be entitled to any other equitable and legal remedies that are available. In the event of breach of this Contract by the City, then the Contractor's remedy shall be limited to termination of the Contract and receipt of payment as provided in section 11(b). 13. Access to Records Contractor shall maintain and the City and its authorized representatives shall have access to all books, documents, papers and records of Contractor which relate to this contract for the purpose of making audit, examination, excerpts, and transcripts for a period of three years after final payment. Copies of applicable records shall be made available upon request. Payment for cost of copies is reimbursable by the City. 14. Ownership of Work All work products of the Contractor that result from this contract, including but not limited to background data, documentation and staff work that is preliminary to final reports, are the property of City. Draft documents and preliminary work submitted to the City for review and comment shall not be considered as owned, used or retained by the City until the final document is submitted. The City shall own all proprietary rights, including but not limited to copyrights, trade secrets, patents and all other intellectual or other property rights in and to such work products. Preexisting trade secrets of the Contractor shall be noted as such and shall not be considered as a work product of this contract. All such work products shall be considered "works made for hire" under the provisions of the United States Copyright Act and all other equivalent laws. 21 7/11/ 14 10:00 AA1 Z:ABotl e,U\Data\CO-~\ ]01--033\Specs\Part I Bid Document. - T_1P Project - Pump Station 7.11.14.doc 0 2014 W32 Enpieeritig, Inc. Use of any work product of the Contractor by the City for any purpose other than the use intended by this contract is at the risk of the City. Use of any work product by Contractor is prohibited without the written consent of the City. All documents or other materials submitted to City by Contractor shall become the sole and exclusive property of City. Such materials are subject to Oregon Public Records laws. 15. Compliance with Applicable Law Contractor certifies and shall comply and require all Subcontractors to comply with all federal, state, and local laws and ordinances, including specifically City of Ashland and State of Oregon Public contracting laws and rules applicable to the work under this contract, including without limitation ORS Chapter 279A-C, 279C.500 through 279C.670, and specifically ORS 279A.120(3), 279C.515, 279C.520, 279C.530, 279C.830 and 279C.580 as set forth on Exhibit B, attached hereto and made a part hereof by this reference In addition, the provisions of ORS 279C.360, 279C.365(4), and 279C.370 (Bid Documents and Disclosure); ORS 279A.010(p), 279A.120, 279C.375, and 279C.380(4), (Award of Contract and Bond); ORS 279A.110 (Prohibition on Discrimination in Subcontracting); ORS 279C.585 (Substitution first-tier Subcontractor); ORS 279C.650 to 279C.670 (Termination); ORS 279C.520, 279C.540, 279C.545 (Hours); ORS 279C.800 to 279C.870 (Oregon Prevailing Wage Law), if applicable; ORS 279C.550 to 279C.565 (Retainage); ORS 279C.4570 (Payments); and ORS 279C.600 to 279C.625 (Bonds) ORS 279A.125 (Recyclable Products) are all incorporated into this contract by this reference as though set forth in full. Without limiting the foregoing, Contractor expressly agrees to comply with: (i) any requirements of the DAVIS BACON ACT (40 U.S.C. 3142 and applicable Davis Bacon Related Acts; (ii) Title VI of the Civil Rights Act of 1964; (iii) Section V of the Rehabilitation Act of 1973; (iv) the Americans with Disabilities Act of 1990, (v) ORS 659A.142, (vi) all regulations and administrative rules established pursuant to those laws; and (vii) all other applicable requirements of federal and state civil rights and rehabilitation statues, rules and regulations. In addition, Contractor expressly agrees to comply with all federal and state tax laws. A condition or clause required by law to be in this contract shall be considered included and incorporated into the Contract and made a part hereof by these references. 16. Registration with Construction Contractor's Board The Contractor, hereby certifies that the Contractor is licensed with the Construction Contractors Board or licensed by the State Landscape Contractor's Board in accordance with ORS 701.035 to 701.055 and, further, that all subcontractors performing work as described in ORS 701.005(2) (i.e., construction work) will be licensed with the Construction Contractors Board or licensed by the State Landscape Contractor's Board in accordance with ORS 701.035 to 701.055 before the subcontractors commence work under the contract. 17. Prevailing Wages/ BOLI Fee a. Contractor shall certify in the Contract and it shall be a condition of the bond, as provided in ORS 279C.800 through 279C.870, that in performing this Contract, Contractor will pay and cause to be paid not less than the prevailing rate of wages as of the date of the Public Notice, per hour, per day, and per week for and to each and every worker who may be employed in and about the performance of the Contract. In accordance with ORS 279C.838, each worker in each trade or occupation employed in the performance of the Contract either by Contractor, subcontractor or other person doing or contracting to do or contracting for the whole or any part of the work on the Contract shall be paid not less than the applicable state or federal prevailing rate of wage, whichever is higher. Copies of the applicable locked in federal Davis Bacon wage rate can be found on page 61 of this document and current BOLI January 1, 2014 Prevailing Wage Schedule can be found at the following website: www.oregon.!Zov/boh. When both federal and state prevailing wages are required to be included in the contract specifications, the City shall also include in the specifications information showing which prevailing rate of wage is higher for workers in each trade or occupation in each locality, as determined by the Commissioner of the Bureau of Labor and Industries under ORS 279C.815 (2)(c). (see attached rate schedules) b. Contractor shall be bound by and shall fully comply with Oregon law which, effective January 1, 2006. Pursuant to ORS 279C.830(1), the existing prevailing rate of wage that may be paid to workers in each trade or occupation required, in the form of a BOLI document, is included in the contract and bid documents and 22 7/11/14 10:00 A -M Z:\Botliell\Data\CO.3\1014-033\Specs\Part I Bid Documents - TAP Project - Pump Station 7.1l.l4.doc 0 2014 RH2 Engnteering, Inc. made a part hereof by this reference. For public works for which the contract price is $50,000 or more, all workers shall be paid not less than such specified minimum hourly rate of wage. [ORS 279C.830(1)] c. City of Ashland shall pay the fee to the Commissioner of the Bureau of Labor and Industries pursuant to the administrative rule of the commissioner and as provided in ORS 279C.825(1). The fee shall be paid on or before the first progress payment or 60 days from the date work first begins on the Contract, or as otherwise provided by administrative rule, whichever is the earliest date. The fee is payable to the Bureau of Labor and Industries Wage and Hour Division Prevailing Wage Unit 800 N.E. Oregon Street #32 Portland Oregon 97232. d. Contractor and some subcontractors shall also file with the Construction Contractors Board a public works bond with a corporate surety authorized to do business in this state in the amount of $30,000 as required by ORS 279C.836 and shall cause all subcontractors to do the same prior to starting work on the project. [ORS 279C.830(2)] The bond must provide that the contractor or subcontractor will pay claims ordered by the Bureau of Labor and Industries to workers performing labor upon public works projects. The bond must be a continuing obligation, and the surety's liability for the aggregate of claims that may be payable from the bond may not exceed the penal sum of the bond. The bond must remain in effect continuously until depleted by claims paid under this section, unless the surety sooner cancels the bond. Contractor shall verify that subcontractors have complied with this requirement prior to permitting the subcontractor to start work on the project. e. If the Contract is for a public work and the Contract price is $50,000 or more, Contractor shall supply and file, and require every Subcontractor to supply and file, with the City and with the Wage and Hour Division, Bureau of Labor and Industries (BOLI), 800 NE Oregon #32, Portland, Oregon 97232 a certified statement in writing that conforms to the requirements of ORS 279C.845. 18. Hours of Labor /Overtime limitation [ORS 279C.520] [ORS 279C.5401 [ORS 279C.545] Pursuant to ORS 279C.520, no person may be employed for more than 10 hours in any one day, or 40 hours in any one week, except in cases of necessity, emergency or when the public policy absolutely requires it, and in such cases, except in cases of contracts for personal services, the employee shall be paid at least time and a half pay: a. A. For all overtime in excess of eight hours in any one day or 40 hours in any one week when the work week is five consecutive days, Monday through Friday; or B. For all overtime in excess of 10 hours in any one day or 40 hours in any one week when the work week is four consecutive days, Monday through Friday; and b. For all work performed on Saturday and on any legal holiday specified in ORS 279C.540. c. Collective bargaining and negotiated labor agreements may provide exceptions to the requirements of this section and from ORS 279C.520 and ORS 279C.540. d. When labor is employed by the City through another as a contractor, any worker employed by the contractor shall be foreclosed from the right to collect for any overtime provided in ORS 279C.540 unless a claim for payment is filed with the contractor within 90 days from the completion of the contract, providing the contractor has: A. Caused a circular clearly printed in boldfaced 12-point type and containing a copy of this section to be posted in a prominent place alongside the door of the timekeeper's office or in a similar place that is readily available and freely visible to workers employed on the work. B. Maintained the circular continuously posted from the inception to the completion of the contract on which workers are or have been employed. e. At or before the commencement of work, the Contractor shall give notice in writing to employees or by posting, of the number of hours and days per week the employees may be required to work. [279C.520(2)(5)] 19. Medical Care and Workers Compensation [ORS 279C.530] a. Pursuant to ORS 279C.530(1), Contractor shall promptly, as due, make payment to any person, co- partnership, association or corporation furnishing medical, surgical and hospital care services or other 23 7/11/14 10:00 4\I L:\Botliell\Data\CO_\\1014-033\Specs\Part I Bid Documents -TAP Project - Pump Station 7.11.14.doc C 2014 R1 12 Engineering, Inc. needed care and attention, incident to sickness or injury, to the employees of the contractor, of all sums that the contractor agrees to pay for the services and all moneys and sums that the contractor collected or deducted from the wages of employees under any law, contract or agreement for the purpose of providing or paying for the services. b. Pursuant to ORS 279C.530(2), All employers, including Contractor, that employ subject workers who work under this contract in the State of Oregon shall comply with ORS 656.017 and provide the required Workers Compensation coverage unless such employers are exempt under ORS 656.126. Contractor shall ensure that each of its subcontractors complies with these requirements.. 20. Retainage The withholding of retainage by a contractor or subcontractor on public improvement contracts shall be in accordance with ORS 701.420 and 701.430. [279C.555] "Retainage" means the difference between the amount earned by a contractor on a public improvement contract and the amount paid on the contract by the City. [279C.550] Moneys retained by a contracting agency under ORS 279C.570 (7) shall either be: (a) retained in a fund by the City and paid to the contractor in accordance with ORS 279C.570; or (b) at the election of the contractor, paid to the contractor in accordance with the two options below: a. The contractor may deposit bonds, securities, or other instruments with the City or in any bank or trust company to be held in lieu of the cash retainage for the benefit of the contracting agency. In such event the City shall reduce the retainage in an amount equal to the value of the bonds, securities or instruments. and. pay the amount of the reduction to the contractor in accordance with ORS 279C.570. Interest on the bonds or securities shall accrue to the contractor. (or) b. If the contractor elects, the City shall deposit the retainage, as accumulated, in an interest-bearing account in a bank, savings bank, trust company or savings association for the benefit of the City. Earnings on the account shall accrue to the contractor. If the contracting agency incurs additional costs as a result of the exercise of the options in ORS 279C.560(1) or (5), the City may recover such costs from the contractor by reduction of the final payment. As work on the contract progresses, the contracting agency shall, upon demand, inform the contractor of all accrued costs. Bonds and securities deposited or acquired in lieu of retainage, as permitted above, shall be of a character approved by the City Attorney and City Finance Director, including but not limited to: A. Bills, certificates, notes or bonds of the United States. B. Other obligations of the United States or its agencies. C. Obligations of any corporation wholly owned by the federal government. D. Indebtedness of the Federal National Mortgage Association. E. General obligation Bond of the State of Oregon or a political subdivision thereof. Unless the City finds that accepting a bond or instrument poses an extraordinary risk that is not typically associated with such bond or instrument, the contractor may deposit a surety bond for all or any portion of the amount of funds retained, or to be retained, by the City in a form acceptable to the City. The bond and any proceeds therefrom shall be made subject to all claims and liens and in the same manner and priority as set forth for retainage under ORS 279C.550 to 279C.570 and 279C.600 to 279C.625. The City shall reduce the retainage in an amount equal to the value of the bond and pay the amount of the reduction to the contractor in accordance with ORS 279C.570. Whenever a City accepts a surety bond from a contractor in lieu of retainage, the contractor shall accept like bonds from any subcontractor or supplier from which the contractor has retainage. The contractor shall then reduce the retainage in an amount equal to the value of the bond and pay the amount of the reduction to the subcontractor or supplier. [279C.560] 21. Progress Payments a. Payment for all work under the Contract will be made promptly by the City at the price or prices bid, and those prices shall include full compensation for all approved incidental work. 24 7/11 /14 10:00 AM Z:ABothell\Data\CQ.A\ 1014-033\SpecsAPmt I Bid Documents - TAP Project - Pump Station 7.11.14.doc © 2014 RH2 Engineerutg, Inc. b. Contractor shall make progress estimates of work performed in any calendar month and submit to the City for approval, before the fifth of the following month, or as mutually agreed between the Contractor and City. These estimates shall include value of labor performed and materials incorporated in the work since commencing work under the Contract. Such estimates need not be made by strict measurements and may be approximate only, and shall be based upon the whole amount of money that will become due according to terms of the Contract when Project has been completed. The City may include in payments eighty five percent (85%) of the cost to Contractor of materials or equipment not yet incorporated in the Work but delivered and suitably stored at the site, or at some other location agreed upon in writing. Such a payment shall be conditioned upon submission by the Contractor of bills of sale or such other documentation satisfactory to the City Attorney to establish the City's title to such materials or equipment or otherwise protect the City's interest including applicable insurance and transportation to the site, and a statement from Contractor explaining why it is necessary to procure said equipment and/or materials. When such payments are made, the Contractor warrants and guarantees that the title to all materials and equipment covered by a progress payment, whether incorporated in the project or not, will pass to the City upon receipt of such payment by the Contractor, free and clear of all liens, claims, security interests or encumbrances. Notwithstanding the above, when the progress estimate indicates that the progress payment would be less than one thousand dollars ($1,000), no progress payment will be made for that estimate period, unless approved by the City. c. If the Contract price is determined, in whole or in part, on a Lump Sum basis, Contractor shall prepare an itemized cost breakdown relating thereto and have the City approve same before commencing work; progress estimates based on said itemized cost breakdown may be the basis for progress payments. Upon direction by the City, Contractor shall provide for revision of the costs breakdown to reflect the true costs of the work as it progresses. d. If the Contract price is determined wholly on a unit basis, City may use unit prices bid in making progress estimates on the work. In case said unit prices do not, in the opinion of the City, truly represent actual relative costs of different parts of work, a percentage of the Unit Price may be used in making progress estimate adjustments. e. If the City receives written notice of any unsettled claims for damage or other costs due to Contractor's operations including, without limitation, claims from any City Department or other governmental agency, an amount equal to the claim may be withheld from the progress payments, final payments or retainage until such claim has been resolved to the satisfaction of City. f. Progress payments will be made by City on a monthly basis within thirty (30) days from sign-off by the Contractor of the progress payment or fifteen (15) days after the payment is approved by City of work performed, whichever is the earlier date. Failure to pay progress payments within the timeframe set forth above will result in the imposition of interest as required by ORS 279C.570(2)(3). Defective or improper invoices will be addressed as set forth in ORS 279C.570(4)(5)(6). g. Payment will be issued by City for the amount of the approved estimate, less five percent (5%) retainage. Except as provided in paragraph 19 above and the applicable ORS Sections noted herein, such amount of retainage shall be withheld and retained by City until it is included in and paid to Contractor as part of the final payment of the Contract amount. Upon Substantial Completion of the work under the Contract which shall be understood to be not less than ninety-seven and one-half percent (97.5%) of the work, the City may, at its discretion, reduce the retained amount equivalent to not less than one hundred percent (100%) of the contract value or estimated value or estimated cost, whichever is greater, of the work remaining to be done. [279C.570(7)] h. The City may decline to approve an application for payment and may withhold such approval if, in the City's opinion, and in good faith, the work has not progressed to the point indicated by the Contractor's submittal. The City may also decline to approve an application for payment or may reduce said payment or, because of subsequently discovered evidence or subsequent inspections, City may nullify the whole or any part of any payment previously made to such extent as may be necessary in their opinion to protect the City from loss 25 7/11/14 10:00. M Z:ABodaell\Data\CO.A\1014-033\Specs\Part I Bid Documents - TAP Project- Pump Station 7.11.14.doc © 2014 M2 Engineexutg, Inc. because of. (1) defective work not remedied, (2) third party claims filed or failure of the Contractor to make payments properly to Subcontractors for labor, materials or equipment, unless Surety consents to such payment, (3) reasonable doubt that the work can be completed for the unpaid balance of the Contract sum, (4) damage to another contractor's work, (5) reasonable indication that the work will not be completed within the Contract time, (6) unsatisfactory prosecution of the work by the Contractor, (7) claims against the Contractor by the City, (8) failure to submit a construction schedule or failure to keep said construction schedule updated, or (9) exceeding work limits. When any or all of the criteria set forth above have been remedied satisfactorily to the City, payment shall be made for amounts withheld because of them. Withholding of progress payments or partial payments under the criteria set forth above shall not entitle the Contractor to interest on such withheld payments or partial payments, except as provided in ORS 279C.570(9). i. If Contractor fails to complete the Project within the time limit fixed in the Contract or any extension, no further estimate may be accepted or progress or other payments allowed until the Project is completed, unless approved otherwise by City. Progress estimates are for the sole purpose of determining progress payments and are not to be relied on for any other purpose. A progress payment is not considered acceptance or approval of any work or materials or waiver of any defects therein. [ORS 279.570(2)] 22. Final Estimate and Final Payment a. SUBSTANTIAL COMPLETION. Contractor shall notify the City in writing when all or a portion of the work is considered substantially complete. If it appears to the City that the work is not substantially complete, the City shall not make an inspection. The City may make a general list of major work components remaining. If it appears that the work is substantially complete, the City shall, within fifteen (15) days after receiving notice, make an inspection and either accept the work or notify Contractor of work yet to be performed. If accepted, City shall prepare a Certificate of Substantial Completion, Exhibit F. Upon acceptance of the Certificate of Substantial Completion by both parties, the City shall be responsible for operation and maintenance of that part of the work described in the Certificate of Substantial Completion, subject to the warranty requirements and protection of the work and all other applicable terms of the contract documents. The date of substantial completion of all the work shall stop the accrual of liquidated damages, if applicable. b. FINAL COMPLETION. Contractor shall notify the City in writing when work is 100% complete. If it appears to the City that the work is not 100% complete, the City shall not make a final inspection. The City may make a general list of major work components remaining. If it appears that the work is 100% complete, the City shall, within fifteen (15) days after receiving notice, make a final inspection and either accept the work or notify Contractor of work yet to be performed on the Contract. A Certificate of Final Completion shall not be prepared until all provisions of the Contract have been met, including but not limited to, the submission by the Contractor of a signed Certificate of Compliance, Exhibit G and executed "Release of Liens and Claims. "(Exhibit H). c. When the work is 100% complete, the City shall prepare a final pay estimate and Certificate of Final Completion accepting the work as of a certain date. The Contractor shall execute and return the final pay estimate and Certificate of Final Completion within five (5) working days of receipt. Unless otherwise provided as a Special Provision, when City accepts the Certificate of Final Completion, the date the Contractor signs the Certificate of Final Completion shall be the date the City accepts Ownership of the work and the start date of the warranty period. The contractor may substitute a Warranty Bond in replacement of the Performance and Payment Bonds in accordance with Section 29. The City shall include in the final pay estimate an addition to the contract amount for any contract deduction from the contract amount for any liquidated damages and a deduction from the contract price in a fair and equitable amount for any damages to the City or for any costs incurred or likely to be incurred by the City due to Contractor's failure to meet any contract provision or specification other than timely completion. d. If the Contractor believes the quantities and amounts specified in the final pay estimate prepared by the City to be incorrect, Contractor shall submit to the City within five (5) working days of receipt of the City's final pay estimate, an itemized statement of any and all claims for additional compensation under the Contract 26 7/11/ 14 10:00 AU L:ABot1iell\Data\C0 .1\ 1014-033\Specs\Part I Bid Documents - TAP Project - Pump Station 7.11.13 .doc © 2014 RI 12 Enguieering, Inc. which are based on differences in measurements or errors of computation. Any such claim not so submitted and supported by an itemized statement within said period is expressly waived and the City shall not be obligated to pay the same. e. The Contractor shall commence any suit or action to collect or enforce the claim or claims for any additional compensation arising from errors of computation in the final estimate within a period of one (1) year following the original mailing of the City's final estimate and Certificate of Final Completion to the Contractor's last known address as shown in the records of City. The City's issuance of a revised final estimate pursuant to this subsection does not alter the original final estimate date. If said suit, action or proceeding is not commenced in said one (1) year period, the final estimate and Certificate of Final Completion or revised final estimate and Certificate of Final Completion, if revisions are made, shall be conclusive with respect to the amount earned by the Contractor, and the Contractor expressly waives any and all claims for compensation and any and all causes of suit or action for the enforcement thereof that Contractor might have had. f. Upon return of the fully executed Certificate of Final Completion from the Contractor, the City will submit the Certificate of Final Completion and final estimate to the City for approval. Upon approval and acceptance by the City, Contractor will be paid a total payment equal to the amount due under the Contract including retainage within thirty (30) days in accordance with ORS 279C.570. Failure to pay within 30 days shall implicate the interest on final payment/ retainage requirements of ORS 279C.570(8). g. Monies earned by the Contractor are not due and payable until the procedures set forth in the contract documents for inspection, approval and acceptance of the work; for determination of the work done and the amount due therefore; for the preparation of the final estimate and Certificate of Final Completion and processing the same for payment; for consideration of the Contractor's claim, or claims, if any; and for the preparing of a revised final estimate and Certificate of Final Completion and processing same for payment all have been carried out. h. As a prerequisite to final payment, if Contractor is not domiciled in or registered to do business in the State of Oregon, the Contractor will provide City with evidence that the requirement of ORS 279A.120(3) has been satisfied. i. If City declares a default of the Contract, and Surety completes said Contract, all payments made after declaration of default and all retainage held by City shall be paid to Surety and not to Contractor in accordance with the terms of the Contract. j. Acceptance by Contractor of final payment shall release City from any and all claims by Contractor whether known or unknown, arising out of and relating to the work. No payment, however, final or otherwise, shall operate to release Contractor or its Sureties from warranties or other obligations required in the performance of the Contract. k. Disputes as to compensation resolved in favor of the contractor implicate the interest provisions of ORS 279.570(9). 23. Change Orders / Extra Work The Contractor agrees to complete this Contract in accordance with the attached specifications and requirements, including any change orders. A change order submitted by the City must be agreed upon by the Contractor, the City, and the Funding Agency, and in the event of failure to so agree, the City may then proceed with any additional work in any manner the City may choose. A decision by the City to proceed to have work done by another party shall in no way relieve either the Contractor or City of this Contract and neither will such action be cause for collection of damages by either party to the contract, one from the other. Only the City designated Contracting Officer or individual with delegated contracting authority can authorize extra (and/or changed) work and compensation. Such authorization must be in writing. The parties expressly recognize that, except when such order is in writing by an individual with delegated authority, City personnel are not authorized to order extra (and/or) changed work or to waive contract requirements or authorize additional compensation. Failure of the Contractor to secure City 27 7/11/14 10:00 AM Z:\Bot1icl\Data\CO.%\I014-033\SpecsWart I Bid Documents - TAP Project - Pump Station 7.11.14.doc © 2014 R112 Enguteervtg, Htc. authorization for extra work shall constitute a waiver of any and all claims or rights to adjustment in the contract price or contract time due to such unauthorized extra work and thereafter Contractor shall be entitled to no compensation whatsoever for the performance of such work. Contractor further expressly waives any and all right or remedy by way of restitution and quantum meruit for any and all extra work performed by Contractor without express and prior authorization of the City. 24. Contractor/Subcontractor Payment Obligations a. The Contractor is required to include in each subcontract for property or services entered into by the Contractor and a first-tier subcontractor, including a material supplier, for the purpose of performing this contract: A. payment clause that obligates the Contractor to pay the first-tier subcontractor for satisfactory performance under its subcontract within 10 days out of such amounts as are paid to the Contractor by the City under such contract; [279C.580(3)(a)] and B. An interest penalty clause that obligates the Contractor, if payment is not made within 30 days after receipt of payment from the City, to pay to the first-tier subcontractor an interest penalty on amounts due in the case of each payment not made in accordance with the payment clause included in the subcontract pursuant to paragraph (a)(i) above. A contractor or first-tier subcontractor shall not be obligated to pay an interest penalty if the only reason that the contractor or first-tier subcontractor did not make payment when payment was due is that the contractor or first-tier subcontractor did not receive payment from the City or contractor when payment was due. The interest penalty shall be: (1) For the period beginning on the day after the required payment date and ending on the date on which payment of the amount is due made; and (2) Computed at the rate specified in ORS 279C.515(2). [279C.580(3)(b)] b. The Contractor is further required to include in each of its subcontracts, for the purpose of performance of such contract condition, a provision requiring the first-tier subcontractor to include a payment clause and an interest penalty clause conforming to the standards of section a. above in each of its subcontracts and to require each of its subcontractors to include such clauses in their subcontracts with each lower-tier subcontractor or supplier. [279C.580(4)] c. The Contractor shall not request payment of any amount withheld or retained in accordance with ORS 279C.580(5) until such time as the Contractor has determined and certified to the City that the subcontractor is entitled to the payment of such amount. [279C.570(1)]. d. A dispute between the Contractor and a subcontractor relating to the amount or entitlement of a subcontractor to a payment or a late payment interest penalty under a clause included in the subcontract pursuant to subsections (3) and (4) of ORS 279C.580 does not constitute a dispute to which the City is a party. The City shall not be included as a party in any administrative or judicial proceeding involving such a dispute. [279C.580(2)] e. The Contractor shall make payment promptly, as due, to all persons supplying to the Contractor labor or material for the performance of the work provided for in the contract. [ORS 279C.505(1)(a)] The Contractor shall pay all contributions or amounts due the Industrial Accident Fund and the State Unemployment Compensation Fund from the Contractor or Subcontractor incurred in the performance of the contract. [ORS 279C.505(1)(b)] The Contractor shall not permit any claim or lien to be filed or prosecuted against the City and shall be fully responsible for any lien or claim filed against the City on account of any labor or material furnished. [ORS 279C.505(1)(c)] The Contractor shall pay to the Department of Revenue all sums withheld from employees pursuant to ORS 316.167. [ORS 279C.505(1)(d)] f. Pursuant to ORS 279C.515(1), if Contractor fails, neglects or refuses to make prompt payment of any claim for labor or services furnished to the Contractor or a subcontractor by any person in connection with the Contract as such claim becomes due, the proper officer(s) representing the City may pay the claim and 28 7/11/14 10:00 AM Z:\Bothell\Data\COA\ ]014-033\Specs\Part I Bid Documents - TAP Project - Puutp Station 7.11.14.doc 0 2014 R112 Enguteering, Inc. charge the amount of the payment against funds due or to become due Contractor under this Contract. g. Pursuant to ORS 279C.515(2), if the Contractor or a first-tier subcontractor fails, neglects or refuses to make payment to a person furnishing labor or materials in connection with the public improvement contract within 30 days after receipt of payment from the contracting agency or a contractor, the contractor or first-tier subcontractor shall owe the person the amount due plus interest charges commencing at the end of the 10- day period that payment is due under ORS 279C.580 (4) and ending upon final payment, unless payment is subject to a good faith dispute as defined in ORS 279C.580. The rate of interest charged to the contractor or first-tier subcontractor on the amount due shall equal three times the discount rate on 90-day commercial paper in effect at the Federal Reserve Bank in the Federal Reserve district that includes Oregon on the date that is 30 days after the date when payment was received from the contracting agency or from the contractor, but the rate of interest may not exceed 30 percent. The amount of interest may not be waived. h. Pursuant to ORS 279C.515(3), if the Contractor or a subcontractor fails, neglects or refuses to make payment to a person furnishing labor or materials in connection with the public improvement contract, the person may file a complaint with the Construction Contractors Board, unless payment is subject to a good faith dispute as defined in ORS 279C.580. i. Pursuant to ORS 279C.515(4), the payment of a claim in the manner authorized in this section does not relieve the contractor or the contractor's surety from obligation with respect to any unpaid claims. j. Living Wage Rates: If the amount of this contract is $18,703 or more, and Contractor is not paying prevailing wage for the work, Contractor must comply with Chapter 3.12 of the Ashland Municipal Code by paying a living wage, as defined in this chapter, to all employees performing work under this contract and to any subcontractor who performs 50% or more of the work under this contract. Contractor must post the attached Living Wage notice predominantly in areas where it will be seen by all employees. 25. Inspection and Acceptance Inspection and acceptance of all work required under this contract shall be performed by the City. The Contractor shall be advised of the acceptance or of any deficiencies in the deliverable items. 26. Liquidated Damages City and Contractor recognize that time is of the essence of this Contract and that City will suffer substantial financial loss if the project work is not completed within the timeframe specified in Section (1) of the Public Improvement Contract. City and Contractor also recognize the delays, expense, and difficulties involved in proving in a legal or other dispute resolution preceding the actual loss suffered by City if the project work is not completed on time. Accordingly, instead of requiring any such proof, City and Contractor agree that as liquidated damages for delay (but not as a penalty) the Contractor shall pay the City Six Hundred Dollars per day ($600.00/day) for each and every day that elapses in excess of the contract time or the final adjusted contract time. This amount is a genuine pre-estimation of the damages expected because of a delay in the completion of this project. Any sums due as liquidated damages shall be deducted from any money due or which may become due to the Contractor under this Contract. Payment of liquidated damages shall not release the Contractor from obligations in respect to the fulfillment of the entire contract, nor shall the payment of such liquidated damages constitute a waiver of the City's right to collect any additional damages which may be sustained by failure of the Contractor to complete the work on time. Permitting the Contractor to continue and finish the project work or any part thereof after the contract time, or adjusted contract time, has expired shall in no way operate as a waiver on the part of the City or any of its rights under this contract. The City may in its discretion grant the Contractor an extension of time upon a showing made by the Contractor that the work has been unavoidably delayed by conditions beyond the control of the parties. 27. Liability, Indemnity and Hold Harmless 29 7/11/14 10:00 AM Z:ABothell\Data\C09\1014 033\Specs\Part I Bid Documents - TAP Project- Pump Station 7.11.1I.doc 2014 RI 12 Enguteering, Inc. Contractor warrants that all its work will be performed in accordance with generally accepted practices and standards as well as the requirements of applicable federal, state, and local laws, it being understood that acceptance of Contractor's work by City shall not operate as a waiver or release. The Contractor shall hold harmless, indemnify, and defend City, its officers, agents, and employees from any and all liability, actions, claims, losses, damages or other costs of whatsoever nature, including attorney's fees and witness costs (at both trial and appeal level, whether or not a trial or appeal ever takes place) that may be asserted by any person or entity arising from, during or in connection with the performance of the work, actions or failure to perform actions, and other activities of Contractor or its officers, employees, subcontractors or agents, under this contract, including the professional negligent acts, errors, or omissions of Contractor or its officers, employees, subcontractors, or agents except liability arising out of the sole gross negligence of the City and its employees. The Contractor shall assume all responsibility for the work and shall bear all losses and damages directly or indirectly resulting to the Contractor, to the City, and to their officers, agents, and employees on account of (a) the character or performance of the work, (b) unforeseen difficulties, (c) accidents, or (d) any other cause whatsoever. The Contractor shall assume this responsibility even if (a) fault is the basis of the claim, and (b) any act, omission or conduct of the City connected with the Contract is a condition or contributory cause of the claim, loss, damage or injury. Contractor waives any and all statutory or common law rights of defense and indemnification by the City. Such indemnification shall also cover claims brought against City under state or federal workers compensation laws. Contractor shall also defend and indemnify City from all loss or damage that may result from Contractor's wrongful or unauthorized use of any patented article or process. If any aspect of this indemnity shall be found to be illegal or invalid for any reason whatsoever, such illegality or invalidity shall not affect the validity of the remainder of this indemnification. Any specific duty or liability imposed or assumed by the Contractor as may be otherwise set forth in the Contract documents shall not be construed as a limitation or restriction of the general liability or duty imposed upon the Contractor by this section. In the event any such action or claim is brought against the City, the Contractor shall, if the City so elects and upon tender by the City, defend the same at the Contractor's sole cost and expense, promptly satisfy any judgment adverse to the City or to the City and the Contractor jointly, and reimburse the City for any loss, cost, damage, or expense, including attorney fees, suffered or incurred by the City. 28. Insurance The Contractor shall provide and maintain during the life of this Contract the insurance coverage as described in Exhibit C. All costs for such insurance shall be borne by the Contractor and shall be included in the contract price. In case of the breach of any provision of this section, the City may elect to take out and maintain at the expense of the Contractor such insurance as the City may deem proper. The City may deduct the cost of such insurance from any monies that may be due or become due the Contractor under this Contract. Failure to maintain insurance as provided is also cause for immediate termination of the Contract. Contractor shall furnish City certificates of insurance acceptable to City prior to execution by the City and before Contractor or any subcontractor commences work under this Contract. The certificate shall show the name of the insurance carrier, coverage, type, amount (or limits), policy numbers, effective and expiration dates and a description of operations covered. The certificate will include the deductible or retention level and required endorsements. Insuring companies or entities are subject to City's acceptance. If requested, copies of insurance policies shall be provided to the City. Contractor shall be responsible for all deductibles, self-insured retention's, and/or self-insurance. Approval of the insurance shall not relieve or decrease the liability of the Contractor hereunder. 29. Performance, Payment and Warranty Bonds / Notice of Bond Claims At the time of execution of the Contract, the Contractor shall furnish: (1) Performance Bond and (2) Payment Bond written by a corporate surety or other financial assurance in an amount equal to the amount of the Contract based upon the estimate of quantities or lump sum as set forth in the Contract and in accordance with ORS 279.380. The bonds shall be continuous in effect and shall remain in full force and effect until compliance with and fulfillment of all terms and provisions of the Contract, including the obligations of Sections 27 and 30, all applicable laws and the prompt payment of all persons supplying labor and/or material for prosecution of the work. The bond(s) or other financial assurance is subject to approval by the City. Contractor shall furnish a separate warranty bond written by a corporate surety or other financial assurance, in an amount equal to 10% of the final amount of the contract. The City may permit the warranty amount to be included in the initial performance and payment bonds. The warranty bond or other financial assurance shall be in effect for a 30 7/11/14 10:00. M Z:ABothell\Diti\COA\1014-033\Specs\Pirt I Bid Documents - TAP Project- Pump Station 7.11.14.doc © 2014 RH2 Engineering, Inc. period of one year from the date of Final Completion. The City may require a separate warranty bond or financial assurance for any repairs done pursuant to the warranty obligation. Such separate warranty bond or financial assurance shall be for a period of one year from the date of completion of such repairs. The notice of claim on a bond required by ORS 279C.600 must be sent by registered or certified mail or hand delivered no later than 120 days after the day the person last provided labor or furnished materials or 120 days after the worker listed in the notice of claim by the Commissioner of the Bureau of Labor and Industries last provided labor. The notice may be sent or delivered to the contractor at any place the contractor maintains an office or conducts business or at the residence of the contractor. Notwithstanding the above, if the claim is for a required contribution to a fund of any employee benefit plan, the notice required by ORS 279C.600 must be sent or delivered within 150 days after the employee last provided labor or materials. The notice of claim must be in writing substantially as set forth in ORS 279C.605(3)-(5). 30. Two-Year Warranty a. In addition to and not in lieu of any other warranties required under the Contract, Contractor shall make all necessary repairs and replacements to remedy, in a manner satisfactory to the City and at no cost to the City, any and all defects, breaks, or failures of the work occurring within two years following the date of completion due to faulty or inadequate materials or workmanship. Repair damage or disturbances to other improvements under, within, or adjacent to the work, whether or not caused by settling, washing, or slipping, when such damage or disturbance is caused, in whole or in part, from activities of the Contractor in performing its duties and obligations under this Contract when such defects or damage occur within the warranty period. The two-year warranty period shall, with relation to such required repair, be extended one year from the date of completion of such repair. If Contractor, after written notice, fails within ten days to proceed to comply with the terms of this section, City may have the defects corrected, and the Contractor and Contractor's surety shall be liable for all expense incurred. In case of an emergency where, in the opinion of the City, delay would cause serious loss or damage, repairs may be made without notice being given to Contractor and Contractor or Surety shall pay the cost of repairs. Failure of the City to act in case of an emergency shall not relieve Contractor or Surety from liability and payment of all such costs. 31. Nondiscrimination in Labor No person shall be subject to discrimination in the receipt of the benefits of any services or activities made possible by or resulting from this Agreement on the grounds of sex, race, color, creed, marital status, age, sexual orientation or national origin. Contractor shall comply with provisions of Owner's Equal Opportunity Policy and comply with ORS Chapter 659 and ORS Chapter 659A relating to unlawful employment practices and discrimination by employers against any employee or applicant for employment because of race, religion, color, sex, national origin, marital status or age if the individual is 18 years of age or older. Particular reference is made to ORS 659A.030, which states that it is unlawful employment practice for any employer, because of the race, religion, color, sex, national origin, marital status or age if the individual is 18 years or older or because of the race, religion, color, sex, national origin or age of any other person with whom the individual associates, or because of a juvenile record that has been expunged pursuant to ORS 419A.260 and ORS 419A.262 of any individual, or to refuse to hire or employ or to bar or discharge from employment such individual or to discriminate against such individual in compensation or in terms, conditions or privileges of employment. Any violation of this provision shall be considered a material violation of the Agreement and shall be grounds for cancellation, termination, or suspension in whole or in part.q 32. Construction Debris and Yard Waste Contractor shall salvage or recycle construction and demolition debris, if feasible and cost effective. If the contract includes lawn and landscaping maintenance, Contractor shall compost or mulch yard waste material at an approved site, if feasible and cost effective. [ORS 279C.510(1)&(2)] 33. Environmental Regulations 31 7/11/14 10:00.9\I Z:ABothell\Data\C0 A\1014-033\Specs\Part I Bid Docwnents -TAP Project- Pmnp Station 7.11.14.doc © 2014 R-12 ingvmeerhtg, Inc. Pursuant to ORS 279C.525(1), the following is a list of federal, state and local agencies which have enacted ordinances or regulations dealing with the prevention of environmental pollution and the preservation of natural resources that may affect the performance of the contract. Federal Agencies: Agriculture, Department of Forest Service Soil Conservation Service Commerce Department of National Oceanic and Atmospheric Administration (NOAA) National Marine Fisheries Service (NMFS) Defense, Department of Army Corps of Engineers Energy, Department of Federal Energy Regulatory Commission Environmental Protection Agency Health and Human Services Department of Housing and Urban Development, Solar Energy and Energy Conservation Bank Interior, Department of Bureau of Land Management Bureau of Indian Affairs Bureau of Mines Bureau of Reclamation Geological Survey Minerals Management Service U.S. Fish and Wildlife Service Labor, Department of Mine Safety and Health Administration Occupational Safety and Health Administration Transportation, Department of Coast Guard Federal Highway Administration Water Resources Council State Agencies: Administrative Services, Department of Agriculture, Department of Consumer & Business Services, Department of Oregon Occupational Safety & Health Division Energy, Department of Environmental Quality, Department of Fish and Wildlife, Department of Forestry, Department of Geology and Mineral Industries, Department of Human Resources, Department of Land Conservation and Development Commission Parks and Recreation, Department of Soil and Water Conservation Commission State Engineer State Land Board (Lands, Division of State) Water Resources Department Oregon Department of Transportation Local Agencies: 32 7/11/ 11 10:00 AU Z:\Botltell\Data\COA\1011-033\Specs\Part I Bid Documents - TAP Project - Pump Station 7.11.11.doc © 2014 8132 Eripieetiig,Inc. City of Ashland City Council (Ashland Municipal Code) Jackson County County Courts County Commissioners of Jackson County, County Service Districts Sanitary Districts Water Districts Fire Protection Districts Historical Preservation Commissions Planning Commission If the Contractor awarded the project is delayed or must undertake additional work by reason of existing ordinances, rules or regulations of agencies not cited above or due to the enactment of new or the amendment of existing statutes, ordinances, rules or regulations relating to the prevention of environmental pollution and the preservation of natural resources occurring after the submission of the successful bid, the City may: a. Terminate the contract; b. Complete the work itself, c. Use non-City forces already under contract with the City; d. Require that the underlying property owner be responsible for cleanup; e. Solicit bids for a new contractor to provide the necessary services; or f. Issue the contractor a change order setting forth the additional work that must be undertaken. The solicitation documents make specific reference to known conditions at the construction site that may require the successful bidder to comply with the ordinances, rules or regulations identified above. If Contractor encounters a condition not referred to in the solicitation documents, not caused by the successful bidder and not discoverable by a reasonable pre-bid visual site inspection, and the condition requires compliance with the ordinances, rules or regulations enacted by the governmental entities identified above, the successful bidder shall immediately give notice of the condition to the contracting agency. Except in the case of an emergency and except as may otherwise be required by any environmental or natural resource ordinance, rule or regulation, the Contractor shall not commence work nor incur any additional job site costs in regard to the condition encountered and described in subsection (3) of this section without written direction from the contracting agency. Upon request by the City, the Contractor shall estimate the emergency or regulatory compliance costs as well as the anticipated delay and costs resulting from the encountered condition. This cost estimate shall be promptly delivered to the contracting agency for resolution. Within a reasonable period of time following delivery of an estimate of this section, the City may: a. Terminate the contract; b. Complete the work itself; c. Use non-City forces already under contract with the City; d. Require that the underlying property owner be responsible for cleanup; e. Solicit bids for a new contractor to provide the necessary services; or f. Issue the contractor a change order setting forth the additional work that must be undertaken. If the City chooses to terminate the contract under either subsection(a) of this section, the Contractor shall be entitled to all costs and expenses incurred to the date of termination, including overhead and reasonable profits, on the percentage of the work completed. The City shall have access to the contractor's bid documents when making the contracting agency's determination of the additional compensation due to the contractor. If the contracting agency causes work to be done by another contractor under either subsection (c) or (e) above, the initial contractor may not be held liable for actions or omissions of the other contractor. The change order under either subsection (f) of this section shall include the appropriate extension of contract time and compensate the contractor for all additional costs, including overhead and reasonable profits, reasonably incurred as a result of complying with the applicable statutes, ordinances, rules or regulations. The City shall have access to the contractor's bid documents when making the contracting agency's determination of the additional compensation due to the contractor. 33 7/11/14 10:00 AA1 Z:\Bothell\Data\CO_\\l0ld-033\Specs\Part I Bid Documents - TAP Project- Pump Station 7.11.14.doc O 2014 RH2 Fngineering Inc. Notwithstanding the above, the City has allocated all or a portion of the known environmental and natural resource risks to a Contractor by listing such environmental and natural resource risks in the solicitation documents; and 34. Waiver The failure of the City to enforce any provision of this contract shall not constitute a waiver by the City of that or any other provision. City shall not be precluded or estopped by any measurement, estimate or certificate made either before or after completion and acceptance of work or payment therefore, from showing the true amount and character of work performed and materials furnished by the Contractor, or from showing that any such measurement, estimate or certificate is untrue or incorrectly made, or that work or materials do not conform in fact to the Contract. City shall not be precluded or stopped, notwithstanding any such measurement, estimate or certificate, or payment in accordance therewith, from recovering from the Contractor and their Sureties such damages as it may sustain by reason of their failure to comply with terms of the Contract, or from enforcing compliance with the Contract. Neither acceptance by City, or by any representative or agent of the City, of the whole or any part of the work, nor any extension of time, nor any possession taken by City, nor any payment for all or any part of the project, shall operate as a waiver of any portion of the Contract or of any power herein reserved, or any right to damages herein provided. A waiver of any breach of the Contract shall not be held to be a waiver of any other breach. 35. Errors The Contractor shall perform such additional work as may be necessary to correct errors in the work required under this contract without undue delays and without additional cost. 36. Governing Law The provisions of this contract shall be construed in accordance with the laws of the State of Oregon and ordinances of the City of Ashland, Oregon. Any action or suits involving any question arising under this contract must be brought in the appropriate court in Jackson County, Oregon. If the claim must be brought in a federal forum, then it shall be brought and conducted in the United States District Court for the District of Oregon. Contractor, by the signature herein of its authorized representative, hereby consents to the in personam jurisdiction of said courts. In no event shall this section be construed as a waiver of the City of any form of defense or immunity.. 37. Severability If any term or provision of this contract is declared by a court of competent jurisdiction to be illegal or in conflict with any law, the validity of the remaining terms and provisions shall not be affected, and the rights and obligations of the parties shall be construed and enforced as if the contract did not contain the particular term or provision held invalid. 38. Attorney's Fees If a suit or action is filed to enforce any of the terms of this contract, the prevailing party shall be entitled to recover from the other party, in addition to costs and disbursements provided by statute, any sum which a court, including any appellate court, may adjudge reasonable as attorney's fees. 39. Business License The Contractor shall obtain a City of Ashland business license as required by City Ordinance prior to beginning work under this contract. The Contractor shall provide a business license number in the space provided in this contract. 40. Notices/Bills/Payments All notices, bills, and payments shall be made in writing and may be given by personal delivery or by mail. Notices, bills, and payments sent by mail should be addressed as follows: City: Morgan Wayman, Senior Project Manager 34 7/11/14 10:00 AM Z:ABothell\Data\CO.1\I01T033\Specs\Part I Bid Documents - TAP Project - Pump Station 7.11.14.doc © 2014 M2 Engineering, Inc. City of Ashland Public Works Department 20 East Main Street Ashland, OR 97520 Contractor: and when so addressed, shall be deemed given upon deposit in the United States Mail, postage prepaid. In all other instances, notices, bills, and payments shall be deemed given at the time of actual delivery. Changes may be made in the names and addresses of the person to whom notices, bills, and payments are to be given by giving notice pursuant to this paragraph. 41. Conflict of Interest Contractor covenants that it presently has no interest and shall not acquire any interest, direct or indirect, which would conflict in any manner or degree with the performance of its services. The Contractor further covenants that in the performance of this contract no person having any such interest shall be employed. 