Press Alt + R to read the document text or Alt + P to download or print.
1This document contains no pages.
HomeMy WebLinkAboutBid Details/Plans - West Hill Booster Pump StationPrinted on Recycled Paper
Award Date:CAG-23-005
Awarded to:
City of Renton
West Hill Booster Pump Station Improvements Project
Project NO. WTR-27-04184
Winter 2023
City of Renton
1055 South Grady Way
Renton WA 98057
Project Manager: Ken Srilofung 206-430-7247
Bidding Requirements, City of Renton
Forms, Contract Forms, Conditions of
the Contract,Plans and Specifications
WEST HILL BOOSTER PUMP STATION
IMPROVEMENTS PROJECT
WTR-27-04184
CONTRACT DOCUMENT TABLE OF CONTENTS
1. Summary of Fair Practices Policy
2. Summary of Americans with Disability Act Policy
3. Project Location Map
4. Scope of Work
5. Instructions to Bidders
6. Supplemental Instructions to Bidders
7. Call for Bids
8. *Proposal Bid Bond Form
9. *Department of Labor and Industries Certificate Registration
10. *Proposal and Combined Affidavit & Certificate Form
11. *Schedule of Prices
12. *Acknowledgement of Receipt of Addenda
13. *Certification of Compliance with Wage Payment Statutes
14. **Subcontractor List(if bid exceeds $1,000,000 and includes HVAC, plumbing, or electrical subcontractors
per RCW)
15. ***Statement of Qualification Form
16.Contract Bond to the City of Renton
17.Fair Practices Policy Affidavit of Compliance
18.Agreement
19.Retainage Selecton
20. City of Renton Insurance Requirements
21. Washington State Prevailing Minimum Hourly Wage Rates Reference
22. City of Renton Final Contract Voucher Certificate Form
23. Traffic Control Information
24. City of Renton Special Provisions
25. Technical Specifications
26. Appendix A – Engineering Geology Evaluation
27. Appendix B – Puget Sound Energy’s Transformer Installation Plan
28. Appendix C – Orignal Topographic Survey
29. Appendix D – Existing Pump Records
30. Construction Plans (Full Size 22x34)
31. Standard Plans and Details
Documents marked as follows must be submitted at the time noted and must be executed by the Contractor,
President and Vice President or Secretary if corporation by-laws permit. All pages must be signed. In the event
another person has been duly authorized to execute contracts, a copy of the corporation minutes establishing
this authority must be attached to the bid document.
* Submit with Bid
** Submit with Bid or within deadline(s) described in from (1Hr, 48 Hr, etc.)
*** Submit prior to Notice of Award Contract
Submit at Notice of Award CITY OF RENTON
Public Works Department
1055 South Grady Way
Renton, WA. 98057
1,128 94
Project Location Map
This map is a user generated static output from an Internet mapping site and
is for reference only. Data layers that appear on this map may or may not be
accurate, current, or otherwise reliable.
None
11/16/2022
Legend
64032
THIS MAP IS NOT TO BE USED FOR NAVIGATION
Feet
Notes
64
WGS_1984_Web_Mercator_Auxiliary_Sphere
Information Technology - GIS
RentonMapSupport@Rentonwa.gov
City and County Labels
Addresses
Parcels
City and County Boundary
<all other values>
Renton
Streets
Points of Interest
Parks
Waterbodies
Blue: Band_3
West Hill Booster Pump Station
06a-Scope 20222\
CITY OF RENTON
West Hill Booster Pump Station Improvements Project
WTR-27-04184
SCOPE OF WORK
The work involved under the terms of this contract document shall be full and complete installation of
the facilities, as shown on the plans and as described in the construction specifications, to include but
not be limited to:
x Removing existing structures and obstructions including cement concrete curb, gutter, trees,
chain link fence, and concrete retaining wall.
x Furnishing and installing asphalt concrete driveway, concrete curbs, and gutter, select imported
backfills, chain link fence, temporary security fence, structural trench and excavation safety
systems, dewatering systems, temporary erosion and sediment control, temporary traffic
control, landscape restoration.
x Power washing and painting interior and exterior of the existing booster pump station building.
x Furnishing and installing one 400 KW diesel engine generator, and one 1,700-gallon diesel fuel
storage system.
x Furnishing and installing a shelter for 400 KW diesel engine generator including steel columns,
steel trusses, steel frame, metal roofing, over head lighting, concrete slab, retaining wall,
perforated pipe, geotextile fabric, chain link fence with privacy slats, removable bollards, and
catwalks.
x Removing one existing diesel pump and motor and two electric domestic pumps and motors.