42. Merger Clause THIS CONTRACT AND ATTACHED EXHIBITS CONSTITUTE THE ENTIRE AGREEMENT BETWEEN THE PARTIES. NO WAIVER, CONSENT, MODIFICATION OR CHANGE OF TERMS OF THIS CONTRACT SHALL BIND EITHER PARTY UNLESS IN WRITING AND SIGNED BY BOTH PARTIES. SUCH WAIVER, CONSENT, MODIFICATION OR CHANGE, IF MADE, SHALL BE EFFECTIVE ONLY IN THE SPECIFIC INSTANCE AND FOR THE SPECIFIC PURPOSE GIVEN. THERE ARE NO UNDERSTANDINGS, AGREEMENTS, OR REPRESENTATIONS, ORAL OR WRITTEN, NOT SPECIFIED HEREIN REGARDING THIS CONTRACT. BY ITS SIGNATURE, CONTRACTOR ACKNOWLEDGES IT HAS READ AND UNDERSTANDS THIS CONTRACT, AND AGREES TO BE BOUND BY ITS TERMS AND CONDITIONS. ATTACHMENTS: EXHIBITS A-J EXHIBIT A STANDARD TERMS AND CONDITIONS FOR PUBLIC IMPROVEMENT CONTRACTS EXHIBIT B COMPLIANCE WITH APPLICABLE PUBLIC CONTRACT LAW EXHIBIT C INSURANCE REQUIREMENTS EXHIBIT D INDEPENDENT CONTRACTOR CERTIFICATION EXHIBIT E BONDS (PAYMENT, PERFORMANCE AND BID) EXHIBIT F CERTIFICATE OF SUBSTANTIAL COMPLETION EXHIBIT G CERTIFICATE OF COMPLIANCE EXHIBIT H RELEASE OF LIENS AND CLAIMS EXHIBIT I CERTIFICATE OF FINAL COMPLETION EXHIBIT J INSTRUCTIONS TO BIDDERS 35 7/11/ 14 10:00 AM Z:ABothell\Data\CO.3\1014-033\Specs\Part I Bid Documents - T_1P Project - Pump Station 7.11.14.doc 0 2014 8112 Engineering, Inc. EXHIBIT B COMPLIANCE WITH APPLICABLE LAW PUBLIC IMPROVEMENT CONTRACT This exhibit contains the requirements for public contracting as set forth in ORS Chapter 279C.365 through and including 279C.800 and is available through the City Engineering Office at 51 Winburn Way, Ashland, Oregon or online at wwwleg.state.or.us/ors. The provisions of ORS 279B.080-Emergency Procurements apply to this Contract. 36 7/11/14 10:00.9M Z:ABothell\Data\COA\1014-033\Specs\Part I Bid Documents -TAP Project- Pump Station 7.11.14.doc © 2014 RH2 Engineering, Inc. PAGE LEFT INTENTIONALLY BLANK 37 7/11/ 14 10:00 _VNI Z:ABothell\Data\CO_\\1014-033\Specs\Part I Bid Documents - TAP Project - Pump Station 7.11.14.doc 2014 RH2 Engineering, Inc. EXHIBIT C PUBLIC IMPROVEMENT CONTRACT INSURANCE REQUIREMENTS To: Insurance Agent. Please provide Certificates of Insurance to the Project Manager. During the term of the contract, please provide Certificates of Insurance prior to each renewal. Insurance shall be without prejudice to coverage otherwise existing. During the term of this contract, Contractor shall maintain in force at its own expense all insurance noted below: Workers Compensation insurance in compliance with ORS 656.017. All employers, including Contractor and any subcontractors, that employ subject workers who work under this Contract in the State of Oregon shall comply with ORS 656.017 and provide the required Workers' Compensation coverage, unless such employers are exempt under ORS 656.126. Contractor shall ensure that each of its subcontractors complies with these requirements. Commercial General Liability insurance on an occurrence basis, with a combined single limit of not less than ■ $2,000,000 or ❑ $3,000,000 for each occurrence of bodily injury, personal injury and property damage. It shall include coverage for broad form contractual liability; broad form property damage; personal and advertising injury; owners and contractor protective; premises/operations; and products/completed operations. Coverage shall not exclude excavation, collapse, underground, or explosion hazards. Aggregate limits shall apply on a per-project basis. ■ Required by City ❑ Not required by City Commercial Automobile Liability insurance with a combined single limit, or the equivalent of not less than ■ $2,000,000 or ❑ $3,000,000 for each accident for Bodily Injury and Property Damage, including coverage for owned, hired and non-owned vehicles. "Symbol One" coverage shall be designated. ■ Required by City ❑ Not required by City Builders Risk (Check here if required) insurance during construction to the extent of 100 percent of the value of the work for the benefit of the parties to the Contract as their interest may appear. Coverage shall also include: (1) formwork in place; (2) form lumber on site; (3) temporary structures; (4) equipment; and (5) supplies related to the work while at the site. Notice of Cancellation or Change. There shall be no cancellation, material change, reduction of limits or intent not to renew the insurance coverage(s) without 30 days written notice from the Contractor or its insurer(s) to the City. This notice provision shall be by endorsement physically attached to the certificate ofinsurance. Additional Insured. For general liability insurance and automobile liability insurance the City, and its agents, officers, and employees will be Additional Insureds, but only with respect to Contractor's services to be provided under this contract. This coverage shall be by endorsement physically attached to the certificate of insurance. The Contractor shall defend, indemnify, and hold harmless, the City and the City's officers, agents, and employees against any liability that may be imposed upon them by reason of the Contractor's or subcontractor's failure to provide workers' compensation and employers liability coverage. Certificates of Insurance. Contractor shall furnish insurance certificates acceptable to City prior to commencing work. The certificate will include the deductible or retention level and required 38 7/11/14 10:00 .iVI Z:ABothell\Data\CO-1\ 10 14-033 \Spec,,\ Part I Bid Documents - T_~P Project - Pump Station 7.11.14.doc 2014 R1I2 Engineering, Inc. endorsements. Insuring companies or entities are subject to City approval. If requested, copies of insurance policies shall be provided to the City. Contractor shall be responsible for all deductibles, self- insured retention's, and/or self-insurance. 39 7/11/14 10:00 AM Z:ABothell\Data\CO.k\1014-033\Specs\Part 1 Bid Documents - TAP Project - Pump Station 7.11.14.doc 0 2014 81-12 Enoieermg, hu. EXHIBIT D CERTIFICATION STATEMENT FOR CORPORATION OR INDEPENDENT CONTRACTOR A. CONTRACTOR IS A CORPORATION CORPORATION CERTIFICATION: I am authorized to act on behalf of the entity named below, and certify under penalty of perjury that it is a co oratHma, Pilot Rock Excavation, Inc. Entity Signature Date B. CONTRACTOR IS INDEPENDENT. Independent Contractor Standards. As used in various provisions of ORS Chapters including but not limited to 316, 656, 657, and 701, an individual or business entity that performs labor or services for remuneration shall be considered to perform the labor or services as an "independent contractor" if the standards of ORS 670.600 are met. Contractor and Project Manager certifies that the Contractor meets the following standards: 1. Contractor is free from direction and control over the means and manner of providing the labor or services, subject only to the specifications of the desired results. 2. Contractor is responsible for obtaining all assumed business registrations or professional occupation licenses required by state law or local ordinances. 3. Contractor furnishes the tools or equipment necessary for the contracted labor or services. 4. Contractor has the authority to hire and fire employees to perform the labor or services. 5. Payment to the Contractor is made upon completion of the performance or is made on the basis of a periodic retainer. 6. Contractor is registered under ORS chapter 701, if the Contractor provides labor or services for which such registration is required. 7. Contractor has filed federal and state income tax returns in the name of the business or a business Schedule C as part of the personal income tax return, for the previous year, for labor or services performed as an independent contractor in the previous year. 8. Contractor represents to the public that the labor or services are to be provided by an independently established business as four or more of the following circumstances exist. (Check four or more of the following i/ A. The labor or services are primarily carried out at a location that is separate from Contractors residence or is primarily carried out in a specific portion of Contractors residence, which is set aside as the location of the business. VB. Commercial advertising or business cards are purchased for the business, or Contractor has a trade association membership. 40 7/11/ 14 10:00 A NI Z:\Bodiell\Data\C0A\ 1014-033\Specs\Part I Bid Documents - TAP Project - Pump Station 7.11.14.doc © 2014 RH2 Engvteerntg Inc. C. Telephone listing is used for the business that is separate from the personal residence listing. D. Labor or services are performed only pursuant to written contracts. kzE. Labor or services are performed for two or more different persons within a period of one year. F. Contractor assumes financial responsibility for defective workmanship or for service not provided as evidenced by the ownership of performance bonds, warranties, errors and omission insurance or liability insurance relating to the labor or services to be provided. If any action is taken by a person or enforcement agency relating to Contractor's independent contractor status in connection with this contract, Contractor shall defend, hold harmless and indemnify the CITY of ASHLAND , its elected and appointed officials, employees, volunteers and agents from any such action, claim, judgment, fine, penalty, or order to pay. Contractor shall pay any additional costs incurred by the City in defending such action or incurred as a result of such action. This indemnification is in addition to any indemnification otherwise in this agreement. 1-71111-5 Contractor Signature Date Project Manager Signature Date 41 7/11/14 10:00 A-M Z:ABothell\Data\C0:1\1014-033\Specs\Part I Bid Documents -TAP Project- Pump Station 7.11.I4.doc © 2014 RH2 Engineering Inc. EXHIBIT E BONDS CITY OF ASHLAND STANDARD PUBLIC IMPROVEMENT CONTRACT BID BOND We, , a corporation or partnership duly organized under the laws of the State of and authorized to transact business in the State of Oregon, as "PRINCIPAL," and, We, a corporation or partnership duly organized under the laws of the State of and authorized to transact business in the State of Oregon, as "SURETY," hereby jointly and severally bind ourselves, our respective heirs, executors, administrators, successors and assigns firmly by these presents to pay unto the City of Ashland, Oregon, (OBLIGEE) the sum of Dollars. The condition of the obligation of this bond, is that the PRINCIPAL herein has in response to City's Notice to Contractors and Invitation to Bid, submitted its Offer for the TAP Emergency Intertie Project - Phase I , which Offer is incorporated herein and made a part hereof by this reference, and Principal is required to furnish bid security in an amount equal to ten (10%) percent of the total amount of the bid pursuant to ORS 279C.365 and the City's public contracting rules and contract documents. NOW THEREFORE, if the Offer, submitted by PRINCIPAL, is accepted, and if the Contract pursuant to the Offer is awarded to the PRINCIPAL, and if the PRINCIPAL executes such contract and furnishes such good and sufficient Performance and Payment Bonds as required by the Bidding and Contract documents within the time specified and fixed by the Documents, then this obligation shall be void; otherwise it shall remain in full force and effect. If the PRINCIPAL shall fail to execute the proposed Contract and to furnish the Performance and Payment Bonds, the SURETY hereby agrees to pay the OBLIGEE the surety bond sum as liquidated damages within ten (10) days of such failure. IN WITNESS WHEREOF, we have caused this instrument to be executed and sealed by our duly authorized legal representatives this day of 20 Surety Principal Address Address By: By: Attorney -in-Fact [A certified copy of the Agent's Power of Attorney must be attached hereto.] IMPORTANT - Surety companies executing BONDS must appear on the Treasury Department's most current list (Circular 570 as amended) and be authorized to transact business in the State of Orel 42 7/11/14 10:00 -\\1 Z:\Boflicll\Data\C0 _~\1014-033\Specs\Part I Bid Documents -TAP Project- Pump Station 7.11.14.doc © 2014 PJ T2 rngineervig, Inc. PAGE LEFT INTENTIONALLY BLANK 43 7/11/14 10:00 AM Z:\Botltell\Data\CO.k\1014-033\Specs\Part I Bid Documents - T_1P Project- Pump Station 7.11.14.doc © 2014 RH2 Engineering, Inc. Bond No. 10014703 Premium: $11642.00 PERFORMANCE BOND Theundersi ned Pilot Rock Excavation, Inc. as principal, "to nthis bond asContractor. and Hudson Insurance CoITI2any _ fu~urth° referred assurety,- further referred to in this bond as Surety, are totntly and severally bound unto City of Ashland as obligee, further referred to in this bond as City, in the sum of Four Hundred Sixty Five 'inousana ix un re i t Seven s~ Dollars ($-4 6 , 6 8 7. 0 0 Contractor and City have entered into a written contract dated July 4 for the following uroiect- TAP Emergency Intertie Proiect - . This contract is j~ "A fn further referred to in this bond as the Contract and is incorporated into this bond by this reference. The conditions of this bond are: 1. if Contractor faithfuls performs the Contract in accordance with the plans, specifications and conditions of the contract within the time prescribed by the Contract, as required by ORS 279C. 380 through 279C 385 then this obligation is null and void. otherwise it shall 'remain in full force- and effect. 2. If Contractor is declared by City to be in default under the Contract- the Surety shall promptly remedy the default perform all of Contractor's obligations under the contract in accordance with its terms and conditions and pay to City all damages that are due under the Contract. 3. This bond is subiect to claims under ORS 279C.380 through 279C.390. 4. This obligation jointly and severally _binds. Contractor and Surety and their respective heirs, executors administrators, successors. 5. Surety waives notice of modification of the Contract or extension of the Contract time. 6. Nonpayment of the bond premium shall not invalidate this bond. 7. The bond number and the name address and telephone number of the agent authorized to receive notices concerning this bond are as follows. Bond Number: 10014703 Bond Agent: Bond Experts 11 Address: 4850 SW Scholls Ferry Road Ste. 204 Portland, OR 97225 Telephone: 503-292-2582 SIGNED this 16th day of July, 4 2014. 44 7/11/14 10:00 ANI Z:1.Bothc3\Dart C )Ar 1014-033 ;Specs ,Pw I Bid Documents - TAP Pmjea - Pump Scadon 7.11.14-doc 0 2014 RH2 Engineering. Inc. PERFORMANCE BOND Page 2 WITNESS: CONTRACTOR: Pilot Rock Excavation, Inc. By: <2~ - (Corporate Seal) Title: g 7ltT Legal Address: _ ~aSd ~i ry' 57%c ft> ZZ Attest: Corp ra~tary WITNESS: SURETY: Hu n Insurance Company (Corporate Seal) By. Title: At rney In Fact Juliana E.Dahlgren Legal Address: 100 William Street Fifth Floor New York, NY 10038 Arrest: Attached Corporate Secretary 45 7111,1114 10:w A4( Z:i l3anc~1llDatx\C17.1~ 1Oid-t~33isy~'cs 1,P~rt I Bid Docuramis - TAPproject - Pump Snzsna TI1.14.duc Z 2014 RH2 Engineemg, Inc. PAYMENT BOND Theundersigned Pilot Rock Excavation, Inc. as principal further referred to in this bond as Contractor, and Hudson Insurance C o mp a n y as surety, further referred to in this bond as Surety, are iointly and severally bound unto City of Ashland as obligee, further referred to in this bond as City, in the sum of Four Hundred Sixty Five Thousand Six Hundred Eighty Seven Dollars 465, 687 , 00 Contractor and City have entered into a written contract dated July Te u P''''`"' 2014 , for the following Rroiect: TAP Emergency Intertie Proiect - M61 This contract is further referred to in this bond as the Contract and is incorporated into this bond by this reference., The conditions of this bond are: 1. If Contractor faithfully performs the Contract within the time prescribed by the Contract, and rromatly makes payment to all claimants, as defined in ORS 279C.600 through 279C.620, then this obligation is null and void; otherwise it shall remain in full force and effect. 2. If Contractor is declared by City to be in default under he Contract, the Surety shall prommly remedy the default, perform all of Contractor's obligations under the contract in accordance with its terms and conditions and pay to City all damages that are due under the Contract. 3. This bond is subie ct to claims under ORS 279C.600 through 279C.620. 4. This obligation iointly and severally binds Contractor and Surety and their respective heirs, executors, administrators successors 5. Surety waives notice of modification of the Contract or extension of the Contract time. 6. Nonpayment of the bond premium shall not invalidate this bond. 7. The bond number and the name address and telephone number of the agent authorized to receive notices concerning this bond are as follows: Bond Number: 10014703 Bond Agent: Bond Experts II Address: 4850 SW Scholls Ferry Road Ste. 204 Portland, OR 97225 Telephone: 503-292-2582 SIGNED this 16th day of July, 2014 46 7/11/14 10:00,CM z:),Bothet\rna\COA\ 10!4-033' SpecsAPan I Bid Documents - TAP Protect - Pump Sudan 711.14.doc e 2014 RH2 Engmeezing, Inc. PAYMENT BOND Page 2 WITNESS: CONTRACTOR: Pilot Rock Excavation, Inc. - By: C (Corporate Seal) Title: r lJ~-~t'r Legal Address: f7t;qN-r, 9-7x, Z-- Attest: L ✓I - Co orate Secretary WITNESS: SURETy: Hu Insurance Company Corporate Seal) By: ( Juliana E. Dahlgren Title: At m e I n F a c t Legal Address: 100 William Street Fifth Floor New York NY 10038 Attest: Attached Corporate Secretary 47 7/11/14 10:00 A:NI 2,ABothch\Daw\COA '\1(114.033 ySpecs ,Part I Bud Documents -TAP Prolea - Pump Station 7.11.14.doc 0 21114 RH2 Engmeuing, Inc. CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California County of Los Angeles On 7/1 2014 before me, Martha Burciaga, Notary Public r Dale Here In5er1 Name and Tilie of the Officer personally appeared Juliana E. Dahlgren Narne(sj of Siynegs) who proved to me on the basis of satisfactory evidence to be the persorA) whose name( is/ar subscribed to the within instrument and acknowledged to me that Y/she/thAexecuted the same in ~isther/t* authorized capacity(.i-,N, and that by,~is/her/WN signaturq~A) on the MARTHA BURCIAGA instrument th ersrn4s), or the entity upon behalf of Commission a 2001397 which the perso ) acted, executed the instrument. Notary Public - California Los Angeles County I certify under PENALTY OF PERJURY under the laws My Comm. Expires Dec t7, 2018 Y of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature y 1" ' ~9.ifeO3 Pjblic -1 Place Ne;ary Sea. Above Q OPTIONAL Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document Description of Attached Document Title or Type of Document: Bond No. 10014703 Document Date: _7/16/2014 Number of Pages Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: Juliana E. Dahlgren Signer's Name:- Individual Individual _j Corporate Officer - Title(s): C orate Officer - Title(s): Partner- Limited General :,:T,- Partn - Limited 0 General xx Attorney in Fact Was- Attorney in t i_ Trustee _ Trustee Guardian or Conservator Guardian or Conservato Other: Other: Signer Is Representing:__- Signer Is Representing.-_....._ t 2007 National Notary Association- 9350 De $010 Ave PO. Eux 2402 -ChalSworth, CA 91313-2402 - www NaboralNolary.org Ilem $5907 Reorclec Call Toil Free 1-800-876-6827 A, s awk, .r At 3at a~N'AAM ~ ~ ~-:;~i~✓ Yid 7 f, » ~ ,4 Bond Number: 10014703 HUDSON POWER OF ATTORNEY KNOW ALL MEN 13Y THESE PRESENTS: That HUDSON INSURANCE COMPANY, a corporation of the State of Delaware, with offices at 100 William Street, New York, New York, 10038, has made, constituted and appointed, and by these presents, does make, constitute and appoint Juliana E. Dahlgren of the State of NY its true and lawful Attorney(s)-in-Fact, at New York, New York, each of them alone to have full power to act without the other or others, to make, execute and deliver on its behalf, as Surety, bonds and undertakings given for any and all purposes, also to execute and deliver on its behalf as aforesaid renewals, extensions, agreements, waivers, consents or stipulations relating to such bonds or undertakings provided, however, that no single bond or undertaking shall obligate said Company for any portion of the penal sum thereof in excess of the sum of $5,000,000.00 Such bonds and undertakings when duly executed by said Attorney(s)-in-Fact, shall be binding upon said Company as fully and to the same extent as if signed by the President of said Company under its corporate seal attested by its Secretary. In Witness Whereof, HUDSON INSURANCE' COMPANY has caused these presents to be of its Executive Vice President thereunto duly authorized, on this 31st day of October 20 13 at New York, New York. TDina -al HUDSON INSURANCE COMPANY g D\ala i s Christopher T. Suarez Corporate Secretary Executive Vice President STATE OF NEW YORK COUNTY OF NEW YORK. SS. On the 31st day of October 20 13 before me personally came Christopher T. Suarez to me known, who being by me duly sworn did depose and say that he is an Executive Vice President of IIUDSON INSURANCE COMPANY, the co oration described herein and which executed the above instrument, that he knows the seal of said Corporation, that the seal affixed to said instrument is such col rate seal, that it was so affixed by order of the Board of Directors of said Corporation, and that helAiki name thereto by like order. \\~\\\\PNNM MURPy ~ii~ 1 i ` 9 .SIONF A, A: M. \7U II (Notarial Seal) ~ \1 ter 10 Yoe ~ Notary Public, e of N w York S` No. 01MU6 553 ~o •ir Qualified in Nassau County #01MU 087553 = Commission Expires December 10, 2017 N~qCERTIFICATION STATE OF NEW YORK COUNTY OF NEW YORK Illl1t111111\ The undersigned Dina Daskalakis hereby certifies: That the original resolution, of which the following is a true and correct copy, was duly adopted by unanimous written consent of the Board of Directors of Hudson Insurance Company dated July 27"', 2007, and has not since been revoked, amended or modified: "RESOLVED, that the President, the Executive Vice Presidents, the Senior Vice Presidents and the Vice Presidents shall have the authority and discretion, to appoint such agent or agents, or attorney or attorneys-in-fact, for the purpose of carrying on this Company's surety business, and to empower such agent or agents, or attorney or attorneys-in-fact, to execute and deliver, under this Company's seal or otherwise, bonds obligations, and recognizances, whether made by this Company as surety thereon or otherwise, indemnity contracts, contracts and certificates, and any and all other contracts and undertakings made in the course of this Company's surety business, and renewals, extensions, agreements, waivers, consents or stipulations regarding undertakings so made; and FURTHER RESOVLED, that the signature of any such Officer of the Company and the Company's seal may be affixed by facsimile to any power of attorney or certification given for the execution of any bond, undertaking, recognizance, contract of indemnity or other written obligation in the nature thereof or related thereto, such signature and seal when so used whether heretofore or hereafter, being hereby adopted by the Company as the original signature of such 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." THAT the above and foregoing is a full, true and correct copy of Power of Attorney issued by said Company, and of the whole of the original and that the said Power of Attorney is still in full force and effect and has not been revoked, and furthermore that the Resolution of the Board of Directors, set forth in the said Power of Attorney is now in force. Witness the hand of the undersigned and the seal of said Corporation this day of 20 ,yam. r a o a L c , B , f918 lJw G........./.. 1-rCG~_ s Dina DAskala ,Corporate Secretary Fo ~W//~ 10 8 t2010 (v 1) BBASI 3040 A Hew Rom" Mid Cw~I July 17, 2014 PILOT ROCK EXCAVATION INC 650 E PINE ST STE 102B CENTRAL POINT, OR 97502-2482 Re: Barrett Business Services, Inc. ("BBSI") Letter of Self-Insurance for Workers' Compensation Coverage As the named addressee of this Letter, your company's required workers' compensation coverage is provided through BBSI's state approved Self-Insured Workers' Compensation Plan by way of your co-employment contract with BBSI. BBSI's California customers can also verify BBSI's state certification at http //www dir ca g_ov/osip/PrivateRoster.ndf, then scroll down to Barrett (the list is alphabetical by company name). Additional information is as follows: State: Oregon Workers' Compensation Limits: Employer Lability Limits: Self Insurance Certification 1068 Statutory $5,000,000.0 Each Accident $5,000,000.0 Disease Coverage Limit by Client $5,000,000.0 Disease; Each Employee Other Comments (place an "X" if applicable): Named "Letter Holder": T.A.P Emergence Intertie-Phase 2 Chlorination and Pump Station , Other: Additionally, BBSI's self-insured program is further supported by an excess workers' compensation insurance policy with ACE American Insurance Co.. Copy of certificate is available upon request. For additional information, please contact your local BBSI office at: MEDFORD (541) 772-5469 3512 Excel Drive Suite 107 Very truly yours, Medford, OR 97504 10 Michael L. Elich President and Chief Executive Officer doc: LASI-2 9PILORO OP ID: KD ACORO~ CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) 07/17/2014 a 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 CONTACT Phone: 541-779-4232 NAME: Hart Insurance Fax: 541-772-3963 PHONE AX No 1123 Royal Ave. A/c No Ext Medford, OR 97504 E-MAIL Hart Insurance / Medford ADDRESS: INSURER(S) AFFORDING COVERAGE NAIC tt INSURER A: Cincinnati Insurance 10677 INSURED Pilot Rock Excavation Inc INSURER B: SAIF Corp 36196 650 E Pine St Ste 102b INSURERC: Central Point, OR 97502 INSURER D INSURER E : INSURER F : COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY 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. L UB POLICY EFF POLICY EXP N _SR ILTR TYPE OF INSURANCE POLICY NUMBER MM/DD/YYYY (MM/DDIYYYY) LIMITS GENERAL LIABILITY EACH OCCURRENCE $ 1,000,00 PREMISES Ea occurrence $ 1,000,00 A X COMMERCIAL GENERAL LIABILITY X EPPOIS1857 07/20/2013 07/20/2014 DAMAGE REN D CLAIMS-MADE 1XI OCCUR MED EXP (Any one person) $ 15,00 EPP0151857 07/20/2014 07120/2015 PERSONAL & ADV INJURY $ 1,000,00 GENERAL AGGREGATE $ 2,000,00" GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMP/OP AGG $ 2,000,000 POLICY X jPERGOT F-1 LOG $ AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT 1,000,00 i Ea accident $ B ANY AUTO EBA0151857 07/20/2014 07/20/2015 BODILY INJURY (Per person) $ ALL OWNED SCHEDULED BODILY INJURY (Per accident) $ AUTOS X AUTOS PROPERTY DAMAGE $ AUTOS NON-OWNED Per accident X HIRED AUTOS X $ I X UMBRELLA LIAB X OCCUR EACH OCCURRENCE $ 4,000,00 A EXCESS LIAB CLAIMS-MADE EPP0151857 07/20/2014 07/20/2015 AGGREGATE $ 4,000,00 DED K [RETENTION $ 10,000 $ - 0TH- WORKERS COMPENSATION X TOR WCY LIMI STATU TS ER AND EMPLOYERS' LIABILITY 500;00 B ANY PROPRIETOR/PARTNER/EXECUTIVE Y / N 784439 09/13/2013 09/01/2014 E.L. EACH ACCIDENT $ j OFFICER/MEMBER EXCLUDED? F-] N/A (Mandatory in NH) E.L. DISEASE - EA EMPLOYEE $ I If yes, describe under E.L. DISEASE -POLICY LIMIT $ 500100q DESCRIPTION OF OPERATIONS below 00O i A Lease/Rented Equip EPP0151857 07/20/2014 07/20/2015 Limit 100,000 Ded. 50 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (Attach ACORD 101, Additional Remarks Schedule, if more space is required) (City of Ashland and its employees, officers and agents are included as additional insured as respects to general liability and auto liability per form GA233 I project: TAP Emergency Intertie Phase II - clorination + _CERTIFICATE HOLDER CANCELLATION C17YASH SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE -1 THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN :I City of Ashland ACCORDANCE WITH THE POLICY PROVISIONS. Public Works Dept. AUTHORIZED REPRESENTATIVE I 20 E. Main Street Hart Insurance I Medford Ashland, OR 97520 i ©1988-2010 ACORD CORPORATION. All rights reserved. ACORD 25 (2010/05) The ACORD name and logo are registered marks of ACORD ~;►"~1.~.. (Tov..~ :tee~t~!A.tt~~ C business ore.ion January 31, 2012 CONFIRMATION of CERTIFICATION REVIEW RAND LEBARON PILOT ROCK EXCAVATION, INC. 650 E PINE ST STE 1028 CENTRAL POINT OR 97502-2482 RE- TIER-2 EMERGING SMALL BUSINESS Mr. LEBARON: We are pleased to inform you that the Oregon Office of Minority, Women and Emerging Small Business has reviewed your certification as an Emerging Small Business (ESB). Your firm continues to meet the requirements in State regulation ORS 200.005 and OAR 445-050-0115. .FIRM'S CERT3FICATION 5688 2015 CERMFfCATI #*I O EXP!RES . , Jar►uary 27; As a certified business, your firm will be listed in the State of Oregon, Office of Minority, Women & Emerging Small Business certified Firm information which is available through the Internet. This electronic directory is available to local and state agencies, as well as private industry and prime contractors. Your ESB certification status is maintained for three years. At least one month prior to the expiration date listed above, you will be sent information regarding your certification review. !MOTE: Firms may only be certified in the ES13 prograrn fora period of six years as tier-1 and another 6 years as tier-2. If the expiration date listed above is less than three years from the date of this letter your firm will reach the 12 year certification limit by the date and graduate from the ESB program. Changes in business ownership, control, operational management, address or telephone number must be provided to this office within 30 days of the change. Failure to do: so may result in de-certification of your firm: The following description table indicates the areas (in the form of NAIC codes) in which your firm has been approved to..perform work, ;Please note that;there_may be some changes to the NAIC's codes which"designate your firm's capability description(s). Also, OMWESB has recently included new (NIGP and ;ODOTcodes. designating your. certified capabilities which are consistent with your firm's eligibility requirements. These codes were added to assure that anyone using the OMWESB directory information is aware of your capabilities for potential contracting purposes. We recommend you view your firm's information on the Internet under 775 Summer St, NE, Suite 200 • Salem, OR 97301-1280 503-986-0123 • fax 503-581-5115 • TTY 800-735-2900 • www.oregon4biz.com your certification number at: http//www4.cbs.state.or.us/ex/dir/omwesb. Please review the information to be sure the codes/descriptions accurately describe your business. If you have questions or suggested changes regarding your capabilities and the codes assigned, or if you do not have access to the Internet, please contact the Certification Specialist named at the bottom of this letter and they will assist you. Firm's capabilities: NAICS NAICS description and, if present, firm's capability description 236220 COMMERCIAL AND INSTITUTIONAL BUILDING CONSTRUCTION HEAVY AND CIVIL ENGINEERING CONSTRUCTION 237110 WATER AND SEWER LINE AND RELATED STRUCTURES CONSTRUCTION WATER, SEWER LINE AND RELATED STRUCTURES Sincerely, 1[.- SHEILA HAYWOOD, CERTIFICA O SPECIALIST (503) 986-0060 Firm: 5688, Page 18. Calf Recen ESB, ESB215RP EXHIBIT F CERTIFICATE OF SUBSTANTIAL COMPLETION CITY'S Project No. Project No. N/A Project: CONTRACTOR Contract For Contract Date This Certificate of Substantial Completion applies to: 0 All Work under the Contract Documents, or ❑ To the following specified parts thereof: The Work to which this Certificate applies has been inspected by authorized representatives of CITY, CONTRACTOR and CITY, and that Work is hereby declared to be substantially complete in accordance with the Contract Documents on DATE OF SUBSTANTIAL COMPLETION A tentative list of items to be completed or corrected is attached hereto. This list may not be all inclusive, and the failure to include an item in it does not alter the responsibility of CONTRACTOR to complete all the Work in accordance with the Contract Documents. The items in the tentative list shall be completed or corrected by CONTRACTOR within Days of the above date of Substantial Completion. The following documents are attached to and made a part of this Certificate: _ Effective as of the last date set forth below, the responsibilities between CITY and CONTRACTOR shall be as follows: Security ❑ City ❑ Contractor Operation ❑ City ❑ Contractor Safety ❑ City ❑ Contractor Maintenance ❑ City ❑ Contractor Heat ❑ City ❑ Contractor Utilities ❑ City ❑ Contractor Insurance ❑ City ❑ Contractor Warranties ❑ City ❑ Contractor 48 7/11/ 14 10:00 _1,11 G:ABot1icll\Data\C0.1\ 1013-033\Specs\Part I Bid Documents - TAP Project - Pump Station 7.11.14.doc D 2014 RH2 Engineering, Inc. Other Responsibilities: City Contractor This Certificate does not constitute an acceptance of Work not in accordance with the Contract Documents, nor is it a release of CONTRACTOR'S obligation to complete the Work in accordance with the Contract Documents. CONTRACTOR accepts this Certificate of Substantial Completion on: By: CITY accepts this Certificate of Substantial Completion on: By: . CITY of ASHLAND File: 49 7/11/14 10:00 AM Z:ABothell\Data\CO A\1014-033\Specs\Part I Bid Document - T_9P Project - Pump Station 7.11.14.doc © 2014 RH2 Engineering, Inc. EXHIBIT G CERTIFICATE OF COMPLIANCE CIP Number: Contractor: I, (We) hereby certify that all work has been performed and materials supplied in accordance with the plans, specifications and contract documents for the above work, and that: 1. If required by law, not less than the prevailing rates of wages have been paid to laborers, workmen and mechanics employed on this work. 2. There have been no unauthorized substitutions of materials; substitutions or assignment of subcontractors; nor have any subcontracts been entered into without the names of the subcontractors having been submitted to the City prior to the start of such subcontracted work. 3. All claims and indebtedness for material and labor and other service performed in connection with these specifications have been paid. 4. All moneys due the State Industrial Accident Fund, the State Unemployment Compensation Trust Fund, the State Department of Revenue (ORS 316.162 to 316.212) hospital associations and/or others (ORS 279C.530) have been paid. 5. All private property and easement areas have been satisfactorily restored in accordance with the contract. 6. If Contractor is not domiciled in or registered to business in the State of Oregon, Contractor has reported to the Oregon Department of Revenue such information and in the manner as required by ORS 279A.120(3). Contractor: By: Date: Title: 50 7/11/14 10:00 A\I Z:\BothcU\Data\C0.%\1014-033\Specs\Part I Bid Documents - LAP Project- Pump Station 7.11.14.doc O 2014 RI12 Engineering, Inc. EXHIBIT H CONTRACTOR'S RELEASE OF LIENS AND CLAIMS [THIS SWORN STATEMENT IS A PREREQUISITE TO CERTIFICATE OF FINAL COMPLETION] TO: City of Ashland 20 East Main Street Ashland, Oregon 97520 FROM: PROJECT: In connection with our request for final payment for the above project, I, hereby state that: all subcontractors and suppliers on this project have been paid in full, all obligations on the project have been satisfied, all monetary claims and indebtedness on this project have been paid, and all disputes with property owners have been resolved. There are no liens or claims of any kind outstanding or threatened against the project. Furthermore, I agree to indemnify and hold harmless CITY of ASHLAND from any and all claims for labor or materials furnished under the contract for the above project. SWORN STATEMENT I hereby certify, under penalty of perjury and false swearing, that the foregoing statements are true and correct. Dated this day of 20. Contractor: By: Title: STATE OF OREGON ) ss. County of ) On this day of 20_, before me personally appeared whom I know personally whose identity I proved on the basis of whose identity I proved on the oath/affirmation of a credible witness to be the signer of the above document, and he/she acknowledged that he/she executed the same under oath/affirmation. Notary Public for Oregon 51 7/11/13 10:00. M Z:\Bothell\Data\CO_>\ 1014-033\Specs\Part I Bid Documents - TAP Project - Pump Station 7.11.14.doc 2014 RI-12 Engutcering, Inc. EXHIBIT I CERTIFICATE OF FINAL COMPLETION Project Number: Project: Contractor: Contract Signed: Contract Expires: Contract Completed: Delinquent: I hereby certify that I have completed my contract, furnished the materials, and performed the work as shown by the final estimate of the City, according to the plans and specifications. Contractor Title Date The City has determined the project is 100% complete in compliance with all contract documents. Inspector Supervisor Date Project Manager Date CITY of ASHLAND Title Date Unless otherwise provided as a Special Provision, when City accepts the Certificate of Final Completion, the date the Contractor signs the Certificate of Final Completion shall be the date the City accepts ownership of the work and the start date of the warranty period. 52 7/11/ 14 10:00 1\I Z:ABofliell\Data\COA\1014-033\Specs\Part I Bid Documents - TAP Project - Pump Station 7.1 LL4.doc © 2014 RH2 Engineering, Inc. EXHIBIT J INSTRUCTIONS TO BIDDERS The provisions of Oregon Administrative Rules Chapter 137, Divisions 46 and 49, apply to all bids and contracts concerning Public Improvements and Public Works in the City of Ashland. The OAR provisions control over any conflicting language in the City Standard Terms and Conditions, Special Provisions, including Technical Provisions and the OAR provisions are incorporated herein by this reference. 1. SCOPE OF WORK The work contemplated under this contract includes all permits, labor, tools, machinery, materials, transportation, equipment and services of all kinds required for, necessary for, or reasonable incidental to, the completion of all the work in connection with the project described in the contract documents, including the general conditions, all applicable special conditions, plans, specifications, or any supplemental documents. 2. EEO AFFIRMATIVE ACTION Bidders must comply with the City of Ashland Equal Opportunity Policy for Contractors. The policy is included in and made a part of these Contract Documents and is attached hereto and made a part hereof as Attachment A. Contractor shall not discriminate against minorities, women or emerging small business enterprises in the awarding of subcontracts. 3. BID PROVISIONS a. Each bid must contain a completed Bid including the following: A. A Bid and Schedule of Prices. B. Acknowledgement that the bidder has received and reviewed all Addenda for the bid. C. A statement that all applicable provisions of ORS Chapters 279A-C, including ORS 279C.800 to 279C.870 (Contracting and Prevailing Wages) shall be complied with. D. A statement by the bidder, as part of their bid, that the bidder agrees to be bound by and will comply with the provisions of ORS 279C.838, 279C.840 or 40 U.S.C. 3141 to 3148. E. A statement as to whether the bidder is a resident bidder as defined in ORS 279A.120. F. A statement as to whether or not the bidder is licensed under ORS 468A.720 for asbestos removal. G. A statement that the bidder has a current and valid registration with the Construction Contractor's Board and/or the State Landscape Contractors Board as required by ORS 671.530. H. A statement confirming that the bidder has a Qualified Drug-testing Program for employees in place. [OAR 137-049-0200(1)(c)(B)]. 1. First Tier Subcontractor form for the project on the City form (physically received in accordance with ORS 279C.370 within 2 working hours of the bid opening). J. A Surety Bond, Cashier's check or Certified check in the amount of 10 percent of the submitted bid. K. Certification: Non-discrimination (in proposal). L. Certification: No Conflict of Interest (in proposal). M. Certification: Not ineligible for Public Works Contracts [OAR 137-049-0230] (in proposal). b. The City will not mail notice of addenda but will publish notice of any addenda on City's website and post the notice of addenda at: www.ashland.or.us The addenda may be downloaded or picked up at the City of Ashland Engineering Office front counter located at 51 Winburn Way, Ashland Oregon, 97520. Check the website and City Hall bulletin board frequently until closing. Addenda to the Contract Documents shall be mailed to potential Bidders that have obtained a copy of the Contract Documents. c. No bid will be received or considered by the City of Ashland unless the bid contains a statement by the bidder as a part of its bid that the Contractor shall be bound by and will comply with the provisions of ORS 53 7/11/64 10:00 AM Z:ABotltell\Data\CO-1\1014-o33\Specs\Part I Bid Documents - TAP Project- Puinp Station 7.11.14.doc 0 2014 RH2 EnJtiteering, Inc. 279C.838, 279C.840 or 40 U.S.C. 3141 to 3148. The statement shall be included in the Bid form. The existing prevailing rate of wage is available at: http://www.oregon.gov/BOLI/WHD/PWR/pwr_book.shtml. d. Each Bidder must identify in the Bid whether the Bidder is a "resident bidder" as defined in ORS 279A.120. e. Unless specified in the ITB, and Contract Special Provisions, the bidder.or subcontractor need not be licensed under ORS 468A.720 relating to asbestos abatement. f. No bid for a construction contract shall be received or considered by the City of Ashland unless the bidder is licensed with the Construction Contractors Board or licensed by the State Landscape Contractors Board as required by ORS 671.530. g. Each Bidder must demonstrate that its firm has a Qualified Drug Testing Program for employees in place and demonstrate compliance prior to award. h. Instructions for First-Tier Subcontractors Disclosure. Bidders are required to disclose information about certain first-tier subcontractors when the contract value for a Public Improvement is greater than $100,000 (see ORS 279C.370; OAR 137-049-0360). Specifically, when the contact amount of a first-tier subcontractor furnishing labor or labor and materials would be greater than or equal to (i) 5% of the project bid, but at least $15,000, or (ii) $350,000 regardless of the percentage, the bidder must disclose the following information about that subcontract in its bid submission or within two (2) working hours after bid closing: (a) The subcontractor's name, (b) The dollar value of the subcontract, and (c) The category of work that the subcontractor would be performing. If the bidder will not be using any subcontractors that are subject to the above disclosure requirements, the bidder is required to indicate "NONE" on the accompanying form. Disclosure forms will be available for public inspection after the opening of the bids. THE CITY OF ASHLAND MUST REJECT A BID AS NON-RESPONSIVE IF THE BIDDER FAILS TO SUBMIT THE DISCLOSURE FORM WITH THE REQUIRED INFORMATION BY THE STATED DEADLINE (see OAR 137-049-0360). i. Bid Security. [OAR 137-049-0290] No bid will be received or considered unless the Bid is accompanied by a certified check, cashier's check, (payable to the City of Ashland), surety bond (in approved form)(f/k/a/ bid bond), or irrevocable letter of credit issued by an insured institution [ORS 706.008] (in an approved form) in an amount equal to ten percent (10%) of the total amount bid. The successful bidder will be required to furnish a faithful performance bond and a labor and material payment bond each in the amount of one hundred percent (100%) of the amount of the contract. Said security shall be irrevocable for 60 days, unless specified otherwise. The bid security shall be forfeited, at the City's option, as fixed and liquidated damages, if the bidder fails or neglects to furnish the required performance bond, the insurance, or to execute the contract within 10 working days after receiving the contract from the City for execution. When a bond is used for bid security, the bond shall be executed by a surety company authorized to transact business in the State of Oregon. THE BIDDER SHALL HAVE THE SURETY USE THE SURETY BOND FORM PROVIDED HEREIN. IF THIS FORM IS NOT USED, THE BID WILL BE DEEMED NON-RESPONSIVE AND SHALL BE REJECTED. All such certified checks or surety bonds will be returned to the respective bidders within 10 working days after the bids are opened, except those of the two low bidders. The bid security of the two low bidders will be held by the City until the selected bidder has accomplished the following: A. Executed a formal contract; B. Executed and delivered to the City a Performance Bond and Payment Bond, both in the amount equal to 54 7/11/ 14 10:00 A\1 Z:\Bothell\Data\CO-\\iol4-033\Specs\Part I Bid Documents - TAP Project - Pump Station 7.11.14.doc © 2014 M2 Engineering. Inc. 100% of the Contract Price; C. Furnish proof of public works bond filed with BOLI; and D. Furnish the required Certificates of Insurance. Upon the execution and delivery to the City of Ashland of the Contract and Performance Bond and Payment Bond and furnishing proof of a public works bond filed with BOLI by the successful bidder, the bid security shall be returned to the bidder. The bidder who has been awarded a contract and who fails or neglects to promptly and properly execute the contract or bonds shall forfeit the bid security that accompanied the bid. It is hereby specifically provided that a forfeiture of said bid security be declared by the Council if the contract and performance bond and payment bond are not executed and delivered to the City within ten (10) working days of the day of the receipt by the successful bidder of the prepared contract. The Council, at its option, may determine that the bidder has abandoned the submitted accepted bid, in which case the bid security shall become the sole property of the City and shall be considered as liquidated damages and not as a penalty for failure of the bidder to execute the contract and bond. The security of unsuccessful bidders shall be returned to them after the contract has been awarded and duly signed. j. A Bidder submitting a bid thereby certifies that no officer, agent, or employee of the City who has a pecuniary interest in this bid has participated in the contract negotiations on the part of the City, that the Bid is made in good faith without fraud, collusion, or connection of any kind with any other Bidder for the same call for bids, and that the Bidder is competing solely on its own behalf without connection with, or obligation to, any undisclosed person or firm. k. The Bidder, in submitting the bid, certifies that the Bidder has not been disqualified and is eligible to receive a contract for a public work pursuant to ORS 279C.860 as well as the disqualification provisions of ORS 279C.440 and OAR 137-049-0370. Bidder agrees, if awarded a contract, that every subcontractor will not be ineligible to receive a contract for a public work pursuant to ORS 279C.860 and will otherwise not be disqualified under ORS 279C.440 and OAR 137-049-0370. 4. PREOFFER CONFERENCE AND PREQUALIFICATION OF BIDDERS If a pre-offer conference is scheduled, notice will be provided in accordance with OAR 137-049-0200(1)(a)(B). If prequalification will be required it will be specifically stated in the Notice to Contractors and Invitation to Bid, including the date prequalification applications must be filed under ORS 279C.430 and the class or classes of work for which bidders must be pre-qualified. [OAR 137-049-0200(1)(a)(C).].[ORS 279C.365(1)(c)] For example, the requirement for ODOT Prequalifccation reads as follows: Bidders must be pre-qualified with the Oregon Department of Transportation or General Service per ORS 279C.435 to perform the type and size of work contemplated herein and shall submit, to the City upon request. The City will investigate and determine the qualifications for the apparent low bidder prior to awarding the contract. [OAR 137- 049-0220]. Applications submitted without being designated for a project advertised for bid by the City will be considered as a general prequalification application and processed pursuant to ORS 279C.430 to 279C.450, and notice of prequalification status will be given within thirty (30) days of the receipt of the application. A notice of disqualification can be given orally. An oral disqualification notice will be followed by written notice and bear the date of the oral notice. (NOTE: No person may engage in any business within the City without first obtaining a City Business License and paying the fee prescribed pursuant to City of Ashland Ordinance and accompanying Fee Resolution) 55 7/11/14 10:00 A -M Z:ABothell\Data\C0.4\1014-033\Specs\Part I Bid Documents - TAP Project - Pump Station 7.11.14.doc 2014 RH2 Engineering, Inc. 5. FORM OF BID a. Bid shall be submitted to: Street Address: Mailing Address: Morgan Wayman Morgan Wayman Senior Project Engineer Senior Project Engineer City of Ashland City of Ashland 51 Winburn Way 20 East Main Street Ashland, Oregon 97520 Ashland, Oregon 97520 If the sealed bid is forwarded by mail or messenger service, the sealed envelope containing the bid, and marked as above, must be enclosed in another envelope addressed as noted above. Facsimile and Electronic Data Interchange bids shall not be accepted unless otherwise specified in the Special Provisions. No bid will be received or considered by the City unless the bid contains all the Required Bid Documents and Certifications. b. All bids must be clearly and distinctly typed or written with ink or indelible pencil and be on the Bid form furnished by Owner. The bid must be signed by the Contractor or a duly authorized agent. If erasures or other changes appear on the form, they shall be initialed in ink by the person who signs the bid. The bidder shall not alter, modify or change the Bid forms except as directed by addendum. All applicable blanks giving general information must be completed, in addition to necessary unit price items and total prices in the column of totals to make a complete bid. The Bid is the bidder's offer to enter into a contract which, if the Bid is accepted for award, binds the bidder to a contract and the terms and conditions contained in the Bid, as well as the Solicitation Documents. A bidder shall not make the Bid contingent upon the City's acceptance of specifications or contract terms which conflict with or are in addition to those advertised in the Notice to Contractors and Invitation to Bid. Any statement accompanying and tending to qualify a bid may cause rejection of such bid, unless such statement is required in a bid embracing alternative bids. c. Unless otherwise specified, Bidders shall bid on all bid items included in the bid and the low Bidder shall be determined. Except as provided herein, bids which are incomplete, or fail to reply to all items required in the bid may be rejected. d. Bidders shall state whether business is being done as an individual, a co-partnership, a corporation, or a combination thereof, and if incorporated, in what state, and if a co-partnership, state names of all partners. The person signing on behalf of a corporation, a co-partnership or combination thereof shall state their position with the firm or corporation, and state whether the corporation is licensed to do business in the State of Oregon. 6. LATE BIDS Bids received after the scheduled closing time for submission of bids as set forth in the invitation for bids will be rejected. Bids will be time and date stamped by Community Development Department / Public Works Counter personnel upon receipt. Such time and date stamps will govern the determination of on-time submission of bids. Bids received after the time so fixed are late bids. Late bids will be time and date stamped at the time of receipt by City personnel, marked as "Rejected as Late Bid" and will be returned, unopened, to the submitted. 56 7/11/14 10:00 _A11 Z:ABothell\Data\CO A\1014-033\Specs\Part 1 Bid Documents - TAP Project- Pump Station 7.11.14.doc 2014 RI 12 Engineering, Inc. 7. INTERPRETATION OF CONTRACT AND ADDENDA If a bidder finds error, discrepancies in, or omissions from the plans, specifications or contract documents, or has doubt as to their interpretation or meaning, the bidder shall at once notify the City Contact Person/ Project Manager. The City will investigate and determine if an addendum will be issued. If it should appear to a Bidder that the work to be done or matters relative thereto are not sufficiently described or explained in the Contract Documents or that Contract Documents are not definite and clear, or the Bidder needs additional information or an interpretation of the contract, the Bidder may make written inquiry regarding same to the Project Manager at least ten (10) days, unless otherwise specified, before the scheduled closing time for submission of bids. If, in the opinion of the Project Manager, additional information or interpretation is required, an addendum will be issued to all known specification holders. Any addendum or addenda issued by the City which may include changes, corrections, additions, interpretations or information, and issued seventy-two (72) hours or more before the scheduled closing time for submission of bids, Saturday, Sunday and legal holidays not included, shall be binding upon the Bidder. City shall supply copies of such Addenda will not be mailed but will be posted on the website and available at Community Development Department Counter; failure of the Contractor to receive or obtain such addenda shall not excuse them from compliance therewith if they are awarded the contract. ORAL INSTRUCTIONS OR INFORMATION CONCERNING THE CONTRACT OR THE PROJECT GIVEN OUT BY OFFICERS, EMPLOYEES OR AGENTS OF THE CITY TO PROSPECTIVE BIDDERS SHALL NOT BIND THE CITY. 8. EXAMINATION OF CONTRACT, SITE OF WORK AND SUBSURFACE DATA a. Prior to submitting a bid, it is the responsibility of each Bidder to: A. Examine the plans, specifications and contract documents thoroughly. B. Become fully informed as to the quality and quantity of materials and the character of the work required. C. Visit the site to become familiar with local conditions that may affect cost, progress, or performance of the work and sources and supply of materials. D. Consider all federal, state and local laws, ordinances, rules and regulations that may affect cost, progress, or performance of the work, including environmental and natural resource ordinance and regulations E. Consider identified site conditions and conduct pre-bid inspection to address environmental and natural resource laws implicated by the project. F. Study and correlate the Bidder's observations, especially as regards site conditions with the Contract Documents. G. Notify the Contact Person of all conflicts, errors, ambiguities or discrepancies discovered in the Contract Documents. b. Bidders shall determine for themselves all the conditions and circumstances affecting the project or the cost of the proposed work, including without limitation utility interferences, by personal examination of the site, careful review of the Contract and by such other means as the Bidder feels may be necessary. It is understood and agreed that information regarding subsurface or other conditions, or obstructions indicated in the Contract Documents, is provided by Owner only for the convenience of Bidders and may not be complete or accurate and such information is not expressly or tacitly warranted to accurately represent actual conditions. Bidder's use of such information shall be at Bidder's sole risk, and Bidder is responsible to confirm any information provided from such independent sources as Bidder feels may be necessary. 57 7/11/ 14 10:00 AM Z:ABotliell\Data\COA\1014-033\Specs\Part I Bid Documents - TAP Project - Pump Station 7.11.14.doc © 2014 RH2 Lngviecrvtg, Inc. c. Logs of test holes, test pits, soils reports, ground-water levels and other supplementary subsurface information are offered as information of underlying materials and conditions at the locations actually tested. Owner will not be liable for any loss sustained by the Bidder as a result of any variance between conditions contained in or interpretations of test reports and the actual conditions encountered during progress of the work. d. The submission of a Bid shall be conclusive evidence that the Bidder has investigated and is satisfied as to the site subsurface conditions to be encountered, as to the character, quality and quantities of work to be performed and materials to be furnished, and as to the requirements of the Contract. e. The City will not pay any costs incurred by any Bidder in the submission of a Bid, or in making necessary studies or designs for the preparation thereof, or for procuring or contracting for the items to be furnished under the invitation to bid. When submitting a bid, the Bidder agrees that consideration has been given to the requirements and conditions contained throughout these bid documents. f. Notice: It is further understood that a bid awarded hereunder is subject to the City being able to comply with all zoning and land development ordinances or obtain rezoning of the property where necessary, and comply with local building code restrictions and conditions for structures contemplated in the project, any or all of which conditions may be contained in the contract or contract Special Provisions and if such conditions are not satisfied may result in termination of the contract. 9. FAMILIARITY WITH LAWS AND ORDINANCES a. The Bidder is presumed to be familiar with all Federal, State, and local laws, ordinances, and regulations which in any manner affect those engaged or employed in the work or the materials or equipment used in the proposed construction, or which in any way affect the conduct of the work. If the Bidder, or Contractor, shall discover any provision in the Contract which is contrary to or inconsistent with any law, ordinance or regulation, it shall immediately be reported to the Owner in writing. b. No person may engage in any business within the City without first obtaining a City business license and paying the fee prescribed pursuant to City of Ashland Ordinance. The Contractor and their subcontractors shall obtain a City of Ashland business license prior to beginning any work within the City of Ashland. 10. UNIT BIDS a. The estimate of quantities of work to be done under unit price bids is approximate and is given only as a basis of calculation for comparison of bids and award of the Contract. The City does not warrant that the actual amount of work will correspond to the amount as shown or estimated. Payment will be made at unit prices under a contract, only for work actually performed or materials actually furnished according to actual measurement that were necessary to complete the work. b. Bidders must include in their bid prices the entire cost of each item of work set forth in the bid, and when, in the opinion of the City, the prices in any bid are obviously unbalanced, such bid may be rejected. c. The unit contract prices for the various bid items of the contract shall be full compensation for all labor, materials, supplies, equipment, tools and all things of whatsoever nature are required for the complete incorporation of the item into the work the same as though the item were to read "In Place." 11. WITHDRAWAL, MODIFICATION OR ALTERATION OF BID a. Bids may be withdrawn on written request received from the bidders prior to the time fixed for opening. The request shall be executed by the bidder or a duly authorized representative. The withdrawal of a bid does not prejudice the right of the bidder to file a new bid. Negligence on the part of the bidder in preparing the bid confers no right for the withdrawal of the bid after it has been opened. The bid will be irrevocable until such time as the City: 58 7/11/14 10:00 AEI Z:\Botliell\Data\COA\ 1013-033\Specs\Part I Bid Documents - TAP Project - Pump Station 7.11.14.doc © 2014 IM2 Engineering, Inc. A. Specifically rejects the bid, and B. Awards the contract to another bidder and said contract is properly executed. All bids shall remain subject to acceptance by the City for sixty (60) days after the date of the bid opening. b. Prior to Bid Opening, changes may be made provided the change is initialed by the Bidder or the Bidder's agent. If the intent of the Bidder is not clearly identifiable, the interpretation most advantageous to Owner will prevail. c. No Bidder may withdraw a bid after bid opening unless sixty (60) days have elapsed and the City has not awarded a contract. 12. MISTAKES IN BIDS a. To protect the integrity of the competitive solicitation process and to assure fair treatment of Bidders, City will carefully consider whether to permit waiver, correction or withdrawal for certain mistakes. b. Treatment of Mistakes. City shall not allow a Bidder to correct or withdraw a Bid for an error in judgment. If the City discovers certain mistakes in a Bid after Opening, but before award of the Contract, the City may take the following action: A. City may waive, or permit a Bidder to correct, a minor informality. A minor informality is a matter of form rather than substance that is evident on the face of the Bid, or an insignificant mistake that can be waived or corrected without prejudice to other Bidders. Examples of minor informalities include a Bidder's failure to: (1) Return the correct number of Signed Bids or the correct number of other documents required by the Solicitation Document; (2) Sign the Bid in the designated block, provided a Signature appears elsewhere in the Bid, evidencing an intent to be bound; and (3) Acknowledge receipt of an Addendum to the Solicitation Document, provided: it is clear on the face of the Bid that the Bidder received the Addendum and intended to be bound by its terms; and the Addendum involved did not affect price, quantity or delivery. B. City may correct a clerical error if the error is evident on the face of the Bid, or other documents submitted with the Bid, and the Bidder confirms the City's correction in Writing. A clerical error is a Bidder's error in transcribing its Bid. Examples include typographical mistakes, errors in extending unit prices, transposition errors, arithmetical errors, instances in which the intended correct unit or amount is evident by simple arithmetic calculations (for example a missing unit price may be established by dividing the total price for the units by the quantity of units for that item or a missing, or incorrect total price for an item may be established by multiplying the unit price by the quantity when those figures are available in the Bid). In the event of a discrepancy, unit prices shall prevail over extended prices. C. City may permit a Bidder to withdraw a Bid based on one or more clerical errors in the Bid only if the Bidder shows with objective proof and by clear and convincing evidence: (1) The nature of the error; (2) That the error is not a minor informality under this subsection or an error in judgment; (3) That the error cannot be corrected or waived under subparagraph (b) of this subsection; (4) That the Bidder acted in good faith in submitting a Bid that contained the claimed error and in claiming that the alleged error in the Bid exists; (5) That the Bidder acted without gross negligence in submitting a Bid that contained a claimed error; (6) That the Bidder will suffer substantial detriment if the City does not grant it permission to withdraw the Bid; (7) That the City's or the public's status has not changed so significantly that relief from the forfeiture will work a substantial hardship on the City or the public it represents; and (8) That the Bidder promptly gave notice of the claimed error to the City. D. The criteria in subsection (c) above shall determine whether a City will permit a Bidder to withdraw its Bid after Closing. These criteria also shall apply to the question whether an City will permit a Bidder to withdraw its Bid without forfeiture of its bid bond (or other bid security), or without liability to the City based on the difference between the amount of the Bidder's Bid and the amount of the contract actually 59 7/11/14 10:00 _-U Z:ABothe11\Data\C0 .1\ 1014-033\Specs\Part I Bid Documents - T9P Project -Pump Station 7.1 l.ld.doc © 2014 RI-12 Engineering, Inc. awarded by the City, whether by award to the next lowest Responsive and Responsible Bidder or the best Responsive and Responsible Proposer, or by resort to a new solicitation. c. Rejection for Mistakes. The City shall reject any Bid in which a mistake is evident on the face of the Bid and the intended correct Bid is not evident or cannot be substantiated from documents accompanying the Bid, i.e., documents submitted with the Bid. 13. REJECTION OF BIDS a. The City may reject any bid upon a finding that the Bid meets the criteria specified in OAR 137-049- 0440(1)(a) or (b) or has not provided the certification required under OAR 137-049-0440(3). The City shall reject a Bid from a Bidder who meets the criteria specified in OAR 137-049-0440(1)(c). The City may, for good cause, reject any or all bids upon a finding it is in the public interest to do so. In any case where competitive bids are required and all bids are rejected, and the proposed contract is not abandoned, new bids may be called for as in the first instance. The City may, at its own discretion, waive minor informalities. b. This invitation to bid does not commit the City to pay any costs incurred by any Bidder in the submission of a Bid, or in making necessary studies, subsurface investigations or designs for the preparation of a Bid, or for procuring or contracting for the items to be furnished pursuant to the Contract Documents. The City reserves the right to reject any or all bids when such rejection is in the best interest of the City of Ashland. Bids may be rejected if they show any alteration of form, additions not called for, conditional bids, incomplete bids, erasures, or irregularities of any kind. When Bids are signed by an agent, other than the officer or officers of a corporation authorized to sign contracts on its behalf, or a member of a partnership, a "Power of Attorney" must be submitted with the Bid or on file with the City Administrator prior to opening of bids; otherwise, the Bid will be rejected as irregular. More than one Bid from an individual, firm, partnership, corporation, or combination thereof with an interest in more than one bid, for the items bid, will be cause for the rejection of all Bids in which such individual, firm, partnership, corporation, or combination thereof, is interested. If there is reason to believe that collusion exists among bidders, none of the bids of the participants in such collusion will be considered, and all involved bids shall be rejected. Bids in which prices are obviously unbalanced may be rejected. 14. BID PROTEST [OAR 137-049-02601 Bidders may, in writing protest or request changes of any specifications or contract terms in accordance with adopted City contracting rules. The written protest or request for changes must be received by the City no later than ten (10) calendar days prior to the Bid Closing Date. The written protest or request shall include the reasons for the protest or request, and any proposed changes to the bid specifications or contract terms and a description of the prejudice to the bidder. Envelopes containing bid protests shall be marked "Contract Provision Protects or Request" with the Bid Number and Closing Date. No protest against award, owing to the content of the bid specifications or contract terms shall be considered after the deadline established for submitting protests of bid specifications or contract terms. 15. ORS 654.150 SANITARY FACILITIES AT CONSTRUCTION PROJECTS STANDARDS, EXEMPTIONS If the contract price is estimated (itemized bid) or bid (lump sum) by Contractor at $1,000,000 or more, Contractor shall be responsible for all costs (which costs shall be included in the bid whether or not a specific bid item is provided therefore) that may be incurred in complying with or securing exemption or partial exemption from the requirements of ORS 654.150 (Sanitary facilities at construction projects; standards, exemptions) and the rules adopted pursuant thereto. Determination of applicability of ORS 654.150 to the project is the sole responsibility of the Contractor. 60 7/11/14 10:00 AM Z:\Bothell\Data\CO.1\1011-033\Specs\Part I Bid Document, - TAP Project - Pump Station 7.11.1 l.doc D 2014 RH2 Cnghieervtg, Inc. Attachment A CITY OF ASHLAND Nondiscrimination and Equal Opportunity Policy for Contractors 1. GENERAL POLICY OF NON-DISCRIMINATION It is the policy of the City of Ashland to promote equal opportunity to all persons regardless of race, religion, color, national origin, sex, age, marital status, handicap, or political affiliation, in respect to employment, public services, facilities and accommodations. This policy is reinforced by obligations assumed by the City as a condition of receipt of federal and state funds. This policy thus becomes an obligation which must be assumed by the Contractor as well. Because in some cases religion, sex, age, or disability may properly be the basis for denial or restriction of privileges with respect to employment, public services, facilities or accommodations, the following more specific obligations, terms, or conditions shall apply. 2. DISCRIMINATION BECAUSE OF RELIGIOUS BELIEF With respect to terms and conditions of employment and hiring only, the Contractor shall be deemed to have complied with the general obligation of according equal opportunity without regard to religion if every reasonable effort has been made to accommodate the particular religious beliefs or practices of an employee or applicant for employment, but such accommodation cannot be made without undue hardship to the employer. 3. DISCRIMINATION BECAUSE OF SEX With respect to terms and conditions of employment and hiring only, the Contractor shall be deemed to have complied with the general obligation of according equal opportunity notwithstanding any rule, standard, practice, or decision which accords an employee or applicant different treatment because of sex, if such rule, standard, practice, or decision is based upon a bona fide occupational qualification which the employer cannot, without undue hardship, modify or waive to accommodate the employee or applicant. With respect to public services, facilities, and accommodations the Contractor shall be deemed to have complied with the general obligation of according equal opportunity notwithstanding any rule, standard, practice, or decision which restricts or limits access to such on a basis of sex where: a. Physical facilities such as restrooms, bathing facilities, dressing rooms, etc. must be segregated on the basis of sex to accord personal privacy or comply with local, state, or federal law, or ordinance, or administrative regulation; or b. The content or subject matter of a program or service is clearly of benefit to persons of a particular sex only because it deals with medical, psychological, or sociological factors inherently linked to the characteristics of one sex only, or its effectiveness in providing benefit to persons of one sex would be unreasonably and adversely affected by the participation of persons of the opposite sex. 4. DISCRIMINATION BECAUSE OF DISABILITY With respect to terms and conditions of employment and hiring only, the Contractor shall be deemed to have complied with the general obligation of according equal opportunity to persons who are physically or mentally disabled if every reasonable effort has been made to accommodate any physical or mental disabilities of an employee or applicant, but such accommodations cannot be made without undue hardship to the employer; or where, because of such disability, the employee or applicant cannot meet a bona fide occupational qualification that cannot be waived or modified without undue hardship to the employer. With respect to public services, facilities and accommodations only, the Contractor shall be deemed to have complied with the general obligation of according equal opportunity to persons who are physically or mentally disabled where: 61 7/11/ 14 10:00 AM Z:ABothell\Dita\C0 .1\ 1014-033\Specs\Part I Bid Documents - TAP Project - Pump Station 7.11.14.doc 0 2014 RH2 Fripieermg. Inc. a. Architectural barriers limiting access to facilities owned or occupied by the Contractor cannot be eliminated without structural alterations, and are permitted to remain under the provisions of the Oregon State Structural Specialty Code; or b. A program or activity, viewed in its entirety, is readily accessible to and usable by persons who are physically or mentally disabled. c. The purpose of the program, service, or facility is to provide a special benefit to persons characterized by a particular handicap in some respect specially related to the educational, medical, psychological, mobility, social or economic needs of persons so disabled. 5. DISCRIMINATION BECAUSE OF AGE With respect to terms and conditions of employment and hiring only, the Contractor shall be deemed to have complied with the general obligation of according equal opportunity regardless of age where: a. Certain positions include duties which must, by law or ordinance, be performed by persons over a certain age, and the employer cannot accommodate the employment of a person under that minimum age without undue hardship; b. The employee or applicant has passed any applicable age established by the Congress of the United States beyond which an employer may reject an employment application or mandate an employee's retirement. With respect to public services, facilities, and accommodations only, the Contractor shall be deemed to have complied with the general obligation of according equal opportunity without regard to age where: c. The purpose of the service, facility, or accommodation is to benefit or serve persons under 18 years of age or their adult custodians in some respect specially related to the needs of such persons; or d. The purpose of the service, facility, or accommodation is to benefit or serve persons 65 years of age or older in some respect specially related to the educational, medical, psychological, mobility, social, or economic needs common to persons of that age group. 6. DEFINITIONS As used in this Policy, there are several terms specifically defined in various federal, state, and local laws, ordinances, and administrative regulations applicable either because of the City's receipt of federal or state funds, or because they are general laws and ordinances prohibiting discrimination. In addition, judicial and administrative decisions have created an additional body of law further defining these terms in their application. Because of the magnitude and complexity of these various legal definitions and interpretations, it is not possible to provide exhaustive definitions herein. The Contractor should be guided by the following general rules: a. Where two separate legal definitions or interpretations may apply in a given situation, the one according the greatest degree of protection to the person entitled to their protection shall govern. b. "Disability" and "handicap" are intended to be synonymous. c. The Contractor is not entitled to advisory opinions or advice from City representatives as regards the specific application of this policy. It is up to the Contractor, and their own legal counsel to ascertain compliance with this policy, federal, state and local law. The City expressly disclaims any responsibility for the Contractor's reliance on advice or opinions given by City representatives. d. The Contractor is cautioned that restrictions in deeds, leases, collective bargaining agreements, and other contracts may not in every case justify an otherwise discriminatory act, policy, or practice. The Contractor must, at his own risk and expense, comply with this Policy regardless of contractual restrictions which do not justify Contractor's acts, policies, or practices. 62 7/11/ 14 10:00 AM Z:\Bothell\Data\CO%\1014-033\Specs\Part I Bid Documents - TAP Project - Pump Station 7.11.14.doc © 2014 RH2 Engvieecuig, Inc. 7. ADVERTISING AND PROMOTIONAL MATERIAL In all advertising, postings, and promotional material relating to hiring, the Contractor shall include the following statement: " (name of contractor) is an equal opportunity employer and does not discriminate in hiring, promotion, layoff, discipline, transfer, compensation, or other terms of employment because of a person's race, religion, color, national origin, sex, age, marital status, handicap, or political affiliation." EXCEPTION: In "classified" advertising the Contractor need only include the statement "An Equal Opportunity Employer." In all advertising, postings, and promotional material relating to programs and services funded in whole or in part under a contract with the City of Ashland, the Contractor shall include the following statement: "This (program or service as applicable) is open to all persons without regard to race, religion, color, national origin, sex, age, marital status, handicap or political affiliation. For further information about this equal opportunity policy, contact (name of contractor's representative) at (phone number) 8. RETALIATION The Contractor shall not, in any manner, accord different or unequal treatment to or in any way discriminate against any person because of such person's filing of or participation in any grievance or complaint of discrimination contrary to its policy, whether such grievance or complaint is logged with the City of Ashland, or any state or federal court or agency. 9. GRIEVANCE PROCEDURE During the term of this Contract, and for at least six months thereafter, the Contractor shall conspicuously display the attached "Notice: Your Rights to Have Discrimination Complaints Heard" in locations accessible to the public at its principal office and all other premises within the City of Ashland where it conducts any operations. Likewise the Contractor shall fully cooperate with the designated representative of the City of Ashland and state and federal civil rights compliance agencies in investigating, mediating, and otherwise handling complaints or grievances concerning this Policy. 10. VIOLATIONS Violation by the Contractor of any provision of this Policy may, in addition to any remedy accorded an aggrieved person, be cause for termination of the Contract, debarment from participation in future City of Ashland contracts, or both. 11. CONTRACTS DIRECTLY FUNDED BY FEDERAL OR STATE AGENCIES If this Contract is funded in whole or in part by federal or state grants, there may be imposed on the Contractor the additional obligation of "affirmative action" to ensure equal opportunity, and specific standards and reporting requirements to be met. "Affirmative action," in general, means taking positive and affirmative steps to involve historically disadvantaged classes of persons in the performance of the work or participation in the benefits of this Contract. These steps may include special recruitment efforts, specific goals as to percentages of such persons employed in certain jobs, specific goals as to percentages of such persons employed in certain jobs, specific standards for the amount of work to be subcontracted to minority-owned businesses, etc. If there are such additional requirements beyond this policy, the invitation to Bidders or Request for Proposals will state: 63 7/11/14 10:00 AM Z:ABothell\Data\CO.k\ 1014-033\Specs\Part I Bid Documents - T_AP Project - Pump Station 7.11.1+.doc © 2014 RI-12 Engvicetvig, Inc. "This project is funded in whole or in part through (name of agent) Special equal opportunity requirements imposed by that agency are contained in the bid documents, and bidders are cautioned to examine them carefully in preparing their bids." 64 7/11/ 14 10:00 AM Z:\Botliell\Data\COA\1014-033\Specs\Part I Bid Documents - TAP Project - Pump Station 7.11.14.doc © 2014 It-12 Engmenirg, Inc. PAGE LEFT INTENTIONALLY BLANK 65 7/ 11/14 10:00 XM Z:ABothcll\Data\CO.1\1014-033\Specs\Part I Bid Documents - TAP Project - Pump Station 7.11.14.doc © 2U13 RF 12 L-igpecrvig, Inc. EXHIBIT A CITY OF ASHLAND STANDARD TERMS AND CONDITIONS FOR PUBLIC IMPROVEMENT CONTRACTS 1. Contractor is Independent Contractor a. Contractor shall perform the work required by this contract as an independent contractor. Although the City reserves the right (i) to specify the desired results; (ii) to determine (and modify) the delivery schedule for the work to be performed; and (iii) to evaluate the quality of the completed performance, the City cannot and will not control the means or manner of the Contractor's performance. The Contractor is responsible for determining the appropriate means and manner of performing the work. b. The Contractor represents and warrants that Contractor (i) is not currently an employee of the federal government or the State of Oregon, and (ii) meets the specific independent contractor standards of ORS 670.600, as certified on the Independent Contractor Certification Statement attached as Exhibit D. c. Contractor will be responsible for any federal or state taxes applicable to any compensation or payment paid to Contractor under this contract. d. Contractor is not eligible for any federal Social Security, unemployment insurance, state Public Employees' Retirement System, or workers' compensation benefits from compensation or payments to Contractor under this contract. 2. Subcontracts and Assignment Contractor shall not subcontract any of the work required by this contract, or assign, sell, dispose of, or transfer any of its interest in this contract, nor delegate duties under the contract, either in whole or in part, without the prior written consent of the City. Such consent if provided shall not relieve the Contractor of any of the obligations under the contract. Any assignee or transferee shall be considered the agent of the contractor and be bound to abide by all provisions of the contract. If the City consents in writing to an assignment, sale, disposal or transfer of the Contractor's rights or delegation of Contractor's duties, the Contractor and its Surety, if any, shall remain liable to the City for complete performance of the Contract as if no such assignment, sale, disposal, transfer or delegation had occurred unless the City otherwise agrees in writing. [OAR 137-049-0200(2)] Use of Subcontractors, material suppliers or equipment suppliers shall in no way release Contractor from any obligations of contract with City. Contractor will provide in all subcontract agreements that the Subcontractor, material supplier and equipment supplier will be bound by the terms and conditions of this Contract to the extent that they relate to the Subcontractor's work, material or equipment. All Subcontracts are assignable to the City at City's option, in the event this agreement is terminated for default of Contractor. Contractor covenants and agrees to bind any and all subcontractors for performance of work under this Contract in the same manner Contractor is bound to City. Contractor further agrees that if subcontractors are employed in the performance of this contract, the Contractor and its subcontractors are subject to the requirements and sanction of ORS Chapter 656, Workers' Compensation. 3. No Third Party Beneficiaries City and Contractor are the only parties to this contract and are the only parties entitled to enforce its terms. Nothing in this contract gives or provides any benefit or right, whether directly, indirectly, or otherwise, to third persons 18 7/9/14 10:42 P\I Z:\Rothell\Data\COA\1014-033\Spec,,\Part I Rid Documents - TAP Project Phase 1 - Pump Station 7.9.14.doc © 2014 R112 Engineeeigg, Inc. unless such third persons are individually identified by name herein and expressly described as intended beneficiaries of the terms of this contract. 4. Successors in Interest The provisions of this contract shall be binding upon and shall inure to the benefit of the parties hereto, and their respective successors and approved assigns, if any. 5. Contract Documents The Contract Documents, which comprise the entire Contract between the City and Contractor, include all sections or parts of the bid package however denominated, including all documents and plans attached or referenced therein, the Notice to Contractors - Invitation to Bid, Offer, First-Tier Subcontractors Disclosure Form, Surety Bond, Public Improvement Contract, Contract Standard Terms and Conditions and Exhibits thereto, Performance Bond, Payment Bond, Special Provisions, Plans entitled " TAP Emergency Intertie Proiect - Phase I", Construction Drawings, Standard Drawings, and Contract Addendums, all attached hereto, and incorporated herein by this reference, together with the Prevailing Wage (BOL1) ifapplicable AND any other separately bound reference, Oregon 2008 Standard Specifications for Construction, and City of Ashland Addenda, incorporated herein by this reference. All exhibits, schedules and lists attached to the Contract Documents, or delivered pursuant to the Contract Documents, shall be deemed a part of the Contract Documents and incorporated herein, where applicable, as if fully set forth herein. 6. Contractor's Representations By executing this contract, the Contractor hereby certifies that the representations made by the Contractor in the Contract Documents, including specifically the Offer, are true and correct and are incorporated herein by this reference. Contractor further certifies that Contractor has given the City written notice of conflicts, errors, ambiguities, or discrepancies that it has discovered in the Contract Documents, and the written resolution thereof by the City is acceptable to the Contractor, and the Contract Documents are generally sufficient to indicate and convey understanding of terms and conditions for performing and furnishing the project work. 7. Drug Testing [ORS 279C.505(2)] a. Contractor shall certify to the City that it has a drug-testing program in place for all its employees that includes, at a minimum, the following: A. A written employee drug-testing policy, B. Required drug testing for all new Subject Employees or alternatively, required testing of all Subject Employees every 12 months on a random selection basis, and C. Required testing of a Subject Employee when the Contractor has reasonable cause to believe the Subject Employee is under the influence of drugs. b. A drug-testing program that meets the above requirements will be deemed a "Qualifying Employee Drug- testing Program." For the purposes of this section, an employee is a "Subject Employee" only if that employee will be working on the Public Improvement project job site. c. By executing and returning this contract the Contractor certifies, represents and warrants to the City that a Qualifying Employee Drug-testing Program is in place at the time of execution, will continue in full force and effect for the duration of this contract, and that Contractor will comply with the provisions of subsection d below. Further, the City's performance obligation (which includes, without limitation, the City's obligation to make payment) is contingent on Contractors compliance with this representation and warranty. d. Contractor will require each subcontractor providing labor for the project to: 19 7/9/14 10:42 PTI Z:\I3othcll\Data\COA\1014-033\Specs\Part I Rid Documents - TAP Project Phase 1 - Pump Station 7.9.14.doc © 2014 R112 Engineering, Inc. A. Demonstrate to the Contractor that it has a Qualifying Employee Drug-testing Program for the subcontractor's Subject Employees, and represent and warrant to the Contractor that the Qualifying Employee Drug-testing Program is in place at the time of subcontract execution and will continue in full force and effect for the duration of the subcontract; or B. Require that the subcontractor's Subject Employees participate in the Contractor's Qualifying Employee Drug-testing Program for the duration of the subcontract. 8. Notice to Proceed Written Notice to Proceed will be given by the City after the contract has been executed and the performance bond, payment bond, and all required insurance documents approved. Notice to proceed shall not be unreasonably delayed and shall generally occur within five (5) days of the contract date. Reasonable delay may be occasioned by the need to obtain necessary permits or easements or utility relocation. The Contractor shall commence the project work within fifteen (15) days of the date of the written Notice to Proceed. Contractor is not to commence work under the Contract prior to such written notice. 9. Suspension of the Work The City, and its authorized representatives, may suspend portions or all of the project work due to causes including, but not limited to: a. Failure of the Contractor to correct unsafe conditions; b. Failure of the Contractor to carry out any provision of the Contract; c. Failure of the Contractor to carry out orders; d. Conditions, in the opinion of the City, which are unsuitable for performing the project work; e. Allowance of time required to investigate differing site conditions; f. Any reason considered to be in the public interest. The contract time will not be extended, nor will the Contractor be entitled to any additional compensation if the work is suspended pursuant to subsections (a), (b) or (c). If the project work is suspended pursuant to subsection (f), the Contractor is entitled to a reasonable extension of the contract time and reasonable compensation for all verified costs resulting from the suspension plus a reasonable allowance for overhead with respect to such costs. Contractor shall not be paid on account of loss of anticipated profits or revenue or other economic loss arising out of or resulting from such termination. The foregoing provision concerning compensation in the event of a suspension of Work of this contract shall not apply if such suspension occurs as a result of the Contractor's violation of any Federal, State, or Local statutes, ordinances, rules or regulations, or as a result of any violation by the Contractor of the terms of this contract, including a determination by the City that the Contractor has not progressed satisfactorily with the Work in accordance with specifications. 10. Early Termination a. The City and the Contractor, by mutual written agreement, may terminate this Contract at any time. b. The City, on 30 days written notice to the Contractor, may terminate this Contract for any reason deemed appropriate in its sole discretion. c. The City may terminate this contract, in whole or in part, at any time for any reason considered by the City, in the exercise of its sole discretion, to be in the public interest. The City will provide the Contractor, and the Contractor's surety, seven (7) days prior written notice of a termination for public convenience. 20 7/9/14 10:42 PM Z:\&rthcll\IJata\COA\1014-033\Specs\Part I Rid Documents - T_AP Project Phase 1 - Pump Station 7.9.14.doc © 2014 Kul P.ngineenng, Inc. d. Either the City or the Contractor may terminate this Contract in the event of a breach of the Contract by the other. Prior to such termination, however, the party seeking the termination shall give to the other party written notice of the breach and of the party's intent to terminate. If the Party has not entirely cured the breach within 15 days of the notice, then the party giving the notice may terminate the Contract at any time thereafter by giving a written notice of termination. 11. Payment on Early Termination a. If this contract is terminated under 10(a)(b) or (c), the City shall pay the Contractor for work performed in accordance with the Contract prior to the termination date. b. If this contract is terminated under 10(d), by the Contractor due to a breach by the City, then the City shall pay the Contractor as provided in subsection (a) of this section. c. If this contract is terminated under 10(d), by the City due to a breach by the Contractor, then the City shall pay the Contractor as provided in subsection (a) of this section, subject to set off of excess costs, as provided for in section 12, Remedies. 12. Remedies In the event of termination under 10(d), by the City due to a breach by the Contractor, then the City may complete the work either itself, by agreement with another contractor, or by a combination thereof. In the event the cost of completing the work exceeds the remaining unpaid balance of the total compensation provided under this contract, then the Contractor shall pay to the City the amount of the reasonable excess. After notice of termination under paragraph 10(c), the Contractor and the Contractor's surety shall provide the City with immediate and peaceful possession of the Project site and premises, and materials located on and off the Project site and premises for which the Contractor received progress payment. In no circumstances shall Contractor be entitled to lost profits due to termination. The remedies provided to the City under section 10 through 12 for a breach by the Contractor shall not be exclusive. The City also shall be entitled to any other equitable and legal remedies that are available. In the event of breach of this Contract by the City, then the Contractor's remedy shall be limited to termination of the Contract and receipt of payment as provided in section I I(b). 13. Access to Records Contractor shall maintain and the City and its authorized representatives shall have access to all books, documents, papers and records of Contractor which relate to this contract for the purpose of making audit, examination, excerpts, and transcripts for a period of three years after final payment. Copies of applicable records shall be made available upon request. Payment for cost of copies is reimbursable by the City. 14. Ownership of Work All work products of the Contractor that result from this contract, including but not limited to background data, documentation and staff work that is preliminary to final reports, are the property of City. Draft documents and preliminary work submitted to the City for review and comment shall not be considered as owned, used or retained by the City until the final document is submitted. The City shall own all proprietary rights, including but not limited to copyrights, trade secrets, patents and all other intellectual or other property rights in and to such work products. Preexisting trade secrets of the Contractor shall be noted as such and shall not be considered as a work product of this contract. All such work products shall be considered "works made for hire" under the provisions of the United States Copyright Act and all other equivalent laws. 21 7/9/14 10:4211M Z:\Hothell\Data\COA\1014-033\Specs\Part I Bid Documents -TAP Project Phase 1 - Pump Station 7.9.14.doc © 2014 8112 Engineering, Inc. Use of any work product of the Contractor by the City for any purpose other than the use intended by this contract is at the risk of the City. Use of any work product by Contractor is prohibited without the written consent of the City. All documents or other materials submitted to City by Contractor shall become the sole and exclusive property of City. Such materials are subject to Oregon Public Records laws. 15. Compliance with Applicable Law Contractor certifies and shall comply and require all Subcontractors to comply with all federal, state, and local laws and ordinances, including specifically City of Ashland and State of Oregon Public contracting laws and rules applicable to the work under this contract, including without limitation ORS Chapter 279A-C, 279C.500 through 279C.670, and specifically ORS 279A.120(3), 2790.515, 279C.520, 2790.530, 279C.830 and 279C.580 as set forth on Exhibit B, attached hereto and made a part hereof by this reference In addition, the provisions of ORS 279C.360, 279C.365(4), and 279C.370 (Bid Documents and Disclosure); ORS 279A.010(p), 279A.120, 279C.375, and 279C.380(4), (Award of Contract and Bond); ORS 279A.I 10 (Prohibition on Discrimination in Subcontracting); ORS 2790.585 (Substitution first-tier Subcontractor); ORS 279C.650 to 279C.670 (Termination); ORS 2790.520, 279C.540, 279C.545 (Hours); ORS 279C.800 to 279C.870 (Oregon Prevailing Wage Law), if applicable; ORS 2790.550 to 279C.565 (Retainage); ORS 279C.4570 (Payments); and ORS 279C.600 to 279C.625 (Bonds) ORS 279A.125 (Recyclable Products) are all incorporated into this contract by this reference as though set forth in full. Without limiting the foregoing, Contractor expressly agrees to comply with: (i) any requirements of the DAVIS BACON ACT (40 U.S.C. 3142 and applicable Davis Bacon Related Acts; (ii) Title VI of the Civil Rights Act of 1964; (iii) Section V of the Rehabilitation Act of 1973; (iv) the Americans with Disabilities Act of 1990, (v) ORS 659A.142, (vi) all regulations and administrative rules established pursuant to those laws; and (vii) all other applicable requirements of federal and state civil rights and rehabilitation statues, rules and regulations. In addition, Contractor expressly agrees to comply with all federal and state tax laws. A condition or clause required by law to be in this contract shall be considered included and incorporated into the Contract and made a part hereof by these references. 16. Registration with Construction Contractor's Board The Contractor, hereby certifies that the Contractor is licensed with the Construction Contractors Board or licensed by the State Landscape Contractor's Board in accordance with ORS 701.035 to 701.055 and, further, that all subcontractors performing work as described in ORS 701.005(2) (i.e., construction work) will be licensed with the Construction Contractors Board or licensed by the State Landscape Contractor's Board in accordance with ORS 701.035 to 701.055 before the subcontractors commence work under the contract. 17. Prevailing Wages/ BOLI Fee a. Contractor shall certify in the Contract and it shall be a condition of the bond, as provided in ORS 279C.800 through 279C.870, that in performing this Contract, Contractor will pay and cause to be paid not less than the prevailing rate of wages as of the date of the Public Notice, per hour, per day, and per week for and to each and every worker who may be employed in and about the performance of the Contract. In accordance with ORS 279C.838, each worker in each trade or occupation employed in the performance of the Contract either by Contractor, subcontractor or other person doing or contracting to do or contracting for the whole or any part of the work on the Contract shall be paid not less than the applicable state or federal prevailing rate of wage, whichever is higher. Copies of the applicable locked in federal Davis Bacon wage rate can be found on page 61 of this document and current BOLI January 1, 2014 Prevailing Wage Schedule can be found at the following website: www.oregon.gov/boli. When both federal and state prevailing wages are required to be included in the contract specifications, the City shall also include in the specifications information showing which prevailing rate of wage is higher for workers in each trade or occupation in each locality, as determined by the Commissioner of the Bureau of Labor and Industries under ORS 279C.815 (2)(c). (see attached rate schedules) b. Contractor shall be bound by and shall fully comply with Oregon law which, effective January 1, 2006. Pursuant to ORS 279C.830(1), the existing prevailing rate of wage that may be paid to workers in each trade or occupation required, in the form of a BOLI document, is included in the contract and bid documents and 22 7/9/14 10:42 PM Z:\Nuthell\Dara\COA\1014-033\Specs\Part I Rid Documents - "1'_1P Project Phase 1 - Pump Station 7.9.14.doc 9 2014 R1 12 Engineering, Inc. made a part hereof by this reference. For public works for which the contract price is $50,000 or more, all workers shall be paid not less than such specified minimum hourly rate of wage. [ORS 279C.830(1)] c. City of Ashland shall pay the fee to the Commissioner of the Bureau of Labor and Industries pursuant to the administrative rule of the commissioner and as provided in ORS 279C.825(1). The fee shall be paid on or before the first progress payment or 60 days from the date work first begins on the Contract, or as otherwise provided by administrative rule, whichever is the earliest date. The fee is payable to the Bureau of Labor and Industries Wage and Hour Division Prevailing Wage Unit 800 N.E. Oregon Street #32 Portland Oregon 97232. d. Contractor and some subcontractors shall also file with the Construction Contractors Board a public works bond with a corporate surety authorized to do business in this state in the amount of $30,000 as required by ORS 279C.836 and shall cause all subcontractors to do the same prior to starting work on the project. [ORS 279C.830(2)] The bond must provide that the contractor or subcontractor will pay claims ordered by the Bureau of Labor and Industries to workers performing labor upon public works projects. The bond must be a continuing obligation, and the surety's liability for the aggregate of claims that may be payable from the bond may not exceed the penal sum of the bond. The bond must remain in effect continuously until depleted by claims paid under this section, unless the surety sooner cancels the bond. Contractor shall verify that subcontractors have complied with this requirement prior to permitting the subcontractor to start work on the project. e. If the Contract is for a public work and the Contract price is $50,000 or more, Contractor shall supply and file, and require every Subcontractor to supply and file, with the City and with the Wage and Hour Division, Bureau of Labor and Industries (BOLI), 800 NE Oregon #32, Portland, Oregon 97232 a certified statement in writing that conforms to the requirements of ORS 279C.845. 18. Hours of Labor /Overtime limitation [ORS 279C.520] [ORS 279C.540] [ORS 279C.545] Pursuant to ORS 279C.520, no person may be employed for more than 10 hours in any one day, or 40 hours in any one week, except in cases of necessity, emergency or when the public policy absolutely requires it, and in such cases, except in cases of contracts for personal services, the employee shall be paid at least time and a half pay: a. A. For all overtime in excess of eight hours in any one day or 40 hours in any one week when the work week is five consecutive days, Monday through Friday; or B. For all overtime in excess of 10 hours in any one day or 40 hours in any one week when the work week is four consecutive days, Monday through Friday; and b. For all work performed on Saturday and on any legal holiday specified in ORS 279C.540. c. Collective bargaining and negotiated labor agreements may provide exceptions to the requirements of this section and from ORS 279C.520 and ORS 279C.540. d. When labor is employed by the City through another as a contractor, any worker employed by the contractor shall be foreclosed from the right to collect for any overtime provided in ORS 279C.540 unless a claim for payment is filed with the contractor within 90 days from the completion of the contract, providing the contractor has: A. Caused a circular clearly printed in boldfaced 12-point type and containing a copy of this section to be posted in a prominent place alongside the door of the timekeeper's office or in a similar place that is readily available and freely visible to workers employed on the work. B. Maintained the circular continuously posted from the inception to the completion of the contract on which workers are or have been employed. e. At or before the commencement of work, the Contractor shall give notice in writing to employees or by posting, of the number of hours and days per week the employees may be required to work. [279C.520(2)(5)] 19. Medical Care and Workers Compensation JORS 279C.5301 a. Pursuant to ORS 279C.530(1), Contractor shall promptly, as due, make payment to any person, co- partnership, association or corporation furnishing medical, surgical and hospital care services or other 23 7/9/14 10:42 PAI Z:\Rothe11\Data\C0A\1014-033\Specs\Part I Rid Documents - TAP Project Phase 1 - Pump Station 7.9.14.doc © 2014 RI 12 Engineering, Iuc. needed care and attention, incident to sickness or injury, to the employees of the contractor, of all sums that the contractor agrees to pay for the services and all moneys and sums that the contractor collected or deducted from the wages of employees under any law, contract or agreement for the purpose of providing or paying for the services. b. Pursuant to ORS 279C.530(2), All employers, including Contractor, that employ subject workers who work under this contract in the State of Oregon shall comply with ORS 656.017 and provide the required Workers Compensation coverage unless such employers are exempt under ORS 656.126. Contractor shall ensure that each of its subcontractors complies with these requirements.. 20. Retainage The withholding of retainage by a contractor or subcontractor on public improvement contracts shall be in accordance with ORS 701.420 and 701.430. [279C.555] "Retainage" means the difference between the amount earned by a contractor on a public improvement contract and the amount paid on the contract by the City. [279C.550] Moneys retained by a contracting agency under ORS 279C.570 (7) shall either be: (a) retained in a fund by the City and paid to the contractor in accordance with ORS 279C.570; or (b) at the election of the contractor, paid to the contractor in accordance with the two options below: a. The contractor may deposit bonds, securities, or other instruments with the City or in any bank or trust company to be held in lieu of the cash retainage for the benefit of the contracting agency. In such event the City shall reduce the retainage in an amount equal to the value of the bonds, securities or instruments. and pay the amount of the reduction to the contractor in accordance with ORS 279C.570. Interest on the bonds or securities shall accrue to the contractor. {or} b. If the contractor elects, the City shall deposit the retainage, as accumulated, in an interest-bearing account in a bank, savings bank, trust company or savings association for the benefit of the City. Earnings on the account shall accrue to the contractor. If the contracting agency incurs additional costs as a result of the exercise of the options in ORS 279C.560(1) or (5), the City may recover such costs from the contractor by reduction of the final payment. As work on the contract progresses, the contracting agency shall, upon demand, inform the contractor of all accrued costs. Bonds and securities deposited or acquired in lieu of retainage, as permitted above, shall be of a character approved by the City Attorney and City Finance Director, including but not limited to: A. Bills, certificates, notes or bonds of the United States. B. Other obligations of the United States or its agencies. C. Obligations of any corporation wholly owned by the federal government. D. Indebtedness of the Federal National Mortgage Association. E. General obligation Bond of the State of Oregon or a political subdivision thereof. Unless the City finds that accepting a bond or instrument poses an extraordinary risk that is not typically associated with such bond or instrument, the contractor may deposit a surety bond for all or any portion of the amount of funds retained, or to be retained, by the City in a form acceptable to the City. The bond and any proceeds therefrom shall be made subject to all claims and liens and in the same manner and priority as set forth for retainage under ORS 279C.550 to 279C.570 and 279C.600 to 279C.625. The City shall reduce the retainage in an amount equal to the value of the bond and pay the amount of the reduction to the contractor in accordance with ORS 279C.570. Whenever a City accepts a surety bond from a contractor in lieu of retainage, the contractor shall accept like bonds from any subcontractor or supplier from which the contractor has retainage. The contractor shall then reduce the retainage in an amount equal to the value of the bond and pay the amount of the reduction to the subcontractor or supplier. [279C.560] 21. Progress Payments a. Payment for all work under the Contract will be made promptly by the City at the price or prices bid, and those prices shall include full compensation for all approved incidental work. 24 7/9/14 10:42 PDI 'L:\Hothell\Data\COA\1014-033\Specs\Paet I Rid Documents -'I'_4P Project Phase 1 - Pump Station 7.9.14.doc © 2014 81-12 Engineering, Inc. b. Contractor shall make progress estimates of work performed in any calendar month and submit to the City for approval, before the fifth of the following month, or as mutually agreed between the Contractor and City. These estimates shall include value of labor performed and materials incorporated in the work since commencing work under the Contract. Such estimates need not be made by strict measurements and may be approximate only, and shall be based upon the whole amount of money that will become due according to terms of the Contract when Project has been completed. The City may include in payments eighty five percent (85%) of the cost to Contractor of materials or equipment not yet incorporated in the Work but delivered and suitably stored at the site, or at some other location agreed upon in writing. Such a payment shall be conditioned upon submission by the Contractor of bills of sale or such other documentation satisfactory to the City Attorney to establish the City's title to such materials or equipment or otherwise protect the City's interest including applicable insurance and transportation to the site, and a statement from Contractor explaining why it is necessary to procure said equipment and/or materials. When such payments are made, the Contractor warrants and guarantees that the title to all materials and equipment covered by a progress payment, whether incorporated in the project or not, will pass to the City upon receipt of such payment by the Contractor, free and clear of all liens, claims, security interests or encumbrances. Notwithstanding the above, when the progress estimate indicates that the progress payment would be less than one thousand dollars ($1,000), no progress payment will be made for that estimate period, unless approved by the City. c. If the Contract price is determined, in whole or in part, on a Lump Sum basis, Contractor shall prepare an itemized cost breakdown relating thereto and have the City approve same before commencing work; progress estimates based on said itemized cost breakdown may be the basis for progress payments. Upon direction by the City, Contractor shall provide for revision of the costs breakdown to reflect the true costs of the work as it progresses. d. If the Contract price is determined wholly on a unit basis, City may use unit prices bid in making progress estimates on the work. In case said unit prices do not, in the opinion of the City, truly represent actual relative costs of different parts of work, a percentage of the Unit Price may be used in making progress estimate adjustments. e. If the City receives written notice of any unsettled claims for damage or other costs due to Contractor's operations including, without limitation, claims from any City Department or other governmental agency, an amount equal to the claim may be withheld from the progress payments, final payments or retainage until such claim has been resolved to the satisfaction of City. f. Progress payments will be made by City on a monthly basis within thirty (30) days from sign-off by the Contractor of the progress payment or fifteen (15) days after the payment is approved by City of work performed, whichever is the earlier date. Failure to pay progress payments within the timeframe set forth above will result in the imposition of interest as required by ORS 279C.570(2)(3). Defective or improper invoices will be addressed as set forth in ORS 279C.570(4)(5)(6). g. Payment will be issued by City for the amount of the approved estimate, less five percent (5%) retainage. Except as provided in paragraph 19 above and the applicable ORS Sections noted herein, such amount of retainage shall be withheld and retained by City until it is included in and paid to Contractor as part of the final payment of the Contract amount. Upon Substantial Completion of the work under the Contract which shall be understood to be not less than ninety-seven and one-half percent (97.5%) of the work, the City may, at its discretion, reduce the retained amount equivalent to not less than one hundred percent (100°/x) of the contract value or estimated value or estimated cost, whichever is greater, of the work remaining to be done. [279C.570(7)] h. The City may decline to approve an application for payment and may withhold such approval if, in the City's opinion, and in good faith, the work has not progressed to the point indicated by the Contractor's submittal. The City may also decline to approve an application for payment or may reduce said payment or, because of subsequently discovered evidence or subsequent inspections, City may nullify the whole or any part of any payment previously made to such extent as may be necessary in their opinion to protect the City from loss 25 7/9/14 10:42 PM Z:ABothell\Data\COA\1014-033\Specs\Part I Rid Documents - TAP Project Phase 1 -Pump Station 7.9.14.doc © 2014 R112 Engineering Inc. because of. (1) defective work not remedied, (2) third party claims filed or failure of the Contractor to make payments properly to Subcontractors for labor, materials or equipment, unless Surety consents to such payment, (3) reasonable doubt that the work can be completed for the unpaid balance of the Contract sum, (4) damage to another contractor's work, (5) reasonable indication that the work will not be completed within the Contract time, (6) unsatisfactory prosecution of the work by the Contractor, (7) claims against the Contractor by the City, (8) failure to submit a construction schedule or failure to keep said construction schedule updated, or (9) exceeding work limits. When any or all of the criteria set forth above have been remedied satisfactorily to the City, payment shall be made for amounts withheld because of them. Withholding of progress payments or partial payments under the criteria set forth above shall not entitle the Contractor to interest on such withheld payments or partial payments, except as provided in ORS 279C.570(9). i. If Contractor fails to complete the Project within the time limit fixed in the Contract or any extension, no further estimate may be accepted or progress or other payments allowed until the Project is completed, unless approved otherwise by City. Progress estimates are for the sole purpose of determining progress payments and are not to be relied on for any other purpose. A progress payment is not considered acceptance or approval of any work or materials or waiver of any defects therein. [ORS 279.570(2)] 22. Final Estimate and Final Payment a. SUBSTANTIAL COMPLETION. Contractor shall notify the City in writing when all or a portion of the work is considered substantially complete. If it appears to the City that the work is not substantially complete, the City shall not make an inspection. The City may make a general list of major work components remaining. If it appears that the work is substantially complete, the City shall, within fifteen (15) days after receiving notice, make an inspection and either accept the work or notify Contractor of work yet to be performed. If accepted, City shall prepare a Certificate of Substantial Completion, Exhibit F. Upon acceptance of the Certificate of Substantial Completion by both parties, the City shall be responsible for operation and maintenance of that part of the work described in the Certificate of Substantial Completion, subject to the warranty requirements and protection of the work and all other applicable terms of the contract documents. The date of substantial completion of all the work shall stop the accrual of liquidated damages, if applicable. b. FINAL COMPLETION. Contractor shall notify the City in writing when work is 100% complete. If it appears to the City that the work is not 100% complete, the City shall not make a final inspection. The City may make a general list of major work components remaining. If it appears that the work is 100% complete, the City shall, within fifteen (15) days after receiving notice, make a final inspection and either accept the work or notify Contractor of work yet to be performed on the Contract. A Certificate of Final Completion shall not be prepared until all provisions of the Contract have been met, including but not limited to, the submission by the Contractor of a signed Certificate of Compliance, Exhibit G and executed "Release of Liens and Claims."(Exhibit H). c. When the work is 100% complete, the City shall prepare a final pay estimate and Certificate of Final Completion accepting the work as of a certain date. The Contractor shall execute and return the final pay estimate and Certificate of Final Completion within five (5) working days of receipt. Unless otherwise provided as a Special Provision, when City accepts the Certificate of Final Completion, the date the Contractor signs the Certificate of Final Completion shall be the date the City accepts Ownership of the work and the start date of the warranty period. The contractor may substitute a Warranty Bond in replacement of the Performance and Payment Bonds in accordance with Section 29. The City shall include in the final pay estimate an addition to the contract amount for any contract deduction from the contract amount for any liquidated damages and a deduction from the contract price in a fair and equitable amount for any damages to the City or for any costs incurred or likely to be incurred by the City due to Contractor's failure to meet any contract provision or specification other than timely completion. d. If the Contractor believes the quantities and amounts specified in the final pay estimate prepared by the City to be incorrect, Contractor shall submit to the City within five (5) working days of receipt of the City's final pay estimate, an itemized statement of any and all claims for additional compensation under the Contract 26 7/9/14 10:42 PM Z:\Rothell\Data\COA\1014-033\Specs\Part I Rid Documents - TAP Project Phase 1 - Pump Station 7.9.14.doc OO 2014 R112 Engineering, Inc. which are based on differences in measurements or errors of computation. Any such claim not so submitted and supported by an itemized statement within said period is expressly waived and the City shall not be obligated to pay the same. e. The Contractor shall commence any suit or action to collect or enforce the claim or claims for any additional compensation arising from errors of computation in the final estimate within a period of one (1) year following the original mailing of the City's final estimate and Certificate of Final Completion to the Contractor's last known address as shown in the records of City. The City's issuance of a revised final estimate pursuant to this subsection does not alter the original final estimate date. If said suit, action or proceeding is not commenced in said one (1) year period, the final estimate and Certificate of Final Completion or revised final estimate and Certificate of Final Completion, if revisions are made, shall be conclusive with respect to the amount earned by the Contractor, and the Contractor expressly waives any and all claims for compensation and any and all causes of suit or action for the enforcement thereof that Contractor might have had. f. Upon return of the fully executed Certificate of Final Completion from the Contractor, the City will submit the Certificate of Final Completion and final estimate to the City for approval. Upon approval and acceptance by the City, Contractor will be paid a total payment equal to the amount due under the Contract including retainage within thirty (30) days in accordance with ORS 279C.570. Failure to pay within 30 days shall implicate the interest on final payment/ retainage requirements of ORS 279C.570(8). g. Monies earned by the Contractor are not due and payable until the procedures set forth in the contract documents for inspection, approval and acceptance of the work; for determination of the work done and the amount due therefore; for the preparation of the final estimate and Certificate of Final Completion and processing the same for payment; for consideration of the Contractor's claim, or claims, if any; and for the preparing of a revised final estimate and Certificate of Final Completion and processing same for payment all have been carried out. h. As a prerequisite to final payment, if Contractor is not domiciled in or registered to do business in the State of Oregon, the Contractor will provide City with evidence that the requirement of ORS 279A.120(3) has been satisfied. i. If City declares a default of the Contract, and Surety completes said Contract, all payments made after declaration of default and all retainage held by City shall be paid to Surety and not to Contractor in accordance with the terms of the Contract. j. Acceptance by Contractor of final payment shall release City from any and all claims by Contractor whether known or unknown, arising out of and relating to the work. No payment, however, final or otherwise, shall operate to release Contractor or its Sureties from warranties or other obligations required in the performance of the Contract. k. Disputes as to compensation resolved in favor of the contractor implicate the interest provisions of ORS 279.570(9). 