x Furnishing and installing two 75 HP electric pumps and motors, one 150 HP electric pump and
motor including the valves, pipes, fittings, conduits, and appurtenance.
x Re-installing one existing 60 HP electric pump and motor including the valves, pipes, fittings,
conduits, and appurtenance.
x Removing and disconnecting existing electrical systems as necessary including existing light,
heater, thermostat, pressure switch, intrusion alarm, utility meter, surface mounted conduits,
and junction boxes.
x Furnishing and installing lightings, conduits, fiber optic, telemetry, hand holes, building hole
drillings, wiring, ground electrode, electrical connections, control wiring, cables, breakers,
conductors, fittings, electrical devices, electrical panels, control panels, cabinets, junction boxes,
transfer switches, nameplates, surge protection device, Variable Frequency Drive (VFD) system,
to all applicable components of the project including, but not limited to the existing booster
pump station building, new diesel engine generator, and exterior site components.
06a-Scope 20222\
x Removing existing Motor Control Center, telemetry panel, and other associated auxiliary
connections, equipment, and components.
x Furnishing and installing the Motor Control Center, Instrumentation and Control (I&C),
Telemetry System, Programmable Logic Controller (PLC) System, network equipment and
computer, sensors and controls, intrusion motion detector, nameplates and all related
equipment and components including delivery, storage, software, and programming.
x Coordinating with the city staff, Engineer, PSE, Control System Integrator, Control System
Programmer, Electrician, Pump Manufacturer, Motor Control Center Manufacturer, Diesel
Engine Generator Manufacturer, Telemetry Subcontractor, to verify all components are
operational and ready to perform correctly during testing and start up, and that agents of said
parties are present on-site during the testing and start-up procedures.
x Performing initial and final testing of the entire new system including electrical related work,
pump and motor, automatic control, and diesel engine generator system and training of City’s
personal for the use of new equipment and devices.
The estimated project cost is $2,100,000 to $2,600,000.
A total of 400 working days including a procurement lead time of the diesiel engine generator and other
construction equipment and materials is allowed for completion of the project.
For Bid Item Descriptions see Technical Speficiations - Division 18
Any contractor connected with this project shall comply with all federal, state, county, and city codes
and regulations applicable to such work and perform the work in accordance with the plans and
specifications of this contract document.
INSTRUCTIONS TO BIDDERS
1. Sealed bids for this proposal will be received by the City of Renton at the lobby of Renton City Hall,
until the time and date specified in the Call for Bids. No mailed, Fedex, or UPS delivered bids will be
accepted.
The bids will be publicly opened and read via Zoom video conference 60 minutes after the bid
closing, after which the bids will be considered and the award made as early as practicable.No
proposal may be changed or withdrawn after the time set for receiving bids. Proposals shall be
submitted on the forms attached hereto.
2 Any omissions, discrepancies or need for interpretation should be brought, in writing, to the attention
of the Project Engineer. Written addenda to clarify questions that arise may then be issued.
Submit questions via e-mail to ksrilofung@rentonwa.gov. The bidder shall include “Bid Question-West
Hill Booster Pump Station Improvements Project” in the subject line.
No oral statements by Owner, Engineer, or other representative of the owner shall, in any way,
modify the contract documents, whether made before or after letting the contract.
Questions received less than 4 business days prior to the date of sealed bid submittal may not be
answered. The City will not be responsible for other explanations or interpretations of the bid
documents.
3 The work to be done is shown in the plans and / or specifications. Quantities are understood to be
only approximate. Final payment will be based on actual quantities and at the unit price bid. The City
reserves the right to add or to eliminate portions of that work as deemed necessary.
4. Plans may be examined and copies obtained at the Public Works Department Office. Bidders shall
satisfy themselves as to the local conditions by inspection of the site.
5. The bid price for any item must include the performance of all work necessary for completion of that
item as described in the specifications.
6. The bid price shall be stated in terms of the units indicated and as to a total amount. In the event of
errors, the unit price bid will govern. Illegible figures will invalidate the bid.
7. The right is reserved to reject any and/or all bids and to waive informalities if it is deemed
advantageous to the City to do so.
8. A certified check or satisfactory bid bond made payable without reservation to the Director of Finance
of the City of Renton in an amount not less than 5% of the total amount of the bid shall accompany
each bid proposal. Checks will be returned to unsuccessful bidders immediately following the
decision as to award of contract. The check of the successful bidder will be returned provided he
enters into a contract and furnishes a satisfactory performance bond covering the full amount of the
work within ten days after receipt of notice of intention to award contract. Should he fail, or refuse to
do so, the check shall be forfeited to the City of Renton as liquidated damage for such failure.