23. Change Orders / Extra Work The Contractor agrees to complete this Contract in accordance with the attached specifications and requirements, including any change orders. A change order submitted by the City must be agreed upon by the Contractor, the City, and the Funding Agency, and in the event of failure to so agree, the City may then proceed with any additional work in any manner the City may choose. A decision by the City to proceed to have work done by another party shall in no way relieve either the Contractor or City of this Contract and neither will such action be cause for collection of damages by either party to the contract, one from the other. Only the City designated Contracting Officer or individual with delegated contracting authority can authorize extra (and/or changed) work and compensation. Such authorization must be in writing. The parties expressly recognize that, except when such order is in writing by an individual with delegated authority, City personnel are not authorized to order extra (and/or) changed work or to waive contract requirements or authorize additional compensation. Failure of the Contractor to secure City 27 7/9/14 10:42 PAI Z:\Rothcll\Data\COA\1014033\Specs\Part I Rid Documents -TAP Project Phase 1 - Pump Station 7.9.14.doc 9 2014 R1I2 Engineering, Inc. authorization for extra work shall constitute a waiver of any and all claims or rights to adjustment in the contract price or contract time due to such unauthorized extra work and thereafter Contractor shall be entitled to no compensation whatsoever for the performance of such work. Contractor further expressly waives any and all right or remedy by way of restitution and quantum meruit for any and all extra work performed by Contractor without express and prior authorization of the City. 24. Contractor/Subcontractor Payment Obligations a. The Contractor is required to include in each subcontract for property or services entered into by the Contractor and a first-tier subcontractor, including a material supplier, for the purpose of performing this contract: A. payment clause that obligates the Contractor to pay the first-tier subcontractor for satisfactory performance under its subcontract within 10 days out of such amounts as are paid to the Contractor by the City under such contract; [279C.580(3)(a)] and B. An interest penalty clause that obligates the Contractor, if payment is not made within 30 days after receipt of payment from the City, to pay to the first-tier subcontractor an interest penalty on amounts due in the case of each payment not made in accordance with the payment clause included in the subcontract pursuant to paragraph (a)(i) above. A contractor or first-tier subcontractor shall not be obligated to pay an interest penalty if the only reason that the contractor or first-tier subcontractor did not make payment when payment was due is that the contractor or first-tier subcontractor did not receive payment from the City or contractor when payment was due. The interest penalty shall be: (1) For the period beginning on the day after the required payment date and ending on the date on which payment of the amount is due made; and (2) Computed at the rate specified in ORS 279C.515(2). [279C.580(3)(b)] b. The Contractor is further required to include in each of its subcontracts, for the purpose of performance of such contract condition, a provision requiring the first-tier subcontractor to include a payment clause and an interest penalty clause conforming to the standards of section a. above in each of its subcontracts and to require each of its subcontractors to include such clauses in their subcontracts with each lower-tier subcontractor or supplier. [279C.580(4)] c. The Contractor shall not request payment of any amount withheld or retained in accordance with ORS 279C.580(5) until such time as the Contractor has determined and certified to the City that the subcontractor is entitled to the payment of such amount. [279C.570(1)]. d. A dispute between the Contractor and a subcontractor relating to the amount or entitlement of a subcontractor to a payment or a late payment interest penalty under a clause included in the subcontract pursuant to subsections (3) and (4) of ORS 279C.580 does not constitute a dispute to which the City is a party. The City shall not be included as a party in any administrative or judicial proceeding involving such a dispute. [279C.580(2)] e. The Contractor shall make payment promptly, as due, to all persons supplying to the Contractor labor or material for the performance of the work provided for in the contract. [ORS 279C.505(1)(a)] The Contractor shall pay all contributions or amounts due the Industrial Accident Fund and the State Unemployment Compensation Fund from the Contractor or Subcontractor incurred in the performance of the contract. [ORS 279C.505(1)(b)] The Contractor shall not permit any claim or lien to be filed or prosecuted against the City and shall be fully responsible for any lien or claim filed against the City on account of any labor or material furnished. [ORS 279C.505(1)(c)] The Contractor shall pay to the Department of Revenue all sums withheld from employees pursuant to ORS 316.167. [ORS 279C.505(1)(d)] £ Pursuant to ORS 279C.515(1), if Contractor fails, neglects or refuses to make prompt payment of any claim for labor or services furnished to the Contractor or a subcontractor by any person in connection with the Contract as such claim becomes due, the proper officer(s) representing the City may pay the claim and 28 7/9/1410:42 PNI Z:AHothell\Data\COA\1014-033\Specs\Part I Hid Documents - T_AP Project Phase 1 -Pump Station 7.9.14.doc 0 2014 R112 Fngineering, Inc charge the amount of the payment against funds due or to become due Contractor under this Contract. g. Pursuant to ORS 279C.515(2), if the Contractor or a first-tier subcontractor fails, neglects or refuses to make payment to a person furnishing labor or materials in connection with the public improvement contract within 30 days after receipt of payment from the contracting agency or a contractor, the contractor or first-tier subcontractor shall owe the person the amount due plus interest charges commencing at the end of the 10- day period that payment is due under ORS 279C.580 (4) and ending upon final payment, unless payment is subject to a good faith dispute as defined in ORS 279C.580. The rate of interest charged to the contractor or first-tier subcontractor on the amount due shall equal three times the discount rate on 90-day commercial paper in effect at the Federal Reserve Bank in the Federal Reserve district that includes Oregon on the date that is 30 days after the date when payment was received from the contracting agency or from the contractor, but the rate of interest may not exceed 30 percent. The amount of interest may not be waived. h. Pursuant to ORS 279C.515(3), if the Contractor or a subcontractor fails, neglects or refuses to make payment to a person furnishing labor or materials in connection with the public improvement contract, the person may file a complaint with the Construction Contractors Board, unless payment is subject to a good faith dispute as defined in ORS 279C.580. i. Pursuant to ORS 279C.515(4), the payment of a claim in the manner authorized in this section does not relieve the contractor or the contractor's surety from obligation with respect to any unpaid claims. j. Living Wage Rates: If the amount of this contract is $18,703 or more, and Contractor is not paying prevailing wage for the work, Contractor must comply with Chapter 3.12 of the Ashland Municipal Code by paying a living wage, as defined in this chapter, to all employees performing work under this contract and to any subcontractor who performs 50% or more of the work under this contract. Contractor must post the attached Living Wage notice predominantly in areas where it will be seen by all employees. 25. Inspection and Acceptance Inspection and acceptance of all work required under this contract shall be performed by the City. The Contractor shall be advised of the acceptance or of any deficiencies in the deliverable items. 26. Liquidated Damages City and Contractor recognize that time is of the essence of this Contract and that City will suffer substantial financial loss if the project work is not completed within the timeframe specified in Section (1) of the Public Improvement Contract. City and Contractor also recognize the delays, expense, and difficulties involved in proving in a legal or other dispute resolution preceding the actual loss suffered by City if the project work is not completed on time. Accordingly, instead of requiring any such proof, City and Contractor agree that as liquidated damages for delay (but not as a penalty) the Contractor shall pay the City Six Hundred Dollars per day ($600.00/day) for each and every day that elapses in excess of the contract time or the final adjusted contract time. This amount is a genuine pre-estimation of the damages expected because of a delay in the completion of this project. Any sums due as liquidated damages shall be deducted from any money due or which may become due to the Contractor under this Contract. Payment of liquidated damages shall not release the Contractor from obligations in respect to the fulfillment of the entire contract, nor shall the payment of such liquidated damages constitute a waiver of the City's right to collect any additional damages which may be sustained by failure of the Contractor to complete the work on time. Permitting the Contractor to continue and finish the project work or any part thereof after the contract time, or adjusted contract time, has expired shall in no way operate as a waiver on the part of the City or any of its rights under this contract. The City may in its discretion grant the Contractor an extension of time upon a showing made by the Contractor that the work has been unavoidably delayed by conditions beyond the control of the parties. 27. Liability, Indemnity and Hold Harmless 29 7/9/14 10:42 I'M Z:\Hothell\Data\COA\1014-033\Specs\Part I Rid Documents - TAP Project Phase 1 - Pump Station 7.9.14.doc 0 2014 RM Engineering, Inc. Contractor warrants that all its work will be performed in accordance with generally accepted practices and standards as well as the requirements of applicable federal, state, and local laws, it being understood that acceptance of Contractor's work by City shall not operate as a waiver or release. The Contractor shall hold harmless, indemnify, and defend City, its officers, agents, and employees from any and all liability, actions, claims, losses, damages or other costs of whatsoever nature, including attorney's fees and witness costs (at both trial and appeal level, whether or not a trial or appeal ever takes place) that may be asserted by any person or entity arising from, during or in connection with the performance of the work, actions or failure to perform actions, and other activities of Contractor or its officers, employees, subcontractors or agents, under this contract, including the professional negligent acts, errors, or omissions of Contractor or its officers, employees, subcontractors, or agents except liability arising out of the sole gross negligence of the City and its employees. The Contractor shall assume all responsibility for the work and shall bear all losses and damages directly or indirectly resulting to the Contractor, to the City, and to their officers, agents, and employees on account of (a) the character or performance of the work, (b) unforeseen difficulties, (c) accidents, or (d) any other cause whatsoever. The Contractor shall assume this responsibility even if (a) fault is the basis of the claim, and (b) any act, omission or conduct of the City connected with the Contract is a condition or contributory cause of the claim, loss, damage or injury. Contractor waives any and all statutory or common law rights of defense and indemnification by the City. Such indemnification shall also cover claims brought against City under state or federal workers compensation laws. Contractor shall also defend and indemnify City from all loss or damage that may result from Contractor's wrongful or unauthorized use of any patented article or process. If any aspect of this indemnity shall be found to be illegal or invalid for any reason whatsoever, such illegality or invalidity shall not affect the validity of the remainder of this indemnification. Any specific duty or liability imposed or assumed by the Contractor as may be otherwise set forth in the Contract documents shall not be construed as a limitation or restriction of the general liability or duty imposed upon the Contractor by this section. In the event any such action or claim is brought against the City, the Contractor shall, if the City so elects and upon tender by the City, defend the same at the Contractor's sole cost and expense, promptly satisfy any judgment adverse to the City or to the City and the Contractor jointly, and reimburse the City for any loss, cost, damage, or expense, including attorney fees, suffered or incurred by the City. 28. Insurance The Contractor shall provide and maintain during the life of this Contract the insurance coverage as described in Exhibit C. All costs for such insurance shall be borne by the Contractor and shall be included in the contract price. In case of the breach of any provision of this section, the City may elect to take out and maintain at the expense of the Contractor such insurance as the City may deem proper. The City may deduct the cost of such insurance from any monies that may be due or become due the Contractor under this Contract. Failure to maintain insurance as provided is also cause for immediate termination of the Contract. Contractor shall furnish City certificates of insurance acceptable to City prior to execution by the City and before Contractor or any subcontractor commences work under this Contract. The certificate shall show the name of the insurance carrier, coverage, type, amount (or limits), policy numbers, effective and expiration dates and a description of operations covered. The certificate will include the deductible or retention level and required endorsements. Insuring companies or entities are subject to City's acceptance. If requested, copies of insurance policies shall be provided to the City. Contractor shall be responsible for all deductibles, self-insured retention's, and/or self-insurance. Approval of the insurance shall not relieve or decrease the liability of the Contractor hereunder. 29. Performance, Payment and Warranty Bonds / Notice of Bond Claims At the time of execution of the Contract, the Contractor shall furnish: (1) Performance Bond and (2) Payment Bond written by a corporate surety or other financial assurance in an amount equal to the amount of the Contract based upon the estimate of quantities or lump sum as set forth in the Contract and in accordance with ORS 279.380. The bonds shall be continuous in effect and shall remain in full force and effect until compliance with and fulfillment of all terms and provisions of the Contract, including the obligations of Sections 27 and 30, all applicable laws and the prompt payment of all persons supplying labor and/or material for prosecution of the work. The bond(s) or other financial assurance is subject to approval by the City. Contractor shall furnish a separate warranty bond written by a corporate surety or other financial assurance, in an amount equal to 10% of the final amount of the contract. The City may permit the warranty amount to be included in the initial performance and payment bonds. The warranty bond or other financial assurance shall be in effect for a 30 7/9/14 10:42 Pill 7.:\Rothell\Data\COd\1014-033\Specs\Pact I Rid Documents - 1:AP Project Phase 1 - Pump Station 7.9.14.doc 9 2014 RIP Engineering, Inc. period of one year from the date of Final Completion. The City may require a separate warranty bond or financial assurance for any repairs done pursuant to the warranty obligation. Such separate warranty bond or financial assurance shall be for a period of one year from the date of completion of such repairs. The notice of claim on a bond required by ORS 279C.600 must be sent by registered or certified mail or hand delivered no later than 120 days after the day the person last provided labor or furnished materials or 120 days after the worker listed in the notice of claim by the Commissioner of the Bureau of Labor and Industries last provided labor. The notice may be sent or delivered to the contractor at any place the contractor maintains an office or conducts business or at the residence of the contractor. Notwithstanding the above, if the claim is for a required contribution to a fund of any employee benefit plan, the notice required by ORS 279C.600 must be sent or delivered within 150 days after the employee last provided labor or materials. The notice of claim must be in writing substantially as set forth in ORS 279C.605(3)-(5). 30. Two-Year Warranty a. In addition to and not in lieu of any other warranties required under the Contract, Contractor shall make all necessary repairs and replacements to remedy, in a manner satisfactory to the City and at no cost to the City, any and all defects, breaks, or failures of the work occurring within two years following the date of completion due to faulty or inadequate materials or workmanship. Repair damage or disturbances to other improvements under, within, or adjacent to the work, whether or not caused by settling, washing, or slipping, when such damage or disturbance is caused, in whole or in part, from activities of the Contractor in performing its duties and obligations under this Contract when such defects or damage occur within the warranty period. The two-year warranty period shall, with relation to such required repair, be extended one year from the date of completion of such repair. If Contractor, after written notice, fails within ten days to proceed to comply with the terms of this section, City may have the defects corrected, and the Contractor and Contractor's surety shall be liable for all expense incurred. In case of an emergency where, in the opinion of the City, delay would cause serious loss or damage, repairs may be made without notice being given to Contractor and Contractor or Surety shall pay the cost of repairs. Failure of the City to act in case of an emergency shall not relieve Contractor or Surety from liability and payment of all such costs. 31. Nondiscrimination in Labor No person shall be subject to discrimination in the receipt of the benefits of any services or activities made possible by or resulting from this Agreement on the grounds of sex, race, color, creed, marital status, age, sexual orientation or national origin. Contractor shall comply with provisions of Owner's Equal Opportunity Policy and comply with ORS Chapter 659 and ORS Chapter 659A relating to unlawful employment practices and discrimination by employers against any employee or applicant for employment because of race, religion, color, sex, national origin, marital status or age if the individual is 18 years of age or older. Particular reference is made to ORS 659A.030, which states that it is unlawful employment practice for any employer, because of the race, religion, color, sex, national origin, marital status or age if the individual is 18 years or older or because of the race, religion, color, sex, national origin or age of any other person with whom the individual associates, or because of a juvenile record that has been expunged pursuant to ORS 419A.260 and ORS 419A.262 of any individual, or to refuse to hire or employ or to bar or discharge from employment such individual or to discriminate against such individual in compensation or in terms, conditions or privileges of employment. Any violation of this provision shall be considered a material violation of the Agreement and shall be grounds for cancellation, termination, or suspension in whole or in part.q 32. Construction Debris and Yard Waste Contractor shall salvage or recycle construction and demolition debris, if feasible and cost effective. If the contract includes lawn and landscaping maintenance, Contractor shall compost or mulch yard waste material at an approved site, if feasible and cost effective. [ORS 279C.510(1)&(2)] 33. Environmental Regulations 31 7/9/14 10:42 P\1 Z:\Rothell\Data\COA\1014-033\Specs\Part I Rid Docununts - 1'AP Project Phase 1 - Pump Station 7.9.14.doc 9 2014 8112 Engineering, Inc. Pursuant to ORS 279C.525(1), the following is a list of federal, state and local agencies which have enacted ordinances or regulations dealing with the prevention of environmental pollution and the preservation of natural resources that may affect the performance of the contract. Federal Agencies: Agriculture, Department of Forest Service Soil Conservation Service Commerce Department of National Oceanic and Atmospheric Administration (NOAA) National Marine Fisheries Service (NMFS) Defense, Department of Army Corps of Engineers Energy, Department of Federal Energy Regulatory Commission Environmental Protection Agency Health and Human Services Department of Housing and Urban Development, Solar Energy and Energy Conservation Bank Interior, Department of Bureau of Land Management Bureau of Indian Affairs Bureau of Mines Bureau of Reclamation Geological Survey Minerals Management Service U.S. Fish and Wildlife Service Labor, Department of Mine Safety and Health Administration Occupational Safety and Health Administration Transportation, Department of Coast Guard Federal Highway Administration Water Resources Council State Agencies: Administrative Services, Department of Agriculture, Department of Consumer & Business Services, Department of Oregon Occupational Safety & Health Division Energy, Department of Environmental Quality, Department of Fish and Wildlife, Department of Forestry, Department of Geology and Mineral Industries, Department of Human Resources, Department of Land Conservation and Development Commission Parks and Recreation, Department of Soil and Water Conservation Commission State Engineer State Land Board (Lands, Division of State) Water Resources Department Oregon Department of Transportation Local Agencies: 32 7/9/14 10:42 P\1 Z:\Hothell\Data\COA\1014-033\Specs\Part I Hid Documents - TAP Project Phase 1 - Pump Station 7.9.14.doc © 2014 R1 12 Engineering, Inc. City of Ashland City Council (Ashland Municipal Code) Jackson County County Courts County Commissioners of Jackson County, County Service Districts Sanitary Districts Water Districts Fire Protection Districts Historical Preservation Commissions Planning Commission If the Contractor awarded the project is delayed or must undertake additional work by reason of existing ordinances, rules or regulations of agencies not cited above or due to the enactment of new or the amendment of existing statutes, ordinances, rules or regulations relating to the prevention of environmental pollution and the preservation of natural resources occurring after the submission of the successful bid, the City may: a. Terminate the contract; b. Complete the work itself, c. Use non-City forces already under contract with the City; d. Require that the underlying property owner be responsible for cleanup; e. Solicit bids for a new contractor to provide the necessary services; or f. Issue the contractor a change order setting forth the additional work that must be undertaken. The solicitation documents make specific reference to known conditions at the construction site that may require the successful bidder to comply with the ordinances, rules or regulations identified above. If Contractor encounters a condition not referred to in the solicitation documents, not caused by the successful bidder and not discoverable by a reasonable pre-bid visual site inspection, and the condition requires compliance with the ordinances, rules or regulations enacted by the governmental entities identified above, the successful bidder shall immediately give notice of the condition to the contracting agency. Except in the case of an emergency and except as may otherwise be required by any environmental or natural resource ordinance, rule or regulation, the Contractor shall not commence work nor incur any additional job site costs in regard to the condition encountered and described in subsection (3) of this section without written direction from the contracting agency. Upon request by the City, the Contractor shall estimate the emergency or regulatory compliance costs as well as the anticipated delay and costs resulting from the encountered condition. This cost estimate shall be promptly delivered to the contracting agency for resolution. Within a reasonable period of time following delivery of an estimate of this section, the City may: a. Terminate the contract; b. Complete the work itself, c. Use non-City forces already under contract with the City; d. Require that the underlying property owner be responsible for cleanup; e. Solicit bids for a new contractor to provide the necessary services; or f Issue the contractor a change order setting forth the additional work that must be undertaken. If the City chooses to terminate the contract under either subsection(a) of this section, the Contractor shall be entitled to all costs and expenses incurred to the date of termination, including overhead and reasonable profits, on the percentage of the work completed. The City shall have access to the contractor's bid documents when making the contracting agency's determination of the additional compensation due to the contractor. If the contracting agency causes work to be done by another contractor under either subsection (c) or (e) above, the initial contractor may not be held liable for actions or omissions of the other contractor. The change order under either subsection (0 of this section shall include the appropriate extension of contract time and compensate the contractor for all additional costs, including overhead and reasonable profits, reasonably incurred as a result of complying with the applicable statutes, ordinances, rules or regulations. The City shall have access to the contractor's bid documents when making the contracting agency's determination of the additional compensation due to the contractor. 33 7/9/14 10:42 P\1 Z:\B.tltell\Data\COA\1014-033\Specs\Part i Rid Documents - TAP Project Phase 1 - Pump Station 7.9.14.doc 0 2014 8112 Engineering, Inc. Notwithstanding the above, the City has allocated all or a portion of the known environmental and natural resource risks to a Contractor by listing such environmental and natural resource risks in the solicitation documents; and 34. Waiver The failure of the City to enforce any provision of this contract shall not constitute a waiver by the City of that or any other provision. City shall not be precluded or estopped by any measurement, estimate or certificate made either before or after completion and acceptance of work or payment therefore, from showing the true amount and character of work performed and materials furnished by the Contractor, or from showing that any such measurement, estimate or certificate is untrue or incorrectly made, or that work or materials do not conform in fact to the Contract. City shall not be precluded or stopped, notwithstanding any such measurement, estimate or certificate, or payment in accordance therewith, from recovering from the Contractor and their Sureties such damages as it may sustain by reason of their failure to comply with terms of the Contract, or from enforcing compliance with the Contract. Neither acceptance by City, or by any representative or agent of the City, of the whole or any part of the work, nor any extension of time, nor any possession taken by City, nor any payment for all or any part of the project, shall operate as a waiver of any portion of the Contract or of any power herein reserved, or any right to damages herein provided. A waiver of any breach of the Contract shall not be held to be a waiver of any other breach. 35. Errors The Contractor shall perform such additional work as may be necessary to correct errors in the work required under this contract without undue delays and without additional cost. 36. Governing Law The provisions of this contract shall be construed in accordance with the laws of the State of Oregon and ordinances of the City of Ashland, Oregon. Any action or suits involving any question arising under this contract must be brought in the appropriate court in Jackson County, Oregon. If the claim must be brought in a federal forum, then-it shall be brought and conducted in the United States District Court for the District of Oregon. Contractor, by the signature herein of its authorized representative, hereby consents to the in personam jurisdiction of said courts. In no event shall this section be construed as a waiver of the City of any form of defense or immunity.. 37. Severability If any term or provision of this contract is declared by a court of competent jurisdiction to be illegal or in conflict with any law, the validity of the remaining terms and provisions shall not be affected, and the rights and obligations of the parties shall be construed and enforced as if the contract did not contain the particular term or provision held invalid. 38. Attorney's Fees If a suit or action is filed to enforce any of the terms of this contract, the prevailing party shall be entitled to recover from the other party, in addition to costs and disbursements provided by statute, any sum which a court, including any appellate court, may adjudge reasonable as attorney's fees. 39. Business License The Contractor shall obtain a City of Ashland business license as required by City Ordinance prior to beginning work under this contract. The Contractor shall provide a business license number in the space provided in this contract. 40. Notices/Bills/Payments All notices, bills, and payments shall be made in writing and may be given by personal delivery or by mail. Notices, bills, and payments sent by mail should be addressed as follows: City: Morgan Wayman, Senior Project Manager 34 7/9/1410:4^_ P\I Z:ARuthellVDara\COA\1014-033\Specs\Part I Rid Documents - IAP Project Phase 1 - Pump Station 7.9.14.doc © 2014 RH2 Engineering, Inc. City of Ashland Public Works Department 20 East Main Street Ashland, OR 97520 Contractor: and when so addressed, shall be deemed given upon deposit in the United States Mail, postage prepaid. In all other instances, notices, bills, and payments shall be deemed given at the time of actual delivery. Changes may be made in the names and addresses of the person to whom notices, bills, and payments are to be given by giving notice pursuant to this paragraph. 41. Conflict of Interest Contractor covenants that it presently has no interest and shall not acquire any interest, direct or indirect, which would conflict in any manner or degree with the performance of its services. The Contractor further covenants that in the performance of this contract no person having any such interest shall be employed. 42. Merger Clause THIS CONTRACT AND ATTACHED EXHIBITS CONSTITUTE THE ENTIRE AGREEMENT BETWEEN THE PARTIES. NO WAIVER, CONSENT, MODIFICATION OR CHANGE OF TERMS OF THIS CONTRACT SHALL BIND EITHER PARTY UNLESS IN WRITING AND SIGNED BY BOTH PARTIES. SUCH WAIVER, CONSENT, MODIFICATION OR CHANGE, IF MADE, SHALL BE EFFECTIVE ONLY IN THE SPECIFIC INSTANCE AND FOR THE SPECIFIC PURPOSE GIVEN. THERE ARE NO UNDERSTANDINGS, AGREEMENTS, OR REPRESENTATIONS, ORAL OR WRITTEN, NOT SPECIFIED HEREIN REGARDING THIS CONTRACT. BY ITS SIGNATURE, CONTRACTOR ACKNOWLEDGES IT HAS READ AND UNDERSTANDS THIS CONTRACT, AND AGREES TO BE BOUND BY ITS TERMS AND CONDITIONS. ATTACHMENTS: EXHIBITS A-J EXHIBIT A STANDARD TERMS AND CONDITIONS FOR PUBLIC IMPROVEMENT CONTRACTS EXHIBIT B COMPLIANCE WITH APPLICABLE PUBLIC CONTRACT LAW EXHIBIT C INSURANCE REQUIREMENTS EXHIBIT D INDEPENDENT CONTRACTOR CERTIFICATION EXHIBIT E BONDS (PAYMENT, PERFORMANCE AND BID) EXHIBIT F CERTIFICATE OF SUBSTANTIAL COMPLETION EXHIBIT G CERTIFICATE OF COMPLIANCE EXHIBIT H RELEASE OF LIENS AND CLAIMS EXHIBIT I CERTIFICATE OF FINAL COMPLETION EXHIBIT J INSTRUCTIONS TO BIDDERS 35 7/9/14 10:43 PM Z:\Rothell\Dam\COA\1014-033\Specs\Pact I Rid Documents -4 AP Project Phase 1 - Pump Sun- 7.9.14.doc 9 2014 RE12 Engineering, Inc. EXHIBIT B COMPLIANCE WITH APPLICABLE LAW PUBLIC IMPROVEMENT CONTRACT This exhibit contains the requirements for public contracting as set forth in ORS Chapter 279C.365 through and including 279C.800 and is available through the City Engineering Office at 51 Winburn Way, Ashland, Oregon or online at www.leg.state.or.us/ors. The provisions of ORS 27913.080-Emergency Procurements apply to this Contract. 36 7/9/14 10:42 PS1 Z:\Hothell\Dam\COA\1014-033\Specs\Part I Hid DUCL-eats -'I :AP Project Phase 1 - Pump Station 7.9.14.doc 9 2014 Ri12 Hngineering, Inc. PAGE LEFT INTENTIONALLY BLANK 37 7/9/14 10:43 I'M Z:\Rothell\Data\COA\1014-033\Specs\Part I Rid Documents - TAP Project Phase 1 - Pump Station 7.9.14.doc 0 2014 R112 Engineering, Inc. EXHIBIT C PUBLIC IMPROVEMENT CONTRACT INSURANCE REQUIREMENTS To: Insurance Agent. Please provide Certificates of Insurance to the Project Manager. During the term of the contract, please provide Certificates of Insurance prior to each renewal. Insurance shall be without prejudice to coverage otherwise existing. During the term of this contract, Contractor shall maintain in force at its own expense all insurance noted below: Workers Compensation insurance in compliance with ORS 656.017. All employers, including Contractor and any subcontractors, that employ subject workers who work under this Contract in the State of Oregon shall comply with ORS 656.017 and provide the required Workers' Compensation coverage, unless such employers are exempt under ORS 656.126. Contractor shall ensure that each of its subcontractors complies with these requirements. Commercial General Liability insurance on an occurrence basis, with a combined single limit of not less than ■ $2,000,000 or ❑ $3,000,000 for each occurrence of bodily injury, personal injury and property damage. It shall include coverage for broad form contractual liability; broad form property damage; personal and advertising injury; owners and contractor protective; premises/operations; and products/completed operations. Coverage shall not exclude excavation, collapse, underground, or explosion hazards. Aggregate limits shall apply on a per-project basis. ■ Required by City ❑ Not required by City Commercial Automobile Liability insurance with a combined single limit, or the equivalent of not less than ■ $2,000,000 or ❑ $3,000,000 for each accident for Bodily Injury and Property Damage, including coverage for owned, hired and non-owned vehicles. "Symbol One" coverage shall be designated. ■ Required by City ❑ Not required by City O Builders Risk (Check here if required) insurance during construction to the extent of 100 percent of the value of the work for the benefit of the parties to the Contract as their interest may appear. Coverage shall also include: (1) formwork in place; (2) form lumber on site; (3) temporary structures; (4) equipment; and (5) supplies related to the work while at the site. Notice of Cancellation or Change. There shall be no cancellation, material change, reduction of limits or intent not to renew the insurance coverage(s) without 30 days written notice from the Contractor or its insurer(s) to the City. This notice provision shall be by endorsement physically attached to the certificate ofinsurance. Additional Insured. For general liability insurance and automobile liability insurance the City, and its agents, officers, and employees will be Additional Insureds, but only with respect to Contractor's services to be provided under this contract. This coverage shall be by endorsement physically attached to the certificate of insurance. The Contractor shall defend, indemnify, and hold harmless, the City and the City's officers, agents, and employees against any liability that may be imposed upon them by reason of the Contractor's or subcontractor's failure to provide workers' compensation and employers liability coverage. Certificates of Insurance. Contractor shall furnish insurance certificates acceptable to City prior to commencing work. The certificate will include the deductible or retention level and required 38 7/9/1410:42 PAI Z:AAothcll\Data\COA\1014-033\Specs\Part I Aid Documents -'LAP Project Phasc 1 - Pump Station 7.9.14.doc 0 2014 M12 Engineering, Inc. City of Ashland TECHNICAL SPECIFICATIONS FOR: Ashland Temporary Pump Station and Chlorination Building Project No. COA 1014.33 SUMMER 2014 VP ROFFS ~~~Ep PROFFS G~NF 8811 86610 r OREGON 1b C, OREGON F tip y ~9 O~ry . 10 'Pis R. i 3 , 2 ~F PETT~~O 07/02/2014 rOpyER M•~O 07/02/2014 EXPIRES: 12/31/2014 EXPIRES: 12/31/2014 Divisions 1-15 Divisions 16-17 City of Ashland Ashland Temporary Pump Station and Chlorination Building Table of Contents Division 1 General ..................................................................................................................1-1 1.10 General ................................................................................................................................................1-1 1.30 Administrative 1-1 1.40 Quality Control ..................................................................................................................................1-7 1.50 Construction Support 1-8 1.70 Execution and Closeout 1-9 1.80 Performance Requirements ...........................................................................................................1-13 Division 2 Sitework .................................................................................................................2-1 2.00 General ................................................................................................................................................2-1 2.10 Site Preparation 2-2 2.20 Earth Moving 2-5 2.60 Contaminated & Waste Materials Handling 2-7 Division 3 Concrete ................................................................................................................3-1 3.00 General 3-1 3.10 Forming and Accessories 3-3 3.20 Reinforcing 3-6 3.30 Cast-In-Place Concrete 3-8 3.40 Pre-Cast Concrete 3-11 3.60 Grouting 3-12 Division 4 Masonry - This Division is Not Used ..................................................................4-1 Division 5 Fabricated Metalwork and Structural Plastics ......................................................5-1 5.00 General 5-1 5.60 L MDERS 5-6 Division 6 Carpentry ...............................................................................................................6-1 6.00 General 6-1 6.10 Rough Carpentry 6-1 6.20 Finish Carpentry 6-2 Division 7 Thermal and Moisture Protection ........................................................................7-1 7.00 General ................................................................................................................................................7-1 i 6/25/2014 4:19 I'M Z:\Botbcll\Data\C011\1014-033\Specs\Asliland YS\REV_Table of Contents.docx D RH2 Engineering, Inc. 2014 City of Ashland Ashland Temporary Pump Station and Chlorination Building Table of Contents 7.90 Joint Protection 7-1 Division 8 Openings ...............................................................................................................8-1 8.00 General 8-1 8.30 Specialty Doors 8-1 Division 9 Finishes - This Division is Not Used 9-1 Division 10 Specialties 10-1 10.00 General ...........................................................................................................................................10-1 10.10 Information Specialties .................................................................................................................10-1 Division 11 Equipment ..........................................................................................................11-1 11.00 General ...........................................................................................................................................11-1 11.60 Water Treatment Equipment ......................................................................................................11-2 Division 12 Furnishings - This Division is Not Used 12-1 Division 13 Special Construction 13-1 13.40 Integrated Construction ...............................................................................................................13-1 Division 14 Conveying Systems - This Division is Not Used 14-1 Division 15 Mechanical 15-1 15.00 General ...........................................................................................................................................15-1 15.10 Pipe Installation .............................................................................................................................15-2 15.20 Pipe and Fittings ............................................................................................................................15-8 15.30 Valves ............................................................................................................................................15-15 15.40 Piping Specialties .........................................................................................................................15-22 15.50 Flow Meters .................................................................................................................................15-27 15.60 Pressure and Level Measurement .............................................................................................15-30 15.70 Plumbing ......................................................................................................................................15-31 15.71 Common Work for Plumbing ...................................................................................................15-31 15.75 Plumbing Fixtures .......................................................................................................................15-33 15.80 Chemical Piping Systems ...........................................................................................................15-35 Division 16 Electrical 16-1 16.00 General ...........................................................................................................................................16-1 ii 6/25/2014 4:19 PM Z:\Rothell\Data\COA\1014033\Specs\ Ashland PS\REV_Tablc of Contents.docx OO RH2 Engineering, Inc. 2014 City of Ashland Ashland Temporary Pump Station and Chlorination Building Table of Contents 16.10 Electrical Site Work ......................................................................................................................16-7 16.15 Electrical Grounding ....................................................................................................................16-7 16.20 Utility Service .................................................................................................................................16-9 16.30 Panel Components ......................................................................................................................16-11 16.50 Switch and Panel Boards ............................................................................................................16-12 16.55 Switches and Protective Devices ..............................................................................................16-12 16.60 Conductors ...................................................................................................................................16-14 16.70 Conduit, Raceways, Boxes and Fittings ...................................................................................16-17 16.72 Boxes and Enclosures ................................................................................................................16-20 16.75 Wiring Devices ............................................................................................................................16-22 16.80 Sensors and Controls ..................................................................................................................16-24 16.85 Lighting .........................................................................................................................................16-29 16.95 Testing ..........................................................................................................................................16-30 Division 17Automatic Control 17-1 17.00 General 17-1 17.10 Scope of Work ...............................................................................................................................17-1 17.20 System Integrator ..........................................................................................................................17-3 17.30 Testing and Startup .......................................................................................................................17-3 Appendices Appendix A - Godwin Pump and VFD Equipment 6/25/2014 4:19 PM Z:\Bothell\Data\COA\1014-033\Specs\Ashland PS\REV_Table of Contents.docx © Ri12 Engineering, Inc. 2014 TECHNICAL SPECIFICATIONS Introduction to the Technical Specifications The work on this project shall be accomplished in accordance with these Technical Specifications, the Special Provisions and the Standard Specifications for Construction, 2008 edition, as issued by the Oregon State Department of Transportation (ODOT) and the American Public Works Association (APWA), Oregon State Chapter (hereafter "Standard Specifications"). The Standard Specifications, as modified or supplemented by Amendments to the Standard Specifications, the Special Provisions and these Technical Specifications, all of which are made a part of the Contract Documents, shall govern all of the Work. Also incorporated into the Contract Documents by reference are: • Manual on Uniform Traffic Control Devices for Streets and Highways, currently adopted edition, with Oregon State modifications, if any • Oregon Standard Drawings, ODOT/APWA, 2008 edition • City of Ashland Standard Details, current edition The Contractor shall obtain copies of these publications, at the Contractor's own expense. Description of Work and Measurement and Payment As part of the TAP Emergency Intertie project, the City of Ashland needs to construct a new pump station to boost water supplied from Talent (through the TAP Waterline) in to the Ashland water distribution system. The new pump station will be constructed in phases. The first phase calls for the construction of a temporary pump station and rechlorination facility near the site of the proposed pump station. While this facility is intended to be temporary in nature, it must still meet certain requirements in terms of operation, control, and security. The following Technical Specifications have been developed with the intention that the temporary pump station will be constructed as part of the TAP Waterline project. The work to be completed as part of this project includes, but is not limited to: 1. Construction of concrete pad and wood-framed building for the temporary pump and chlorination equipment. 2. Construction of site improvement and utilities, flow meter and backflow prevention vaults. 3. Construction, testing, and commissioning of temporary booster pump (temporary pump and VFD equipment to be supplied by Owner; Contractor responsible for procuring all other materials). 4. Construction, testing, and commissioning of permanent rechlorination equipment. 5. All other work required for a complete and functional system. Measurement and Payment for the Ashland Temporary Pump Station shall be lump sum. Contractor shall provide a Schedule of Values sufficiently detailed so as to allow the for the City to evaluate and make intermediate payments as appropriate and mutually agreed upon with the City. Page 1 6/17/3014 343 PSI 7.:ARothellVData\C0--1\1014-033\Spccs\9shLlnd PS\Intm to Technical Specifications.do- This page is intentionally blank Division 1 General 1.10 GENERAL Sections in these specifications titled "Common Work for . shall apply to all following subsections whether directly referenced or not. Sections in these specifications titled `Belated 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. 1.13 Permits and Licenses The Owner will secure and pay for the following permits (if required): • Building Permit The Contractor shall acquire and pay for all other necessary permits which may include: • Electrical Permit Conform to the requirements of these permits and all other permits issued for this project. 1.15 Warranty The Contractor shall warrant all products used in the construction of this project for a period of one (1) year following project acceptance except for those components and listed warrantees below. The date of project acceptance is defined as the date the final payment is sent to the Contractor from the Owner. 1.16 Owner Standard Locks and Keys 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 shall provide the key core. 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. 1-1 G:ABothell\Data\COA\1014-033\Specs\Ashland PS\1 Geneial.docx 7/2/201411:07 AM © 2014 RH2 Engineering, Inc. Summer 2014 City of Ashland Division 1- General Ashland Temporary Pump Station and Chlorination Building 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 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 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 Dept.or other approval agency • Soils and crushed rock compaction • Pressure testing. - • Water quality testing. 1-2 7/2/2014 11:07 AM 7.:ABothel]\Data\COA\1014-033\Spccs\ Ashland PS\1 Generatdocx © 2014 R112 Engineering, Tnc. City of Ashland Summer 2014 Ashland Temporary Pump Station Division 1 - General and Chlorination Building 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. 60 North 4th Street Central Point, OR 97502 Attn: Jeff Ballard Email: jballard@rh2.com Submittals may be provided in hard-copy or electronic format (preferred). 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 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 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 W/2" x 11", 11" x 17", or 22" x 34" sheets and shall contain the following information: 1-3 Z:ABothell\Data\COA\1014-033\Specs\Ashland PS\1 General.docx 7/2/201411:07 'At 0 2014 RI 12 Engineering, Inc. Summer 2014 City of Ashland Division 1- General Ashland Temporary Pump Station and Chlorination Building • 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 20 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. Firing 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. 1.33.2 Substitutions and "Or Equals A. Refer to Section 1.33.1 regarding submittal requirements. 1-4 7/2/201411:07 ANI l:ABothcll\Data\GOA\1014-033\Spccs\ Ashland PS\1 Gencral.docx © 2014 RH2 Engineering, Inc. City of Ashland Summer 2014 Ashland Temporary Pump Station Division 1- General and Chlorination Building B. Requests for substitution and "or-equal" review for major equipment shall be submitted with a letter of compliance to the specifications or a letter outlining any and all deviations. The request shall be specific to this project and shall be signed by an officer of the manufacturer. No general requests or requests from local representatives will be considered. C. Whenever an item of material or equipment is specified or described in the Contract Documents by using the name of a proprietary item or the name of a particular Supplier, the specification or description is intended to establish the type, function, appearance, and quality required. Unless the specification or description contains or is followed by words reading that no like, equivalent, or "or-equal" item or no substitution is permitted, other items of material or equipment or material or equipment of other Suppliers may be submitted to Engineer for review under the circumstances described below. 1. "Or-Equal" Items. If in Engineer's sole discretion an item of material or equipment proposed by Contractor is functionally equal to that named and sufficiently similar so that no change in related Work will be required, it may be considered by Engineer as an "or-equal" item, in which case review and approval of the proposed item may, in Engineer's sole discretion, be accomplished without compliance with some or all of the requirements for approval of proposed substitute items. A proposed item of material or equipment will be considered functionally equal to an item so named if: a. In the exercise of reasonable judgment Engineer determines that: 1. It is at least equal in materials of construction, quality, durability, appearance, strength, and design characteristics; 2. It will reliably perform at least equally well the function and achieve the results imposed by the design concept of the completed Project as a functioning whole; and 3. It has a proven record of performance and availability of responsive service within the geographical region of the project. For this project, the geographical region is defined as the Pacific Northwest region and is limited to Washington, Oregon, and Idaho. b. Contractor certifies that, if approved and incorporated into the Work: 1. There will be no increase in cost to the Owner or increase in Contract Times; and 2. It will conform substantially to the detailed requirements of the item named in the Contract Documents. 2. Substitute Items. a. If in Engineer's sole discretion an item of material or equipment proposed by Contractor does not qualify as an "or-equal" (paragraph C.1) item, it will be considered a proposed substitute item. b. Contractor shall submit sufficient information as provided below to allow Engineer to determine if the item of material or equipment proposed is essentially 1-5 Z:\ Bothell \Data\COA\1014-033\Specs\Ashland PS\1 General.docx 7/2/2014 11:07 AM © 2014 RH2 Engineering, Inc. Summer 2014 City of Ashland Division 1- General Ashland Temporary Pump Station and Chlorination Building equivalent to that named and an acceptable substitute therefor. Requests for review of proposed substitute items of material or equipment will not be accepted by Engineer from anyone other than Contractor. c. The requirements for review by Engineer will be as set forth in the following paragraph C.2.d (below), and as Engineer may decide is appropriate under the circumstances. d. Contractor shall make written application to Engineer for review of a proposed substitute item of material or equipment that Contractor seeks to furnish or use. The application: 1. shall certify that the proposed substitute item will: i. perform adequately the functions and achieve the results called for by the general design, ii. be similar in substance to that specified, and iii. be suited to the same use as that specified; e. will state: 1. the extent, if any, to which the use of the proposed substitute item will prejudice Contractor's achievement of Substantial Completion on time, 2. whether use of the proposed substitute item in the Work will require a change in any of the Contract Documents (or in the provisions of any other direct contract with Owner for other work on the Project) to adapt the design to the proposed substitute item, and 3. whether incorporation or use of the proposed substitute item in connection with the Work is subject to payment of any license fee or royalty; f will identify: 1. all variations of the proposed substitute item from that specified, and 2. available engineering, sales, maintenance, repair, and replacement services; and 3. shall contain an itemized estimate of all costs or credits that will result directly or indirectly from use of such substitute item, including costs of redesign and claims of other contractors affected by any resulting change. D. Substitute Construction Methods or Procedures. If a specific means, method, technique, sequence, or procedure of construction is expressly required by the Contract Documents, Contractor may furnish or utilize a substitute means, method, technique, sequence, or procedure of construction approved by Engineer. Contractor shall submit sufficient information to allow Engineer, in Engineer's sole discretion, to determine that the substitute proposed is equivalent to that expressly called for by the Contract Documents. The requirements for review by Engineer will be similar to those provided in Paragraph C.2 (above). 1-6 7/2/201411:07 AV Z:ABothell\Data\COA\1014-033\Specs\ Ashland PS\1 General.docx © 2014 RT12 Enoneering, Inc. City of Ashland Summer 2014 Ashland Temporary Pump Station Division 1- General and Chlorination Building E. Engineer's Evaluation Post Bid: Engineer will be allowed a reasonable time within which to evaluate each proposal or submittal made. Engineer may require Contractor to furnish additional data about the proposed substitute item. Engineer will be the sole judge of acceptability. No "or equal" or substitute will be ordered, installed or utilized until Engineer's review is complete, which will be evidenced by a Change Order in the case of a substitute and an approved Shop Drawing for an "or equal." Engineer will advise Contractor in writing of any negative determination. F. Engineer's Evaluation During Bidding: The Contract, if awarded, will be on the basis of materials and equipment specified or described in the Bidding Documents, or "or-equal" materials and equipment as defined in herein, or those substitute materials and equipment approved by the Engineer and identified by Addendum. The materials and equipment described in the Bidding Documents establish a standard of required type, function, and quality to be met by any proposed substitute or "or-equal" item. Request for Engineer's clarification of materials and equipment considered "or-equal" prior to the Effective Date of the Agreement must be received by the Engineer at least 7 working days prior to the date for receipt of Bids. No item of material or equipment will be considered by Engineer as a substitute unless written request for approval has been submitted by Bidder and has been received by Engineer at least 12 working days prior to the date for receipt of Bids. Each request shall conform to the requirements stated herein. The burden of proof of the merit of the proposed item is upon the Bidder. Engineer's decision of approval or disapproval of a proposed item will be final. If Engineer approves any proposed substitute item, such approval will be set forth in an Addendum issued to all prospective Bidders. Bidders shall not rely upon approvals made in any other manner. G. Special Guarantee: Owner may require Contractor to furnish at Contractor's expense a special performance guarantee or other surety with respect to any substitute. H. Engineers Cost Reimbursement. Engineer will record Engineer's costs in evaluating a substitute proposed or submitted by Contractor pursuant to Paragraphs C2 and E. Whether or not Engineer approves a substitute so proposed or submitted by Contractor, Contractor shall reimburse Owner for the reasonable charges of Engineer for evaluating each such proposed substitute. Contractor shall also reimburse Owner for the reasonable charges of Engineer for making changes in the Contract Documents (or in the provisions of any other direct contract with Owner) resulting from the acceptance of each proposed substitute. 1. Contractors Expense: Contractor shall provide all data in support of any proposed substitute or "or-equal" at Contractor's expense. 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 Construction, Oregon State Chapter, American Public Works Association, and Oregon Department of Transportation, hereafter referred to as the Standard Specifications. 1-7 7.:\Bothell\Data\COA\1014033\Specs\Ashland PS\1 Ueneral.docs 7/2/201411:07 AM © 2014 RII2 Engineering, Inc. Summer 2014 City of Ashland Division 1- General Ashland Temporary Pump Station and Chlorination Building Certain other referenced standards used in this specification are from the latest editions of: • IBC International Building Code • UPC Uniform Plumbing Code • IMC International Mechanical Code • IFC International Fire Code • NEC National Electrical Code • AVVWA 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, sewer, and water accounts to the Owner's name. Make all arrangements for the required construction power. Power is available at the construction site. The Contractor is responsible for reviewing what is available and providing what is required. The Contractor shall make arrangements for and provide all necessary facilities for the necessary water supply for construction at their own expense unless otherwise provided. 1.59.1 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 Oregon. 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. 1-8 7/2/201411:07 AM Z:ABothel\Data\COA\1014-033\Spees\Ashland PS\1 Gencral.docx © 2014 R142 Engineering, Inc. City of Ashland Summer 2014 Ashland Temporary Pump Station Division 1- General and Chlorination Building Replace all damaged survey monuments in accordance with ORS 209.150. 1.70 EXECUTION AND CLOSEOUT 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 10 working days before the anticipated time for beginning the testing, the Contractor shall submit to the Owner for approval, a complete plan for the following: • Schedules for tests • Detail schedule of procedures for startup • Complete schedule of events to be accomplished during testing • An outline of work remaining under the contract that will be carried out concurrently with the operation phases Not less than 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. 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 1-9 Z:ABotheh\Data\COA\1014033\Specs\Ashland PS\1 Geneial.docs 7/2/201411:07 AM © 2014 RT12 Engineering, Tnc. Summer 2014 City of Ashland Division 1- General Ashland Temporary Pump Station and Chlorination Building 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 The Contractor shall provide a minimum of 48-hours (2 complete working days) prior notification to the Owner where witnessed testing or startup is required. The Contractor shall provide further notification within 2 working hours 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. 1.75.4 Pump and Chlorination System Testing Testing of the booster pump and control equipment (supplied by Owner and installed by Contractor) as well as the chemical makeup and feed equipment and water quality analyzers (supplied and installed by Contractor) will be required prior to substantial completion. See Division 11 for additional information on Pump and Chlorination System Testing requirements. 1.75.6 Electrical and Control Systems Testing See Division 16.95 for electrical system testing. The following is a list of components that shall be tested prior to project completion. This list is intended as a general guide and is not necessarily complete: • Water quality and chemical feed control sensors and alarms • Pressure sensors and alarms • Flow sensors and alarms • Automatic control 1.75.30 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. 1.77 Cleaning 1.77.2 Site and Facility Cleanup 1-10 7/2/2014 11:07 AM 'L:ABothell\Data\COA\1014-033\Spccs\Ashland PS\1 General.docx © 2014 RH2 Engineering, inc. City of Ashland Summer 2014 Ashland Temporary Pump Station Division 1- General and Chlorination Building 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. 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. 1.79 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 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 Prior to the receipt of payment for more than 90 percent of the work, the Contractor shall deliver to the Owner two sets of acceptable manufacturer's operating and maintenance instructions covering water treatment equipment, telemetry, controls, and electrical 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. 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 hard back construction with full length metal hinge. Capacity shall be 3" to 5" as appropriate for the quantity of O&M documentation. More than one binder may be required for large projects. Manuals shall be assembled and indexed so that information on each coating and piece of equipment can be readily found. The operating and maintenance instructions shall include, as a minimum, the following data for each coating and item of mechanical and electrical equipment: Products 1-11 'L:ABothell\Data\COA\1014033\Specs\Ashland I'S\1 General.docx 7/2/2014 11:07 ANI © 2014 RI12 Engineering, Inc. Summer 2014 City of Ashland Division 1- General Ashland Temporary Pump Station and Chlorination Building 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 manufacturer's instruction 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. All O&M manuals shall be provided in hard copy. A duplicate CD copy may be provided but shall not substitute a hard copy unless approved by the Owner. 1-12 7/2/201411:07 AM Z:ARothell\Data\COA\1014-033\Specs\Ashland PS\1 General.docx © 2014 RT T2 E.ngnneenng, inc. City of Ashland Summer 2014 Ashland Temporary Pump Station Division 1- General and Chlorination Building 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. 1.80 PERFORMANCE REQUIREMENTS 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 specifications: Pump Discharge Pump Suction Worldng Pressure 250 psi 60 psi Test Pressure 350 psi 150 psi 1-13 Z:\ Bothell \Data\COA\1014-033\Specs\Ashland 11S\1 General.docy 7/2/201411:07 AM © 2014 RT 12 Engineering, Inc. Division 2 Sitework 2.00 GENERAL Sections in these specifications titled "Common Fork 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: • Fence and Gates • Fill and Aggregate Materials Other Items listed in this section or required by the Owner. 2.09 Special Inspections for Earth Work 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 crossing roads and site access road and parking areas (visual, probe and nuclear densometer testing) Areas where fill (either native or non-native) is being placed shall be tested for compaction compliance by a special inspector. The owner will pay for the initial testing. If tests indicate failure of compaction requirements, the Contractor shall pay for subsequent tests until tests indicate compliance with the specifications. Areas of native undisturbed subgrade shall be visually inspected by the Owner prior to placement of any material overtop. Contractor shall coordinate with the Owner a minimum of 48 hours prior to inspection being needed. The Contractor shall fully cooperate with the special inspector, including providing safe access to the testing areas. No extra compensation will be provided for cooperation with and facilitation of inspections. Utility Trench Testing 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. 2-1 Z:\Bothell\Data\COA\1014-033\Specs\Ashland PS\2 Sitexvork.docx 6/26/2014 12:32 PM 0 2014 RH2 Engineering, Inc. Summer 2014 City of Ashland Division 2 - Sitework Ashland Temporary Pump Station and Chlorination Building 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 Installation/ 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 00320 of the Standard Specifications. 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 surface 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. 2.10.5 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 inspectors 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 2-2 Z:ABothell\Data\COA\1014033\Specs•\Ashland PS\2 Sitewock.docx 6/26/2014 12:32 PM D 2014 RH2 Engineering, Inc. City of Ashland Summer 2014 Ashland Temporary Pump Station Division 2 - Sitework and Chlorination Building 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 Owner shall review the site near the end of each pay period to determine the equivalent percentage of earthwork completed compared to the total earthwork lump sum price. Contractor shall be paid based on the percentage completed based on Owner's judgment of percent complete. 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 00405.14 of the Special Provisions, Class A Trench Backfill. 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. 2-3 Z:ABothcN\Data\COA\1014-033\Specs-\Ashland YS\2 Sitcwork.docs 6/26/2014 12:32 PM 0 2014 RI 12 Engineering, Inc. Summer 2014 City of Ashland Division 2 - Sitework Ashland Temporary Pump Station and Chlorination Building 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-698 (standard) 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. References Where free draining material for use as structural fill is required as indicated on the plans, it shall conform with Section 02630.10, Dense-Graded Aggregate, 2 '/2" - 0 of the Standard Specifications. Amount passing the No. 200 sieve shall be 5% or less and compactible to 95% maximum density as determined by modified proctor (ASTM D1557). Fracture of rounded rock does not apply. Structural fill for foundation subgrades or where free drainage is not required through the structural fill shall conform with 02630.10, Dense-Graded Aggregate, 2'/2" - 0 of the Standard Specifications. Amount passing the No. 200 sieve shall be between 15% and 25% and compactible to 95% maximum density as determined by modified proctor (ASTM D1557). Fracture of rounded rock does not apply. 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 95 percent of its maximum dry density based on the ASTM D-1557 (modified) test procedure. 2-4 Z:\Bothell\Data\COA\1014033\Specs\Ashland PS\2 Sitework.docl 6/26/2014 12:32 PM © 2014 RI 12 Engineering, Tnc. City of Ashland Summer 2014 Ashland Temporary Pump Station Division 2 - Sitework and Chlorination Building 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 off-site. All permits for the disposal of excavated material shall be obtained by the Contractor. A copy of all permits and the locations of each disposal site shall be submitted to the Owner. Part 3 - Execution Installation/ Construction Excavation 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. 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. 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. 2-5 Z:ABothell\Data\COA\1014033\Specs\Ashland PS\2 Siteworkdocx 6/26/2014 12:32 I'M C 2014 RH2 Fngineering, Inc. Summer 2014 City of Ashland Division 2 - Sitework Ashland Temporary Pump Station and Chlorination Building 2.25 Erosion and Sedimentation Control 2.25.3 Temporary Erosion and Sedimentation Control Part 1- General Quality Assurance The Contractor shall provide Temporary Erosion and Sedimentation Control (TESC) facilities or processes as necessary to ensure that erosion and sedimentation problems do not occur. The Contractor shall inspect the TESC facilities daily 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. 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. 2-6 Z:A13othe11\Data\COA\I014-033\Specs\Ashland PS\2 Sitework.docx 6/26/2014 12:32 I'M © 2014 Ri12 Engineering Inc. City of Ashland Summer 2014 Ashland Temporary Pump Station Division 2 - Sitework and Chlorination Building 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 Oregon Department of Environmental Quality (DEQ) 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. 2.60 CONTAMINATED & WASTE MATERIALS HANDLING 2.60.2 Waste Material Control Part 1- General Quality Assurance Adhere to all requirements of federal, state, and local statutes and regulations dealing with pollution. Permit no public nuisances. Use only dump sites that are approved by the regulatory agency having jurisdiction, and present proof of approval upon request. Part 3 - Execution Installation/ Construction The Contractor shall take precautions to warn, protect, and prevent the public from all hazards that exist on site due to 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 2-7 ZABothell\Data\COA\1014-033\Specs\Ashland PS\2 Sitcwork.docx 6/26/2014 12:32 PM © 2014 RI I2 Engineering, Inc. Summer 2014 City of Ashland Division 2 - Sitework Ashland Temporary Pump Station and Chlorination Building 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. 2.61 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 the Oregon Emergency Response System (OERS) at 1-800-452-0311 and the Owner's representative. Spills shall be monitored, contained, and cleaned up to applicable codes at the Contractor's expense. 2-8 Z:ABothell\Data\COA\1014-033\Specs\Ashland PS\2 Sitework.docx 6/26/2014 12:32 PM © 2014 RH2 Engineering, Inc. Division 3 Concrete 3.00 GENERAL Sections in these specifications titled "Common 1Vork for shall apply to all following subsections whether directly referenced or not. 3.05 Common Work for Concrete Part 1- General This division covers that work necessary for furnishing and installing all concrete as described in these specifications and as shown on the plans. References Materials shall conform to the following standards: • Cement - ASTM 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 • Admixture and products in contact with potable water - NSF 61 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 • Rebar mill certifications • Rebar placement shop drawings • Precast concrete items • Grouts • Embedded items Concrete mix designs shall be submitted to the engineer for approval a minimum of two weeks prior to placing any concrete. The mix design shall include the amounts of cement, fine and coarse aggregate, water and admixtures, as well as the water cement ratio, slump, concrete yield, aggregate gradation, and substantiating strength data in accordance with ACT 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 3-1 Z:ABothcll\Data\COA\1014033\Specs\Ashland PS\3 Concrete.docs 6/26/2014 12:33 I'M © 2014 Rf12 Engineering, Inc. Summer 2014 City of Ashland Division 3 - Concrete Ashland Temporary Pump Station and Chlorination Building information presented conforms generally with 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% of the required cement. Any products that will be applied to the surface of the concrete and will be in contact with potable water must carry NSF 61 certification. Any concrete admixtures used in potable water storage structures must also carry NSF 61 certification. 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. 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. Also comply with local building department and permit requirements for inspection and notification. The Contractor shall repair, replace or modify, as appropriate, any items noted in the Special Inspector's inspection or the building department inspection. Testing Concrete strength tests shall be performed per section 1905.6 of the IBC and per the requirements noted herein. The Owner will provide and pay all costs of concrete testing. The Engineer shall be furnished with copies of all inspection reports and test results. Cylinders used for concrete strength tests shall be 6 X 12. 4 X 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 3-2 7,:ABothell\Data\COA\1014033\Specs\AsWand PS\3 Concrete.docx 6/26/2014 12:33 PM © 2014 RI12 Engineering, Inc. City of Ashland Summer 2014 Ashland Temporary Pump Station Division 3 - Concrete and Chlorination Building presented that would justify a higher multiplier. All mixes utilizing aggregates over 1" shall be tested using 6 X 12 cylinders. When 4 X 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 7 day test, two for 28 day tests, and one for backup testing in case the other two samples do not meet design strength. Additional samples may be taken to verify strength prior to form removal at the Contractor's expense. 3.10 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 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 3-3 Z:ABothell\Data\COA\1014-033\Specs\Ashland PS\3 Concretc.docx 6/26/2014 12:33 PM C 2014 RH2 Engineering, Inc. Summer 2014 City of Ashland Division 3 - Concrete Ashland Temporary Pump Station and Chlorination Building removal of forms without concrete damage. Form-release agent for interior of potable water storage structures shall be National Sanitation Foundation Standard (NSF) No. 61 approved for use in direct contact with potable water. Form construction for surfaces covered with backfill shall be made of steel, plywood, or dressed, matched lumber. Form construction for exposed surfaces shall be made of new plywood or steel without surface markings. Form ties for use in liquid containment structures shall be standard plastic cone snap-ties with 3/4" 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" chamfer or radius at all exposed corners and edges, unless specifically stated otherwise on the plans. Forms shall remain in place until the concrete has developed sufficient strength to withstand imposed loads without damage or deflection. Wall and slab forms shall remain in place for a minimum of 24 hours after completion of the pour. Forms for beams and suspended slabs shall remain in place for a minimum of 14 days AND until concrete has developed 28-day design strength, unless approved by the Engineer. The Contractor shall coordinate with the testing lab to verify concrete strength prior to form removal. Do not allow water to flow through areas where forms are to be placed. During form construction and prior to placement of concrete, keep footings and floor slab areas free of standing water. Field Quality Control Variations from plumb, specified grade, conspicuous lines, and walls shall not exceed plus or minus 1/4- inch in any 10-foot length, and shall not exceed one inch over the entire length. Variations from dimensions shall not exceed plus or minus 1/2-inch. Closer tolerances shall be achieved by the Contractor as necessary to accommodate equipment and other permanent materials. 3-4 Z:ABothell\Data\COA\1014-033\Specs\Ashland PS\3 Concrete.docx 6/26/2014 12:33 PM © 2014 RH2 Engineering, Inc. City of Ashland Summer 2014 Ashland Temporary Pump Station Division 3 - Concrete and Chlorination Building 3.15 Accessory Materials 3.15.2 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. 3.15.4 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. 3.15.5 Pipe Penetrations through Concrete Part 1 - General Summary Structures not holding water or unburied structures: Unless identified on the Plans, all pipes larger than two inches passing through poured-in-place concrete floors and walls shall be isolated from the concrete. Part 2 - Products Materials Wrap the pipe in a flexible, non-biodegradable material such as high density foam or asphalt board. 3-5 Z:ABothell\Data\COA\1014-033\Specs\Ashland PS\3 Concrete.docx 6/26/2014 12:33 PM © 2014 RI 12 Engineering, Inc. Summer 2014 City of Ashland Division 3 - Concrete Ashland Temporary Pump Station and Chlorination Building 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 Wrapping shall be watertight and provide a minimum of/2-inch separation between the pipe and concrete. Extend wrapping a minimum of one inch above and below concrete pour and cut flush on accessible side(s) after curing. 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 ACT 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. 3-6 Z:ABothell\Data\COA\1014-033\Specs\Ashland PS\3 Concrete.docx 6/26/2014 12:33 I'M © 2014 RH2 Engineering, Inc. City of Ashland Summer 2014 Ashland Temporary Pump Station Division 3 - Concrete and Chlorination Building Part 3 - Execution Installation Reinforcing steel shall be detailed in accordance with ACT 315and 318 and as shown on the plans. Lap all reinforcements in accordance with "the reinforcing splice and development length schedule". Provide corner bars at all wall and footing intersections. Bend wire bar ties away from formwork to provide the same concrete clearance as shown on the plans to the bars. Welding of reinforcing steel shall not be performed unless specifically approved by the Engineer. If approved, Contractor will arrange and pay for all required Special Inspections associated with welding of reinforcing steel. 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 641 M, for cold-worked wire, or ASTM A123, for hot-dipped galvanizing of welded wire sheets/mats. Part 2 - Fabrication Cutting & Bending: Reinforcement shall be cut and bent to the shapes shown on the plans. Fabrication tolerances shall be in accordance with the requirements of ACT 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 & Bend Dimensions: Hook dimensions and diameters of bends shall be in accordance with the ACT 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 3-7 Z:ABothell\Data\COA\1014-033\Specs\Ashland PS\3 Concrete.docx 6/26/2014 12:33 PM © 2014 RI 12 Engineering, Inc. Summer 2014 City of Ashland Division 3 - Concrete Ashland Temporary Pump Station and Chlorination Building 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 concreteduring concrete placement. 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 3.30.1 Common Work for Cast in Place Concrete Part 1- General Delivery Concrete shall be transported in a truck mixer to the jobsite and discharged within 1.5 hours after cement has been added to water or aggregates. Rejected concrete will be at Contractor's expense. Part 2 - Products Components If allowed, curing materials shall conform to ASTM 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. 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 1 '/2 to 2'/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 so as to prevent any cold joints. At construction joints, thoroughly clean surface of existing concrete to remove laitance. Roughen existing concrete surface to expose aggregate uniformly and apply approved bonding agent to existing concrete in accordance with manufacturer's recommendations. Prior to 3-8 7_,:ABothell\Data\COA\1014-033\Specs\Ashland PS\3 Concrete.docx 6/26/2014 12:33 I'M © 2014 RH2 Pngineenng, Inc. City of Ashland Summer 2014 Ashland Temporary Pump Station Division 3 - Concrete and Chlorination Building placing fresh concrete, dampen joint and coat with grout mixture in accordance with ACI 301, Section 8.5. Installation Placement shall be in accordance with IBC, Section 1905. Place no concrete when air temperature is below or expected to be below 40 degrees during the 28-day curing period unless a low temperature concrete mix has been approved by the Owner. Provide adequate equipment for heating materials and protecting concrete during freezing or near freezing weather. Keep materials, reinforcement, forms, and ground in contact with concrete free from frost at time of placement. Heat mixing water as required. Use no materials containing ice. Place no concrete when air temperature exceeds or is expected to exceed 85 degrees during the 28-day curing period unless a high temperature placement plan has been approved, and unless adequate precautions are taken to protect work. Cool ingredients prior to mixing. Flake ice or crushed ice of a size that will melt completely during mixing may be substituted for all or part of water. Cool forms and reinforcing prior to placing concrete. Handle concrete from mixer, ready-mixed truck, or from transporting vehicle to place of final deposit by methods which prevent separation or loss of ingredients. Under no circumstances shall concrete that has partially hardened be deposited. Place concrete in maximum lifts of 3 feet. Deposit concrete continuously so that no concrete will be deposited on concrete which has hardened sufficiently to cause formation of seams and planes of weakness within the section. If a section cannot be placed continuously, locate and reinforce construction joints at points as provided for in the Plans or as approved by the Owner. Maximum concrete drop shall be 5 feet. Consolidate concrete by vibration, supplemented by hand spading, rodding, forking, or tamping. Thoroughly work concrete around reinforcement, around embedded items, and into corners of forms to eliminate air or rock pockets which may cause honeycombing, pitting, or planes of weakness. Insert and withdraw internal vibrators at points approximately 18 inches in each direction and extend into the lower concrete lifts. At each insertion, the duration shall be sufficient to consolidate the concrete; but not sufficient to cause segregation. Do not use vibrators to transport concrete within forms. Consolidate slabs by utilizing vibrating screeds, roller pipe screeds, internal vibrators, or other approved methods. Have a spare vibrator available at jobsite during concrete placing operations. After removal of forms, cut out and patch defects in concrete surfaces. Remove form tie cones. Cut or snap off form ties to a depth of 3/4". Chip out rock pockets, holes from form tie removal, and other defects to solid concrete. Repair defects in accordance with 3.01.30.71. 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. Curing compounds are not permitted on surfaces that will receive coatings. 3-9 Z:ABothell\Data\COA\1014-033\Specs\Ashland PS\3 Concrete.docx 6/26/2014 12:33 I'M 0 2014 RH2 Engineering, Inc. Summer 2014 City of Ashland Division 3 - Concrete Ashland Temporary Pump Station and Chlorination Building Concrete structures that require differential backfill greater than 24 inches as shown on the plans or as required for construction shall cure for a minimum of 7 days AND shall meet 28 day strength requirements prior to placing backfill 3.31 Concrete Materials 3.31.2 Structural Concrete 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 28 day compressive strength - 4500 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. Part 2 - Products Mixes Water/cement ratio -.45 maximum Nominal maximum aggregate size -/4 inch Entrained air ratio - 3.5% minimum to 6.5% maximum 3.35 Surface Finishing 3.35.1 Common Work for Surface Finishing Part 2 - Products Finishes Each concrete area that requires finishing shall conform to one of the following requirements: Interior Slabs - Floated Finish Exterior Slabs - 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. 3-10 Z:ABothell\Data\COA\1014-033\Specs\Ashland PS\3 Concrete.docx 6/26/2014 12:33 PM © 2014 RTT2 Engineering, Inc. City of Ashland Summer 2014 Ashland Temporary Pump Station Division 3 - Concrete and Chlorination Building 3.35.5 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. 3.35.6 Light Brush Finish Part 2 - Products Finish When concrete has appropriately set, finish with light soft broom finish. Brush perpendicular to' slab slope. Part 3 - Execution Construction Consolidate, strike off, and level concrete; but do not work further until ready for floating. Begin floating when water sheen has disappeared and surface has stiffened sufficiently to permit floating operations. Consolidate surface with power-driven floats. Hand floating may be used if area is small or inaccessible to power units. Field Quality Control Check surface planeness during or after first floating. Cut down high spots and fill low spots to produce surface with tolerance of 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. 3-11 Z:ABothell\Data\COA\1014033\Specs\Ashland PS\3 Concrete.docx 6/26/2014 12:33 I'M © 2014 RH2 Engineering, Inc. Summer 2014 City of Ashland Division 3 - Concrete Ashland Temporary Pump Station and Chlorination Building 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 3188 and be constructed to the equivalent dimensions and functional characteristics of the specific product identified on the plans. 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 ClVIU 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 3-12 Z:ABothcll\Data\COA\1014-033\Specs\Ashland PS\3 Concrete.docs 6/26/2014 12:33 Pink © 2014 RH2 Engineering, inc. City of Ashland Summer 2014 Ashland Temporary Pump Station Division 3 - Concrete and Chlorination Building 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): 3500 psi (24 MPa) at 1 day, 7500 psi (52 MPa) at 28 days. b. Passes ASTl\/l C 1107 as a grade B grout when tested as temperature minimum and maximums of 45° F to 90° F (8° C to 32° C) 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 28 days at fluid consistency (ASThI C 469): 3.00 x 106 psi (27.0 GPa) minimum, 3.9 x 106 (27.0 GPa maximum. d. Coefficient of Thermal Expansion for fluid consistency (ASTM C 531): 7.5 x 10-6/ o F maximum (13.5 x 10-6/`o C). e. Flexural strength at 28 days for fluid consistency (ASTM C 78): 1300 psi (7.9 MPa). f. Resistance to rapid freezing - thawing (ASTM C 666, Procedure A): 300 cycles- min RDF 90%. g. Split tensile strength at 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 nonshrink 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 3-13 7,:ABothell\Data\COA\1014033\Specs\Ashland PS\3 Concrete.docx 6/26/2014 12:33 PM 0 2014 RH2 I ngineecing, Inc. Summer 2014 City of Ashland Division 3 - Concrete Ashland Temporary Pump Station and Chlorination Building Comply with grout manufacturer's recommendations for mixing procedures. Adjust water temperature to keep mixed grout temperature in the range of 45° F (7° C) and 90° F (32° C) minimum/maximum. Use cold or iced water to extend working time in hot weather or in large placements. Use warm water in cold conditions to achieve minimum as mixed temperatures. Part 3 - Installation Preparation Mechanically remove unsound concrete within the limits of the grout placement. Remove at least 1/4 in. (6mm) of existing concrete facing and continue removal as required to expose sound aggregate. Thoroughly clean the roughened surface of dirt, loose chips, and dust. Maintain substrate in a saturated condition for 24 hours prior to grouting. Surface should be saturated surface dry at time of grouting. Clean baseplates and other metal surfaces to be grouted to obtain maximum adhesion. Remove loose rust and scale by grinding or sanding. Comply with grout manufacturer's recommendations for form construction. Construct forms to be liquid tight. Installation Place grout mixture into prepared areas from one side to the other. Avoid placing grout from opposite sides in order to prevent voids. Work material firmly into the bottom and sides to assure good bond and to eliminate voids. Ensure that foundation and baseplate are within maximum/minimum placement temperatures. Shade foundation from summer sunlight under hot conditions. Warm foundation when foundation temperature is below 45° F (7° C). 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. 3-14 Z_ABothell\Data\COA\1014-033\Specs\Ashland PS\3 Concrete.docx 6/26/2014 12:33 I'M © 2014 RH2 Fngineenng, inc. City of Ashland Summer 2014 Ashland Temporary Pump Station Division 3 - Concrete and Chlorination Building All products in contact with potable water shall have NSF61 certification. 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. 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 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 ACT 503.7, Specification for Crack Repair by Epoxy Injection. 3-15 Z:ABothell\Data\COA\1014033\Specs-\Ashland PS\3 Concrete.docx 6/26/2014 12:33 PM © 2014 RH2 Engineering, Inc. Division 4 Masonry - This Division is Not Used 4-1 7.:\Bothell\Data\COA\1014033\Specs\Ashland I'S\4 blasonry.docs 6/26/2014 2:51 I'M C 2014 RH2 Engineering, Tnc. 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 For Seismic Restraint see Division 1.81 Submittals • Concrete Anchors • Ladders Inspections Unless otherwise 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. Any Field welding shown on the plans will require special inspections in accordance with Table 1704.3 of the IBC. Quality Assurance Only prequalified welds (as defined by AWS) shall be used. Fabricator shall be registered and approved by American Institute of Steel Construction (RISC) to perform shop fabrication without special inspection. Submit certificate of compliance to the Owner at the completion of fabrication. Owner will forward this to the Building Official. If fabricator is not registered and approved, or the certificate of compliance is not received, the Contractor shall reimburse the Owner for all Special Inspections required by the IBC on shop fabricated items. The Contractor shall also reimburse the Owner for all Special Inspections required by the IBC for field welding not specifically shown on the plans. Contractor shall alert Owner at least 30 calendar days in advance if such Special Inspections will be required in order to procure the services of a testing lab. Special Inspection by the Owner does not relieve the Contractor of responsibility of performing his own inspections and testing to ensure that all items are properly constructed. 5-1 %:\Botbell\Data\('011\1014-033\Specs\Asliland PS\5 Fabricated Metal Work and Structural Plastics.docs 7/2/2014 11:51 AAI 0 2014 RT12 Engineering, Inc. Summer 2014 City of Ashland Division 5 -Metals Ashland Temporary Pump Station and Chlorination Building Part 2 - Products Materials Structural Steel Structural steel shall conform to the following requirements: Plates, shapes, angles, rods - ASTM A36, Fy 36 ksi Special Shapes, Plates - ASTM A572, Fy 50 ksi Pipe Columns - ASTM A53, Grade B Type E or S, Fy 35 ksi (see Division 15.22 for steel pipe carrying fluids). Structural Tubing - ASTIv1 A500, Grade B, Fy 46 ksi Stainless Steel Stainless steel shall be type 304 (non-welded) or type 304L (welded). Plates - ASTM A240 Fasteners - ASTM F593 Extruded Structural Shapes - ASTM A276 Pipe - ASTM A240 or higher 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. Aluminum Plates - ASTM B209, Type 6061-T6 Extruded Shapes - ASTM B308, Type 6061-T6 Pipe - ASTM B210 Type 6061 Architectural Applications - ASTM B210, Type 6063 Aluminum materials in contact with concrete or other metals or other masonry materials shall have surfaces coated with 4-6 mils DFT of Tnemec Series N69 or approved equal, to protect against corrosion. Galvanized Steel Base metal shall be as specified for Mild Steel. 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/x1 653M For pieces that WILL be painted, galvanneal with zinc/10% iron coating in accordance with ASTM A 653/A 653M 5-2 Z:\Bothell\Data\COA\1014033\Specs\Ashland PS\5 Fabricated Metal Work and Structural Plastics.docx 7/2/2014 11:51 AM 0 2014 RH2 Engineering, Inc. City of Ashland Summer 2014 Ashland Temporary Pump Station Division 5 - Metals and Chlorination Building Fiberglass Reinforced Plastic (FRP) Structural Shapes All FRP components shall be equal to that manufactured by Strongwell. Fiberglass reinforced plastic (FRP) structural shapes shall be produced using the pultrusion process. Mechanical and physical properties (from ASTM coupon specimens) must be submitted to the Engineer for approval. Pultruded structural shapes are to have the minimum longitudinal mechanical properties listed below: Property ASTM Method Value Units Tensile Strength D-638 30,000 206 psi Il a Tensile Modulus D-638 2.5 x 10G 17.2 psi GPa Flexural Strength D-790 30,000 206 psi Il a Flexural Modulus D-790 1.8 x 106 12.4 psi GPa Flexural Modulus (Full Section N/A 2.8 x 106 19.3 psi GPa Short Beam Shear Transverse D-2344 4,500 31 psi (MPa) Shear Modulus (Transverse) N/A 4.5 x 10' 3.1 si GPa Coefficient of Thermal Expansion D-696 8.0 x 10-6 in/in/°F 1.4 x 10 -6 cm/cm/°C Flame Spread E-84 25 or less N/A Seal cut edges and holes according to manufacturer's instructions with a polyester resin compatible with resin matrix of structural shape and corrosion resistance equal or superior to the grating. Glass fibers shall be well covered with resin to protect against their exposure due to wear or weathering. All finished surfaces of FRP items and fabrications shall be resin-rich, free of voids and without dry spots, cracks, crazes or unreinforced areas. All glass fibers shall be well covered with resin to protect against their exposure due to wear or weathering. 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 7-05 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. 5-3 Z:\Bothell\Data\COA\1014-033\Specs\Ashland PS\5 Fabricated Metal Work and Structural Plastics.docx 7/2/2014 11:51 IAI © 2014 RI 12 Engineering, inc. Summer 2014 City of Ashland Division 5 -Metals Ashland Temporary Pump Station and Chlorination Building 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. Coating All steel fabrications shall be surface prepped, shop primed and coated with 10-12 mils DFT of Tnemec Series N69 or approved equal, to protect against corrosion. Following installation, coat hold-backs and repair shop coatings as directed by fabricator/manufacturer. 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. 5-4 6:ABothell\Data\COA\1014-033\Specs\Ashland PS\5 Fabricated Metal Work and Structural Plastics.docx 7/2/2014 11:51 1"1 © 2014 R112 Engineering, Inc. City of Ashland Summer 2014 Ashland Temporary Pump Station Division 5 - Metals and Chlorination Building 5.05.23 Bolts and Other Connectors Part 2 - Products Materials Under no circumstances shall the fasteners be of lesser strength or higher corrosive potential than the materials being connected. Connection bolts, nuts and washers for all materials in wet, damp or corrosive conditions including process rooms shall be Stainless Steel. Minimum grade 316. Bolts and nuts shall meet ASTM F593 and F594. Steel Fabrications: Connection bolts for dry conditions may be A307 galvanized bolts. Aluminum and Structural Plastic Fabrications: Connection bolts shall be Stainless Steel. Bolts into concrete and C1VIU shall be Concrete Anchors as specified herein. Bolts and studs shall be long enough that at least two threads extend beyond the face of the tightened nut. For pump anchor bolts, see Section 11.19, For mechanical pipe (non-structural) connections, see Division 15, "Common Work for Pipe and Fittings". 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. 5.05.24 Concrete Anchors Part 2 - Products Materials Concrete and CMU Anchors shall be Simpson SET-XP Adhesive Anchors. Anchorage into unreinforced masonry cells is not allowed unless specifically called out on plans. Anchors in unreinforced masonry cells shall utilize the Hilti HIT-HY 70 Injection System including injectable mortar. Threaded rod shall be SST except in dry conditions (offices, electrical rooms, and blower rooms). All exterior and process areas are considered wet areas for purposes of threaded rod selection. 5-5 Z:\l3othell\Data\COA\1014-033\Specs\Ashland PS\5 Fabricated Metal Work and Structural Plastics.docx 7/2/2014 11:51 AM © 2014 RH2 Engineering, Inc Summer 2014 City of Ashland Division 5 -Metals Ashland Temporary Pump Station and Chlorination Building Part 3 - Execution Installation Install in accordance with Manufacturer's recommendations. Special Inspection in accordance with IBC, Section 17, must be provided. 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. 5.60 LADDERS 5.60.1 Common Work for Ladders Part 1- General Design Requirements Ladders shall meet the requirements set forth in OSHA 1910.27 and OAR 437-002-0027. The ladder shall also be capable of supporting a concentrated vertical load of 300 pounds applied at the mid-span of the rung. 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 All ladders and ladder accessories shall be hot-dipped galvanized steel, 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. 5-6 Z:ABothell\Data\CO 1\1014-033\Specs\Ashland PS\5 Fabricated Metal Work and Structural Plastics.docx 7/2/2014 11:51 Al © 2014 8112 Engineering, Inc. Division 6 Carpentry 6.00 GENERAL This division covers that work necessary for furnishing and installing all carpentry as described in these specifications and as shown on the plans. Sections in these specifications titled "Common 1Vork for shall apply to all following subsections whether directly referenced or not. 6.05 Common Work for Carpentry Submittals Submittal information shall be provided to the Owner for the following items: 0 All structural framing and trusses that will be installed by the Contractor and not part of a pre-manufactured structure. 6.10 ROUGH CARPENTRY 6.11 Wood Framing Part 1- General References Structural lumber shall conform to all applicable sections of the National Bureau of Standards, Product Standard PS-20-70 and the National Design Specification for Wood Construction published by the National Forest Products Association. In addition, all lumber shall exceed the design values listed in the latest, revised edition of the American National Standards Institute / American Forest and Paper Association National Design Specifications (ANSI/AF&PA NDS). Part 2 - Products Components Structural lumber shall be of the norninal dimensions shown on the plans and shall not exceed 19 percent moisture content when installed. All pieces shall be Douglas Fir No. 2 grade or better. Lumber and other wood members shall meet requirements of IBC Section 2303, Minimum Standards and Quality. Accessories including bolts with necessary nuts and washers, timber connectors, drift pins, dowels, nails, screws, spikes, and other metal fastenings shall conform to ASTM A-307. Washers shall be malleable iron. Bolts shall be provided with washers under nuts. Nails shall be round wire of standard form. Spikes shall be button-head boat spikes. Galvanize bolts, dowels, washers, spikes, and other hardware, including nails, in accordance with ASTM A-153. Preservative Treated Wood 6-1 Z:ABothell\Data\COA\1014033\Specs\Ashland PS\6 Carpcn[ry.doci 7/2/2014 11:22 AM © 2014 RH2 Engineering, Inc. Summer 2014 City of Ashland Division 6 - Carpentry Ashland Temporary Pump Station and Chlorination Building All wood members which contact concrete or masonry shall be naturally durable wood or preservative-treated wood using water-borne preservatives, in accordance with AWPA U1 (Commodity Specifications A or F) for above-ground use. Coat cut ends of pressure treated wood with copper naphthenate based wood preservative. Part 3 - Execution Construction Accurately cut and frame all lumber so that joints will have a close fit over entire contact surface. Secure lumber and piles in their proper alignment. No shimming will be permitted in making joints, nor will open joints be accepted. Bore holes in small timbers for boat or wire spikes with a bit of the same diameter or smallest dimension of the spikes, when necessary, to prevent splitting. Counterboring for counter-sinking shall be done wherever smooth faces are required. Connectors and fasteners shall comply with the applicable provisions of IBC Sections 2304.9.1 through 2304.9.7. The number and size of fasteners connecting wood members shall not be less than that set forth in IBC Table 2304.9.1. 6.16 Wood Structural Panels Part 2 - Products Materials Wood structural panels shall be Structural 1 C-D, Exposure 1 rated plywood or Structural 1 Sheathing, Exposure 1 Oriented Strand Board (OSB). Thickness shall be as shown on the plans. Composite panels are not allowed. Wood structural panels shall meet requirements of IBC Section 2303, Minimum Standards and Quality. Part 3 - Execution Construction Provide blocking at unframed panel edges where noted on the plans. Nail sheathing as shown on the plans. If not shown, provide nailing as follows, at a minimum: 8d nails at 6 inches on center at framed panel edges, trusses and diaphragm boundaries and 12-inches on center elsewhere. 6.20 FINISH CARPENTRY 6.20.1 Common Work for Finish Carpentry Part 1- General Summary Furnish all architectural woodwork shown on the plans and specified herein. Architectural woodwork includes all exterior and interior non-structural woodwork exposed to view in finished project including shelving, millwork, trim, and plastic laminates. 6-2 7/2/201411:22 ANI Z:ABothell\Data\COA\1014-033\Specs\Ashland PS\6 Carpentry.docx © 2014 RTI2 Engineering, Inc. City of Ashland Summer 2014 Ashland Temporary Pump Station Division 6 - Carpentry and Chlorination Building References The "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". Part 2 - Products Quality Control Discard material with defects which might impair the quality of work, and units which are too small to fabricate the work with minimum joints or optimum joint arrangement. Finish trim boards are to be selected for straight and un-warped / un-curled shape. Part 3 - Execution Installation Set carpentry- work accurately to required levels and lines, with member plumb and true and accurately cut and fitted. All exposed trim work is to be mitered at corners. Where long runs require more than one board, ends to be cut at 45 degrees. Securely attach carpentry work to substrates by anchoring and fastening as shown and as required by recognized standards. Countersink nail heads on exposed carpentry work and fill holes. Use common wire nails or finishing screws, except as otherwise indicated. Use finishing nails for finish work. Select fasteners of size that will not penetrate members where opposite side will be exposed to view or will received finish materials. Make tight connections between members. Install fasteners without splitting of wood; pre-drill as required. Fill nail holes with putty prior to painting. Provide adequate end and edge distances. Install hardware specified or required to complete the project. Adjust movable parts to operate perfectly at time of final acceptance. Make further adjustments required during the guarantee period. 6.22 Millwork 6.22.13 Standard Pattern Wood Trim Part 2 - Products Materials Trim board material shall be as shown on the plans. If not shown on the plans, trim board shall have a smooth, untextured finish. Board shall be high density fiberboard (HDF), oak or fir. 6-3 Z:ABothell\Data\COA\1014-033\Specs\Ashland PS\6 Carpentry.docx 7/2/2014 1122 AM © 2014 RT T2 Engineering, Inc. Summer 2014 City of Ashland Division 6 - Carpentry Ashland Temporary Pump Station and Chlorination Building Part 3 - Execution Installation Trim board shall be installed straight and true. All corners shall be mitered. Where gaps between the trim and the mating surface are unavoidable, such gaps shall be caulked. G-4 7/2/2014 11:22 AM Z:ABothell\Data\COA\1014-033\Specs\AsWand PS\6 Carpentry.docX U 2014 R112 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 Vork 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 and Joint Protection Systems 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 Kitchen Bath Laboratory and Other Wet Areas DAPR I,.'-X1IK SEAL PLUSR Premium Kitchen & Bath Adhesive Caulk w/MICROBAN9 or equal. Concrete and Masonry DAPS Premium Polyurethane Concrete & Masonry Sealant or equal. Wood or Concrete Board Siding DAPS ALEX PLUS9 Acrylic Latex Caulk Plus Silicone or equal. Doors and Windows DAPS DYNAFLEX 2309 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 DAPS, or equal. 7-1 Z:\Bothell\Data\COA\1014-033\Specs\Ashland I'S\7 Thermal and Moisture Protection.docs: 6/26/2014 2:56 PM © 2014 RH2 Engineering, Inc. Summer 2014 City of Ashland Division 7 - Thermal and Moisture Protection Ashland Temporary Pump Station and Chlorination Building 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. 7-2 Z:\Bothell\Data\COA\1014033\Specs\Astdand PS\7 Thermal and Moisture Protection.docs: 6/26/2014 2:56 ]'M © 2014 RI 12 Engineering, Inc. Division 8 Openings 8.00 GENERAL. Sections in these specifications titled "Common Wlork 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 Div 5.05.23 Bolts and Other Connectors Submittals Submittal information shall be provided to the Owner for the following items: • Specialty Doors and Hatches 8.30 SPECIALTY DOORS 8.34 Access Hatches Part 1- General Summary Access hatches shall be of the dimensions and type shown on the project plans. Related Sections Div 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. 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. 8-1 Z:ABothell\Data\COA\1014033\Specs \ Ashland PS\8 Openings.docx 7/2/2014 11:39 ANN © 2014 RT 12 Engineering Inc. Summer 2014 City of Ashland Division 8 - Openings Ashland Temporary Pump Station and Chlorination Building Warranty Manufacturer shall guarantee against defects in material or workmanship for a period of five years. 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 Sch 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. 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. 8-2 7/2/2014 11:39 AM "l.:\Bothell\Data\COA\1014033\Specs\Ashland I'S\8 Openings.docx © 2014 RI12 Engineering, Inc. Division 9 Finishes - This Division is Not Used 9-1 Z:ABothell\Data\COA\1014-033\Specs\Ashland PS\9 Finishes.docc 6/26/2014 12:12 PM © 2014 RFI2 F,ngineering,Inc. Division 10 Specialties 10.00 GENERAL A. 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. B. Sections in these specifications titled "Common TFork for shall apply to all following subsections whether directly referenced or not. 10.05 Common Work for Specialties Part 1- General Submittals A. Submittal information shall be provided to the Owner for the following items: 1. Signs and Labels 10.10 INFORMATION SPECIALTIES 10.14 Signs and Labels 10.14.1 Common Work for Signs and Labels Part 2 - Products Materials A. Unless otherwise specified, text shall be white on a background color shown below. Purpose Plate Color Purpose Plate Color General Black Reclaimed Water Purple Warning Red Waste Water Green Electrical Black Chemical Orange or Brown Domestic Water Blue Part 3 - Execution Installation A. 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. B. Provide and mount, as directed, equipment signs for the following: 1. Water treatment equipment 2. Meters 3. Pipe and Valves 4. Level and Pressure Devices 10-1 Z:ABothell\Data\COA\1014-033\Specs\Ashland PS\10 Specialties.docx 6/26/2014 12:37 PM © 2014 RT12 Engineering, Inc. Summer 2014 City of Ashland Division 10 - Specialties Ashland Temporary Pump Station and Chlorination Building 5. Electrical Panels and Disconnects 10.14.2 Equipment Signs Part 2- Products Materials A. 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 and Valve Markers Part 2- Products Materials A. 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). B. Valve markers shall be 2" diameter brass or stainless steel valve tag, Seton or equal. Each valves tag shall be stamped with unique identification number (P&ID tag or similar) as specified by the Engineer. Valve tags shall be attached to valve with jack chain, material to match tag. Buried valve shall have valve identification cast with valve collar. Submerged valves shall have valve tag mounted above basin wall. 10.14.4 Danger Signs Part 2 - Products Materials A. Danger signs shall be either fabricated from Cellulose Acetate Butyrate backed with 20- gauge galvanized steel plate or indoor/outdoor fiberglass reinforced plastic with embedded graphics. Danger signs dimensions shall be 14 inches by 20 inches and shall meet OSHA and WISHA specifications for accident prevention signs. Part 3- Execution Installation A. Mount signs securely in locations shown on the Plans. 10.14.8 Electrical and Control Equipment Part 2 - Products Materials A. 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. 10-2 6/26/2014 12:37 PM Z:ABothell\Data\COA\1014033\Spccs\Ashland PS\10 Specialtics.docc O 2014 RH2 Engineering, Inc. City of Ashland Summer 2014 Ashland Temporary Pump Station Division 10 - Specialties and Chlorination Building B. Tags shall be securely attached. Adhesive backed tags shall also have at least t-\vo brass screws for positive fastening. Part 3 - Execution Installation A. 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. B. 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. C. Provide a name tag for each piece of equipment and for each circuit and/or control device associated with the equipment. D. Provide a nameplate for each control center unit door. E. 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. 10-3 7,:ABothell\Data\COA\1014-033\Specs\Ashland PS\10 Specialtics.docx 6/26/2014 12:37 1'M © 2014 RTI2 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 fork for shall apply to all following subsections whether directly referenced or not. 11.05 Common Work for Equipment Part 1- General Related Sections See Div 1.81 for Seismic Restraint requirements Submittals Submittal information shall be provided to the Owner for the following items: • HVAC Equipment • Water Treatment Equipment 11.10 Pumps Part 1- General The Owner has contracted for the rental of a Godwin HL 160M Dri-Prime Electric Pump and VFD Control Panel that will be delivered to the site for installation by the Contractor. Information regarding the equipment and services that will be provided by Godwin is included in Appendix A. The Contractor shall be responsible for the installation and coordination of startup and testing services as necessary to provide a fully functional pump station. Part 3 - Execution 1. Install pump and VFD control panel per the manufacturer's recommendation and these Plans and Specifications. 2. Provide and install concrete anchor bolts to secure pump and panel to concrete pad to prevent the pump from moving during operation and/or seismic events. 3. Install pump and panel plumb and level and make mechanical and electrical connections. 4. Perform non-witnessed testing under the direction of the manufacturer's representative to confirm pump operation and rotation. Make adjustments as required. 5. Perform witnessed testing of the pump and VFD under manual and automatic control operational modes. 11-1 Z:ABothell\Data\COA\1014-033\Specs\Ashland PS\11 Egwpment.docx 6/26/2014 12:38 PM © 2014 RI-12 Engineering, Inc. Summer 2014 City of Ashland Division 11- Equipment Ashland Temporary Pump Station and Chlorination Building 11.60 WATER TREATMENT EQUIPMENT 11.64 Water Treatment Chemical Systems Equipment 11.64.13 Chemical Feed Equipment 11.64.13.05 Common Work for Chemical Feed Equipment Part 1- General Metering pump(s) shall be provided for feeding chemical(s) at the feed rate(s) and operating pressure(s) as indicated below. Valveboard(s) shall be provided as indicated below and shall be of quality construction for piping, valves, fittings and appurtenances per Division 15. Related Sections • 1.75.05 Treatment System Testing • 1.82 Pressure Ratings 0 15.80 Chemical Piping Systems Quality Assurance 1. All equipment provided under this Section shall be obtained from a single supplier or manufacturer (unless otherwise approved in writing by the engineer) who, with the manufacturer's authorized sales and service representative, shall assume full responsibility for the completeness and proper operation of the chemical feed system. 2. To ensure quality and unit responsibility, the pump and valveboard shall be assembled and pressure tested by a single supplier or manufacturer; and shall be a standard and regularly marketed product of that manufacturer. The manufacturer must have a physical plant, technical and design staff, and fabricating personnel to complete the work specified. Pump and valveboard assembled by a second party fabricator, integrator or contractor shall not be acceptable. 3. All valveboard assemblies are required to be shop fabricated by an experienced valve board assembler and chemical feed equipment supplier. Fabricator shall be an expert at the construction of chemical feed systems and shall submit references for at least 25 chemical treatment projects within the last five years of a similar nature to this project. Field fabrication or shop fabrication by inexperienced personnel will not be allowed. 4. Shop Tests: a. Tests shall be conducted on the actual pump(s) and valveboard(s) being provided for the project. All tests must be completed and documentation supporting the testing must be submitted and accepted by the Engineer before shipment. b. All pumps shall be tested in accordance with Section 1.82 and documentation of testing shall be provided to the Engineer for review. The test can be performed 11-2 Z:ABothcll\Data\COA\1014033\Specs \Ashland PS\11 Equipment.docx 6/26/2014 12:38 PM C) 2014 RH2 F.ngneering, Inc. City of Ashland Summer 2014 Ashland Temporary Pump Station and Division 11- Equipment Chlorination Building with water. The system shall be operated throughout the entire operating range of the pumps. c. All piping shall be hydrostatically tested in accordance with Section 1.82 without leakage. Documented testing results shall be provided to the Engineer. 5. Field Tests: a. The pump and valveboard shall be pressure tested with water with no visible leaks. b. The pump and valveboard must then be pressure tested with chemical solution and strength that the valveboard is intended for. No visible leaks are considered acceptable. 6. See Divisions 1 and 15 for additional testing, startup, and operational requirements and information. Submittals 1. Provide product information on all pipe, fittings, valves, accessories, etc. to be used on the valveboard and chemical feed system per Section 15.80. 2. Provide submittal data verifying that the valveboard and chemical feed system is capable of delivering chemicals into a water pipeline that has a working pressure as listed herein. 3. Valveboard submittals shall include a dimensional shop drawing of the valveboard layout and identify all headlosses from the metering pump to the injection point. 4. Metering pump submittals shall include: a. Dimensional shop drawings; b. Performance curves showing proper operation at specified upper and lower flow rates and pressures; c. Operating, maintenance, programming, and wiring instructions /manuals. Warranty All equipment shall be provided with 2-year warranty. Warranty shall cover parts, labor and equipment necessary to repair failed units or to replace the pump(s). Warranty shall apply to defects in materials or assembly of the pump and in installation, and shall commence after project acceptance as determined by the Owner in writing. Spare Parts Provide two spare parts kit and one replacement meter head (where applicable) per chemical metering pump installed. Provide one spare valve and gauge for each type and size installed on the valveboard. Nameplate Each metering pump shall be equipped with a nameplate indicating capacity, motor horsepower, speed, electrical characteristics, manufacturer, model number, and serial number. 11-3 7.:\Bothcll\Data\COA\1014-033\Specs-\Asliland PS\11 Equipment.docs 6/26/2014 12:38 I'M © 2014 R112 Engineering, Inc. Summer 2014 City of Ashland Division 11 - Equipment Ashland Temporary Pump Station and Chlorination Building Coordination Coordinate the installation of all items specified herein and required to ensure the complete and proper interfacing of all components and systems. Part 2 - Products All chemical feed equipment including, but not limited to, metering pump(s) and valveboards shall be provided per the Plans and as specified herein. Part 3 - Installation A manufacturer trained representative shall install and verify correct operation prior to startup. The representative shall be present during testing, startup, operational demonstration, and provide training. All materials and equipment shall be clean and free of oil, grease and/or chemical contaminations prior to installation. 1. Training: One full day of training shall be provided on-site to the operation staff after the equipment start-up. Training will include review of the Operation and Maintenance manuals for each piece of equipment. See Division 1 for additional information. 2. Service: Factory trained direct or authorized service technician shall be available within 24 hours of notification. 