9. All bids must be self-explanatory. No opportunity will be offered for oral explanation except as the
City may request further information on particular points.
10. The bidder shall, upon request, furnish information to the City as to his financial and practical ability
to satisfactorily perform the work.
11. Payment for this work will be made by check or electronic transfer
12. The contractor shall obtain such construction insurance (e.g. fire and extended coverage, worker's
compensation, public liability, and property damage as identified within Special Provisions,
Specification Section 1-07.18 “Public Liability and Property Damage Insurance”.
13. The contractor, prior to the start of construction, shall provide the City of Renton a detailed bar chart
type construction schedule for the project.
14. Before starting work under this contract, the Contractor is required to supply information to the City
of Renton on all chemical hazards Contractor is bringing into the work place and potentially exposing
City of Renton Employees.
15. Payment of retainage shall be done in accordance with Section 1-09.9(1) "Retainage”.
16. Basis For Approval
The construction contract will be awarded by the City of Renton to the lowest, responsible,
responsive bidder. The bidder shall bid on all bid schedules items of all schedules set forth in the bid
forms to be considered responsive for award. The total price of all schedules will be used to
determine the successful low responsive bidder.
Partial bids will not be accepted. The owner reserves the right to award any or all schedules of the
Bid to meet the needs of the City. The intent is to award to only one BIDDER.
17. Trench Excavation Safety Systems
As required by RCW 39.04.180, on public works projects in which trench excavation will exceed a
depth of four feet, any contract therefor shall require adequate safety systems for the trench
excavation that meet the requirements of the Washington Industrial Safety and Health Act, Chapter
49.17 RCW. These requirements shall be included in the Bid Schedule as a separate item. The costs
of trench safety systems shall not be considered as incidental to any other contract item and any
attempt to include the trench safety systems as an incidental cost is prohibited.
18. Payment of Prevailing Wages
In accordance with Revised Code of Washington Chapters 39.12 and 49.28 as amended or
supplemented herein, there shall be paid to all laborers, workmen or mechanics employed on this
contract the prevailing rate of wage for an hour's work in the same trade or occupation in the area of
work regardless of any contractual relationship which may exist, or be alleged to exist, between the
CONTRACTOR and any laborers, workmen, mechanics or subconsultants.
The most recent issue of the prevailing wage rates are included within these specifications under
section titled “Prevailing Minimum Hourly Wage Rates”. The Contractor is Responsible for obtaining
updated issues of the prevailing wage rate forms as they become available during the duration of the
contract. The wage rates shall be included as part of any subcontracts the Contractor may enter into
for work on this project.
19. Pollution Control Requirements
Work under this contract shall meet all local, state and federal requirements for the prevention of
environmental pollution and the preservation of public natural resources. The CONTRACTOR shall
conduct the work in accordance with all applicable pollution control laws. The CONTRACTOR shall
comply with and be liable for all penalties, damages, and violations under Chapter 90.48 RCW, in
performance of the work. The CONTRACTOR shall also comply with Article 4 in the Puget Sound Air
Pollution Control Agency Regulation III regarding removal and encapsulation of asbestos materials.
20. Standard Specifications
All work under this contract shall be performed in accordance with the following standard
specifications except as may be exempted or modified by the City of Renton Supplemental
Specifications, Special Provisions other sections of these contract documents. These standard
specifications are hereby made a part of this contract and shall control and guide all activities within
this project whether referred to directly, paragraph by paragraph, or not.
1. WSDOT/APWA "2022 Standard Specifications for Road, Bridge and Municipal Construction" and
"Division 1 APWA Supplement" hereinafter referred to by the abbreviated title "Standard
Specifications."
A. Any reference to "State," "State of Washington," "Department of Transportation,"
"WSDOT," or any combination thereof in the WSDOT/APWA standards shall be modified to
read "City of Renton," unless specifically referring to a standard specification or test
method.
B. All references to measurement and payment in the WSDOT/APWA standards shall be
detected and the measurement and payment provisions of Section 1-09.14, Measurement
and Payment (added herein) shall govern.
21. If a soils investigation has been completed, a copy may be included as an appendix to this document.
If one has not been provided for this project by the City or Engineer, the Bidders shall familiarize
themselves adequately with the project site and existing subsurface condition as needed to submit
their bid. Upon approval of the City, the Bidder may make such subsurface explorations and
investigations as they see fit. The Bidder shall be responsible for protection of all existing facilities,
utilities and other buried or surface improvements and shall restore the site to the satisfaction of the
City.