11-4 Z:ABothd\Data\COA\1014-033\Specs\Ashland PS\11 Equipment.docx 6/26/2014 12:38 PVI © 2014 RTI2 Engineering, Inc. City of Ashland Summer 2014 Ashland Temporary Pump Station and Division 11 - Equipment Chlorination Building 11.64.13.11 Valveboard Part 1- General The valveboard shall be specially designed, constructed and installed for the service intended. The manufacturer or their authorized sales and service representative shall submit compatibility data to confirm the materials of construction are compatible with the chemical service intended. Part 2 - Product The valveboard shall be per the Plans and contain the following items, at a minimum. a. Polypropylene or polyethylene valveboard. The valveboard shall be fully framed with a clear cover that will protect operators and equipment from chemical exposure due to drips or valveboard piping failure. b. Calibration column c. Pressure gauge with diaphragm seal d. Ball valve(s) and union(s) e. Pressure relief valve f. Backpressure valve g. Wye strainer h. All piping, valves, gaskets, supports, hardware, wiring, and accessories necessary for a fully functioning system The valveboard piping shall be supported and offset from the valveboard using fiberglass Unistrut components. See Division 15.40 for additional information. Part 3 - Execution The valveboard shall be factory and field pressure tested as specified herein and with the specified pumping unit. 11-5 Z:ABothe11\Data\COA\1014-033\Specs\Ashland I'S\11 Equipment.docx 6/26/2014 12:381'M © 2014 RH2 Engineering, Inc. Summer 2014 City of Ashland Division 11- Equipment Ashland Temporary Pump Station and Chlorination Building 11.64.13.13 Chemical Metering Pump - Peristaltic Part 1- General Summary 1. Pumps shall be positive displacement peristaltic type complete with spring-loaded pumphead, self-contained variable speed drive, and flexible extruded tube as specified. 2. Peristaltic pumping action is created by the compression of the flexible tube between the pumphead rollers and track, induced forward fluid displacement within the tube by the rotation of the pump rotor, and subsequent vacuum-creating restitution of the tube. 3. Pumps shall be dry self-priming, capable of being run dry without damaging effects to pump or tube, and shall have a maximum suction lift capability of up to 30' vertical water column. Maximum pressure rating: 100 psi. 4. Pump shall not require the use of check valves or diaphragms and shall not require dynamic seals in contact with the pumped fluid. Process fluid shall be contained within pump tubing and shall not directly contact any rotary or metallic components. 5. Flow shall be in the direction of the rotor rotation, which can be reversed and shall be proportional to rotor speed. Quality Assurance 1. This specification is the basis for design of peristaltic metering pumps. All pumps, whether named as an acceptable supplier or submitted as an equal must, at a minimum, meet the following critical design requirements. 2. To maximize pump efficiency and minimize tube fatigue that will impact life, performance, and accuracy, pumps must be designed not to exceed the specified P/10 ratio. (Theoretical maximum number of occlusions per 10 gallons pumped.) Pumps exceeding the specified P/10 ratio, will not be considered suitable for the duty condition. The following criteria is set to maintain the P/10 of ratio for the tube size specified for this application: a. Maximum two compressing rollers for two compressions per revolution. b. Tube wall thickness of 2.4 mm and material specified c. Large diameter spring-loaded roller set for 2.4mm wall thickness tubing d. Max base drive speed of 220 RPM for 2.4mm wall thickness tubing. e. Track geometry of no less than 180 degrees and rotor geometry with roller 180 degrees apart. 3. P/10 ratio shall not exceed the following per tube size: Tube Size P/10 ratio 3.2mm x 2.4mm 37,038 4. For quality assurance, all pump elements must be manufactured by the pump manufacturer in accordance with their specifications. Elements not manufactured by the pump manufacturer will not be acceptable. 11-6 Z:ABothell\Data\COA\1014-033\Specs\AshlandPS\11 Equipment.docx 6/26/201412:38 PM © 2014 RI12 Engineering, Inc. City of Ashland Summer 2014 Ashland Temporary Pump Station and Division 11- Equipment Chlorination Building 5. Drive and pump heads shall be 24 hr continuous duty rated and have a (5) five-year manufacturer's warranty from date of shipment. 6. Pumps to be manufacturer's standard product. Manufacturer of tubing pumps must have at least 20 operating installations in domestic water or wastewater treatment plants located in the United States over a period of at least seven years pumping the same fluid as specified. 7. Pumps must be manufactured under ISO 9001-2000. 8. Pumps shall meet all applicable CE and C ETL US standards per UL610101A. Submittals Submittal information shall be provided for the following: 1. Certified shop drawings. 2. Characteristic performance curve showing flow rate as a function of RPM and pressure. 3. Dimensional drawings. 4. Operating, maintenance, programming, and wiring instructions 5. P/10 ratio calculation. Delivery, Storage and Handling 1. Shipping a. Ship pump and drive assembled complete. Ship tubing separately for field installation and process line connection by contractor. b. Pack all additional spare parts in containers bearing labels clearly designating contents and pieces of equipment for which intended. c. Deliver spare parts at the same time as pertaining equipment. 2. Receiving a. Contractor to inspect and inventory items upon delivery to site. b. Contractor to store and safeguard equipment, material, instructions, and spare parts in accordance with manufacturer's written instructions. Part 2 - Pump Design Manufacturers 1. Watson-Marlow, Inc. or approved equal. Pump Process Schedule Quantity 2 Fluid 2 - 12.5% Sodium H ochlorite aOCl Pumping Capacity .25 GPH to 6.3 GPH Tubing ID and Material 3.2mm Ma rene 11 Max Discharge Pressure 100 psi 11-7 Z:ABothell\Data\COA\1014-033\Specs\Ashland I'S\11 Equipmcnt.docs 6/26/2014 12:38 I'M © 2014 RH2 Engineering, Inc. Summer 2014 City of Ashland Division 11- Equipment Ashland Temporary Pump Station and Chlorination Building Suction Head -10 psi suction lift Power Requirements 115VAC, 60 Hz, 1 Phase Pump Construction 1. Pumphead a. Pumphead shall consist of a fixed track, a hinged guard door, and spring-loaded roller rotor assembly. Pump tubing shall be in contact with the inside diameter of the track through an angle of 180 degrees. At all times, one roller shall be fully engaged with the tubing providing complete compression and preventing back flow or siphoning. Tube occlusion and spring tension shall be factory set to accommodate 2.4mm wall thickness tubing and shall not require adjustment. b. Pumphead guard shall be clear for viewing of rotation direction. When closed, the pumphead guard shall seal against the pump track for leak containment and controlled waste through the pumphead waste port in the event of a tube failure. For operator and environmental safety, pumps in which the direction of rotation cannot be visually verified and/or do not have a controlled waste port are not acceptable. i. Pumphead Assembly a) Pump Track Geometry must have a minimum 96.6mm swept diameter through a minimum track angle of 180 degrees. b) Provide high corrosion /impact materials as specified. • Track Construction: polyphenylene sulfide (PPS). • Guard Construction: hinged impact-resistant polycarbonate breakaway guard, tool un-lockable for operator safety. • Rotor Construction: polyphenylene sulfide (PPS). ii. Rotor Assembly a) Provide rotor assembly that ensures gradual tube occlusion and compensates for tube tolerance: • Twin spring-loaded roller arms located 180 degrees apart, each fitted with stainless steel helical springs and compressing roller for occlusion of the tube twice per rotor revolution. • Compressing Rollers: 316SS with low friction stainless steel bearings and PTFE seals, minimum diameter of 18mm. • Provide non-compressing guide rollers constructed of corrosion resistant Nylatron. w b) Clutch: Equip rotor with a central handgrip hub and manually activated clutch to disengage the rotor from the drive for manual rotor rotation 11-8 7.:ABothell\Data\CO A\1014033\Specs\Ashland PS\11 Equipment.docx 6/26/2014 12:38 PiVf © 2014 RT12 Engineering, inc. City of Ashland Summer 2014 Ashland Temporary Pump Station and Division 11- Equipment Chlorination Building during tube loading. Clutch shall automatically reengage rotor to gearbox upon one complete revolution. c) Mounting: To prevent slip, the rotor assembly shall be axially secured to the dogged output shaft of the gearmotor via a slotted collet and central retaining screw. d) Pumpheads requiring disassembly or special tools for tube changing are not acceptable. 2. Tubing a. Pump shall be supplied with a Load Sure tubing element with molded fittings, which shall be self-locating when fitted into the pumphead. Tube element shall be in contact with the inside diameter of the track (housing) through an angle of 180 degrees and be held in place on the suction and discharge by the element fittings. The tubing shall be replaceable without the use of tools and with no disassembly of the pumphead. To achieve maximum service life, pump heads with a track angle of less then 180 degrees and/or without tube elements are not acceptable. b. Load Sure Element shall be constructed with either Marprene or Sta-Pure tubing with male PVDF Quick Release Connectors. c. Supply Four (4) tube elements of the specified size per pump. d. Supply One (1) meter of reinforced transparent PVC flexible hose for connection of pump to suction and discharge process lines. Flexible hose shall have a PVDF female Quick Release fitting for connection to the Loadsure Element and male Quick Release fitting for connection to barbed adaptor with built in shut off valve for ease of maintenance and connection to process lines. 3. Drive a. Rating: Continuous 24 hour operation, 400 C ambient. b. Supply: 110-120V 50/60 Hz and 220-240V 50/60 Hz, 1-Phase field switchable. Supply nine-foot length mains power cord with standard 115V three- prong plug. c. Max drive power consumption: 135VA. d. Enclosure: NEMA 4X e. Housing: Pressure cast aluminum with Alocrom pre-treatment and exterior grade corrosion resistant polyester powder coat. By nature of the environmental conditions, unpainted housings, including 316SS, are not acceptable. f. Pumps must meet the following minimum requirements for operator interface functionality. Pumps not meeting this minimum functionality will not be accepted. 11-9 Z:ABothell\Data\COA\1014-033\Specs\Ashland I'S\11 Fquipment.docl 6/26/2014 12:38 I'M © 2014 RT12 Engineering, Inc. Summer 2014 City of Ashland Division 11 - Equipment Ashland Temporary Pump Station and Chlorination Building i. Backlit graphical LCD capable of up to four lines of text with up to 16 characters per line to display pump speed, running status, flow rate, and programming instructions ii. Keypad for start, stop, speed increment, speed decrement, forward/reverse direction, rapid prime, and programming. iii. Menu driven on screen programming of manual or auto control, flow and remote signal calibration, and general programming. iv. Programmable "Auto Restart" feature to resume pump status in the event of power outage interruption. V. Programmable "Keypad Lock" to allow operator lockout of all keys except emergency start/stop. vi. Programmable "Maximum Speed" to allow operator to set the maximum speed of the pump within 0.1-220 rpm. g. Supply auto control features to meet the following minimum functionality requirements for use with the SCADA system. All control signal features must be located internally to the pump. Pumps not meeting this minimum functionality or that require additional external control boxes are not acceptable. i. Remote Control Inputs a) Speed Control: • Primary Analog 4-20mA or 0-10VDC speed input, with input signal trimmable and speed scaleable over any part of the drive speed range. • Secondary Analog 4-20mA or 0-10VDC scaling input, with input signal trimmable and programmable scaling factor. • Provisions for alternative remote accessory potentiometer (if supplied by others) for primary speed control or secondary speed scaling. b) Start/Stop Control: via 5V 24V industrial logic or dry contact- Configurable command sense allowing open to equal run or open to equal stopped. c) Forward/Reverse Control: via 5V T TL, 24V industrial logic or dry contact d) Auto/Man Mode Control: via 5V 24V industrial logic or dry contact e) Leak Detector Run/Stop Control: ii. Status Outputs a) Four relay contacts rated for a 30 VDC with a maximum load of 30W, NO or NC software configurable to indicate the following: • Running/Stopped status • Forward/Reverse status • Auto/Manual status • General Alarm status 11-10 Z:ABothell\Data\COA\1014033\Specs\Ashland PS\11 Equipment.docx 6/26/2014 12:38 PM © 2014 RH2 Engineering, inc. City of Ashland Summer 2014 Ashland Temporary Pump Station and Division 11 - Equipment Chlorination Building a Leak Detected status b) Speed output - Analog 4-20mA or 0-10 VDC iii. Accepts RS485 data protocol iv. Termination: supply screw down terminals suitable for up to18 AWG field wire and accessible through four glanded cable entry points on the pump. h. Drive motor- brushless DC motor with integral gearbox and tachometer feedback. i. Speed Control Range of 2200:1 from 0.1 to 220 rpm 0.1 rpm throughout the range. ii. Closed loop microprocessor controlled drive with pulse width modulation at speeds above 35 rpm and synchronous mode with magnetic field rotation control below 35 rpm iii. Circuitry complete with temperature and load compensation and protection. i. Mounting: Drive shall be self-supporting and shall not require anchoring. J. Leak Detection- Pump manufacturer shall supply float-type leak sensor mounted to the drain port of the pump head for leak detection and pump shut down in the event of a tubing failure 4. Spares a. Supply four spare tube elements of the specified size per pump. b. Supply one spare pumphead assembly and rotor. 5. Accessories a. Provide one corrosion resistant shelf with mounting hardware per pump. Install shelf as shown on Plans. Part 3 - Execution Installation 1. Contractor shall install items in accordance with manufacturer's printed instructions and as indicated and specified. 2. Contractor shall supply shielded signal wiring for wiring of the required remote input and output to the connectors. 3. Contractor to supply fittings for connection of pump to process. 11-11 Z:ABothcll\Data\COA\1014-033\Specs\Ashland PS\11 Equipmcnt.docx 6/26/2014 12:38 I'M © 2014 RI 12 Engineering,Inc. Summer 2014 City of Ashland Division 11 - Equipment Ashland Temporary Pump Station and Chlorination Building 11.64.76 Chemical Dilution System Part 1- General Summary The Contractor shall provide and install one (1) chemical dilution system as specified herein and shown on the Plans. Related Sections • 1.75.05 - Treatment Systems Testing • 15.80 - Chemical Systems Process Piping • 16.05 - Common Work for Electrical Performance Requirements Dilution system shall use a system of automatically creating small weight based batches on demand to achieve dilution accuracies of up to 1/10th of 1%. Dilution system shall account for the difference of the specific gravity of water and the chemical used. The system shall use a microprocessor based controller to control the opening and closing of a water valve and chemical transfer pump to create the diluted batch. Dilution system shall be totally flexible and capable of diluting any strength of neat chemical solution to as low as a 0.1% chemical solutions. Neat chemical shall be delivered in approximately 125 percent sodium hypochlorite and shall be diluted to approximately 2 percent solution strength. System shall have a maximum capacity of 30 gallons of diluted chemical per day. Submittals Provide the following submittal information: 1. Project specific shop drawings 2. Installation and operations manual 3. Submittal information for individual components (i.e. pipe, valves, pumps, tank, scales, panels, etc.) Part 2 - Products Manufacturer Dilution system shall be the Merlin Automated Onsite Dilution System, Model MDS-55D, as manufactured by Force Flow, 1150-D Burnett Avenue, Concord CA 94520 (www.forceflow.com), or Engineer-approved equal. General Dilution system shall be preassembled, calibrated and tested prior to delivery. Complete dilution system shall include all necessary piping, valves, plumbing connections, pumps, dilution tanks, weight sensors, controller, and relays necessary for sole source responsibility. 11-12 Z:ABothell\Data\COA\1014-033\Specs\Ashland PS\11 Equipment.docx 6/26/201412:38 PM © 2014 RT12 Engineering, Inc. City of Ashland Summer 2014 Ashland Temporary Pump Station and Division 11 - Equipment Chlorination Building A dilute chemical transfer pump is required and shall be of the sealless magnetic type and shall be fully compatible with the chemical process. The pump(s) will be fully powered and controlled by the chemical dilution system. The pump shall be provided with a backpressure sustaining valve and diaphragm pressure gauge. Controller Operation Controller keypad shall have the ability of full password protection to restrict unauthorized operation of the dilution system. Start and Stop keys shall initiate and terminate the dilution process. In the fully automatic mode, system shall require the operator to input only neat and dilute chemical strengths and the controller shall calculate required target amounts automatically. If the neat chemical target is exceeded, controller shall automatically adjust the water input in order to maintain the desired dilution strength. For chemicals that give off an exothermic reaction, provisions shall be available to keep heat build up to a minimum. For systems that require mixing, controller shall have user selectable frequency and duration of the mixing process. System shall have the capability of complete manual override of the dilution process. Alarms, Outputs and Inventory Management Controller shall have the capability of fully monitoring the dilution process. All alarms shall be displayed on the controller screen and a normally open, dry contact relay shall be available to indicate the following alarm conditions: Slow neat chemical transfer, slow water transfer, slow dilute chemical feed, maximum daily chemical usage, high dilution tank level and batch strength not available. An alarm log shall keep track of the time and date of the most recent 10 alarm conditions. A 4-20mA signal shall output the amount of the remaining dilute chemical, remaining neat chemical and whether the system is activated or not. In addition, controller shall report locally all usages, feed rates, and remaining quantities of diluted chemicals. Controller shall also convert these values to a "pure" value in order to evaluate the actual "pure chemical by weight." Accessories The manufacturer shall provide a handheld digital hypochlorite test kit for verifying neat and dilute chemical strength. The test kit shall be equal to Hach Model CN-HDRT (product #2687100) or approved equal. Part 3 - Installation Installation Contractor shall furnish and install the package unit, connect securely to the floor as required by the manufacturer, connect chemical and water lines, and power and signal lines. Contractor shall provide the services of the trained manufacturer's representative to certify the installation and train the operators. 11-13 /,:ABothell\Data\COA\1014033\Specs\Ashland PS\11 Equipmentdocx 6/26/201412:38 PM © 2014 RH2 Engineering, Inc. Summer 2014 City of Ashland Division 11 - Equipment Ashland Temporary Pump Station and Chlorination Building 11.64.83 Chemical Storage Tank Part 1- General Summary 1) This specification covers upright, cylindrical, flat and/or cone bottom tanks molded in one-piece seamless construction by rotational molding. The tanks are designed for above- ground, vertical installation and are capable of containing chemicals at atmospheric pressure. Included are requirements for materials, properties, design, construction, dimensions, tolerances, workmanship, and appearance. Tank capacities are for 100 gallon. 2) This specification does not cover the design of vessels intended for use at pressures above or below atmospheric conditions. It is also not for vessels intended for use with liquids heated above their flash points, temperatures above 130 degrees Fahrenheit. Work of this Section 1) The Work of this section includes providing Type II linear, high density polyethylene tanks with piping connections, ladders, seismic restraint and accessories for chemical storage. Tank resin and accessories to be compatible with chemical being stored for this Contract. 2) The Work also requires that one manufacturer accept responsibility for furnishing the Work as indicated. 3) The Work additionally requires that the manufacturer who accepts the indicated responsibilities shall manufacture the tank. 4) The Contractor shall coordinate the installation of all items specified herein and required to ensure the complete and proper interfacing of all the components and systems. Related Sections • 01.81 Seismic Restraint and Anchorage • 01.75.05 Treatment System Testing Applicable Standards Except as otherwise indicated, the current editions of the following apply to the Work of this section. 1) American Society for Testing and Materials (ASTM) Standards ASTM D618 Conditioning Plastics and Electrical Insulating Materials for Testing ASTM D638 Tensile Properties of Plastics ASTM D746 Brittleness Temperature of Plastics and Elastomers by Impact ASTM D790 Flexural Properties of Unreinforced and Reinforced Plastics and Electrical Insulating Materials ASTM D883 Definitions of Terms Relating to Plastics ASTM D1505 Density of Plastics by the Density-Gradient Technique 11-14 Z:ABothcU\Data\COA\1014033\Specs\ Ashland YS\11 Equipment.docx 6/26/2014 12:38 PM C) 2014 R142 Engineering, inc. City of Ashland Summer 2014 Ashland Temporary Pump Station and Division 11 - Equipment Chlorination Building ASTM D1525 Vicat Softening Temmperature Plastics ASTM D1693 Environmental Stress-Cracking of Ethylene Plastics ASTM D1998 Standard Specification for Polyethylene Upright Storage Tanks ASTM D2837 Method for Obtaining Hydrostatic Design Basis for Thermoplastic Pipe Materials ASTM D3892 Practice for Packinging/Packing of Plastics ASTM F412 Definitions of Terms Relating the Plastic Piping Systems 2) Association of Rotational Molders (ARM) Standards Low Temperature Impact Resistance (Falling Dart Test Procedure) 3) American National Standards Institute (ANSI) Standards ANSI B-16.5 Pipe Flanges and Flanged Fittings 4) Occupational Safety and Health Administration (OSHA) Standards 29 CFR 1926.152 Occupational Safety and Health Administration, Flammable and Combustible Liquids 5) International Building Code (IBC) IBC 2003 Design Requirements 1) The minimum required wall thickness of the cylindrical shell at any fluid level shall be determined by the following equation, but shall not be less than 0.187 in. thick. T = P x O.D./2 SD = 0.433 x S.G. x H x O.D./2 SD T = wall thickness SD = hydrostatic design stress, PSI P = pressure (.433 x S.G. x H), PSI H = fluid head, ft. S.G. = specific gravity, g/cm^3 O.D. = outside diameter, in. a) The hydrostatic design stress shall be determined by multiplying the hydrostatic design basis, determined by ASTM D2837 using rotationally molded samples, with a service factor selected for the application. The hydrostatic design stress is 600 PSI at 73 degrees Fahrenheit for Type I and Type IT materials. In accordance with the formula in 6.1, the tank shall have a stratiform (tapered wall thickness) wall. b) The hydrostatic design stress shall be derated for service above 100 degrees Fahrenheit and for mechanical loading of the tank. c) The standard design specific gravity shall be 1.9. 11-15 'L:ABotheh\Data\COA\1014-033\Specs\Ashland PS\11 Equipment.doct 6/26/2014 12:38 PM © 2014 RI12 Engineering, Inc. Summer 2014 City of Ashland Division 11 - Equipment Ashland Temporary Pump Station and Chlorination Building 2) The minimum required wall thickness for the cylinder straight shell must be sufficient to support its own weight in an upright position without any external support. Flat areas shall be provided to allow locating large fittings on the cylinder straight shell. 3) The top head must be integrally molded with the cylinder shell. The minimum thickness of the top head shall be equal to the top of the straight wall. The top head of tanks with 2000 or more gallons of capacity shall be designed to provide a minimum of 1300 square inches of flat area for fitting locations. 4) Tanks with 2000 or more gallons of capacity shall have a minimum of 3 lifting lugs integrally molded into the top head. The lifting lugs shall be designed to allow erection of an empty tank. 5) The tank shall be designed to provide a minimum of 4 tie-down lugs integrally molded into the top head. The tie-down lugs shall be designed to allow tank retention in wind and seismic loading situations without tank damage. Submittals 1) Factory shop drawing that includes overall tank dimensions; manufacturer part number; fitting and accessory orientation; fitting, gasket and bolt style and size; tank material and specific gravity; and tank color. Provide details on inlet and outlet fittings, connections and vents. 2) Seismic support structure and anchoring system details, seismic and engineering calculations stamped by a licensed Engineer. 3) Tank Material Data Sheet and statement by the manufacturer indicating compliance with the materials requirements. 4) Chemical compatibility sheet to include chemical, concentration and storage temperature. 5) Manufacturer's guidelines for use and installation. 6) Manufacturer's tank unloading and storage procedures. 7) Quality assurance inspection report to include the following. a) Tank description (nominal gallonage and diameter, tank material, specific gravity and hoop stress design and color). b) Review of wall thickness audit. c) Low temperature impact test results. d) Ultrasonic tank thickness test results. e) Hydrostatic test results. 0 Fitting placement sign-off. g) Accessory inspection. h) Tank visual inspection. 8) Factory warranty. 11-16 Z:\Bothell\Data\COA\1014033\Specs\Ashland PS\11 Equipment.docx 6/26/2014 12:38 PM © 2014 RH2 Fngineering, Inc. City of Ashland Summer 2014 Ashland Temporary Pump Station and Division 11 - Equipment Chlorination Building Quality Assurance 1) All tanks shall be undergo Low Temperature Impact Test per ASTM D1998. Test specimens < 1/2" thickness shall be tested at 100 ft.-lb. Test specimens > 1/2" thickness shall be tested at 200 ft.-lb. 2) All tanks 2000 gallons or larger shall be measured for tank wall thickness at 6in, 1 ft., 2ft. and aft. on the tank sidewall height at 0° and 180° around the tank circumference with 0° being the tank manway and going counter-clockwise per ANSI standard drafting specifications. All tanks shall meet design thickness requirements and tolerances. 3) All tanks shall undergo a hydrostatic water test shall consist of filling the tank to brim full capacity for a minimum of four hours and conducting a visual inspection for leaks. 4) The finished tank wall shall be visually inspected and certified to be free, as commercially practicable, of visual defects such as foreign inclusions, air bubbles, pinholes, pimples, crazing, cracking and delaminations that will impair the serviceability of the vessel. Fine bubbles are acceptable with Type II tanks to the degree in which they do not interfere with proper fusion of the resin melt. All cut edges where openings are cut into the tanks shall be trimmed smooth. Warranty The tank shall be warranted for three (3) years to be free of defects in material and workmanship from the date of project acceptance as determined by the Owner in writing. Part 2 - Products Manufacturers Chemical storage tanks shall be as constructed by the following manufacturers, no equals: 1) Snyder Industries, Inc., (402) 467-5221 or www.snydernet.com 2) PolyProcessing Company, (866) 590-6845 or www.polyprocessing.com Tanks 1) Materials: Polyethylene shall be Type II linear high density-type meeting or exceeding the following. Property ASTM MethodValue Density (gm/cc) D1505 0.942 to 0.947 Tensile strength at yield (psi minimum) D638 2,700 Elongation at break (min percent) D638 350 ESCR, 100% Igepal, Cond A, F50 D1693 400 to 1,000 ESCR, 10% Igepal, Cond A, F50 D1693 200 to 500 Vicat softening temperature (deg.F) D1525 235 Flexural modulus (psi) D790 97,000 to 103,000 2) Operating Conditions: Chemical storage tanks provided under this section shall be suitable for the following operating conditions. Property Value 11-17 Z:ABothell\Data\COA\1014033\Specs\Ashland I'S\I1 Equipment.docx 6/26/2014 12:38 I'm © 2014 RH2 Engineering, Inc. Summer 2014 City of Ashland Division 11 - Equipment Ashland Temporary Pump Station and Chlorination Building Chemical stored Sodium Hypochlorite (NaOCI) Concentration, % <15% (12.5% Nominal) Unit weight, lb/gal 10.8 Design specific gravity 1.2 Solution pH >11 Maximum fluid temperature, deg.F 110°F Working temperature, deg.F 80°F Minimum ambient air temperature, deg.F 25°F (outdoor tank), 45°F (indoor tank) 3) Schedule: The following tanks shall be provided under this section. The manufacturer shall refer to the Plans for additional details regarding installation and operations conditions. Description: One (1) 130 gallon Sodium Hypochlorite Day Storage Tank Nominal diameter, in. 29 Nominal height, in. 51 Storage Conditions and Color Indoor, Low UV Exposure, Natural Color Access Requirements: 8" Sealed Manway Tank Fittings 1) Threaded bulkhead fittings shall be provided for fittings located above the maximum liquid level or where specified on the plan. Self-Aligning threaded bulkhead fittings shall be provided where fittings are located on tank dome or other curved surface, or as specified on the plans. Fittings must be placed away from tank knuckle radius' and flange lines. The bulkhead fittings shall be constructed of PVC. Gaskets shall be a minimum of '/4-inch thickness material suitable for the chemical stored. 2) Bolted double flange fittings are required for fittings located below the maximum liquid level or where specified on the plan. Fittings must be placed away from tank knuckle radius' and flange lines. Bolted double flange fittings provide the best strength and sealing characteristics of any tank fitting available. a) The bolted double flange fitting shall be constructed with two 150 lb. flanges, two 150 lb. flange gaskets, and the correct number and size of all-thread bolts for the flange specified by the flange manufacturer. The flanges shall be constructed of PVC Type 1, Grade I. Standard orientation of bolted double flange fittings shall have bolt holes straddling the principal centerline of the tank in accordance with ANSI/ASME B-16.5 unless otherwise specified. Gaskets shall be a minimum of/4-inch thickness material suitable for the chemical stored. There shall be a minimum of four full thread bolts. The bolts will have bolt heads encapsulated in Type II polyethylene material. The encapsulated bolt shall be designed to prevent metal exposure to the liquid in the tank and prevent bolt rotation during installation. The polyethylene encapsulation shall fully cover the bolt head and a minimum of/4-inch of the threads closest to the bolt head. The polyethylene shall be color coded to distinguish bolt material. Each encapsulated bolt shall have a gasket to provide a sealing surface against the inner flange. The bolt material shall be titanium for sodium hypochlorite applications; 316 stainless steel for sodium hydroxide (caustic) and all other chemical applications. 11-18 7,:A13othell\Data\COA\1014-033\Specs\Ashland PS\11 Equipment.docx 6/26/2014 12:38 PM © 2014 RH2 Engineering, Tnc. City of Ashland Summer 2014 Ashland Temporary Pump Station and Division 11- Equipment Chlorination Building 3) Unitized molded outlet (UMO) fittings are required for all drain fittings. The UMO fitting shall be an integral part of the tank and provide complete drainage of liquid through the sidewall of a flat bottom container without the use of a special support structure or concrete pad. Provide an ANSI flange and gasket connection at the tank attachment. The flange shall be constructed of PVC. Gaskets shall be a minimum of '/4-inch thickness material suitable for the chemical stored. a) Where specified on the Plans, a siphon tube may be provided in lieu of the UMO fitting in conjunction with a bolted double flange fitting. Siphon tubes will allow these fittings, when used as drainage fittings, to provide better tank drainage. 4) All tank fitting attachments shall be equipped with flexible couplers or other movement provisions recommended by the tank manufacturer. The tank will deflect based upon tank loading, chemical temperature, and storage time duration. Tank piping flexible couplers shall be designed to allow 4% design movement. Movement shall be considered to occur both outward in tank radius and downward in fitting elevation from the neutral tank fitting placement. 5) See Plans for locations of tank fittings and for sizes. Tank Attachments and Accessories • Level Sensors: All tanks shall be equipped by the Contractor with ultrasonic level transmitters. Level transmitter shall be Siemens Sitrans Probe LU or equal. Level transmitter shall be suitable for the dimensions and environment of the tank. The sensor mount location shall be per the Plans and supplier shall provide tank mounting system for sensor. • mount location shall be per the Plans and supplier shall provide tank mounting system for sensor. Seismic Restraint System: All tanks shall be equipped with seismic restraints. The restraint system must meet the requirements of the IBC's most current edition. The complete system shall be constructed of 316 stainless steel materials. Stamped engineering calculations by a registered structural engineer in the State of Oregon shall be submitted as part of the submittal review process. The Contractor shall install per the manufacturer's recommendations. • Gallonage Scale: Product tanks shall be provided with an integrally molded gallonage scale or adhesive gallonage scale if an integrally molded scale is not available. The Contractor shall orient tanks during installation to ensure that gallonage scale is easily visible to Operator (i.e., shall be oriented away from wall or other obstacles). • Ladders: All tanks greater than 6 feet shall be supplied with a ladder. Ladders shall be constructed of fiberglass with 316 stainless steel or better hardware; all ladders shall be designed to meet the OSHA Standards, including OSHA 2206;1910.27. Ladders must be mounted to the tank to allow expansion and contraction. Mild steel parts are not acceptable. • Down Pipes: Tank(s) shall be provided with a dip tube style overflow connection to prevent the escape of gases and chemical vapors. Tank shall be sealed to prevent the 11-19 Z:ABothell\Data\COA\1014033\Specs\Ashland 11S\11 Equipment.docx 6/26/2014 12:38 PM © 2014 RT12 Engineering, Inc. Summer 2014 City of Ashland Division 11- Equipment Ashland Temporary Pump Station and Chlorination Building release of chemical vapors and gases. Overflow piping (internal and external) shall be tank supported using material compatible with the chemical stored in the product tank. • Fill Pipes: Tank(s) shall be provided with a fill line that extends to within 12-inches of the floor to prevent splashing when filling the tank. The fill piping (internal and external) shall be tank supported using material compatible with the chemical stored in the product tank. • U-Vents: Each tank must be properly vented for the type of material and flow rates expected. Vents must comply with OSHA 1910.106 (F) (iii) (2) (IV) (9) normal venting for atmospheric tanks or other accepted standard, or shall be as large as the filling or withdrawal connection, whichever is larger but in no case less than 1-inch nominal inside diameter. Tanks shall be vented outdoors and terminated with a screened elbow or tee fitting that will prevent rainwater or insect intrusion. • Pipe supports: All pipe support materials in contact with the chemical shall be compatible with the chemical being stored. Part 3 - Execution Installation 1. Installation shall be in accordance with the manufacturer's recommendations. 2. Field testing shall be in accordance with the manufacturer's recommendations. 3. After installation of tank and all fittings, the tank shall be water tested by filling the entire tank with water and monitoring the tank, as well as all fitting connections, for at least 24 hours. Any leaks shall be corrected prior to acceptance. Following successful field tank testing as determined by the Engineer, each tank shall be completely emptied, cleaned of all foreign material and dried. The tank shall be filled by the Contractor with the chemical to be stored and allowed to soak for 5 working days. Any leaks shall be corrected prior to placing the tank into service. 11-20 Z:ABothell\Data\CCA\ 1014-033\Specs\Ashland PS\ 11 Equipment.docr 6/26/2014 12:38 PNM 0 2014 RT12 Engineering, Inc. City of Ashland Summer 2014 Ashland Temporary Pump Station and Division 11 - Equipment Chlorination Building 11.64.93 Chlorine Residual pH, and Temperature Analyzers Part 1- General This section includes chlorine residual analyzers for monitoring free chlorine, a pH sensor and controller and a temperature probe. The method of measuring free or total chlorine will be with colorimetric chemistry using the USEPA accepted N,N-diethyl-p-phenylenediamine (DPD) method. Analyzers shall be provided as shown on the Plans. Analyzers will monitor the chlorine residual at a point either upstream (suction) and downstream (discharge) of the temporary booster pump. The analyzers shall be integrated with the existing telemetry system which will monitor the chlorine residual (analog) and alarm outputs from the analyzers. The System Integrator shall program the telemetry system to provide operator-adjustable alarm setpoints for high and low chlorine residual for each analyzer. The System Integrator shall program the telemetry system to respond appropriately to the analyzer system warning and analyzer system shutdown alarms. Part 2 - Products 1. The Chlorine Residual Analyzer shall include the following specifications: a. Range: 0 to 5 mg/L free residual chlorine. b. Accuracy: + 5% or 0.03 mg/L as C12, whichever is greater. c. Precision: + 5% or 0.01 mg/L as C12, whichever is greater. d. Minimum Detection Limit: 0.03 mg/L. e. Resolution: 0.01 mg/L f. Repeatability: 0.05 mg/L g. Cycle Time: One complete sample analysis every 2-1/2 minutes. h. Recorder outputs: One 4-20 mA with an output span programmable over any portion of the 0 to 5 mg/L range. 130 V isolation from earth ground. i. Alarms: Two alarms selectable for sample concentration, system warning or system shut-down. Each alarm is equipped with an SPDT relay with contacts rated for 5 A resistive load at 230 VAC. j. Power: 100-115/230 VAC, 50/60 Hz (switch selectable), 90 VA maximum, with 125V power cord. k. Compliance/Certification: CE Approved. ETL listed to UL 1262 ETL certified to CSA 22.2 No. 142. 2. The Chlorine Residual Analyzer shall be a Hach CL17 Free Residual Chlorine Analyzer, Model No. 54400-01. No Substitutions. 3. The pH sensor shall include the following specifications: a. Accuracy: 0.02pH 11-21 Z:ABotltell\Data\COA\1014-033\Specs\Ashland PS\11 Equipment.docl 6/26/2014 12:38 PM © 2014 RH2 Engineering, Inc. Summer 2014 City of Ashland Division 11 - Equipment Ashland Temporary Pump Station and Chlorination Building b. Communication: MODBUS c. Drift: 0.03 pH per 24 hours, non-cumulative d. Flow: Max 3 m/s e. Material: Ground Electrode - Titanium f. Mounting: Insertion w/ union mounting hardware kit Hach #6131300 g. Operating Temperature Range: Immersion Sensor 0-50 degrees C h. Pressure Limit: Max 10.7 bar Sensor only i. Range: pH -2.0 TO 14.0 pH j. Repeatability: 0.05 pH 4. The pH sensor shall be a Hach Digital pH Sensor, Model No. DPD2P1. No substitutions. 5. Hach SC200 controller with two digital sensor input and two 4-20 mA outputs, Hach Model No. LXV404.99.00552. No substitutions. 6. Insertion style temperature probe manufactured by Omega Industries. Part 3 - Execution 1. Contractor will install the analyzers in strict accordance with the manufacturer's instructions and recommendation. 2. Contractor shall provide and install all conduit and wiring from the chlorine analyzer equipment to the Telemetry panel as identified on the Plans. 3. Contractor shall verify that analyzer equipment functions correctly by demonstrating operation during system testing. 4. Contractor shall provide access to the project for the City's System Integrator. The Contractor shall coordinate installation and startup of the analyzers with the System Integrator. The Contractor shall assist with system testing and startup upon completion of the telemetry and automatic control work. 11-22 Z:A13othe11\Data\C0A\1014033\Specs\Ashland PS\11 Equipment.docx 6/26/201412:38 I'M 0 2014 8112 Engineering, Inc. Division 12 Furnishings - This Division is Not Used 12-1 Z:ABothell\Data\COA\1014033\Specs\Ashland PS\12 Furnishings.docx 6/26/2014 12:16 PM © 2014 RH2 Engineering, Inc. Division 13 Special Construction 13.40 INTEGRATED CONSTRUCTION 13.42 Building Modules 13.42.13 Temporary Chlorine Building Part 1- General Summary The work includes the construction and placing and field erection of an industrial exterior storage shed. The shed will temporarily house all water treatment equipment as shown on the Plans. Construction shall include all fasteners, anchors, doors and frames, vents, lighting and HVAC equipment as shown on the Plans and specified herein. Design Criteria 1. Buildings shall conform to the dimensions shown on the Plans. 2. Buildings shall be completely waterproof, air and watertight, corrosion and chemical resistant, and environmentally aesthetic. 3. Building components and access devises shall be secure and designed to prevent unauthorized access. Door locks shall be keyed to match City of Ashland's existing keys. 4. Building to include one (1) 6'-4"x7'-2" Out-Swing Steel Clad Double Entry- Doors with keyed locks. 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 1-3/4 inch thick and insulated with 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. Door frames shall be 14- gauge steel minimum. Frames shall be supplies with sufficient wall and head anchors to secure jamb and door against all operating, wind, and seismic loads. Doors shall be equipped with the following minimum hardware and shall meet local building and fire codes: a. Perimeter gasketing, Pemko, or equal. b. Exit Device (on active door of double door) equal to Dorma 9500 series mortise lock style with 3-inch wide by 16-inch high raised plate and rectangular pull with thumb and cylinder hole, or equal. Panic hardware shall have a stainless steel satin finish and 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 be ANSI A-156.13 Series 1000 Grade 1, Schlage with brushed stainless steel finish, or equal. c. Push/pull plate to match exit device on the inactive door of the double door. 13-1 Z:ABothell\Data\COA\1014033\Specs\Ashland PS\13 Special Construction.docx 6/26/2014 3:00 PM © 2014 R112 Engineering, Inc. Spring 2014 City of Ashland Division 13 - Special Construction Ashland Temporary Pump Station and Chlorination Building d. Door hinges shall be stainless steel land provide for 180-degree rotation of the door. Hinges shall be equipped with tamper-proof pins. e. Threshold, Door Bottoms, Astragals, Rain Drip equal to Pemko. f. Door stops with holder for each door. 5. Building to include HVAC and electric as detailed on Plans. Submittals 1. Product Data 2. Shop Drawings Quality Assurance Building provided shall be end product of one manufacturer. Part 2 - Products Manufacturers Temporary Chlorine building shall be equal to Industrial PRO Exterior Storage building as manufactured by Tuff Shed, Inc. or approved equal. Manufacturer shall have a minimum of 5 years' experience producing industrial exterior storage sheds. Part 3 - Execution Examination Examine surface to receive building for acceptable installation conditions. Do not start installation until acceptable conditions are provided. Installation Install in accordance with manufacturer's instructions and approved submittals. Anchor building to concrete pad using concrete anchors, size as required by manufacturer. 13-2 6/26/20143:00 PM 'L:ABothell\Data\COA\1014-033\Specs\Ashland PS\13 Special Construction.docx © 2014 RH2 Engineering, Inc. Division 14 Conveying Systems - This Division is Not Used 14-1 'L:ABothell\Data\COA\1014033\Specs\Ashland PS\14 Conveying Systems.docx 6/26/2014 12:17 PM © 2014 RI 12 Engineering, Inc. Division 15 Mechanical 15.00 GENERAL A. This division covers the work necessary for furnishing and installing mechanical appurtenances and accessories as described in these Specifications and shown on the Plans. B. Sections in these specifications titled "Common Vork for shall apply to all following subsections whether directly referenced or not. 15.05 Common Work for Mechanical Part 1- General Summary A. The work of this section describes the materials and methods common to sections of Division 11 and 15. Mechanical materials specified under other sections of Divisions 11 and 15 shall meet the requirements of this section, unless part of larger factory assembled equipment. If provisions of this Section conflict, or appear to conflict with provisions in other Specification section, the more restrictive, in the opinion of the Engineer shall prevail. B. 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. C. 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 A. Division 1.82 Pressure Ratings Submittals A. Contractor shall prepare and complete layout drawings of all mechanical equipment including buried piping. Layout drawings shall consist of plan and section views of all areas containing mechanical equipment clearly showing pipe, fittings, valves, pipe hangers and supports, duct, and all mechanical equipment and related appurtenances. In some instances, the mechanical drawings may not show complete details of building construction. The Contractor shall check actual conditions and shall refer to architectural, structural, mechanical and electrical drawings. Rerouting of pipe and duct from that shown on construction Plans will be permitted only after review by the Engineer on submitted shop drawings due to interferences; types of material and equipment submitted that are different from those originally shown on drawings and/or specified; Contractor's convenience for construction that does not compromise 15-1 Z:\Bothell\Data\COA\1014033\Specs\Ashland I'S\15 Mechanical.docs 7/2/2014 11:32 AM © 2014 8112 Engineering, Inc. Summer 2014 City of Ashland Division 15 - Mechanical Ashland Temporary Pump Station and Chlorination Building functional intent. Layout drawings shall be completely dimensioned and labeled. Drawings shall be reviewed by Engineer before the applicable portion of mechanical work is performed. B. Submittal information shall be provided to the Owner for the following items. 1. Pipe, Valve, and Conduit Seismic Restraint, Supports, and Anchorage 2. Pipe, Fittings, and Appurtenances 3. Valves, Gates, and Appurtenances 4. 1\/Iiscellaneous Mechanical Components 5. Chemical and/or Plumbing Piping Systems 6. Nameplates 7. Other Mechanical Components 15.06 Schedules for Piping A. Provide pipe materials as specified herein and on the Plans. All material transitions from buried, outside, in basins, or wet conditions to inside areas shall occur in the inside area. All material transitions shall include appropriate means of electrical isolation. 15.10 PIPE INSTALLATION 15.13 Above Grade Pipe Installation 15.13.11 Process Piping Installation Part 1- General Installation and Testing A. Pipe shall be installed in accordance with good trade practice and in strict accordance with the manufacturer's instructions. The methods employed in handling and placing of pipe, fittings and equipment shall be such as to insure that after installation and testing they are in good condition. 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 process piping in accordance with all applicable sections of AWWA, ANSI, and ASTM. 15-2 Z:ABothell\Data\COA\1014033\Specs\Ashland PS\15 Mechanical.docs 7/2/2014 11:32 AM © 2014 R112 Engineering, inc. City of Ashland Summer 2014 Ashland Temporary Pump Station Division 15 - Mechanical and Chlorination Building 15.18 Piping Inspection and Testing 15.18.01 Common Work for Testing Part 1- General Description A. It is the intent of the Owner to have a complete and operable facility. All facilities shall be tested during construction and/or during the Contractor's operational period to insure the facility is complete, is operable to the satisfaction of the Engineer, and meets the design performance requirements. B. General test requirements are specified in this section. Additional test requirements may be specified in other divisions of these Specifications and in other sections of this division. In submitting a proposal for this work the Contractor agrees that any specified performance requirements, testing procedures, leakage allowances, or other requirements are fair and practicable and that he guarantees to secure the results specified. C. All costs for power, gas, water, labor and material (including chemicals) required for testing shall be borne by the Contractor. D. Defective items revealed by the testing shall be removed and replaced or otherwise corrected as directed by the Engineer, and the system again subjected to the same test. All cost for power, gas, water, labor and material (including chemicals) required for re- testing shall be borne by the Contractor. Testing A. Equipment and Systems 1. All equipment and systems shall be tested by the Contractor under the review of the Engineer, to verify the proper operation thereof in accordance with these Specifications. 2. All major mechanical piping systems associated with the pump station, including pump suction/ discharge, chemical, and drain lines shall be considered process and/or yard piping. Minor mechanical piping associated with building floor drains and building water supply shall be considered as plumbing. B. Pipe and Fittings 1. After completion of the installation, the Contractor shall test all piping and pipe work as herein specified. The Contractor shall furnish all material, equipment and labor for testing and re-testing the piping systems. Each system may be tested as a unit or in sections, but each complete system shall successfully meet the requirements specified herein before acceptance by the Engineer. Should any defects appear in the pipe or fittings, the necessary repairs shall be made and the line re- tested until it shall meet the requirements. The Contractor shall take all necessary precautions to prevent any joints from drawing while the pipelines and their appurtenances are being tested, and he shall, at his own expense, repair any damage 15-3 6:ABothell\Data\COA\1014-033\Specs\Ashland PS\15 Mechanic d.docx 7/2/2014 11:32 AM © 2014 RH2 Engineering, Inc. Summer 2014 City of Ashland Division 15 - Mechanical Ashland Temporary Pump Station and Chlorination Building to the pipes and their appurtenances or to any other structures resulting from or caused by these tests. C. Process and Yard Piping 1. All pressure process and yard piping shall be hydrostatically pressure tested as specified herein or as shown on the Plans. Any pipe not listed shall be tested at 250 psi. Test pressure shall be 150 psi above maximum operating pressure for all process piping unless otherwise specified herein. The test shall be made by closing valves or providing bulkheads or plugs and filling the pipeline with water. Provisions shall be made for release of all air in the lines. Lines may be filled with water sometime before testing to allow for absorption of water by pipe or joint material. After all joints are apparently tight and there is no evidence of leakage, the test pressure must be maintained a minimum of one hour or sufficiently longer to permit the Engineer to make an inspection of the system. During the test, pipe, fittings and joints shall be completely tight. 2. The test pressure shall be measured relative to the maximum hydrostatic head possible on the pipe for gravity pipelines intended to operate under full conditions. Piping which normally operates under full conditions at a hydrostatic pressure head higher than the crown of the pipe shall be considered pressure piping for this specification section. Piping which normally operates at a hydrostatic head no higher than the pipe crown shall be considered gravity pipelines. 3. Pressure piping shall be Hydrostatically Pressure Tested in accordance with Section 15.98.2. All gravity pipelines shall be pressure tested using gravity pressure or low- pressure air testing methods as specified herein. D. Plumbing 1. All plumbing shall be tested in accordance with applicable State and local codes and as specified. 2. Before final connections are made to main sewers and prior to backfilling of trenches or connecting of fixtures, all drainage piping shall be hydrostatically tested. All openings shall be capped or plugged and the system filled with water to the top of a vertical section of pipe ten feet high, temporarily connected to the highest point of the underground system. The water shall be allowed to stand in the system for at least 30 minutes prior to inspection. If the water level remains constant and no leaks are found during the period of inspection, the water shall be drained from the system. Final connections shall then be made to the main sewers and the trenches backfilled. 3. Before any fixtures are connected, all water piping shall be hydrostatically tested and proven tight at a pressure of not less than 150 psig at the lowest point in the system unless otherwise specified herein or on the Plans. The pressure shall be maintained for at least one hour for inspection. If the pressure remains constant and no leaks are 15-4 Z:ABothell\Data\COA\1014033\Specs\Ashland PS\15 Mechanical.docs 7/2/2014 11:32 AM © 2014 RH2 Engineering, Inc. City of Ashland Summer 2014 Ashland Temporary Pump Station Division 15 - Mechanical and Chlorination Building found during the period of inspection, the water shall be drained from the systems and final connections shall then be made to the fixtures. 4. Should any leaks, flaws or defective materials or equipment be found during the testing operations, such leaks or flaws shall be corrected and effective materials and equipment replaced. After corrections have been made, tests shall be repeated until all systems are proven tight. All corrections and re-tests shall be made without additional cost to the Owner. Part 3 - Execution Preparation A. 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. 15.18.2 Hydrostatic Pressure Test Method Part 3 - Execution Preparation A. 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. The Contractor shall furnish and install temporary blocking where permanent blocking is not required and remove it after testing. B. 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. Testing A. All pressure-rated pipeline and appurtenances shall be tested under a hydrostatic pressure equal to that specified Division 1.82 Pressure Ratings and Division 15.06 Schedule of Piping. If not stated, the hydrostatic testing pressure shall be 150 psi over working pressure or 250 psi, whichever is greater. 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. B. Pump cans (aka barrels) for can-mounted pumps shall be hydrostatically pressure tested prior to installation on the job site. Valves shall be tested in accordance with Division 15.18.3 Valve Testing of these Specifications. C. 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. D. 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 15-5 Z:ABothell\Data\COA\1014033\Specs\Asliland pS\15 Mechanical.docx 7/2/2014 11:32 ANI © 2014 RH2 Engineering, Inc. Summer 2014 City of Ashland Division 15 - Mechanical Ashland Temporary Pump Station and Chlorination Building 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. E. Pipe joints, fittings and valves shall be exposed for inspection as is practical. 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 then retest the pipeline at his own expense. F. Sections to be tested shall normally be limited to 1,500 feet. The Owner may require that the first section of pipe, not less than 1,000 feet in length, installed bV each of the Contractor's crews be tested in order to qualify the crew and/or the material. Pipe lying shall not continue more than an additional 1,000 feet until the first section has been tested successfully. G. Prior to calling out the Owner 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. H. Before applying the specified test pressure, air shall be expelled completely from the pipe, valves, and hydrants. 1. 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 main being tested. When testing a potable water main, the makeup water shall be sterilized by the addition of chlorine to a concentration of 50 mg/1. J. For approval, pressure is not allowed to drop more than 5 psi during the test and there shall not be an appreciable or abrupt loss of pressure during duration of the test period. K. As an alternative, the following method may be used as determined by the Engineer. L. 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 one gallon per revolution. The meter shall be approved by the Owner. M. 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 bV one of the following two methods. 1. As listed in the following table: 15-6 Z:ABodiell\Dara\COA\1014-033\Specs\Ashland PS\15 Mechanical.docx 7/2/2014 11:32 AM CC 2014 R112 Engineering, Inc. City of Ashland Summer 2014 Ashland Temporary Pump Station Division 15 - Mechanical and Chlorination Building Allowable Leakage per 1,000 ft. of pipeline* - gph Nominal Pipe Diameter* - inches psi 6" 8" 10" 12" 16" 20" 24" 450 0.86 1.15 1.43 1.72 2.29 2.87 3.44 400 0.81 1.08 1.35 1.62 2.16 2.70 3.24 350 0.76 1.01 1.26 1.52 2.02 2.53 3.03 275 0.67 0.90 1.12 1.34 1.79 2.24 2.69 250 0.64 0.85 1.07 1.28 1.71 2.14 2.56 225 0.61 0.81 1.01 1.22 1.62 2.03 2.43 200 0.57 0.76 0.96 1.15 1.53 1.91 2.29 *If the pipeline being tested contains sections of various diameters, the allowable leakage will be the sutra of the computed leakage for each size or, for those diameters of pressures not listed, will be calculated with the formula stated in Section 01140.51 of the Standard Specifications. 2. As determined by the following formula: SD (P)112 L 148,000 In which L = allowable leakage, gallons/hour S = length of pipeline tested in feet D = nominal diameter of the pipe in inches P = average test pressure during the leakage test, psi. 15.18.3 Valve TestinLy Part 3 - Execution Testing A. Test all valve bonnets for tightness. Test operate all valves at least once from closed-to- open-to-closed positions while valve is under pressure. B. Test all valves for water tightness under differential working pressure. To perform this test, pressurize pipe section with valve in place, close valve and relieve pressure on seat side of the valve. The valve shall not pass water during a 5 minute test period. 15-7 Z:ABothell\Data\CO,~\1014-033\Specs\Ashland PS\15 Mcchamud.docx 7/2/2014 11:32 'At © 2014 RTT2 Engineering, Inc. Summer 2014 City of Ashland Division 15 - Mechanical Ashland Temporary Pump Station and Chlorination Building C. The Contractor shall verify that the pressure differential across the valve does not exceed the rated working pressure of the valve. 15.18.4 Gravity Pressure Test Method Part 3 - Execution Testing A. All gravity pipelines, including all connected side sewers, shall be tested for water tightness in accordance with the provisions of Section 00445.72(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. 15.18.5 Low-Pressure Air Pressure Test Method Part 3 - Execution Testing A. Where specified, pipeline and appurtenances shall be leak tested using low-pressure compressed air to a pressure equal to that specified Division 1.82 Pressure Ratings and Division 15.06 Schedule of Piping. All testing shall be in accordance with the provisions of Section 00445.72(c) 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 the end of the test section. 15.20 PIPE AND FITTINGS 15.21 Common Work for Pipe and Fittings Part 1- General Description of Work A. The work included in this section consists of furnishing and installing pipe, fittings, insulation and related items, complete as specified herein and as indicated on the Plans. Special pipe, fittings or installation requirements may be specified with the particular equipment involved. B. Provide piping, plumbing, fittings and appurtenances necessary 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 proper piping system installation and operation may not have been shown. Provide fittings, pipe and appurtenances necessary, whether shown or not shown on the Plans, to complete all piping systems, tested and ready for operation. 15-8 "L:\Bothcll\D,Lta\COA\1014-033\Spccs\Asliland PS\15 Mechanical.docx 7/2/2014 11:32 ANI © 2014 RH2 Engineering, Inc. City of Ashland Summer 2014 Ashland Temporary Pump Station Division 15 - Mechanical and Chlorination Building C. Note that 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. Design Requirements A. The Plans indicate the general arrangement and location of equipment, pipe, fixtures, etc. It is desired that the indicated positions be followed as closely as possible. The exact location of the various items is subject to building construction and the actual equipment furnished by the Contractor. The Contractor shall verify the location of all items furnished, installed or connected by him. B. Design, provide and install piping and conduit support systems as specified herein. C. Plumbing is specified in Section 15.70, with reference to piping specified herein. D. Not all the pipe and fittings listed in this section are necessarily used for this project. E. Permanent exposed piping shall be primed for future field painting. F. If there is conflict between this section and other specification sections, the most applicable and the most restrictive shall prevail, according to the opinion of the Engineer. G. All pipe and fittings shall have thickness designed in accordance with applicable sections of ANSI/AWWA and shall be based on laying conditions and internal pressures to meet the requirements of Division 1.82 Pressure Rating and Division 15.06 Schedule of Piping unless listed as more stringent below. Submittals A. Submittals shall conform to the provisions of Section 1.33 of the Specifications. Data in the form of drawings, catalog cuts, etc. shall be submitted for all items proposed for use. Calculations shall be submitted for buried pipe restraint, and for exposed pipe support and lateral restraint (pressure and seismic). B. Submit shop drawings of all major process piping, including but not limited to: 1. Site piping, including phasing, connections to existing piping, restrained joints and other required appurtenances. 2. Piping within and connecting to buildings and structures with piping materials, appurtenances, layouts, elevations and dimensions on shop drawings, and phased installation. 3. Piping and conduit support system design: for all interior/exposed systems, including accommodation for anchoring, expansion and contraction systems, and other requirements for a complete piping installation. 4. And other systems as requested by the Engineer C. Contractor shall provide a detailed piping submittal indicating: all pipe layout and alignment; materials/ diameter; connections; fittings; valves; insulating kits; equipment connections; supports; seismic, expansion and contraction and other flexible 15-9 7:ABothch\Data\COA\1014033\Specs\Ashland I'S\15 Mechanical.docs: 7/2/2014 11:32 ANTI © 2014 RH2 Rnginecring, Inc. Summer 2014 City of Ashland Division 15 - Mechanical Ashland Temporary Pump Station and Chlorination Building connections; pressure rating and thickness class; and other items necessary for a complete and functioning piping system as shown on the plans, specified herein, require by applicable codes and industry standards. Part 2 - Products Components A. Pipe Materials 1. General a. All pipe and fittings shall be of the type and size indicated on the Plans. All pipe of each type shall be of the same manufacturer. Piping material shall be as called out in the piping schedule shown on the Plans. b. Pipe shall be welded, flanged, mechanical, boltless-restrained, or push-on joint as required or as specified. Unless otherwise shown on the Plans or specified herein, the following shall apply. Type of ends shall be specified as mechanical joint (MJ), restrained joint (RJ), true restrained joint (TRJ), plain end (PE), grooved/Victaulic (VIC) or flanged (FL). i. Mechanical joint or push-on joint pipe shall be used for all buried pipe, as approved by the Engineer and as called out on the Plans. ii. Mechanical or "megalug"-type restraints shall be selected as appropriate for material and application and shall be Romac, EBAA Iron or equal. iii. Flanged joints shall conform to ANSI/AW WA C115/A21.15, ANSI/AWWA C110/A21.10, or ANSI/AWWA C207 with a bolt pattern to match adjacent pipe. Gaskets for flanged joints shall be ring type per ANSI/AW'XVA C111/A21.11 and shall be 1/8" thickness. Flanged gaskets shall be the high performance type satisfying the special requirements of ANSI/AWWA C111/A21.11 Appendix C, Sec. C.2 and have at least (3) bulb type rings molded into both faces of the gasket. Flanged gaskets shall be U.S. Pipe FLANGE-TYTE® Gasket or approved equal. iv. Gasket material for flanges shall be as selected as appropriate for the specified service and media conditions. Unless otherwise specified, gaskets for sewage and water service shall be Styrene-Butadiene rubber (SBR). Gaskets for media air service shall be Viton. V. All exposed piping shall be the welded or flanged piping system. Provide joints to allow for expansion and contraction and restraints as required. vi. All permanent and exposed piping (i.e. piping within the vaults) shall be provided without bitumastic or other petroleum-based coatings, and with zinc primer equal to Tnemec Series 1 at 3-4 mils DFT for field painting. Field painting of exposed piping will be completed as part of the construction of the permanent pump station. All piping or portions of 15-10 7.:ABothcll\Data\COA\1014-033\Specs\Ashland PS\15 Mechanical.docx 7/2/201411:32 AM © 2014 RH2 Engineering, Inc. City of Ashland Summer 2014 Ashland Temporary Pump Station Division 15 - Mechanical and Chlorination Building piping that will be buried shall be coated with bitumastic or other petroleum- based coating. vii. All ductile iron and cast iron process piping shall be cement mortar lined according to AWWA specifications, unless otherwise called for. All steel pipe shall be epoxy lined and coated per AWWA specifications. Fittings shall be lined in accordance with the piping system where installed. viii. Unless otherwise specified herein, flange bolts and nuts, coupling bolts and nuts, tie rods and other hardware on mechanical, flanged, and grooved joints, and other fittings such as saddle taps, shall be as follows: • Fasteners for pipe and fittings shall be 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. All bolts shall have a minimum tensile strength of 60,000 psi. • Exposed: ASTM A193 Grade B7, electroplated zinc or cadmium-plated. Where above grade/exposed piping is specially coated, the connecting nuts and bolts shall be coated using the same system. e • Concrete Encased: ASTM A307 Grade B, black steel. • Buried: ASTM A193 Grade B7. • Submerged: Connection bolts shall be Nitronic 60 steel. Nuts and washers shall be Stainless Steel, minimum grade 304 unless otherwise specified herein. Bolts and nuts shall meet ASTM F593 and F594. • Stainless Steel Pipe and Fittings: Connection bolts shall be Nitronic 60 steel. Nuts and washers shall be Stainless Steel, minimum grade 304 unless otherwise specified herein. Bolts and nuts shall meet ASTM F593 and F594. • Apply anti-galling compound to the threads of stainless steel bolts. • 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. Locations of insulating kits shall be noted on shop drawings. • All shackled thrust restraint systems shall be of Cor-Ten (ASTM 242) construction and manufactured by Star National Products or equal. All components of any Cor-Ten system shall include all Cor-Ten components. Bolts, nuts, washers, tie rods, and other components shall be one material and not intermixed. 15-11 Z:ABothell\Data\COA\1014-033\Specs\Ashland PS\15 Mechanical.docx 7/2/2014 11:32 AM 0 2014 R142 Engineering, inc. Summer 2014 City of Ashland Division 15 - Mechanical Ashland Temporary Pump Station and Chlorination Building Pipe and Fitting Insulation A. All exposed plumbing 2" and less used to distribute hot, tepid, cold, and potable shall be insulated with pre-slit and glued closed cell polystyrene insulation and installed per manufacturer's written information. Insulation shall be sized to match the diameter of the piping. Insulation shall be by S and S Industries or equal. Part 3 - Execution Construction A. 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. 15.22 Metal Pipe and Fittings 15 22 2 Ductile Iron Pipe and Fittings Part 1- General Design Requirements A. Minimum thickness class for all pipe and fittings shall be standard thickness Class 52 for general use, and Class 53 for flanged or grooved piping. Part 2 - Products Manufactured Units A. Ductile Iron Pipe 1. 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). 2. 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. 3. Where specified as "restrained joint" (RJ), ductile iron pipe and fittings joints shall be fully restrained using mechanical (bolted) restraining devices (i.e. "mega-lug" and restraining gaskets (i.e. "field-lok gasket"). The allowed joints for bolted restraint joint piping systems shall be as follows: a. At mechanical joints: EBAA Iron Mega-Lug Series 1100 (for operating pressures 150 psi or less), EBAA Irong Mega-Lug Series 110OTDM (for operating pressures greater than 150 psi), no equals. b. At push-on joints: US Pipe FIELD LOK 350 Gasket or equal. 4. Flanged joints shall conform to ANSI Standard B16.1. 15-12 Z:ABothell\Data\COA\1014033\Specs\Ashland PS\15 Mcchanical.docx 7/2/201411:32 ANI © 2014 RH2 Engineering, Inc. City of Ashland Summer 2014 Ashland Temporary Pump Station Division 15 - Mechanical and Chlorination Building 5. Fabricated Restrained joint pipe (aka True Restrained Joint (TRJ) or Boltless Restrained joint) shall be ductile iron manufactured in accordance with requirements of ANSI/AWWA C151/A21.51. Restrained joint pipe shall be equal to that which is being installed as part of the TAP Waterline project. 6. Grooved pipe shall conform to AWWA Standard C-606-87, or the coupling manufacturer's recommendations for rigid grooving dimensions. Flexible grooves shall be provided as necessary for settlement or expansion, where required at penetration of structures, exposed piping subject to temperature changes, as shown on the Plans and as required and approved by the Engineer. 7. 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. B. Ductile Iron Fittings 1. All fittings shall be ductile iron where possible. Steel fittings will not be accepted. Ductile iron fittings shall be short body, 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. 2. Standard cement lining shall be in accordance with ANSI Standard A21.4 (AWWA C104). 3. Mechanical joint (1VIJ), ductile iron, compact fittings 3 inches through 24 inches and 54 inches through 64 inches shall be in accordance with AW WA C153. 4. Fittings specified as restrained joint (RJ) shall be provided bolted restraining devices as specified above. Fittings specified with true restrained joint (TRJ) shall be from the same manufacturer and product line as the fabricated restrained joint pipe. 5. 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. Finishes A. For above grade and exposed pipes that are part of a permanent installation, including those inside structures, coat the exterior as specified above. Part 3 - Execution Installation A. The Contractor shall provide tools and equipment, including any special tools required for installing each particular type of pipe used. B. Where true restrained joint (TRJ) pipe is specified, short lengths of TRJ pipe supplied by the manufacturer shall be used whenever possible to provide the proper spacing of valves, tees, or special fittings. After a restrained section has been assembled, the joints 15-13 Z:\Botliell\Data\COA\1014-033\Spccs\Asliland PS\15 Mechanical.docx 7/2/2014 11:32 AM © 2014 RTT2 Engineering, Inc. Summer 2014 City of Ashland Division 15 - Mechanical Ashland Temporary Pump Station and Chlorination Building shall be extended to their full length prior to backfilling. The preferred method for TRJ pipe installation is to place the fitting or valve first, then lay RJ pipe away from the fitting or valve. Any cuts necessary to close gaps shall be made on the adjoining standard push- on joint pipe, not on the restrained sections. 15 22 4 Stainless Steel Pipe and Fittings Part 1- General A. Stainless steel pipe shall be constructed as shown in the Plans and pieces shall be constructed as dimensioned to exact tolerances of 3/32". B. Minimum pipe thickness shall be equal to Schedule 10S. Actual thickness shall be as needed to meet the hydrostatic pressure testing requirements, or other process requirements and the grooved or flanged joint requirements. Part 2 - Products Materials A. All stainless steel pipe and fittings shown on the Plans shall meet ASTM A312, Type 304, 304L, 316, or 316L as scheduled on the Plans. Pipe and fittings shall be passivated and neutralized prior to on site delivery. All heat tints and chromium depleted layers caused by welding shall be removed prior to on-site delivery. B. Fittings shall be beveled plain-end for welding, mechanical joint connection, grooved for grooved joint connection or flanged as shown on the Plans. Elbows shall be smooth- flow. Source Quality Control A. Welds shall be constructed in accordance with ASME Welding Code. The Contractor shall be responsible for compliance to this tolerance and correct any dimensions or welding that does not meet this specification at their expense. 15-14 7.:\13othell\Data\COA\1014-033\Specs\Ashland PS\15 Mechanical.docs 7/2/2014 11:32 AM © 2014 R112 Engineering, Inc. City of Ashland Summer 2014 Ashland Temporary Pump Station Division 15 - Mechanical and Chlorination Building 15.22.5 Galvanized Steel Pipe Part 1- General Design Requirements A. Galvanized steel pipe as shown on the Plans shall conform to ASTM A53/A53M. Hot dip galvanizing shall be completed in conformance with ASThI A123/A123M. Piping shall be sized as shown on the Plans and capable of the hydrostatic working and testing pressures as indicated in the pressure section above. Two and one half inch (21/2") or smaller pipe shall have screwed couplings. Three-inch (3") and larger pipe shall have grooved mechanical joint couplings or flanged couplings. Part 2 - Products Components A. Wrap pipe if buried below grade. Provide dielectric couplings and bonding as shown on the Plans or as required by the Owner's standard details. 15.22.6 Copper Pipe and Fittings Part 2 - Products Materials A. 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. B. Fittings for buried pipe shall be brass compression type, Swagelok, Gyrolok, Parker CPL or equal. C. Fittings for exposed pipe shall be wrought copper or bronze pressure type solder joints and meet the requirements of ANSI B16.22 unless otherwise specified. Threaded exposed pipe and fittings shall meet the requirements of ASTNI B16.15 and ASTM B16.24. 15.30 VALVES 15.31 Common Work for Valves Part 1- General Related Sections: A. Division 15.39 Valve and Gate Actuators Design and Performance Requirements A. 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. 15-15 Z:ABothd\Data\COA\1014-033\Specs\Ashland PS\15 Mechanic-A.docx 7/2/2014 11:32 AM © 2014 RII2 Engineering, Inc. Summer 2014 City of Ashland Division 15 - Mechanical Ashland Temporary Pump Station and Chlorination Building B. 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. C. Pressure rating shall be per Division 1.82 and Division 15.06 unless shown otherwise. Part 2 - Products Components A. All valves shall be provided with manual operators unless otherwise noted. Unless otherwise indicated, the direction of rotation of the wheel, wrench nut, or lever to open the valve shall be counter-clockwise. Each valve body or operator shall have cast thereon the word OPEN and an arrow indicating the direction to open. Remote controlled valves and hand operated valves requiring remote position indicators shall have built-in limit switches. B. Gearboxes that are buried and which may be exposed to groundwater or located below the water surface shall be designed for submerged service and have a watertight gasket and be greased filled. All nut extensions and extension guides for submerged valves shall be stainless steel. Manual Operators A. All manual operators shall, unless otherwise specified, be equipped with a geared operating wheel. Valves less than 4 inches may use lever operators. B. Wrench nuts shall be provided on all buried and submerged valves; on all valves which are to be operated through floor boxes; and where shown, unless noted otherwise. All wrench nuts shall comply with Section 20 of AWWA C 500. Valve operators shall be designed to require a minimum of 12 turns to close the valve, unless otherwise noted on the Plans. A minimum of 4 operating keys per size shall be provided for operation of the wrench nut operated valves. Extend shafts to within 6 inches from grade, and support every 5 feet with the last support just below the operating nut. C. Exposed valves shall be equipped with lever actuator for valves 4 inches and smaller, or geared operating handwheel actuator for valves 6 inches and larger, unless otherwise noted on Plans. D. If shear pins are installed with any valve, the manufacturer shall certify the shear pin(s) to fail between 95 percent to 99 percent of the operator shaft failure torque. Valve and Floor Boxes A. Cast-iron valve boxes extending to the finished or established ground or paved surfaces shall be provided for all buried and encased valves. They shall have suitable base castings to fit properly over the bonnets of their respective valves and heavy top sections with 15-16 Z:ABotheb\Data\COA\1014033\Specs\As-hland PS\15 Mechanic d.docx 7/2/2014 11:32 AM © 2014 RH2 Engineering, inc. City of Ashland Summer 2014 Ashland Temporary Pump Station Division 15 - Mechanical and Chlorination Building stay-put covers. Boxes shall be of the screw or sliding type having 5-1/4 -inch shaft diameter or greater. All parts of the valve boxes, bases and covers shall be coated by dipping in a hot bituminous varnish, except that those set in concrete shall be galvanized. B. A floor box shall be provided for key operating valves located below a concrete slab. Each floor box shall be of the depth required for installation in the slab. Where the operating nut is below the slab, the opening in the bottom of the box shall be sufficient for passage of the operating key. Each floor box and cover shall be coated by dipping in hot asphaltum varnish, except that those set in concrete shall be galvanized, or as noted on Plans. C. Covers for all boxes shall have cast thereon an appropriate name designating the service for which the valve is used. Part 3 - Execution Installation A. Install valves in strict accordance with the manufacturer's instructions and as shown on the Plans. Provide buried valves will 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. Provide concrete supports for operators where required and as shown on the Plans. B. Install valves and fittings in accordance with manufacturer's recommendation and the Plans. Verify alignment and adjustments after installation. 15.32 Isolation Valves 15.32.2 Gate Valves Part 1- General A. Gate valves 2 inches and smaller for steel pipe shall be Apollo, Crane No. 438 or equal with non-rising stem, screwed bonnet, solid wedge disc, bronze construction and threaded ends. B. 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, Resilient-Seated Gate Valves for Water Supply Service. All cast ferrous components shall be ductile iron. Reduced wall thickness, per AWWA C515 are not acceptable. All gates valves shall be capable of a minimum working pressure of 200 psig. Higher pressure applications as noted on the plans shall have a rated working pressure of 250 psig. 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. Flanges shall conform to ANSI/AWWA C110/A21.10 and have facing and drilling patterns to match AWWA C110 fitting flanges, AWWA C115 threaded-on flanges and ANSI B16.1 Class 125 flanges or as specified in the Plans. 15-17 Z:ABothell\Data\COA\1014-033\Specs\Ashland I'S\15 Mechanical.docx 7/2/2014 11:32 ANI © 2014 RI-12 Engineering, Inc. Summer 2014 City of Ashland Division 15 - Mechanical Ashland Temporary Pump Station and Chlorination Building Part 3 - Execution 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. 15.33 Check Valves 15.33.2 Swing Check Valves Part 1- General Design Requirements A. 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 with AWWA C508 and the following specifications. B. The valve shall be constructed to withstand the pressures stated in Division 1.82. Flanges shall conform to ANSI/AWWA C110/A21.10 and have facing and drilling patterns to match AWWA C110 fitting flanges, AWWA C115 threaded-on flanges and ANSI B16.1 Class 125 flanges or as specified in the Plans. C. Operating pressure range is 150 psi (low) to 250 psi (high). The manufacturer shall certify that the check valve will seal completely within the operational range. Part 2 - Products Manufacturers A. The valve shall be equal to Golden Anderson, Fig. 250-D or equal. Manufactured Units A. 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 level and spring. Spring tension shall be adjustable. The spring attachment shall permit adjustment of closing force by tensioning the spring or replacement with different active length springs. The design shall permit the mounting of levers and springs on either side of the valve. See plans for which side of the valve to locate the lever and spring. B. 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 stiffing box and be connected to the swing arm in the outside of the valve. Finishes 15-18 Z:ABothell\lllata\COA\1014033\Specs\Ashland PS\15 Mechanical.docx 7/2/201411:32 ANI © 2014 RT12 Engineering, Inc. City of Ashland Summer 2014 Ashland Temporary Pump Station Division 15 - Mechanical and Chlorination Building A. The interior and exterior of the valve body, bonnet and seal plate shall be coated with fusion-bonded epoxy meeting AWWA C-550 (latest revision). Interior coating shall be a 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. 15.34 Hydraulic Control Valves 15 341 Common Work for Hydraulic Control Valves Part 1- General Submittals A. Valve suppliers shall review the design and certify that the valve provided in the submittal will operate as described and within the conditions specified. Any discrepancies from the design and the specified valves shall be brought to the Engineer's attention during the submittal process. Performance Requirements A. Hydraulic control 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. Install valves in strict accordance with manufacturer's instructions and as shown on the Plans. B. Valves that do not operate as intended shall be replaced or modified so that they operate within the design parameters at the Contractor's expense. C. All valves shall be rated for the pressures shown in Division 1.82, unless stated otherwise within the individual valve specification. Part 2 - Products Manufactured Units A. Valves shall be diaphragm-actuated, hydraulically-operated valves and shall have a cover chamber sealed from the body by a flexible, synthetic rubber diaphragm. Control of the valve shall be from direct-acting,- adjustable spring-loaded diaphragm valve(s) and/or solenoid valve(s) as appropriate for the valve function. Pilot controls shall be selected appropriately for the system operational pressure range. Valves to be globe or angle style with flanged or threaded ends as shown on the plans. B. Valves where differential pressure is expected to cavitate when in continuous operation shall be equipped with anti-cavitation trim. Valve supplier shall confirm and certify proper valve and trim selection. Components A. Provide brass or SS nameplates on all valves indicating valve size, inlet side (or flow direction), valve model and control pilot adjustment ranges. B. Valves shall be provided with all pilots, solenoids and controls preassembled to operate the valve in its intended function. A strainer shall be provided on all valve pilots to prevent clogging by debris in the water. 15-19 Z:ABothell\Data\COA\1014-033\Specs\Ashland PS\15 Mechanical.docx 7/2/201411:32 AM © 2014 RH2 Engineering, Inc. Summer 2014 City of Ashland Division 15 - Mechanical Ashland Temporary Pump Station and Chlorination Building C. Provide a single point valve position indicator equal to C1aVal model X105L for all valves. Finishes A. All hydraulic control valves shall be provided with an epoxy coating on the interior flow path and exterior body. Interior epoxy shall be certified for potable water use. Part 3 - Execution A. Hydraulic Control Valves shall be installed in accordance ithe the manufacturer's recommendations. A direct factory representative shall be made available for service, inspection and adjustments for start-up and testing. 15.34.32 Surge Anticipator Valve - Hydraulic Control Part 2 - Products Manufacturers A. Valves shall be Cla-Val Model 52G-03KC surge anticipator valve. Manufactured Units A. Surge anticipator valves shall provide system protection against both high and low pressure events. The pressure relief pilot shall open when system pressures exceed the control setting. The low pressure pilot shall open when pressures drop below the control setting and close when pressures are normal. The pilot supply system shall be connected to the main discharge header with a 1-inch pipe approximately 10 feet from the valve. Valve operation is to partially open on sensing a low pressure, relieve in upstream pressure from exceed a set level and slowly close at a determined rate. B. Bodies shall be ductile iron. Flanges shall conform to ANSI/AWWA C110/A21.10 and have facing and drilling patterns to match AWWA C110 fitting flanges, AWWA C115 threaded-on flanges and ANSI B16.1 Class 125 flanges or as specified in the Plans. C. The initial pressure relief setpoint shall be equal 5 psi above the highest anticipated operating pressure estimated to be 252 psi, and the initial surge anticipation pressure setpoint shall be equal to and 5 psi below the lowest anticipated operating pressure of 45 psi. The initial closing time shall be 30 seconds. 15.34.40 Pressure Reducing Valves - Hydraulic Control Part 2 - Products Manufacturers A. The valve shall be equal to Cla-Val Model 90G-01BCSYKCKOV. Manufactured Units A. The pressure reducing valve shall be set to open at any pressure below its downstream preset setpoint and to close at any pressure above an adjustable deadband to maintain 15-20 Z:ABo[hell\Data\COA\1014033\Specs\Ashland PS\15 Mechanic d.docx 7/2/201411:32 AM © 2014 RTT2 Engineering, Inc. A City of Ashland Summer 2014 Ashland Temporary Pump Station Division 15 - Mechanical and Chlorination Building downstream pressure within 2.5 psi of the pressure setpoint. Downstream pressure control shall not be based on changing upstream pressures. B. The valve does not normally operate when the temporary pump station is operating. The static pressure upstream of the valve when normally operating will be 205psi to 225 psi. The static downstream pressure when normally operating will be 45 psi to 65 psi. A downstream isolation valve will be used to adjust flow rates. C. The downstream pressure setpoint shall be 70 psi. The normal valve pressure differential is 165 psi. 15.35 Air Valves Part 1- General Submittals A. Valve suppliers shall review the design and certify that the valve provided in the submittal will operate as described and within the conditions specified. Any discrepancies from the design and the specified valves shall be brought to the Engineer's attention during the submittal process. Performance Requirements A. Air 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. Install valves in strict accordance with manufacturer's instructions and as shown on the Plans. B. Valves that do not operate as intended shall be replaced or modified so that they operate within the design parameters at the Contractor's expense. C. All valves shall be rated for the pressures shown in Division 1.82, unless stated otherwise within the individual valve specification. 15.35.2 Air Valve - Clean Water 15.35.2.1 Combination Air Valve - Water Part 2 - Products Manufacturers A. Combination air valves shall be APCO 140C series or equal, unless otherwise noted on Plans. 15-21 Z:ABothell\Data\COA\1014033\Specs\Ashland PS\15 Mechanical.docx 7/2/2014 11:32 AM © 2014 RT12 Engineering, inc. Summer 2014 City of Ashland Division 15 - Mechanical Ashland Temporary Pump Station and Chlorination Building Manufactured Units A. Provide air valve's body and cover fabricated from ductile iron. Provide internal parts, including float, seat, needle, linkage, level pins, retaining rings and screws fabricated from either stainless steel or bronze. Size as shown on the Plans. Part 3 - Execution Installation A. If not detailed on the Plans, valves shall be attached to water main via tapping saddle, brass pipe, and an isolation ball valve and fittings as necessary. Outlet shall be provided with a brass male by female threaded return bend to direct air away from any mechanical or electrical components. 15.40 PIPING SPECIALTIES 15 40 3 Pipe, Valve and Conduit Supports Part 1- General Summary A. This section includes providing pipe supports, hangers, guides and anchors. Related Sections • Division 1.81 Seismic Restraint References A. Pipe supports furnished under this section shall comply in all respects with the requirements of the following standards. 1. ANSI/ASME B31.1 Power Piping 2. ANSI/MSS SP-58 Pipe Hangers and Supports - Materials, Design and Manufacture 3. ANSI/MSS SP-69 Pipe Hangers and Supports - Selection and Application Performance Standards A. Piping systems, including connections to equipment, shall be properly supported to prevent deflection and stresses. Supports shall comply with ANSI/ASME B31.1, except as otherwise indicated: B. Size hanger rods, supports, clamps, anchors, brackets and guides in accordance with ANSI/MSS SP 58 and SP 69. C. Support plumbing drainage and vents in accordance with the Uniform Plumbing Code. 15-22 Z:ABothell\Data\COA\1014033\Specs\Ashland PS\15 Mechanic d.docx 7/2/2014 11:32 AM © 2014 RH2 Engineenng, Inc. City of Ashland Summer 2014 Ashland Temporary Pump Station Division 15 - Mechanical and Chlorination Building Submittals A. Pipe hanger/support design calculations. B. 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 A. Pipe supports, hangers, guides and anchors shall be anvil, Unistrut, Tolco, Standon or equal. B. 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 or equal. Components A. 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. B. All supports, rods, clips, bolts, nuts, etc. shall be 316 L stainless steel. C. Except as otherwise noted, pipe support components shall comply with the types in ANSI/MSS SP-58. D. Engineered Supports 1. Pipe hangers, supports for piping and conduits (raceways), and all spring support assemblies shall be completely engineered. E. Pipe Hangers 1. 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. F. Hangers Subject to Horizontal Movement 1. 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 1/4-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 15-23 Z:ABothcll\Data\COA\1014-033\Spccs\Ashland PS\15 Mechanical.docx 7/2/2014 11:32 AM © 2014 RH2 Engineering, Inc. Summer 2014 City of Ashland Division 15 - Mechanical Ashland Temporary Pump Station and Chlorination Building attachment shall be offset in such a manner that the rod is vertical in the maximum temperature position. G. Spring-Type Hangers 1. Spring-type pipe hangers shall be provided for piping where vibration or vertical expansion and contraction is anticipated (engine exhausts and similar piping). Spring-type hangers shall be sized to the manufacturer's printed recommendations and loading conditions indicated. Variable spring supports shall be provided with means to limit misalignment, buckling and eccentric loading, or to prevent overstressing of the spring. Variable spring supports shall be provided with the means to indicate the compression of the spring at all times. Supports shall be designed for a maximum variation of 25% for the total travel resulting from thermal movement. H. Thermal Expansion 1. Wherever expansion and contraction of piping is expected, a sufficient number of expansion loops or joints shall be provided, with rolling or sliding supports, anchors, guides, pivots and restraints. They shall permit the piping to expand and contract freely in directions away from the anchored points and shall be structurally suitable to withstand all loads imposed. 1. Heat Transmission 1. Supports, hangers, anchors and guides shall be designed and insulated so that excessive heat shall not be transmitted to the structure or other equipment. J. Freestanding Piping 1. 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. K. Submerged Supports 1. Submerged piping shall be supported with hangers, brackets, clips, or fabricated supports and stainless steel anchors. Piping which is located below the top of the wall of a water retaining structure shall be considered submerged. L. Point Loads 1. Any meters, valves, heavy equipment and other point loads on PVC, fiberglass and other plastic pipes shall be supported on both sides according to the manufacturer's recommendations to avoid pipe stresses. Supports on plastic and fiberglass piping shall be equipped with extra wide pipe saddles or stainless steel shields. No support shall have metal pieces in contact with plastic process piping. 15-24 Z:ABothell\Data\COA\1014-033\Specs\Ashland YS\i5 Mechanical.docx 7/2/201411:32 AA1 CO 2014 RTT2 Engineering, Inc. City of Ashland Summer 2014 Ashland Temporary Pump Station Division 15 - Mechanical and Chlorination Building M. Noise Reduction 1. To reduce noise transmissions in the piping systems, copper tubes shall be wrapped with a 2-inch-wide strip of rubber fabric at each pipe support, bracket, clip and hanger. Finishes A. 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. Part 3 - Execution Installation A. Piping shall be rigidly anchored to walls, slabs and ceilings by means of suitable pipe supports, wall brackets or pipe hangers. B. Pipe supports, hangers, brackets, anchors, guides and inserts shall be installed in accordance with the manufacturer's installation instructions and ANSI/ASNIE B31.1. All concrete inserts for pipe hangers and supports shall be coordinated with the formwork. C. Stand-on Pipe Support 1. Adjust support, secure to pipe and secure to floor as recommended by the manufacturer. D. Riser Supports 1. Risers shall be supported on each floor with riser clamps and lugs, independent of the connected horizontal piping. E. Support Spacing 1. 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. F. Support Anchorage 1. 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. 2. Suspend pipe hangers from hanger rods, secure with double nuts. 15-25 Z:ABothcH\Data\COA\1014-033\Specs\Ashland PS\15 Mechanical.docr 7/2/2014 11:32 ANI C 2014 Rii2 Engineering, Inc. Summer 2014 City of Ashland Division 15 - Mechanical Ashland Temporary Pump Station and Chlorination Building 3. 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. 4. 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. 5. Do not use chains, plumbers' straps, wire or similar devices for suspending, supporting or restraining pipes. 6. Install riser clamps at floor penetrations and where indicated on the Plans. Field Quality Control A. 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. B. 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. 15.40.4 Dielectric Fittings and Adapters Part 3 - Execution Installation A. 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. The following connections do NOT require dielectric isolators. Metal Connecting to Bronze/brass Copper or ductile iron Ductile iron Mild steel or bronze or brass 15.40.8 Valve Box - Cast Iron Part 2 - Products Components A. Cast iron valve boxes shall be a complete unit composed of a valve box, lid, and 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. 15-26 L:\Bothell\I)ata\COA\1014-033\Specs\Ashland PS\15 Mcchanical.docx 7/2/2014 11:32 AM © 2014 R112 Engineering, Inc. City of Ashland Summer 2014 Ashland Temporary Pump Station Division 15 - Mechanical and Chlorination Building Part 3 - Execution Installation A. 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. 15.50 FLOW METERS 15.50.1 Common Work for Flow Meters Part 1- General Design Criteria A. 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. Submittals A. Meter shall fit in the space provided on the Plans. Meters that do not fit in the space provided must be approved by the Engineer for acceptance. B. Provide information on meter assembly, available and selected options, direct read head, remote transmitter, coatings and dimensions of all equipment. Part 2 - Products Components A. Direct Readout 1. Each meter shall be equipped with an indicator-totalizer device. Electronic meters (electromagnetic, sonic, venturi, etc.) shall include an electronic read head. 2. The totalizer shall read in units of thousands of gallons. The indicator drive mechanism shall be temperature compensated; therefore, the indicator hand shall be accurate and linear within plus or minus 2% at all points on the dial when the unit is operated within the temperature range. 3. Readout shall register in gallons per minute (gpm) for instantaneous flow. Part 3 - Execution Installation A. Install the meter in strict accordance with the manufacturer's recommendation. Testing A. 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 may be installed in place of the meter with the approval of the Engineer. 15-27 /,:ABothcH\Data\COA\1014-033\Specs\Ashland PS\15 Mechanical.docx 7/2/201411:32 AM © 2014 RH2 Engineering, Inc. Summer 2014 City of Ashland Division 15 - Mechanical Ashland Temporary Pump Station and Chlorination Building B. 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. 15.51.5 Digital Read Head with Electronic Output Part 2 - Products Components A. The totalizer shall read in units of thousands of gallons. B. Readout shall register in gallons per minute (gpm) for instantaneous flow. C. 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 ininus 2% of actual flow with the range specified for each meter. One pulse shall represent 1,000 gallons of flow. D. The current output shall be a 4-20 mA signal that represents the rate of flow through the meter. The current output shall be plus or minus 0.5% of full scale of the instrument the transmitter is controlling. E. Transmitter electronics shall consist of easily accessible printed circuit boards for convenient maintenance in a wall mountable NEMA 4X (standard) enclosure for the reservoir flow meter and in a direct mount NEMA 4X (standard) enclosure for the booster pump station discharge flow meter and connected to the transducer by cable. The meter manufacturer shall supply an unspliced cable run from the transmitter to the meter tube. F. 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. G. 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. An additional reverse flow alarm signal shall be provided to indicate that the flow is in the reverse direction. 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 10 year service life. 1-1. 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. 1. 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. 15-28 Z:A13othell\Data\COA\1014033\Specs\Ashland YS\15 Mechanical.docx 7/2/2014 11:32 Abt C 22014 RT12 Engineering, Inc. City of Ashland Summer 2014 Ashland Temporary Pump Station Division 15 - Mechanical and Chlorination Building Part 3 - Execution Installation A. Connect outputs to telemetry or data logging system. B. Install the readout head directly on the flow meter for the booster pump station flow meter. Install the readout inside the telemetry panel for the reservoir flow meter as shown on the plans. If not shown on the plans, confirm location with Engineer prior to installation. 15.52 Electronic Flow Meters 15 52 3 Electromagnetic Flow Meters Part 1- General Design Criteria A. 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 mounting. B. The proposed method of mounting sensors and instruments shall accompany all shop drawings. All meters shall be factory tested and calibrated. Upon receipt of the Engineer's favorable review, the Contractor may have the meters shipped to the job site. C. Meter shall be provided with flow indication in GPM, GPH, etc. Do not use indicators which read 0 to 100%, 4-20mA, etc. The system shall operate within the accuracy required over an ambient temperature range of -10 to +120° F and a process temperature range of +15 to +120° F. The meters shall be suitable for use in the following service conditions: 1. Potable Water: pH = 6.5 to 9.0. Flow Meter Schedule See Plans for meter location. Part 2 - Products Manufacturers A. The flow meter shall be Rosemount Model 8750WA, no equals. Manufactured Units A. 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 ±0.5% of actual flow rate over a fluid velocity range of 1 to 30 feet per second (fps), and within 0.005 fps for velocities less than 1 fps. Repeatability shall be 0.1% of full scale or better. System accuracy shall be traceable to NIST using prototype meters of the same configuration. 15-29 Z:ABothell\Data\COA\1014-033\Specs\Ashland PS\15 Mechanical.docs 7/2/2014 11:32 AM © 2014 RH2 Engineering, Inc. Summer 2014 City of Ashland Division 15 - Mechanical Ashland Temporary Pump Station and Chlorination Building B. 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 carbon steel. The meter and cable connection(s) shall be capable of complete submergence without damage. The meter shall include integral grounding electrodes or a 316 stainless steel grounding ring 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. C. 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 neoprene or approved equal. D. The meter shall be equipped with on-board diagnostics which allow for monitoring and testing of meter performance and ground/wiring faults without need to remove meter for factory testing. 15.60 PRESSURE AND LEVEL MEASUREMENT 15.60.1 Common Work for Pressure and Level Measurement Part 1- General Design Requirements A. Pressure and level measurement devices shall be scaled and rated for the application. Part 3 - Execution Installation A. 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. 15.61 Pressure Gauges Part 1- General References • ASTM 1340.1 Grade 2A Performance Requirements A. Gauge accuracy shall be ± 0.5 percent of full scale. Submittals A. Provide catalog sheets showing dimensions, pressure range, accuracy and optional accessories. 15-30 Z:ABothell\Data\COA\1014-033\Spccs\,\shlandPS\15 Mcchanical.docx 7/2/201411:32 "1 © 2014 RT12 Engineering, Inc. City of Ashland Summer 2014 Ashland Temporary Pump Station Division 15 - Mechanical and Chlorination Building Part 2 - Products Manufacturers A. Wika, Marsh, 3D Instruments or equal. Materials A. Gauges shall be 4'/2-inch, stem mounted, analog type unless otherwise noted on Plans. Gauges shall be glycerin filled and completely suitable for measuring the intended fluid. Connection shall be '/4"-inch threaded, unless otherwise noted. Wetted parts shall be brass, bronze or stainless steel. The full scale pressure range for each gauge location shall be as specified in the Plans. B. For pressure gauges used in applications other than domestic potable water, provide a diaphragm protector suitable for the contact fluid. Diaphragm equal to Marsh 13040 stainless steel with flushing port, or equal. Part 3 - Execution Installation A. Install gauges as shown on the Plans. Support gauges adequately. Field Quality Control A. Provide calibrated test gauges for each scaled range. Build a temporary, common testing manifold that can hold all similarly scaled gauges plus the test gauge at one time. Pressurize the manifold to the pressure specified by the Engineer. Gauges that do not meet the accuracy requirements shown under the Performance Requirements shall be replaced at the Contractor's expense. 15.70 PLUMBING 15.71 COMMON WORK FOR PLUMBING Part 2 - Products Components Joints and Connections A. Steel: 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. B. Copper: Make all joints in copper tubing with 95-5 tin-antimony solder, applied in strict accordance with manufacturer's recommendations. C. Hubless: Install neoprene gasket and stainless steel clamp and shield coupling joint assemblies with bolts alternatively and incrementally tightened to 60 inch-pounds torque, minimum. Use single set-point torque wrench manufactured specifically for this 15-31 7:ABothell\Data\COA\1014-033\Specs\Ashland YS\15 Mechanical.docx 7/2/2014 11:32 AM CO 2014 R112 Rnginccring, inc. Summer 2014 City of Ashland Division 15 - Mechanical Ashland Temporary Pump Station and Chlorination Building purpose. Do not use screwdrivers or other types of wrenches. Re-torque bolts after 24 hours. D. Solvent cement: Use solvent-cement approved by pipe and fitting manufacturer and apply in accordance with manufacturer's installation procedures. Fixtures and Trim A. 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. B. Trim: metal parts used with fixtures. Trim: stainless steel, except when provided with plumbing fitting by 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 A. 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 discrepancy, do not proceed with installation and immediately notify Owner. Installation A. 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 vent for each fixture. B. Rigidly support wall-hung fixtures by means of metal supporting members so that no stress is transmitted to connections. C. Do not cut into or reduce the size of any load-carrying member without prior approval of Engineer. Install pipes to clear all beams and obstructions. D. Locate water hammer arresters in accordance with manufacturer's recommendation. Provide uniform pitch of at least 1/8 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 stresses. Conceal all piping unless otherwise shown on the Plans. Provide air chambers at each water connection to a plumbing fixture, same in size as branch line and concealed. 15-32 7:ABothcll\Data\COA\1014-033\Specs\Ashland PS\15 Mechanic d.docs 7/2/2014 11:32 AAI © 2014 RTT2 Engineering, Inc. City of Ashland Summer 2014 Ashland Temporary Pump Station Division 15 - Mechanical and Chlorination Building Inspection A. Test all plumbing fixtures for proper and smooth operation when in use. Make sure fixtures are thoroughly clean and free of any foreign material. 15.75 PLUMBING FIXTURES 15.75.16 Brass Ball Valves Part 1- General Performance Requirements A. Ball valves rated for 250 psi W.O.G. minimum. Valve to be "full-port" style. Part 2 - Products Manufactured Unit A. 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 75 2 Back Flow Prevention Assemblies (3-inch and Larger) Part 1- General Summary A. Contractor shall be responsible for maintaining cross flow prevention between approved and non-approved potable water systems. Contractor shall supply and maintain products for use to prevent cross flow. B. Devise used must be approved by the Oregon Health Authority. Only those backflow prevention devices/assemblies which appear on the current edition of the List of Approved Backflow Prevention Assemblies generated by the University of Southern California Foundation for Cross-Connection Control and Hydraulic Research (FCCCHR) will be accepted. Submittals A. Contractor shall obtain and pay for device testing by a certified backflow assembly and provide test report to the Owner. B. Provide information showing the device is approved by the FCCCHR and listed with the State of Oregon. Part 2 - Products Manufacturers A. Backflow prevention assemblies shall be per the Plans. Watts Series 774 or equal. Manufactured Unit 15-33 %:ABothcl1\Data\COA\1014-033\Specs\Ashland YS\15 Mechanical.docc 7/2/201411:32 AM © 2014 RT12 Engineering, Inc. Summer 2014 City of Ashland Division 15 - Mechanical Ashland Temporary Pump Station and Chlorination Building A. 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. Isolation valves shall be non-rising stem (NRS) unless otherwise approved. 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. B. 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. C. 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 A. Install devices per the requirements of the PNWS-A\VkVA Cross Connection Control Manual. B. Provide Oregon Health Authority certification and field testing of assembly at project completion in accordance with the Uniform Plumbing Code. Provide test report to Owner. 15 75 3 Backflow Prevention Assemblies (2-inch and Smaller) Part 1- General Summary A. 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 A. The Contractor shall obtain and pay for device testing by a certified backflow assembly and provide test report to the Owner. B. Provide information showing the device is approved by the FCCC and listed with the State of Oregon. Device used must be approved by the Oregon Health Authority. Part 2 - Products Manufacturers A. Reduced pressure principal backflow assemblies (RPBA) shall be Febco 860 or equal. Manufactured Unit 15-34 6:ABothell\Data\COA\1014-033\Specs\Ashland PS\15 Mcchanical.docx 7/2/2014 11:32 A A1 © 2014 RTT2 Rngineeting, Inc. Y City of Ashland Summer 2014 Ashland Temporary Pump Station Division 15 - Mechanical and Chlorination Building A. 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 A. Install devices per the requirements of the PNWS-AWWA Cross Connection Control Manual. RP devices shall have daylight drainage. B. Provide Oregon Health Authority certification and field testing of assembly at project completion in accordance with the Uniform Plumbing Code. Provide test report to Owner. 15.75.38 Hose Bibs Part 2 - Products Manufacturers A. Hose bibs shall be equal to Woodford Model 24 anti-contamination wall faucet. Manufactured Units A. Provide hose bibs to building interiors with brass construction and a 3/4-inch connection and vacuum breaker. B. Provide hose bibs on exteriors to buildings as shown on the project plans. 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. 15.75.41 Water Hose, Nozzle, and Rack Part 2 - Products Materials A. Provide a 50 foot length of 3/4-inch water hose with a 3/4-inch coupling for each location as shown on the Plans. Provide one adjustable pattern brass nozzle with 3/4-inch threads for each water hose provided. Provide one rigid molded plastic hose rack for each water hose provided. Mount securely to wall in locations shown on the Plans. 15-35 Z:ABothell\Data\CDA\1014-033\Specs\Ashland PS\15 Meehanical.docx 7/2/201411:32 AM © 2014 RH2 Engineering, Inc. Summer 2014 City of Ashland Division 15 - Mechanical Ashland Temporary Pump Station and Chlorination Building 15.80 CHEMICAL PIPING SYSTEMS Part 1- General A. The work and materials described in this section include pipe, valves and fittings installation for conveying 12.5% Sodium Hypochlorite (NaOCI) solution in high- pressure injection lines. It is required that the proper materials be used, and that skilled and experienced pipe fitters construct the chemical transmission and injection piping. Pipe, fittings, primers and cements used shall be suitable for carrying the listed chemicals. All final joints on the piping system must be strong, watertight, free from stresses and ready for a 20-year life of daily use. B. As part of the submittals, the contractor shall list the names of the pipe fitters who will perform the installation, and the names of chemical treatment project, including chemical names, on which they have installed piping. Installers shall be experts at the installation of chemical process pipe and shall have performed at least 10 chemical treatments projects using the materials specified herein. Submittals shall also indicate the compatibilities of the wetted materials with the chemicals used and the applicable pressure ratings. Related Sections • 1.82 Pressure Rating • 11.64 Water Treatment Chemical Systems Equipment • 15.40.3 Pipe, Valve and Conduit Supports • 15.60 Pressure and Level Measurement Submittals and Design A. Provide annotated product information on all pipe, fittings, valves, and accessories to be used. All pipe, fittings, valves and accessories shall be rated for the applicable working and testing pressures as indicated herein. All wetted materials provided, including gaskets, seals, diaphragms, etc. shall be compatible with the chemicals used in the application. All wetted materials used shall include a chemical compatibility chart to be submitted for approval. Provide submittal information on solvent cement showing compatibility with specified chemicals and pressures. B. The contractor shall submit the manufacturer's written installation methods to the Engineer for approval prior to installing PVC or CPVC pipe. The installation instructions shall include application methods and equipment; primer contact times and application quantities; cement curing time and application quantities; and all other special construction requirements. Spare Parts A. Provide one spare valve for each type and diameter of valve installed. 15-36 Z:ABothcll\Data\COA\1014-033\Specs\Ashland PS\15 Mechanical.docx 7/2/2014 11:32 ANT © 2014 RT12 Engineering, Inc. City of Ashland Summer 2014 Ashland Temporary Pump Station Division 15 - Mechanical and Chlorination Building Part 2 - Products General A. All pipe, fittings, valves and accessories shall be rated for the applicable working and testing pressures as specified herein. Unless otherwise noted on the Plans or specified herein, all valves, fittings and pipe for the chemical feed systems shall be as follows: Chemical Plastics Metals Elastomers Sodium Hypochlorite: PVC Titanium (where available) Viton Hastelloy C (elsewhere) B. The Contractor shall verify the suitability of the specified materials prior to bidding and submittals. Any discrepancies shall immediately be brought to the attention of the Engineer. Where discrepancies are noted, the Contractor shall assume that the more corrosion resistant material shall be used. Pipes and Fittings Polyvinyl Chloride (PVC) and Chlorinated Polyvinyl Chloride (CPVC) Pipe and Fittings Chlorinated polyvinyl chloride (CPVC) and polyvinyl chloride (PVC) pipe for pipe fittings and couplings shall conform to ASTM F-441, F-437, and F-439. Pipe for chemicals shall be Schedule 80. All other PVC or CPVC pipe shall be the schedule thickness shown on the plans. The objective of the primer and cement shall be to form a fused CPVC or PVC weld between the CPVC or PVC pipe and fittings. The contractor shall submit, for the Engineer's approval, the names of the proposed primer and cement and the CPVC or PVC pipe manufacturer's written recommendations stating the selected primer's and cement's suitability for use with the listed chemicals. All primer and cement shall be new. Polyethylene (PE) Tubing and Fittings Provide flexible polyethylene thermoplastic tubing fabricated from high molecular weight resins. Resistance to environmental stress cracking: meet or exceed requirement set forth in ASTM D 1693. Polyethylene tubing shall conform to standard set forth in ASTM D124878 for Type 1, Class A, Category 4, Grade E5 polyethylene tubing and shall be equal to Harrington polyethylene flexible tubing. Valves True Union Ball Valves Provide true union ball valves fabricated from materials suitable for the intended chemical application and as specified above. All PVC or CPVC Ball Valves must be of the True Union type and for Bleach service with an energized seat that will concurrently provide 15-37 Z:\Bothell\Data\COA\1014-033\Specs\Ashland PS\15 Mechanical.docx 7/2/2014 11:32 ANN C0 2014 RH2 Engineering, inc. Summer 2014 City of Ashland Division 15 - Mechanical Ashland Temporary Pump Station and Chlorination Building automatic adjustment for wear and leak-free service at the lower pressure port, and with a ball containing an adequate vent to the higher pressure port. The manufacturer of all PVC and CPVC Bleach Ball Valves must complete all components prior to the factory assembly, test and packaging of those valves. Modification of assembled valves by any manufacturer or vendor is unacceptable. Also, the valves must be individually packaged with each carton label depicting Bleach Ball Valve, size, material and manufacturer. The ball valve bodies must be permanently marked externally with NSF (symbol of NSF International), indicating approval for use with potable water, "bleach" and two opposing directional arrows, one inscribed with "flow", and the other with "vent." Valves designed for panel mounting shall have handle extension designed for panel mounting. Valves shall be equal to Chemtrol, George Fischer (+GF+), ASAHI/America, or engineer approved equal. True Union Ball Check Valves Provide true union ball check valves fabricated from materials suitable for the intended chemical application and as specified above. Ball check valves shall be listed by NSF for use in potable water systems. Valves shall be equal to Chemtrol, George Fischer (+GF+), ASAHI/America, or Engineer-approved equal. Air Release Valves Provide air release valves at chemical piping system high points and as shown on the Plans. Unless otherwise shown on the Plans, air release valves should be routed to the building exterior and shall not be combined with any other chemical system and DWV vent line. The air release relief valve shall be a Plastomatic, in the size shown on the plans, or approved equal. Valves shall be fabricated from materials suitable for the intended chemical application and as specified above. Pressure Relief Valves Relief valves shall prevent over-pressurization of the lines to which they are attached. Valves shall be fabricated from materials suitable for the intended chemical application and as specified above. The valve shall be Griffco, in the size shown on the plans, or approved equal, and designed for in-line operation, unless otherwise shown on the Plans. (Combination) Back Pressure Sustaining and Anti-Siphon Valve Provide combination backpressure sustaining and anti-siphon valves designed to prevent siphoning in system where discharge pressure may drop below suction line pressure. The valve shall also function as a backpressure sustaining valve to maintain a constant backpressure on the metering pump. Valves shall be fabricated from materials suitable for the intended chemical application and as specified above. The valve shall be a Griffco, in the size shown on the plans, or approved equal, and designed for in-line operation, unless otherwise shown on the Plans. Appurtenances 15-38 Z:ABoth ell\Data\COA\1014033\Specs\Ashland YS\15 Mechanical.docx 7/2/201411:32 ANN C0 2014 R112 Engineering, Inc. City of Ashland Summer 2014 Ashland Temporary Pump Station Division 15 - Mechanical and Chlorination Building Y-Strainers Provide clear Y-strainers fabricated from clear PVC or CPVC. Provide filter screen fabricated from corrosion-resistant materials and with an open area equivalent to twice the nominal pipe size. Y-strainers shall be rated for pressures as specified in the pressure rating section of this division. Calibration Column Furnish and install calibration column in site and location as indicated on the Plans. Column shall be constructed of clear PVC or CPVC with easy to read graduation in gph. Column shall be supplied by Griffco Valve, Inc., or equal, and shall have a vented cap. Pressure Gauge Provide pressure gauges with diaphragm (chemical) seal per Section 15.60. Part 3 - Execution A. All piping shall be cut square, deburred, and cleaned of all dirt, grease, and oils before joining. B. Once installed, all piping shall be flushed to clear the lines of debris. Pressure test to the system using water. Upon passing water pressure test, fill all pipes with chemical solution to be used during normal operations. Pressurize all piping to normal operating pressure for a period of 5 days. Correct all leaks and drips at the conclusion of this testing. At the determination of the Engineer, pressure test may have to be repeated if a large number of leaks or drips are repaired. All valves and appurtenances shall be set based on manufacturers' recommendation and the operation pressures identified. 