22. Bidder’s Checklist
It is the responsibility of each bidder to ascertain if all the documents listed on the attached index
are included in their copy of the bid specifications. If documents are missing, it is the sole
responsibility of the bidder to contact the City of Renton to obtain the missing documents prior to
bid opening time.
Have you submitted, as part of your bid, all documents marked in the index as “Submit With Bid”?
Has bid bond or certified check been enclosed?
Is the amount of the bid guaranty at least 5 percent of the total amount of bid including sales tax?
Has the proposal been signed?
Have you bid on ALL ITEMS and ALL SCHEDULES?
Have you submitted the subcontractors list (if required)?
Have you submitted Certification of Compliance with Wage Payment Statutes Form?
Have you reviewed the Prevailing Wage Requirements?
Have you submitted Dept. of Labor and Industries Certificate of Registration Form?
Have you submitted Proposal and Combined Affidavit & Certificate Form?
Have you certified Receipt of Addenda, if any?
SUPPLEMENTAL INSTRUCTIONS TO BIDDERS
1. GENERAL
It is the intent of the City to award a contract to the lowest responsive and responsible Bidder.
Before award, the Bidder must also meet the supplemental bidder responsibility criteria list
below. Further, the apparent low Bidder and second apparent low bidder must complete submit
the Statement of Qualification Form and any other documentation listed below to the City prior
to awarding the contract. The City reserves the right to require such documentation from other
bidders also.
2. SUPPLEMENTAL RESPONSIBILITY CRITERIA
Experience
1. Criteria:
a. The Bidder must have successfully completed at least one (1) similar project within the
ten (10) years prior to bid opening.
b. The Bidder’s project manager for the project must have successfully supervised to
completion at least one (1) similar project within the ten (10) years prior to bid opening.
c. The Bidder’s superintendent for the project must have successfully supervised to
completion at least one (1) similar project within the ten (10) years prior to bid opening.
d. The Bidder’s foreman for the project must have successfully supervised to completion
at least one (1) similar project within the ten (10) years prior to bid opening.
2. Definition of Similar Project:
a. A “Similar Project” means a project that meets all the following requirements:
1) Awarded total contract value of at least $1,000,000.
2) Working involving the construction of infrastructure components within an active
Wastewater or drinking Water Facility.
3) Work involving the installation of an electrical infrastructure, or a mechanical
infrastructure, or both combined.
3. Documentation:
The Bidder must complete and submit the Statement of Qualification Form as provided in
the bid documents. The City may also use independent sources of information that may be
available to demonstrate whether the Bidder is in compliance with these criteria.
4. Evaluation:
In evaluating whether these criteria are met, the City may check references for the previous
projects and may evaluate the project owner’s assessment of the Bidder’s performance
including but no limited to the following areas.
a. Quality control.
b. Safety record.
c. Timelines of performance.
d. Use of skilled personnel.
e. Management of subcontractors.
f. Availability of and use of appropriate equipment.
g. Compliance with contract documents.
h. Management of submittal process, change orders, and close-out.
3. PROCEDURE
a. Additional Information
The City reserves the right to obtain information from third parties and independent sources
of information concerning a Bidder’s compliance with the supplemental criteria and to use
that information in their evaluation. The City may consider mitigating factors in determining
whether the Bidder complies with the requirements of the Supplemental Criteria.
b. Appeal of Responsibility Decision.
If the City determines that the Bidder does not meet the bidder responsibility criteria above
and is therefore not a responsible bidder, the City will notify the Bidder in writing with the
reasons for its determination. If the Bidder disagrees with this determination. The Bidder
may appeal to the City’s Project Manager for this project by presenting additional
information to the City’s Project Manager within two (2) business days after receipt of the
City’s determination. The City’s Project Manager will consider the appeal and any additional
information and will issue a decision regarding the appeal. Saturday, Sunday, and City’s
Holidays are not counted as business days.
CAG-23-005
CITY OF RENTON
CALL FOR BIDS
West Hill Booster Pump Station Improvements Project
WTR-27-04184
Sealed bids will be received until 2:00 p.m. Tuesday, February 28, 2023, at the lobby of Renton City
Hall, 1055 South Grady Way, Renton WA 98057. No mailed, Fedex, or UPS delivered will be
accepted. Sealed bids will be opened and publicly read via the Zoom video-conferencing web
application at 3:00 p.m. Tuesday, February 28, 2023 (60 minutes after published bid submittal time).