15-39 %:ABothd\Data\COA\1014-033\Specs\Ashland PS\15 Mechanical.doce 7/2/2014 11:32 AA1 © 2014 RH2 Engineering, Inc. i APPENDIXES APPENDIX A - GODWIN PUMP AND VFD EQUIPMENT FORM #3 - CITY OF A regUeSt for a PUrc,h se Order ASHLAND REQUISITION Date of request: '51W 14 Required date for delivery: Ashe Vendor Name `A Le VA Address, City, State, Zip 'Z?SA poiUviL t-ttvAu5p%4 g zft* *-a0 oe R-*eZZ " qt q o Contact Name & Telephone Number ~,~a soS Fax Number gaOa 24v - ball SOURCING METHOD Exemgt from Competitive Bidding fig er e ❑ Reason for exemption: ❑ Invitation to Bid (Copies on file) ® Form #13, Written findings and Authorization ❑ AMC 2.50 Date approved by Council: ® Written quote or proposal attached Written quote or proposal attached ❑ Small Procurement Cooperative Procurement Less than $5.000 ❑ Request for Proposal (Copies on file) ❑ State of Oregon ❑ Direct Award Date approved by Council: Contract # ❑ VerballWritten quote(s) or proposal(s) ❑ State of Washington Intermediate Procurement sole source Contract # GOODS 3 SERVICES ❑ Applicable Form (#5,6, 7 or 8) ❑ Other government agency contract $5.000 to $100.000 ❑ Written quote or proposal attached Agency ❑ (3) Written quotes and solicitation attached ❑ Form #4, Personal Services $5K to $75K Contract # PERSONAL SERVICES dial Procurement Intergovernmental Agreement $5.000 to $75.000 ❑ Form #9, Request for Approval ❑ Agency ❑ Less than $35,000, by direct appointment ❑ Written quote or proposal attached Date original contract approved by Council: ❑ (3) Written proposals/written solicitation Date approved by Council: (Date) ❑ Form #4, Personal Services $5K to $75K Valid until; Date Description of SERVICES Total Cost TAP r_%.Ee_ce-« po wt p -AP $ Item # Quantity Unit Description of MATERIALS Unit Price Total Cost TOTAL COST Per attached quotelproposal $ Project Number ?ooa - OS Account Number- Account Number&?~.PS!S-bo- -b'4MD AccountNumber___ 'Expenditure must be charged to the appropriate account numbers for the financials to accurately reflect the actual expenditures. IT Director In collaboration with department to approve aff hardware and software purchases: IT Director Date Support-Yes/No ~X~ 014) F-1 By signing this requisif f I certify that th ly's public contracting requirements have been satisfied. s 1tY Employee: Department Head: (Equil to9tgreaterthan55,000) Department W/no upervisor: - 6tty Administrator: (Equ to or greater than $25,000) Funds approp ed for current fiscal year. YES / NO Finance Director (Equal to orgreater than $5,000) Date Comments: Form #3 - Requisition CITY OF FORM #13 ASHLAND EMERGENCY PROCUREMENT Greater than $5,000 To: Dave Kanner, Public Contracting Officer From: Mike Faught Date: 5-23-2014 Re: Emergency Procurement - Written Findings and Request for Authorization Document the emergency: This procurement is related to the serious potential water shortages with respect to the City of Ashland's watershed. Jackson County has declared a drought emergency and the Ashland City Council has approved the Talent Ashland Phoenix (TAP intertie) waterline as an emergencyproject in order to meet user water needs late in the season. The emergency condition was declared due to record level low snowpack this season in Ashland's watershed In order to offset potential severe water shortages for the community procurement of specific items is required to meet the timeline associated with when these water shortages could occur. The City of Ashland's consultant engineer for the emergency TAP intertie project, RH2, determined that pumps required to supply water to the City through the TAP intertie to avert a water shortage this summer cannot be procured and delivered in the time needed The required pumps will need to be rented on a temporary basis. Due to the limited availability and high demand for the specific pumps required, it will be necessary to reserve the rental pumps now so it will be available for use later in the summer when needed. Document solicitation process: The City's consultant engineer, RH2, requested the availability and quotes for the rental ofpumps required to pump from the TAP intertie to the City from all known rental vendors of this type. Only one vendor could provide the required pumps. The pump rental vendor has only one of the required pump currently available to rent, but cannot reserve the pump without a commitment to pay standby/reservation fees and rental use fees. There are no other vendors that can provide the required equipment and service in the time frame required by the City of Ashland with respect to emergency construction of the TAP intertie. Amount of Emergency Contract: $ 37.938.00 Written Order Emergency Procurem is being authorized by the City Administrator as specified by this written order. Authorized by: Date:' ;3 I t City Administra r/Public Contracting Officer Report Emergency Procurement to the City Council: Yes / No The nature of the emergency was documented and approved by Council at the February 18, 2014 meeting Form #13 - Emergency Procurement - Written Findings and Request for Approval, Page 1 of 2, 512712014 Emergency construction of the TAP line was documented and approved by Council at the April 22, 2014 meeting. The City Administrator has been granted signatory authority by the Council for procurement ofpersonal services and goods and services over $100,000 by the City Council. This approval occurred at the April 22, 2014 special meeting regarding construction of the TAP intertie. Form #13 - Emergency Procurement - Written Findings and Request for Approval, Page 2 of 2, 5/2712014 RENTAL QUOTATION** Customer: RH2 Engineering .~i Date. 6123/2014 Let's Solve Water :Project: City of Ashland temporary pumps (Rental Quotation 125009108 godWing : i Monthly Est. Total Item Qty Description Price Price (2 cycles) Standby Electric Pump Options 1A 1 Godwin Dri-Prime HL160M Electric Pump $ 4,185.00 $ 8,370.00 >81' 150# Flange Suction and 6" 300# >400HP 3 Phase 460V Electric Motor >Skid-mounted >Standby Rent Per 28 Day Billing Cycle from date on rent, approx two billing cycles. 2A 1 Godwin VFD Control Panel $ 2,286.00 $ 4,572.00 >Maximum Overload 515 Amps > 3 phase >Standby Rent Per 28 Day Billing Cycle from date on rent, a rox two billing cycles. Est Total Standby Rate $ 12,942.00 Monthly Est. Total Item Qty Description Price Price (3 cycles) Electric Pump Option 3A 1 Godwin Dri-Prime HL160M Electric Pump $ 7,533.00 $ 22,599.00 >8" 150# Flange Suction and 6" 300# >400HP 3 Phase 460V Electric Motor >Skid-mounted >Full Rent Per 28 Day Billing Cycle from pump setup and startup on or around August 15. Duration of job estimated at three months as shown. 4A 1 Godwin VFD Control Panel $ 4,113.00 $ 12,339.00 >Maximum Overload 515 Amps > 3 phase >Full Rent Per 28 Day Billing Cycle from pump setup and startup on or around August 15. Duration of job estimated at three months as shown. Total Rental Price $ 34,938.00 5A Delivery Motor Freight Br 025 $ 3,000.00 >Partial Load Freight to Hubbard, OR Sales Tax not included Estimated Freight and Delivery: TBD based on selected pump(s) This pricing information is for internal use only. We ask that these items and terms be kept confidential. All quotations are subject to credit approval and are valid for 30 days. See attached Terms and Conditions. 2754 Pacific Highway xylem Hubbard, OR 97032-9640 Let's Solve Water Tel: 503-981-0341 _ Fax: 503-981-1428 godwin ® www.godwinpumps.com May 23, 2014 Mr. Dennis Kessler Phone: 503-246-0881 R142 Engineering Fax: 503-246-0811 6500 SW Macadam Avenue Email: dkessler@rh2.com Suite 125 Portland, OR 97239 RE: HL160M Quotes Rental Quotation 125009108 Dear Mr. Kessler: Thank you for your support of Godwin, a Xylem brand, for your portable pump needs in Ashland, Oregon. Per our conversation you requested standby and primary rates for the Godwin HL 160M Electric and corresponding VFD. Upon receipt of a purchase order which would include transportation (freight) in addtion to the equipment, Godwin will mobilize the HL160M and 400 HP VFD from their current locations to Hubbard, Oregon. Once in Hubbard, Oregon, the equipment will go on rent at the standby rate listed in the quote. The equipment will stay on rent at the standby rate until the customer designated start up date or product installation is complete in the Ashland, Oregon area, whichever comes first. At that point the equipment will go on rent at the full rental rate also quoted below. Please note that this quote does not include the following: * Rental rates for hoses and fittings or additional controls to complete the pump system. * Freight from Hubbard, Oregon to the jobsite in the Ashland, Oregon area. * Installation of equipment or labor costs associated with like activity. Please contact me with questions or to issue a purchase order for the equipment at 503-981-0341, office, or 503-572-3912, cell. Sincerely, Glen A. McCord Branch Manager GAM / gm Home Office: 84 Floodgate Road, Bridgeport, NJ 08014 • www.godwinpumps.com • (856) 467-3636 - (856) 467-4841 Xylem w g Solutions, Inc. d/b/a Godwin in Pumps of America 84 Floodgate Road, Bridgeport, NJ 08014 Tel +1.856.467.3636 Fax +1.856.467.4428 Let's Solve Water TERMS AND DEFINITIONS Rental Day: One Calendar day not exceeding eight (8) hours running. Rental Week: Seven (7) calendar days not exceeding 48 hours running. Rental Month: Twenty-eight (28) calendar days not exceeding 192 hours running. Standby Rate: The Standby Rate is 75% of the scheduled rate. Standby is for a "second" or additional back-up pump to be run in the event the primary pump cannot. If the standby pump operates for any reason other than failure of a primary Godwin Rental pump, the standard rate will apply. Overtime All scheduled rates are based on an 8 hour per day shift. If equipment is used for a double shift, the 8-hour rate will be Running: multiplied by 1 %7 times. If used for a triple shift, the rate will be multiplied by 2 times the scheduled rate. Diesel units only. Billing Cycles 3 - 7 Days = 1 Week Based on Open 8 Days = I Week and 1 Day Terms Approval 9 Days = 1 Week and 2 Days 10 -14 Days = 2 Weeks 15 Days = 2 Weeks and 1 Day 16 Days = 2 Weeks and 2 Days 17 - 28 Days = I Month Billing Cycle - 3 - 7 Days = 1 Week COD Customers Off Rent: It is the responsibility of the Customer to call into the local branch and obtain an Off Rent Call Confirmation Number. This serves as notification that equipment is disassembled, properly decontaminated, and stockpiled in one readily- , accessible area available for immediate pick-up. Itental and/or labor charges will accrue if equipment is not cleaned and staged for removal. IMPORTANT: Obtaining an Off Rent Call Confirmation Number does not release Customer from its obligations; to safeguard and secure the equipment including maintaining required insurance coverages, while the equipment remains under Customer's care. custody or control pending return of all rented equipment to the Company. Customer shall remain responsible for all loss or damage arising from Customer's failure to safeguard and secure equipment while awaiting Vidilip, TERMS AND CONDITIONS 1. This quotation is valid for 30 days, however, prices may change without written notification. Quotations for sales of HDPE pipe arc valid for seven (7) days. 2. This quotation is our estimate of equipment and material required. Actual installation may vary in cost due to site requirements. Additional equipment or time to set-up will be charged at the above itemized rates or based upon our published rental rate schedule. 3. Payment terns: Net 30 based on credit approval. 4. 'faxes are not included in any rental, sale or labor quotes. Customer is responsible for paying applicable taxes on the equipment and services, including sales and use tax. Customer will only be considered exempt when a valid Sales Tax Exemption Certificate is received when ordering any rental equipment, pumping services and/or sale goods. 5. Delivery and Pick-Up available at Customer's request via Lessoes/Supplien's truck for an additional charge. 6. Customer shall be responsible for providing adequate labor and material handling equipment onsite to unload/load and setup/breakdown equipment, including chains or cables of sufficient capacity along with cribbing material to support pumps, piping and accessories. 7. Customer responsible for daily monitoring of all equipment on site, including but not limited to cleaning of suction screen(s) as necessary. Diesel driven pumps require routine service including changing oil, oil filter, fuel filter, and performing general maintenance every 250 hours of running time, and also replacing the air filter every 500 hours of running time. As requested, Lessor/Supplier will service the equipment for an additional charge. 8. Customer shall be responsible for any required secondary containment around and under each pump to contain possible spills during operation or refueling of the equipment. 9. Customer shall be responsible for compliance with permitting, licensing or other regulatory requirements associated with setup, installation, or operation of the equipment. SUPPLEMENTAL CONTRACT TERMS AND CONDITIONS Lessor/Supplier and Customer agree that the terms and conditions printed below are material elements of this contract (the "Contract"). OWNERSHIP: FOR RENTED GOODS, RIGH'T'S AND TITLE SMALL OPERATION/INSPECTION: Customer agrees to operate the equipment in REMAIN WITH THE LESSOR AT ALL TIMES. FOR SALE GOODS, accordance with the manufacturer's manuals and instructions. Customer further agrees RIGHTS AND 'T'ITLE SHALL PASS TO CUSTOMER ON THE EARLIER OF to place a competent operator in charge of the equipment. The operator shall be SUPPLIER'S RECEIPT OF PAYMENT IN FULL OR CUSTOMER'S RECEIPT responsible for conducting a personal inspection of the equipment to reveal any OF GOODS AT THE, FOB POINT SPECIFIED IN THIS CONTRACT. apparent defects in the equipment and shall immediately notify Lessor of such 's notice to proceed or possession defects to allow for repair or replacement of the equipment at Lessor's sole ACCEPTANCE/MODIFICATION: Customer discretion . Customer shall operate (he equipment at Customer's own risk. of the goods shall be deemed agreement to and acceptance of (fie Contract. Any purchase order or other document submitted by Customer with differing terns or SERVICE/MAINTENANCE: Customer shall be responsible for all fuel and add conditions applicable to the goods is hereby rejected. This Contract contains the oils necessary to operate the equipment, and to check same daily to ensure proper entire agreement between the Lessor/Supplier and the Customer. No modification operation of the equipment. Normal equipment maintenance is completed after 250 of this Contract shall be binding upon Lessor/Supplier unless such modifications hours of running time, which can be provided by Lessor/Supplier for an additional are in writing and signed by both parties. charge. For rentals, Lessor shall have the right to enter the premises where the SHIPMENT: Customer shall obtain goods at Lessor's/Supplier's facility unless rental equipment is located and be given free access (hereto and afforded necessary Lessor/Supplier shi services and facilities for safely and readily inspecting it. Lessor reserves the right agrees to p goods or to stake delivery. If goods are to be to conduct equipment maintenance if Customer has not completed maintenance by a shipped or delivered by Lessor/Supplier, prices are exclusive of the costs thereof, qualified individual. Customer expressly agrees to maintain rental equipment and and unless different terms are stated by Lessor/Supplier in this Contract, all prices return it in the same condition as when received, normal wear and tear accepted, or are F.O.B. Supplier's facility. to pay for any repairs that may be necessary, including cleaning. REMOVAL: Customer agrees not to remove rented goods from the original WARRANTY: EXCEPT FOR WRITTEN WARRANTIES ON GOODS delivery location without the prior written consent of the Lessor, which shall not SOLD, LESSOR/SUPPLIER MAKES NO WARRANTIES, EITHER be unreasonably withheld. EXPRESS OR IMPLIED, INCLUDING AS TO MERCHANTABHATY OR RENTAL CHARGES' Customer will be charged rental from delivery date tip (o FITNESS FOR ANY PARTICULAR PURPOSE. and including date Customer obtains an Off Rent Call Confirmation Number from INDEMNIFICATION: TO THE FULLEST EXTENT PERMITTED BY Lessor. All rental charges are based on an eight hour working day, 48 hour LAW, CUSTOMER AGREES TO DEFEND, INDEMNIFY AND HOLD working week, or 28 day month, and no reduction in rental charges will be made HARMLESS LESSOR/SUPPLIER FROM AND AGAINST ANY AND ALL for any time the goods are not used while in Customer's possession and control. POTENTIAL CLAIMS, LIABILITIES, DEMANDS, SUITS, JUDGMENT'S, Customer agrees to report and pay for any overtime use of the goods in any day, AND THE ASSOCIATED COSTS AND EXPENSE (INCLUDING or week or month, at the proportional rental charge specified in this Contract. If REASONABLE ATTORNEYS' FEES) , WHICH LESSOWSUPPLIER MAY no time is fixed for rental period, or if rental is extended beyond the fixed period INCUR, BECOME RESPONSIBLE FOR OR PAY OUT AS A RESULT OF of time, the Customer agrees to give the Supplier four (4) full business days notice of DEATH OR PERSONAL INJURY TO ANY PERSON OR DESTRUCTION OR termination of rental in writing. The rented goods arc furnished F.O.B, Lessor's DAMAGE TO ANY PROPERTY, CAUSED IN WHOLE OR IN PART, BY facility and all handling and transportation charges to and from Lessor's facility, THE OPERATION, MAINTENANCE, HANDLING OR unless otherwise specified herein, shall be paid by Customer. TRANSPORTATION OF THE EQUIPMENT, LOSS OF USE, BUSINESS CRFDiT/PAYMENT TERMS: Credit terms are subject to the approval of INTERRUPTION OR EXTRA EXPENSE DUE TO EQUIPMENT Supplier's credit department. If credit terms are not approved, sale will be C.O.D. BREAKDOWN WHILE IN THE CUSTOMER'S CARE, CUSTODY OR Rentals shall be payable in advance for each rental period, and, after the CONTROL, OR WHILE IT IS BEING USED FOR CUSTOMERS WORK. expiration of the minimum guaranteed rental period, rents shall be payable per the THESE PROVISIONS SHALL SURVIVE TERMINATION OR Contract until the rented goods are returned by Customer. Standard terms of EXPIRATION OF THE CONTRACT. payment are net 30 days from date of invoice- A late fee of I% percent per month LIMITATION OF LIABILITY: LESSOR/SUPPLIER LIABILITY, IF ANY, shall be charged on all balances over 30 days. Customer agrees to pay all costs, SHALL BE LIMI'T'ED TO THE VALUE OF THIS CONTRACT OR $100, including reasonable attorneys' fees, incurred as a result of Customer's breach of WHICHEVER IS GREATER. UNDER NO CIRCUMSTANCES SHALL this Contract including the failure to pay any amounts due hereunder. LESSORISUPPLIER BE LIABLE TO CUSTOMER OR ANY THIRD-PARTY FOR ANY INDIRECT, SPECIAL, INCIDENTAL OR CONSEQUENTIAL INSURANCE: Customer must maintain specific insurance coverages when DAMAGES WHETHER BASED ON CONTRACT, TORT (INCLUDING renting goods from Supplier: Statutory Workers' Compensation and Employers' NEGLIGENCE), STRICT LIABILITY OR OTHERWISE. Liability in compliance with state laws; Automobile Liability including owned, hired, and non-owned vehicles; and Commercial General Liability on a primary DEFAULT/DAMAGES: If Customer is in breach of or default in any terms and and non-contributory basis including broad foml contractual liability coverage, conditions of this Contract, Lessor/Supplier may terminate this Contract and without Minimum per occurrence limits of $1MM must be per location/job and defense demand or notice take immediate possession of, and remove any or all of, the cost must be supplementary payments. Claims-made policies are not acceptable, equipment and return it to Lessor's/Supplier's facility, without liability for damages Rented/leased equipment must be covered by a Contractor's Equipment policy for in trespass or otherwise, and without thereby waiving any claim Lessor/Supplier may the full replacement value of the equipment, Customer must provide a Certificate have against Customer. Customer shall be responsible for all direct and indirect costs of insurance with endorsements naming Supplier as the Certificate Holder and along with general and consequential damages, including reasonable attorney's fees must state that Lessor is named as additional insured and loss payee. Expiration and court costs, from Customer's breach of or default in any of the terns and dates, limits, and deductibles for each policy must also be noted, along with a conditions of this Contract. provision for notice of cancellation, non renewal, or material change to the certificate holder of not less than 30 days. Customer shall provide a Certificate of o f New t JerseNf thout This Contract shall be governed by the laws the State Insurance with endorsements as evidence of coverage before Supplier will release of New Jersey, withers regard to its principles of conflicts of laws. Ally action the goods. Failure to maintain adequate insurance will result in an additional against . Leessor/ssor/Sup uppliershall be filed in the Federal State Courts the State of automatic surcharge of 15% to the total equipment charge and Customer shall New Jersey. , at its option, may prosecute collections where debts remain subject to the Loss/Damages provisions herein whether insured or not. accrue. LOSS/DAMAGES: Customer shall be responsible for all loss or damage to rented WAIVER, Lessor's/Supplier's waiver of any right under this agreement shall not goods occurring in excess of ordinary wear and tear, or by theft or fault, affect future application of any such provision or any other provision. negligence or shortages tip to the full replacement value of the goods. Lessor's SEVERABILITY: The provisions of this contract shall be severable so that tlue pick-up receipt for rental goods shall not be construed as Lessor's final invalidity, unenforceability or waiver of any provision shalt not affect the remaining clearance to Customer. Customer may be invoiced separately for loss or damages provisions. to goods. V01 fJ~~WN~ o ~z P1 ~~V1~N C O ~ 0 •.pg~~ a 4 ~e W ~ x ,3E ~ g W N 111H N i a xx .~a8 d r-P a~ Ion m = r = (A Lo :3 X<Q 0. cn o m =r 0 D 0919 ° HL160M Dri-Prime Pump - The Godwin Dri-Prime HL160M pump offers flow rates to 2,139 USGPM and discharge heads to 613'(187 m). Aso it has the capability of handling solids up to 1' (35mm) In diameter. The HL160M Is able to prime to 28'(8.6 m) of suction lift from dry. i Indefinite dry-running Is no problem due to the unique Godwin oil bath mechanical seal design. Solids handling, dry-running and portability make the HL160M the perfect choice for dewatering and bypass applications. The standard model is mounted on a skid, with a highway trailer option. Features Specifications • Simple maintenance normally Amsted to Suction connection 8' 125# ANSI B16.1 checking fluid levels. Delivery connection 6' 250# ANSI 816.1 • Close coupled centfrigual pump with Max capacity 2139 USGPM vacuum priming compressor mounted Max head 613'(187 m) to a diesel engine. Also available in electric drlve or as a bare shaft Max solids handling 1' (35mm) pumpend. Max Impeller diameter 20 (508mm) • Extensive application flexibility. It will Max operating temp 1761F (80^C) handle sewage, slurries and liquids with Max working pressure 275.6 psl (19.0 bar) solids up to 1' In diameter. Max suction pressure 87.0 psi (6.0 bar) • Continuously operated Godwin venturi Max casing pressure 413.4 psi (28.5 bar) air ejector priming device requiring no Max operating speed 2000 rpm form of periodic adjustment or control. • Dry-running heavy duty mechanical seal with abrasion resistant Interfaces, • Also availabe as a Critically Silenced unit which drastically reduces noise levels of the pump. • Standard engine Caterpillar C15- The • The volute & suction cover are mode from cast iron bs1462:1990 grade 220 and the impeller is made from cast steel bs3100 a5 hardness to 200 hb brinell. rf-D god w--in a xylem brand Reference number : 95-1117-3000 Pieces canted Codvdn for further detals. Date of Issue : August 25.2011 A Nplcol picture orihe pump h shown. Issue : 1 Al mfoeno on is approximate and far general gukkw a any. Performance Curve Materials ro~eavko Pump casing & Cast Iron BS1462:1990 Grade 7p0 210 suction cover 220 tom rpa - `0° too WearPbtes High Chromium Cast Iron HC403:1977 Grade FM52 500 150 Nickel Chrome Steel to BS970-; Pump Shoff 1:1991 Grade 817M40T EN24T Aao trod t20 Cost Steel BS3 B 8 Impeller to 200 HB Brh1e100 AS Hardness 30.0 it 3 f700 Non-return valve 900 t° ;body Cost Iron - - - Mechanical seal Silicon carbide vs silicon - - faces carbide viton 0 0 a 2" 500 710 FjoW 101110O 120 1500 1714 2000 2114 :Engine option 1 Caterpillar, C 15, 474.4 HP 0 1800 rpm i *npeiler diameter 20' (5Wmm) j ,Suction lift Table Total Total Delivery Head C) Suction 284 364 417 470 470 Head O Output (l1SGPM) 8.0 1926 1609 1367 951 733 12.2 1882 1577 1324 911 674 16.2 1644 1605 1268 785 642 20.2 1288 1248 1149 793 - Fuel capacity (Full) 215 US Gal, (Usable) 215 lra Gal Fuel consumption 0 1800 rpm BEP 15 US Gal/tx Weight: (Dry)11 A64 lbs, (Wet) 13250 Ibs Dimensions: Q 161" x W 61"x (H) I W' [1 A3mm] _ 231- 34' 1351 _ 1-7852.75mmT 1:590.ior~ [3511.70mm] [170.40mm 420.oomm] Or 2422.14nwn] a 1 f(r~~~~'1 .O.IOmm) (886.19mm 2 O 25.19mm) ~1 14 performance data provided In tables Is based on water testt at sea level and 118'F ombieni, godwine All hrolmdion is approximate and for genera guidance only. a xylem brand Pteose contact Godwh pumps tot turinor daiols 84 Floodgate Road I Bridgeport, NJ 08014 Reference number : 95-1117-3000 KIM) 467.3636 i F:(856) 467-4841 Date of Issue : August 25, 2011 sales0godwinpumps.com I godwinpumps.com Issue : 1 Godwlnpu,npa. Dd.!Rirr.M-d th rotormnge lapnyn-redstered inxferaaaof Godwin Pulps Spedacutlan axi Midrdki arc ndicel to w%AAonwatpW ne6co. Godwin Pimpsk nai WWe IwoVk-moatanena gwec l- Godwin PumW k nol WO. la orry caoonxxV+d.Inckbnld a kd"act damegm retdkg to Ihesespecxicolkna a Ihek - GeetwlnN+nPskedracl who0yewned."doryd lrylarn Inc. lem 2754 Pacific Highway Hubbard, OR 97032-9640 Let's Solve Water Tel: 503-981-0341 Fax: 503-981-1428 godwine ra - www.godwinpumps.com May 23, 2014 Mr. Dennis Kessler Phone: 503-246-0881 RH2 Engineering Fax: 503-246-0811 6500 SW Macadam Avenue Email: dicessler@rh2.com Suite 125 Portland, OR 97239 RE: HL160M Quotes Rental Quotation 125009108 Dear Mr. Kessler: Thank you for your support of Godwin, a Xylem brand, for your portable pump needs in Ashland, Oregon. Per our conversation you requested standby and primary rates for the Godwin HL 160M Electric and corresponding VFD. Upon receipt of a purchase order which would include transportation (freight) in addtion to the equipment, Godwin will mobilize the EL160M and 400 HP VFD from their current locations to Hubbard, Oregon. Once in Hubbard, Oregon, the equipment will go on rent at the standby rate listed in the quote. The equipment will stay on rent at the standby rate until the customer designated start up date or product installation is complete in the Ashland, Oregon area, whichever comes first. At that point the equipment will go on rent at the full rental rate also quoted below. Please note that this quote does not include the following: * Rental rates for hoses and fittings or additional controls to complete the pump system. * Freight from Hubbard, Oregon to the jobsite in the Ashland, Oregon area. * Installation of equipment or labor costs associated with like activity. Please contact me with questions or to issue a purchase order for the equipment at 503-981-0341, office, or 503-572-3912, cell. Sincerely, Glen A. McCord Branch Manager GAM / gm Home Office: 84 Floodgate Road, Bridgeport, NJ 08014 • www.godwinpumps.com • (856) 467-3636 (856) 467-4841 RENTAL QUOTATION** Customer: RH2 Engineering m Date: 512312014 Let's Solve Water Project: City of Ashland temporary pumps OdW1C1e 'Rental Quotation 125009108 Monthly Est. Total Item Qty Description Price Price (2 cycles) Standby Electric Pump Options 1A 1 Godwin Dri-Prime HL160M Electric Pump $ 4,185.00 $ 8,370.00 >8" 150#•Fiange Suction and 6".300# >400HP 3 Phase 460V Electric Motor >Skid-mounted >Standby Rent Per 28 Day Billing Cycle from date on rent, approx two billing cycles. 2A 1 Godwin VFD Control Panel $ 2,286.00 $ 4,572.00 >Maximum Overload 515 Amps > 3 phase >Standby Rent Per 28 Day Billing Cycle from date on rent, approx two billing cycles. Est Total Standby Rate $ 12,942.00 Monthly Est. Total Item Qty Description Price Price (3. cycles.) Electric Pump Option 3A 1 Godwin Dri-Prime HL160M Electric Pump $ 7,533.00 $ 22,599.00 >8" 150# Flange Suction and 6" 300# >400HP 3 Phase 460V Electric Motor >Skid-mounted >Full Rent Per 28 Day Billing Cycle from pump setup and startup on or around August 15. Duration of job estimated at three months as shown. 4A 1 Godwin VFD Control Panel $ 4,113.00 $ 12,339.00 >Maximum Overload 515 Amps > 3 phase >Full Rent Per 28 Day Billing Cycle from pump setup and startup on or around August 15. Duration of job estimated at three months as shown. Total Rental Price $ 34,938.00 5A Delivery Motor Freight Br 025 $ 3,000.00 >Partial Load Freight to Hubbard, OR Sales Tax not included Estimated Freight and Delivery: TBD based on selected pump(s) This pricing information is for internal use only. We ask that these items and terms be kept confidential. All quotations are subject to credit approval and are valid for 30 days. See attached Terms and Conditions. Xylem De)vatering Solutions, Inc. ~y+~ d/b/a Godwin Pumps of America ~ 1 84 Floodgate Road, Bridgeport, NJ 08014 Tel+1.856.467.3636 Pax+1.856.467.4428 Let's Solve Water TERNS AND DEFINITIONS Rental Day: One Calendar day not exceeding eight (8) hours running. Rental Week: Seven (7) calendar days not exceeding 48 hours running. Rental Month: Twenty-eight (28) calendar days not exceeding 192 hours running. Standby Rate: The Standby Rate is 75% of the scheduled rate. Standby is for a "second" or additional back-up pump to be run in the event the primary pump cannot. If the standby pump operates for any reason other than failure of a primary Godwin Rental pump, the standard rate will apply. Overtime All scheduled rates are based on an 8 hour per day shift. If equipment is used for a double shift, the 8-hour rate will be Running: multiplied by 1'/2 times. If used for a triple shift, the rate will be multiplied by 2 times the scheduled rate. Diesel units only. Billing Cycles 3 - 7 Days = I Week Based on Open 8 Days = I Week and I Day Terms Approval 9 Days = 1 Week and 2 Days 10 -14 Days - 2 Weeks 15 Days - 2 Weeks and I Day 16 Days = 2 Weeks and 2 Days 17 - 28 Days = I Month Billing Cycle - 3 - 7 Days = I Week COD Customers Off Rent: It is the responsibility of the Customer to call into the local branch and obtain an Off Rent Call Confirmation Number. This serves as notification that equipment is disassembled, properly decontaminated, and stockpiled in one readily- accessible area available for immediate pick-up. Rental and/or labor charges will accrue if equipment is not cleaned and staged for removal. IMPORTANT Obtaining an Off Rent Call Confirmation Number does not release Customer from its obligations to safeguard and secure the eguilimcnt including maintaining required insurance coveragcs; while the equipment remains under C'ustomer's care custody or control pending return i all rented equipment to the Company. Customer hall remain responsible for all loss or damage arising from Customer's failure to safeguard and secure gquipme it while awaiting pick up. TERMS AND CONDITIONS 1. This quotation is valid for 30 days, however, prices may change without written notification. Quotations for sales of HDPE pipe are valid for seven (7) days. 2. This quotation is our estimate of equipment and material required. Actual installation may vary in cost due to site requirements. Additional equipment or time to set-up will be charged at the above itemized rates or based upon our published rental rate schedule. 3. Payment terms: Net 30 based on credit approval. 4. Taxes are not included in any rental, sale or labor quotes. Customer is responsible for paying applicable taxes on the equipment and services, including sales and use tax. Customer will only be considered exempt when a valid Sales Tax Exemption Certificate is received when ordering any rental equipment, pumping services and/or sale goods. 5. Delivery and Pick Up available at Customers request via Lessor's/Supplicr's truck for an additional charge. 6. Customer shall be responsible for providing adequate labor and material handling equipment onsite to unload/load and setup/breakdown equipment, including chants or cables of sufficient capacity along with cribbing material to support pumps, piping and accessories. 7. Customer responsible for daily monitoring of all equipment on site, including but not limited to cleaning of suction screen(s) as necessary. Diesel driven pumps require routine service including changing oil, oil filter, fuel filter, and performing general maintenance every 250 hours of running time, and also replacing the air filter every 500 hours of running time. As requested, Lessor/Supplier will service the equipment for an additional charge. 8. Customer shall be responsible for any required secondary containment around and under each pump to contain possible spills during operation or refueling of the equipment. 9. Customer shall be responsible for compliance with permitting, licensing or other regulatory requirements associated with setup, installation, or operation of the equipment. SUPPLEMENTAL CONTRACT TERMS AND CONDITIONS Lessor/Supplier and Customer agree that the terms and conditions printed below are material elements of this contract (the "Contract'). OWNERSHIP: FOR RENTED GOODS, RIGHTS AND TITLE SHALL OPERATTON/INSPECTIOM Customer agrees to operate the equipment in REMAIN WITH THE LESSOR AT ALL TIMES. FOR SALE GOODS, accordance with the manufacturer's manuals and instructions. Customer further agrees RIGHTS AND TITLE SHALL PASS TO CUSTOMER ON THE EARLIER OF to place a competent operator in charge of the equipment. The operator shall be SUPPLIER'S RECEIPT OF PAYMENT IN FULL OR CUSTOMER'S RECEIPT responsible for conducting a personal inspection of the equipment to reveal any OF GOODS AT THE FOB POINT SPECIFIED IN THIS CONTRACT, apparent defects in the equipment and shall immediately notify Lessor of such ACCEPTANCE/MODIFICATION: Customer's notice to proceed or possession defects to allow for repair or replacement of the equipment at Lessor's sole discretion. Customer shall operate the equipment at Customer's own risk. of the goods shall be deemed agreement to and acceptance of the Contract. Any purchase order or other document submitted by Customer with differing terms or SERVICE/MAINTENANCE: Customer shall be responsible for all fuel and add conditions applicable to the goods is hereby rejected. This Contract contains the oils necessary to operate the equipment, and to check same daily to ensure proper entire agreement between the Lessor/Supplier and the Customer. No modification operation of the equipment. Normal equipment maintenance is completed after 250 of this Contract shall be binding upon Lessor/Supplier unless such modifications hours of running time, which can be provided by Lessor/Supplier for an additional are in writing and signed by both parties. charge. For rentals, Lessor shall have the right to enter the premises where the rental equipment is located and be given free access thereto and afforded necessary SHIPMENT: Customer shall obtain goods at Lessor's/Supplier's facility unless services and facilities for safely and readily inspecting it. Lessor reserves the right . Lessor/Supplier agrees to ship goods or to make delivery. If goods are to be to conduct equipment maintenance if Customer has not completed maintenance by a shipped or delivered by Lessor/Supplier, prices are exclusive of the costs thereof, qualified individual. Customer expressly agrees to maintain rental equipment and and unless different terms are stated by Lessor/Supplier in this Contract, all prices return it in the same condition as when received, normal wear and tear accepted, or are F.O.B. Supplier's facility. to pay for any repairs that may be necessary, including cleaning. REMOVAL: Customer agrees not to remove rented goods from the original WARRANTY: EXCEPT FOR WRITTEN WARRANTIES ON GOODS delivery location without the prior written consent of the Lessor, which shall not SOLD, LESS OR/ SUPPLIER MAIMS NO WARRANTIES, FURER be unreasonably withheld. EXPRESS OR IMPLIED, INCLUDING AS TO MERCHANTABILITY OR RENTAL CHARGES: Customer will be charged rental from delivery date up to FITNESS FOR ANY PARTICULAR PURPOSE. and including date Customer obtains an Off Rent Call Confirmation Number from INDEMNIFICATION: TO THE FULLES'T' EXTENT PERMITTED BY Lessor. All rental charges are based on an eight hour working day, 48 hour LAW, CUSTOMER AGREES TO DEFEND, INDEMNIFY AND HOLD working week, or 28 day month, and no reduction in rental charges will be made HARMLESS LESSOR/SUPPLIER FROM AND AGAINST ANY AND ALL for any time the goods are not used while in Customer's possession and control. POTENTIAL CLAIMS, LIABILITIES, DEMANDS, SUITS, .LODGMENTS, Customer agrees to report and pay for any overtime use of the goods in any day, AND THE ASSOCIATED COSTS AND EXPENSE (INCLUDING or week or month, at the proportional rental charge specified in this Contract. If REASONABLE ATTORNEYS' FEES) , WHICH LESSOR/SUPPLIER MAY no time is fixed for rental period, or if rental is extended beyond the fixed period INCUR, BECOME RESPONSIBLE FOR OR PAY OUT. AS A RESULT OF of time, the Customer agrees to give the Supplier four (4) full business days notice of DEATH OR PERSONAL INJURY TO ANY PERSON OR DESTRUCTION OR termination of rental in writing. The rented goods are furnished F.O.B. Lessor's DAMAGE TO ANY PROPERTY, CAUSED' IN WHOLE OR IN PART, BY facility and all handling and transportation charges to and from Lessor's facility, THE, OPERATION, MAINTENANCE, HANDLING OR unless otherwise specified herein, shall be paid by Customer. TRANSPORTATION OF THE TQUIPMENT, LOSS OF USE, BUSINESS CREDIT/PAYMENT TERMS: Credit terms are subject to the approval of INTERRUPTION OR EXTRA EXPENSE DUE TO EQUIPMENT Supplier's credit department. If credit terms are not approved, sale will be C.O.D. BREAKDOWN WHIL IN THE CUSTOMER'S CARE, CUSTODY OR Rentals shall be payable in advance for each rental period, and, after the CONTROL, OR WHILE IT IS BEING USED FOR CUST'OMER'S WORT{. expiration of the minimum guaranteed rental period, rents shall be payable per the THESE PROVISIONS SHALL SURVIVE TERMINATION OR Contract until the rented goods are returned by Customer. Standard terms of EXPIRATION OF THE CONTRACT. payment are net 30 days from date of invoice. A late fee of I%z percent per month LIMITATION OF LIABILITY: LESSOR/SUPPLIER LIABILITY, IF ANY, shall be charged on all balances over 30 days. Customer agrees to pay all costs, SHALL BE LIMITED TO THE VALUE OF THIS CONTRACT OR $100, including reasonable attorneys' fees, incurred as a result of Customer's breach of WHICHEVER IS GREATER. UNDER NO CIRCUMSTANCES SHALL this Contract including the failure to pay any amounts due hereunder. LESSOR/SUPPLIER BE LIABLE TO CUSTOMER OR ANY THIRD-PARTY INSURANCE: Customer must maintain specific insurance coverages when FOR ANY INDIRECT, SPECIAL, INCIDENTAL OR CONSEQUENTIAL DAMAGES WHETHER BASED ON CONTRACT, TORT (INCLUDING renting goods from Supplier: Statutory Workers' Compensation and Employers' NEGLIGENCE), STRICT LIABILITY OR OTHERWISE. Liability in compliance with state laws; Automobile Liability including owned, hired, and non-owned vehicles; and Commercial General Liability on a primary DEFAULT/DAMAGES: If Customer is in breach of or default in any terms and and non-contributory basis including broad form contractual liability coverage. conditions of this Contract, Lessor/Supplier may terminate this Contract and without Minimum per occurrence limits of $1MM must be per location/job and defense demand or notice take immediate possession of, and remove any or all of, the cost must be. supplementary payments. Claims-made policies are not acceptable. equipment and return it to Lessor's/Supplier's facility, without liability for damages Rented/leased equipment must be covered by a Contractor's Equipment policy for in trespass or otherwise, and without thereby waiving any claim Lessor/Supplier may the full replacement value of the equipment. Customer must provide a Certificate have against Customer. Customer shall be responsible for all direct and indirect costs of insurance with endorsements naming Supplier as the Certificate Holder and along with general and consequential damages, including reasonable attorney's fees must state that Lessor is named as additional insured and loss payee. Expiration and court costs, from Customer's breach of or default in any of the terns and dates, limits, and deductibles for each policy must also be noted, along with a conditions ofthis Contract. provision for notice of cancellation, non renewal, or material change to the JURISDICTION/VENUE: This Contract shall be _governed by the laws of the State certificate holder of not less than 30 days. Customer shall provide a Certificate of of New Jersey, without regard to its principles of conflicts of laws. Any action Insurance with endorsements as evidence of coverage before Supplier will release against Lessor/Supplier shall be filed in the Federal or State Courts of the State of the goods. Failure to maintain adequate insurance will result in an additional New Jersey. Lessor/Supplier, at its option, may prosecute collections where debts % to the total equipment charge and Customer shall automatic surcharge of 15 remain subject to the Loss/Damages provisions herein whether insured or not accrue. LOSSIDAMAGES: Customer shall be responsible for all loss or damage to rented WAIVER: Lessor's/Supplier's waiver of any right under this agreement shall not goods occurring in excess of ordinary wear and tear, or by theft or fault, affect future application of any such provision or any other provision. negligence or shortages up to the full replacement value of the goods. Lessor's SEVERABILPPY: The provisions of this contract shall be severable so that the pick-up receipt for rental goods shall not be construed as Lessor's final invalidity, imenforceability or waiver of any provision shall not affect the remaining clearance to Customer. Customer may be invoiced separately for loss or damages provisions. to goods. D ~ C7 D J~N3.W N;'ZO .P. U) ~AUZi~zz ~ooczorn nz~-ri~~o ° fn -n to ~ ZZZ mOZ -i zm~~0o O O O 2 f ~DOZ~ n O oz m z v, 0 z a N ♦ I N s 1"r, T ~x $ ;9 ~ g v Q e 8~2 N N ~ N ae o x x • a x H IINW H ~mo r` ~-0t4 C® o MT I cf) NO =z C.P~ (D omz~ 0919 ° i i HL160M Dri-Prime Pump The Godwin Dri-Prime HL160M pump offers flow rates to 2,139 USGPM and discharge heads to 613'(187 m). Also It has the capability of handling solids up to 1' (35mm) in diameter. The HL160M is able to prime to 28'(8.5 m) of suction lift from dry. Indefinite dry-running is no problem due to the unique Godwin oil bath mechanical seal design. Solids handling, dry-running and portability make the HL160M the perfect choice for dewatering and bypass applications, The standard model Is mounted on a skid, with a highway trailer option. Features Specifications • Simple maintenance normally Ilmlted to Suction connection 8' 125# ANSI 816.1 checking fluid levels. Delivery connection 6'21601# ANSI B163 • Close coupled centfrigunI pump with Max capacity 2139 IISGPM vactlrjm priming compressor mounted Max head 613,'.(187 m) to a diesel engine. Also available In cleclric drive or as e bare shaft Max solids handling 1' (351-r1m) pumpend. Max Impeller diameter 20' (508mm) • Extensive application flexibility. It will Max operating temp 176°[- (80-C) handle sewage, slurries and liquids with B/ax working pressure 275.6 psi (19.p bar) solids up to 1' in diameter. Max suction pressure 87.0 psi (61) bar) ' Continuously operated Godwin venturi Max casing. pressure 413.4 psl (28.5 bar) air ejector priming device requiring no form of periodic adjustment or control. Max operating speed 2000 rpm • Dry-running heavy duty mechanical seal with abrasion resistant interfaces. ' Also 6vallabe as a Critically Silenced unit which drastically reduces noise levels of the pump. • Standard engine Caterpillar C15.. ' The volute & sucflon cover are made from cast iron bsl452:1990 grade 220 and the impeller Is made from cast steel' bs3100 at) hardness to 200 hb brinell. i god win a xylem brand Reference number : 95-1117-3000 Please contact GodvAn for further detolls. Date of Issue : August 25.2011 Atyplical picture of the pump Is shown. Issue : 1 Nt loformallan fs opproximate and for general gddance only. Performance Curve Materials ff.. Wjh0 I' - ;Pump casing & Cost Iron B51 462:1990 Grade 7°a . T; Fi 'to isuctlon cover 220 L ! L 000 High Chromium Cast Iron s°° I I, i 1 I I ta° Weolplgtes HC403:1977 Grade FR6252 500 Nickel Chrome Steel to BS970-1i 150 Pump Shaft 1:1991 Grade 817M40T EN24T ! 3 410 ° 'i111! I lzo I m Cast Steel B531 00 A5 Hardness!: € ;Impeller ,m ISM 90 8 to 200 H13 Brinell 200 i 60 bad return valve Cast Iron : ap~l i body ow a, 100 30 un albu Mechanlcui seal Silicon carblde vs slllcon faces carbide viton o 0 '250 b00 750 1000 1750 1500 1750 2000 f 2250 ibsu (OSGPI~O Engine option i Caterpillar, C 15,474.4 H P @ 1800 rpm ;Impeller diameter 20' (508mrTI) Suction Lilt Table Total Total DeUvery Head Suction 284 '.:364 417 470 470 Head output (USGPM) 8,0 1926 1609 1367 951 733 12.2 1882 1577 1324 911 674 16.2 1644 .1605 1268 185 642 20.2 1288 1248 1149 793 - l !Fuel capacity (Full) 215 US GaL (Usable) 215 US Gal ;Fuel consumption @ 1800 rpm BEP 15 US Gal/hr ;Weight (Dry)11A441bs, (00)132501bs I Dimensions: (L)161" x O M 61" x (H) 100" 61~' (1558.93mm) 34' 24" 138 ' 862.75mrn 159o.4on-dri (3511.70mml [170.40mrl420.00--1 2422.14rnml m 'o I 1 261.00--1 3~" a S S 2(886.19mm 0 25.19mm) O Q Performance data provided in tables Is based an v7aferlesis at sea level and 68-F ambient. godwine NI information is approximate and for general guidance only. a xylem brand Please contact Godwin pumps for fudherdela!Is, 84 Floodgate Road I Bridgeport, NJ 08014 Reference number : 95-11173000 P:(856) 467-3636 1 F:(8S6) 467-4841 sales@gadwinpumps.com l godwinpumps.com Dote of issue: August 25, 2017 Issue : 1 GaAVingnnps, DA-Nimes and the colaro"arge lar poops ate reglsle~ed iradeinada of Godwin Pumps Spoc0lcal!ans and IAustratfau are stbleat fa WASIM w°Isoul -lice, GadWIn Pumps Is -I Ilabte lo/ any!ncompleteness or Irgccuocler. Godwin Pumps Is rot Made fa any eareeauenllal. l-ld_1al ar Irdlract damages 1o1a11W la Ih-, sped0anlfans o"h.11 use. Godw!n Pumps h a dfreal sAh qya.-d waddlary ar Xylem Inc. Page 1 / 1 CITY OF . ASHLAND DATE PO NUMBER 20 E MAIN ST. 7/18/2014 12379 ASHLAND, OR 97520 (541) 488-5300 VENDOR: 010462 SHIP TO: Ashland Public Works PILOT ROCK EXCAVATION (541) 488-5587 650 E PINE STREET SUITE 102B 51 WINBURN WAY CENTRAL POINT, OR 97502 ASHLAND, OR 97520 FOB Point: Req. No.: Terms: Net Dept.: Req. Del. Date: contact: Morqan Wayman Special Inst: Confirming? NO Quantity Unit Descri tion Unit Price ' Ext. Price THIS IS A REVISED PURCHASE ORDER Proiect includes: All materials and 465,687.00 construction activities needed to install the Ashland Temporary Pump Station as required under the declared "Emergency". Public Improvement Contract, Bid Documents & Technical Specifications for Public Works Construction - TAP Emergency Intertie Proiect - Temporary Pump Station Effective date: July 14, 2014 Completion date: Auqust 15, 2014 SUBTOTAL 465 687.00 BILL TO: Account Payable TAX 0.00 20 EAST MAIN ST FREIGHT 0.00 541-552-2010 TOTAL 465,687.00 ASHLAND, OR 97520 Account Number Project Number Amount Account Number Project Number Amount E 670.08.15.00.70420 E 200808.120 465 687.00 7/a-3 Autho ' Signature VENDOR COPY FORM #3 CITY OF A request for a Purchase Order '7~S H LAN D REQUISITION Date of request: 7-17-2014 Required date for delivery: ASAP Vendor Name Pilot Rork Fxravation, Inr__ Address, City, State, Zip 65n F Pina Rt (:antral Pnint,nrpgnn, W509 Contact Name & Telephone Number Rand LeBaron. 541-664-9288 - FAX: 541-664-9218 Fax Number SOURCING METHOD ❑ Exempt from Competitive Bidding ® Emergency ❑ Reason for exemption: ❑ Invitation to Bid (Copies on file) ® Council Special Meeting Minutes, April 22,2014 ❑ AMC 2.50 Date approved by Council: ® Written quote or proposal attached ❑ Written quote or proposal attached ❑ Small Procurement Cooperative Procurement Less than $5.000 ❑ Request for Proposal (Copies on file) ❑ State of Oregon ❑ Direct Award Date approved by Council: Contract # ❑ Verbal/Written quote(s) or proposal(s) ❑ State of Washington Intermediate Procurement ❑ Sole Source Contract # GOODS & SERVICES ❑ Applicable Form (#5,6, 7 or 8) ❑ Other government agency contract $5.000 to $100.000 ❑ Written quote or proposal attached Agency ❑ (3) Written quotes and solicitation attached ❑ Form #4, Personal Services $5K to $75K Contract # PERSONAL SERVICES ❑ Special Procurement Intergovernmental Agreement $5.000 to $75.000 ❑ Agency ❑ Form #9, Request for Approval ❑ Less than $35,000, by direct appointment ❑ Written quote or proposal attached Date original contract approved by Council: ❑ (3) Written proposals/written solicitation Date approved by Council: (Date) ❑ Form #4, Personal Services $5K to $75K Valid until: .(Date) I Description of SERVICES Total Cost Project Includes: All materials and construction activities needed to install the Ashland Temporary $ 465,687.00 Pump Station as required under the declared "Emergency'. Item # Quantity Unit Description of MATERIALS Unit Price Total Cost TOTAL COST ® Per attached quote/proposal $ Project Number: 2008-08 Account Number: 670.08.15.00.704200 'Expenditure must be charged to the appropriate account numbers for the financials to accurately reflect the actual expenditures. IT Director in collaboration with department to approve all hardware and software purchases: lT Director Date Support -Yes /No By signing this requisition form, l certify that e City's public contracting requirements have been satisfied. Employee: Department Head: jz 7-0-1q (Equarto or greater than $5,000) Department Manage uperviso City Administrator: ~L-r-----~- (Equal to or greater than $25,000) Funds appropriated for current fiscal year: 0 A/ Mfr frl Finance Director- (Equalto orgy at than $5,000) Date Comments: Form #3 - Requisition Special City Council Meeting April 22, 2014 Page l of 3' MINUTES FOR THE SPECIAL MEETING ASHLAND CITY COUNCIL April 22, 2014 Council Chambers 1175 E. Main Street CALL TO ORDER Mayor Stromberg called the meeting to order at 7:00 p.m. in the Civic Center Council Chambers. ROLL CALL Councilor Voisin, Morris, Lemhouse, Slattery, Rosenthal, and Marsh were present. NEW AND MISCELLANEOUS BUSINESS 1. Talent Ashland Phoenix Pipeline Intertie Project update City Administrator Dave Kanner introduced a video regarding Ashland's water supply. Mandatory conservation would not work at this time, the reservoir was full, and there was no place to store the water. The snowpack was the lowest the area had ever seen. In previous drought years, the City supplemented the water supply with Talent Irrigation District (TID) water. This year TID was planning to shut water off in September because they did not have enough to sustain customers until the rains returned in the fall. Ashland needed 1.5 million gallons a day (mgd) to meet basic needs along with another l mgd in the streams for fish. It was possible there would not be enough water to meet basic needs and that was the impetus in expediting the Talent Ashland Phoenix (TAP) Intertie Project. Public Works Director Mike Faught explained Council needed to approve the emergency construction of the TAP pipeline, using restricted fund monies associated with the Park Estates Pump station for the project, and grant the City Administrator contracting authority in excess of $100,000 for project construction and the ability to sign the State Revolving Loan for $2,970,000. Jeff Ballard, the consulting engineer from RH2 explained his background and company's expertise. The project was aggressive and challenging and he was confident they would meet the August deadline. The permitting process with the Rail Road, Army Corp, Oregon Department of Transportation (ODOT) and the Oregon Health Authority (OHA) were underway. RH2 had better defined the project since March and established multiple options to ensure they met the target date for completion. The permit process was the most complicated part and pipe installation the easiest to accomplish. The increase in cost was due to • creating the engineering estimate in a short timeframe prior to having all the information. Costs also included a 30% contingency because RH2 at that time was not confident they could complete the project by August. Mr. Faught explained how the price went from $2,300,000 to $4,400,000. Increasing the flow from 1.5 mgd to 2.13 mgd was $400,000, the Pump Station was $150,000, upgrading pipe to ductile iron cost $250,000, the standard 'construction index for inflation was $210,000, and additional costs to move the project forward as an emergency project was $325,000. Engineering Services Manager Scott Fleury added the contract contained a $600 fine per day for liquidated damages. Mr. Ballard explained the regional booster pump station was designed to meet the capacity of Ashland at 1.5 mgd in 2000. Because Ashland did not tie on at that time, the controls were not set up to deliver that volume of water. They will modify the programming at the pump station to change the operation of the four pumps located at that facility. The communication and telemetry at the location was outdated and needed upgrading and was not included in the project due to the aggressive timeline. TAP would utilize the Talent pump station to pump water to Ashland and would require modifications to deliver 1.5*mgd or Special City Council Meeting April 22, 2014 Page 2 of 3 2.13 mgd. The current lines were sufficient to carry 2.13 mgd. Capacity was directly proportional to velocity. Two 12-inch pipes came off the Talent pump station, split, and eventually connected to 16-inch pipeline. Even at 3 mgd the velocity was tolerable but not recommended, 2.13 mgd was fine. The City would have to upgrade pipe on their end for 3 mgd capacity and it would be expensive. Staff wanted options for 3 mgd for possible upgrades in 2060. Mr. Ballard clarified RH2 had redundant management in place to serve in Mr. Ballard's place if needed. Kindler Stout/130 Orange Avenue/The public was not informed regarding project costs or present and future rate increases to pay. for the project. He thought the public might get behind the project after a season of shortage. He had issue with the word "emergency." The use of the word was designed to frighten the public and he equated it to- extra costs. He urged Council not to advocate control of the water system out of town. ' Cate Hartzell/881 East Main/Explained she opposed the.project for years. Climate change predictions were being confirmed. TAP increased dependence on sources that would experience snow pack issues as well. The Water Master Plan talked about long-term solutions involving storage and conservation. She had issues with borrowing against capital projects and thought the $600 fine a day invited mistakes. Fear was motivating this response. B.G. Hicks/190 Vista Street/Provided his background in geology, water wells, and the forest service. The City should conduct small scale testing for wells and research trapping the water that ran over the dam. Ashland had excellent underground reservoirs. Additionally a major geological consulting firm should be employed to do a study on wells and ground water. He questioned whether the town could afford two full supply systems. Connecting to TAP could endanger Ashland's future use of ground water. Ashland had the potential for water and ground water currently not understood. Mr. Ballard explained RH2 had the experience to minimize risk for projects in expedited timeframes. Mr. Faught added a City project manager would be involved as well. If Council did not approve the project, they would stop the project, continue with the engineering, and move it to its scheduled time in 2015_ Several projects were postponed to cover the expedited costs for the TAP pipeline and avoid raising rates. Staff was looking into permanent pumps and had diesel pumps secured as a back-up option. In the unlikely event the project was not in place, staff was developing multi-department contingency plans that included public notification, not planting new plants, and encouraging the public to do the same. Mr. Faught clarified the City had a robust conservation plan in place but a severe drought was about curtailment and not conservation. Councilor Marsh/Slattery m/s to approve an emergency construction procurement of the TAP pipeline. DISCUSSION: Councilor Marsh explained the project was about building redundancy. The City was not obligated to purchase water. This was a way to provide multiple options for assuring the City could provide water to the community. Councilor Slattery added this was moving a project in the Water Master Plan up one year for sound reasons. Councilor Lemhouse agreed with Councilor Marsh and reiterated TAP was about redundancy. Had Council moved on this six years ago the City would not bd in the position it is today. Rates might increase but to not do something that was in the best interest of City's public safety due to rates was a difficult call. Councilor Voisin clarified that $325,000 of project costs was actually to pay for the water. She questioned whether the City could afford two water systems in TAP and Reeder Reservoir. Councilor Morris responded there was only one water system with two sources of water for the system. Roll Call Vote: Councilor Voisin, Morris, Lemhouse Slattery, Rosenthal, and Marsh, YES. Motion passed. Special City Council Meeting April 22, 2014 Page 3 of 3 Councilor Slattery/Lemhouse m/s to approve re-obligating Park Estates Pump Station monies of 2.4 million to the TAP project. Roll Call Vote: Councilor Marsh, Rosenthal, Voisin, Morris, Slattery, and Lemhouse, s-ed.------ 'k' 114 Lemhouse/Rosenthal m/s to grant the City Administrator contracting aut rity in excess 1--councilor of $100,000 for construction of the TAP pipeline. Roll Call Vote: Councilor Slattery, Lemhouse, Marsh, Voisin, Morris, and Rosenthal, YES. Motion passed. Councilor Morris mouse s to grant the Gty Administrator authority to sign a State Revolving Fund loan agreement in the amount of $2.97 million. DISCUSSION: Councilor Rosenthal noted the assurances provided were based on signs the project would be completed and hoped Council would not operate this loosely going forward in other endeavors- Roll Call Vote: Councilor Marsh, Rosenthal, Slattery, Lemhouse, Morris, and Voisin, YES. Motion passed. ADJOURNMENT Meeting adjourned at 8:30 p.m. Dana Smith, Assistant to the City Recorder J49 Stromberg, Mayor