Any bids received after the published bid submittal time cannot be considered and will not be
accepted.
x Please include bidder’s name, address, and the name of the project on the envelope
x The bid opening meeting can be accessed via videoconference by clicking this link to join the
ZOOM meeting:
https://us02web.zoom.us/j/84674813948?pwd=S1VYTkE5Rlliemc1NldSS1dNVDk4dz09
x Using the Zoom app: Meeting ID: 846 7481 3948; Passcode: 503802
x Via telephone by dialing: 2532050468,,84674813948#,,,,*503802#
x Zoom is free to use and is available at https://zoom.us/
The work to be performed within 400 working days including a procurement lead time of the diesel
engine generator and other construction equipment and materials from the date of commencement
under this contract shall include, but not be limited to:
x Removing existing structures and obstructions including cement concrete curb, gutter, trees,
chain link fence, and concrete retaining wall.
x Furnishing and installing asphalt concrete driveway, concrete curbs, and gutter, select
imported backfills, chain link fence, temporary security fence, structural trench and
excavation safety systems, dewatering systems, temporary erosion and sediment control,
temporary traffic control, landscape restoration.
x Furnishing and installing one 400 KW diesel engine generator and one 1,700-gallon diesel
fuel storage system.
x Furnishing and installing a shelter including steel columns, steel trusses, steel frame, metal
roofing, overhead lighting, concrete slab, retaining wall, perforated pipe, geotextile fabric,
chain link fence with privacy slats, removable bollards, and catwalks.
x Furnishing and installing two 75 HP electric pumps and motors and one 150 HP electric pump
and motor including valves, pipes, fittings, conduits, and appurtenances.
x Removing and disconnecting existing electrical systems as necessary including existing light,
heater, thermostat, pressure switch, intrusion alarm, utility meter, surface mounted
conduits, and junction boxes.
x Furnishing and installing lightings, conduits, fiber optic, telemetry, hand holes, building hole
drillings, wiring, ground electrode, electrical connections, control wiring, cables, breakers,
conductors, fittings, electrical devices, electrical panels, control panels, cabinets, junction
boxes, transfer switches, nameplates, surge protection device, Variable Frequency Drive
(VFD) system, to all applicable components of the project
x Removing existing Motor Control Center, telemetry panel, and other associated auxiliary
connections, equipment, and components.
x Furnishing and installing the Motor Control Center, Instrumentation and Control (I&C),
Telemetry System, Programmable Logic Controller (PLC) System, network equipment and
computer, sensors and controls, intrusion motion detector, nameplates and all related
equipment and components including delivery, storage, software, and programming.
x Performing initial and final testing of the entire new system including electrical related work,
pump and motor, automatic control, and diesel engine generator system
The estimated project cost is $2,100,000 to $2,600,000.
The City reserves the right to reject any and/or all bids and to waive any and/or all informalities.
Bid documents will be available January 30, 2023.
Plans, specifications, addenda, and the plan holders list for this project are available on-line through
Builders Exchange of Washington, Inc., at http://www.bxwa.com. Click on “bxwa.com”; “Posted
Projects”, “Public Works”, “City of Renton”, “Project’s Bidding”. (Note: Bidders are encouraged to
“Register as a Bidder,” in order to receive automatic email notification of future addenda and to be
placed on the “Bidders List.”). Bid documents will also be available at http://rentonwa.gov/bids/
under “Call for Bids.”
Should you required further assistance, contact Builder Exchange of Washington at (425) 258-1303.
Bidders are not to contact the City of Renton or the Engineer to obtain bidding documents.
Women and Minority Business Enterprises (WMBE) are encouraged to bid.
Questions about the project shall be addressed to, Ken Srilofung, City of Renton, Public Works Dept.,
(425) 430-7247 or ksrilofung@rentonwa.gov.
A certified check or bid bond in the amount of five percent (5%) of the total of each bid must
accompany each bid.
The City's Fair Practices, Non-Discrimination, and Americans with Disability Act Policies shall apply.
Jason A. Seth, MMC, City Clerk
Published:
Daily Journal of Commerce January 30, 2023
Daily Journal of Commerce February 6, 2023
Daily Journal of Commerce February 13, 2023
Proposal Bid Bond
KNOW ALL MEN BY THESE PRESENTS, That we, [Contractor]
____________________of [address] _______________________________________________________as Principal,
and [Surety] __________________________________________________________
a corporation duly organized under the laws of the State of ,
and authorized to do business in the State of Washington, as Surety, are held and firmly bound unto the City of
Renton in the sum of five (5) percent of the total amount of the bid proposal of said Principal for the work hereinafter
described, for the payment of which, well and truly to be made, we bind ourselves, our heirs, executors,
administrators and assigns, and successors and assigns, jointly and severally, firmly by these presents.
The condition of this bond is such, that whereas the Principal herein is herewith submitting his/her or its
sealed proposal for the following project, to wit:
West Hill Booster Pump Station Improvements Project WTR-27-04184
said bid and proposal, by reference thereto, being made a part hereof.
NOW, THEREFORE, if the said proposal bid by said Principal be accepted, and the contract be awarded to
said Principal, and if said Principal shall duly make and enter into and execute said contract and shall furnish
performance bond as required by the City of Renton within a period of ten (10) days from and after said award,
exclusive of the day of such award, then this obligation shall be null and void, otherwise it shall remain and be in full
force and effect.
IN THE EVENT the Principal, following award, fails to execute an Agreement with the City of Renton in
accordance with the terms of the Proposal and furnish a performance bond with Surety or Sureties approved by
the City of Renton within ten (10) days from and after said award, then Principal shall forfeit the Bid Bond/Bid
Proposal Deposit or Surety shall immediately pay and forfeit to the City of Renton the amount of the Proposal Bid
Bond, as set forth in RCW 35A.40.200 and RCW 35.23.352.
IN TESTIMONY WHEREOF, the Principal and Surety have caused these presents to be signed and sealed
this day of , .
________________________________ ________________________________
[Principal] [Surety]
________________________________ ________________________________
[Signature of authorized official] [Signature of authorized official]
_____________________________ By:_____________________________
[Title] [Attorney-in-Fact]
________________________________
[Address]
________________________________
________________________________
________________________________
[Telephone Number]
Approved by the City Attorney on 6/03/13
Department of Labor and Industries
Certificate of Registration
Name on Registration: __________________________________________________
Registration Number: __________________________________________________
Expiration Date: __________________________________________________
Note: A copy of the certificate will be requested as part of contract execution when project is awarded.
Proposal - Page 1 of 2
CITY OF RENTON
West Hill Booster Pump Station Improvements Project
WTR-27-04184
Proposal & Combined Affidavit & Certificate Form
TO THE CITY OF RENTON
RENTON, WASHINGTON
Ladies and/or Gentlemen:
The undersigned hereby certify that the bidder has examined the site of the proposed work and have read
and thoroughly understand the plans, specifications and contract governing the work embraced in this
improvement, and the method by which payment will be made for said work, and hereby propose to
undertake and complete the work embraced in this improvement, or as much thereof as can be completed
with the money available, in accordance with the said plans, specifications, contract and schedule of prices.
The undersigned further certifies and agrees to the following provisions:
NON-COLLUSION AFFIDAVIT
Being duly sworn, deposes and says, that he is the identical person who submitted the foregoing proposal or
bid, and that such bid is genuine and not sham or collusive or made in the interest or on behalf of any person
not therein named, and further, that the deponent has not directly induced or solicited any other Bidder on
the foregoing work or equipment to put in a sham bid, or any other person or corporation to refrain from
bidding, and that deponent has not in any manner sought by collusion to secure to himself or to any other
person any advantage over other Bidder or Bidders.
AND
CERTIFICATION RE: ASSIGNMENT OF
ANTI-TRUST CLAIMS TO PURCHASER
Vendor and purchaser recognize that in actual economic practice overcharges resulting from anti-trust
violations are in fact usually borne by the purchaser. Therefore, vendor hereby assigns to purchaser any and
all claims for such over-charges as to goods and materials purchased in connection with this order or
contract, except as to overcharges resulting from anti-trust violations commencing after the date of the bid,
quotation, or other event establishing the price under this order or contract. In addition, vendor warrants
and represents that such of his suppliers and subcontractors shall assign any and all such claims to purchaser,
subject to the aforementioned exception.
AND
MINIMUM WAGE AFFIDAVIT FORM
I, the undersigned, having been duly sworn, deposed, say and certify that in connection with the
performance of the work of this project, I will pay each classification of laborer, workman, or mechanic
employed in the performance of such work; not less than the prevailing rate of wage or not less than the
minimum rate of wages as specified in the principal contract.
I have read the above and foregoing statements and certificate, know the contents thereof and the
substance as set forth therein is true to my knowledge and belief.
Proposal - Page 2 of 2
FOR: PROPOSAL, NON COLLUSION AFFIDAVIT, ASSIGNMENT OF ANTI-TRUST CLAIMS TO PURCHASER AND
MINIMUM WAGE AFFIDAVIT
Name of Bidder's Firm
Printed Name:______________________________ Signature:_____________________________________
Address: __________________________________________________________________________________
Contact Name (please print): _________________________________________________________________
Phone:____________________________________ Email: _______________________________________
OR
Name of President of Corporation
Name of Secretary of Corporation
Corporation Organized under the laws of
With Main Office in State of Washington at
Subscribed and sworn to before me on this _______ day of _________________, 20____
Notary Public in and for the State of Washington
Notary (Print)_________________________________
My appointment expires:________________________
Names of Members of Partnership:
&,7<2)5(1721
6&+('8/(2)35,&(6
:HVW+LOO%RRVWHU3XPS6WDWLRQ,PSURYHPHQWV3URMHFW
:75
6DOHV7D[5XOH$SSOLHV7R7KLV3URMHFW
6((',9,6,212)7(&+1,&$/63(&,),&$7,216)25%,',7(06
1RWH6KRZ81,735,&(DQG727$/$02817LQ),*85(6RQO\
,7(0 $3352; 81,735,&(
727$/$02817
12 48$17,7< 'ROODUV&HQWV 'ROODUV&HQWV
0RELOL]DWLRQ'HPRELOL]DWLRQ6LWH
3UHSDUDWLRQDQG&OHDQXS BBBBBBB
/6 3HU/6
0LQRU&KDQJHV
(67 3HU(67
BBBBBBB
/6 3HU/6
BBBBBBB
/6 3HU/6
7HPSRUDU\(URVLRQDQG6HGLPHQW&RQWURO
7(6&DQG,PSOHPHQWDWLRQ BBBBBBB
/6 3HU/6
BBBBBBB
/6 3HU/6
BBBBBBB
/6 3HU/6
BBBBBBB
721 3HU721
/DQGVFDSH5HVWRUDWLRQ BBBBBBB
/6 3HU/6
6LWH:RUN BBBBBBB
/6 3HU/6
6WUXFWXUDO:RUN BBBBBBB
/6 3HU/6
)LQLVKHV BBBBBBB
/6 3HU/6
3XPSVDQG0RWRUV BBBBBBB
/6 3HU/6
,7(0:,7+81,735,&('%,'
&RQVWUXFWLRQ6XUYH\LQJ6WDNLQJDQG$V
%XLOW'UDZLQJV
7HPSRUDU\7UDIILF&RQWURO
'HZDWHULQJ6\VWHP
7UHQFKDQG([FDYDWLRQ6DIHW\6\VWHPV
5HPRYDODQG5HSODFHPHQWRI8QVXLWDEOH
)RXQGDWLRQ0DWHULDOV
6FKHGXOHRI3ULFHV 3DJHRI
&,7<2)5(1721
6&+('8/(2)35,&(6
:HVW+LOO%RRVWHU3XPS6WDWLRQ,PSURYHPHQWV3URMHFW
:75
6DOHV7D[5XOH$SSOLHV7R7KLV3URMHFW
6((',9,6,212)7(&+1,&$/63(&,),&$7,216)25%,',7(06
1RWH6KRZ81,735,&(DQG727$/$02817LQ),*85(6RQO\
,7(0 $3352; 81,735,&(
727$/$02817
12 48$17,7< 'ROODUV&HQWV 'ROODUV&HQWV
,7(0:,7+81,735,&('%,'
0HFKDQLFDO:RUN BBBBBBB
/6 3HU/6
(OHFWULFDO:RUN BBBBBBB
/6 3HU/6
$XWRPDWLF&RQWURO BBBBBBB
/6 3HU/6
7HVWLQJ6WDUWXSDQG7UDLQLQJ BBBBBBB
/6 3HU/6
727$/
6XEWRWDO
6DOH7D[
6FKHGXOHRI3ULFHV 3DJHRI
CITY OF RENTON
West Hill Booster Pump Station Improvements Project
WTR-27-04184
ACKNOWLEDGEMENT OF RECEIPT OF ADDENDA
By signing below, Bidder acknowledges receipt and understanding of the following Addenda:
ACKNOWLEDGEMENT OF RECEIPT OF ADDENDA
NO._______ DATE:________________________
NO._______ DATE:________________________
NO._______ DATE:________________________
NO._______ DATE:________________________
NO._______ DATE:________________________
SIGNED:_________________________________________________
TITLE:_________________________________________________
NAME OF COMPANY:_________________________________________________
ADDRESS:_________________________________________________
CITY/ STATE/ ZIP:_________________________________________________
TELEPHONE:_________________________________________________
Template updated 2-12-19
This form must be submitted with the Bid Proposal.
Certification of Compliance with Wage Payment Statutes
The bidder hereby certifies that, within the three-year period immediately preceding the bid
solicitation date, the bidder is not a “willful” violator, as defined in RCW 49.48.082, of any provision
of chapters 49.46, 49.48, or 49.52 RCW, as determined by a final and binding citation and notice of
assessment issued by the Department of Labor and Industries or through a civil judgment entered
by a court of limited or general jurisdiction.
I certify under penalty of perjury under the laws of the State of Washington that the foregoing is
true and correct.
Bidder’s Business Name
Signature of Authorized Official*
Printed Name
Title
Date City State
Check One:
Sole Proprietorship ܆ Partnership ܆ Joint Venture ܆ Corporation ܆ LLC ܆
State of Incorporation, or if not a corporation, State where business entity was formed:
If a co-partnership, give firm name under which business is transacted:
*If a corporation, proposal must be executed in the corporate name by the president or vice-president (or any other corporate
officer accompanied by evidence of authority to sign). If a co-partnership, proposal must be executed by a partner.
Revised 10-16-2020 clb
West Hill Booster Pump Station Improvements Project
WTR-27-04184
SUBCONTRACTOR LIST
In accordance with RCW 39.30-060:
For all public works contracts exceeding $1,000,000 the bidder shall submit the names of the subcontractors
with whom the bidder, if awarded the contract, will subcontract for the following work:
x All heating, ventilation and air conditioning, and plumbing subcontractors as described in chapter 18.106
RCW, and electrical subcontractors as described in chapter 19.28 RCW (this also includes the control
system integrator subcontractor as well as other electrical subcontractors) shall be submitted as part of
the bid or within one (1) hour after the published bid submittal deadline.
x All structural steel installation and rebar installation sub contractors shall be submitted as part of the
bid or within forty-eight (48) hours after the published bid submittal deadline.
Alternatively, the bidder shall name itself for any or all of the work described above, if it will be self performed.
If the subcontractors names are not submitted with the bid, or within the allocated time after the published bid
submittal time OR if two or more subcontractors are named to perform the same work, then the bid shall be
considered nonresponsive and , therefore, void.
Complete the following:
If awarded the contract, will contract with the following
subcontractors for the performance of heating, ventilation and air conditioning, plumbing, electrical
(including automatic controls) work, structural steel installation, and rebar installation:
Bid Item (s)
Subcontractor Name
Address
Phone No. State Contractor's License No.
Bid Item (s)
Subcontractor Name
Address
Phone No. State Contractor's License No.
Bid Item (s)
Subcontractor Name
Address
Phone No. State Contractor's License No.
Page 2
Revised 10-16-2020 clb
Bid Item (s)
Subcontractor Name
Address
Phone No. State Contractor's License No.
Bid Item (s)
Subcontractor Name
Address
Phone No. State Contractor's License No.
Bid Item (s)
Subcontractor Name
Address
Phone No. State Contractor's License No.
“I certify (or declare) under penalty of perjury under the laws of
the State of Washington that the information provided by bidder
in the subcontractor listing form is true and correct to the best of
my knowledge and belief”
Signature: __________________________________________
Printed Name: _______________________________________
Date: ______________________________________________
Place: ______________________________________________
STATEMENT OF QUALIFICATION FORM
PROJECT NAME: West Hill Booster Pump Station Improvements Project, WTR-27-04184
CONTRACTOR’S
COMPANY NAME:
DATE:
ADRESSS: TELEPHONE:
The bidder must document that the bidder meets the supplemental Responsibility Criteria in
the Supplemental Instructions to Bidders. The bidder should provide additional sheet to fully
describe referenced projects and experiences.
1. The Supplemental Instructions to Bidders states that the Bidder must have successfully
completed at least one (1) similar project within the ten (10) years prior to bid opening.
List the similar project’s that show that the Bidder has this experience.
Furnish references for information concerning all work listed above.
2. The Supplemental Instructions to Bidders states that The Bidder’s project manager for
the project must have successfully supervised to completion at least one (1) similar
project within the ten (10) years prior to bid opening. List the project manager’s name
and projects that show that he or she has this experience.
Name:
PROJECT NAME YEAR OWNER LOCATION CONTRACT VALUE
NAME TITLE PHONE NUMBER EMAIL ADDRESS
Furnish references for information concerning all work listed above.
3. The Supplemental Instructions to Bidders states that The Bidder’s superintendent for
the project must have successfully supervised to completion at least one (1) similar
project within the ten (10) years prior to bid opening. List the superintendent’s name
and projects that show that he or she has this project.
Name:
Furnish references for information concerning all work listed above.
PROJECT NAME YEAR OWNER LOCATION CONTRACT VALUE
NAME TITLE PHONE NUMBER EMAIL ADDRESS
PROJECT NAME YEAR OWNER LOCATION CONTRACT VALUE
NAME TITLE PHONE NUMBER EMAIL ADDRESS
4. The Supplemental Instructions to Bidders states that The Bidder’s foreman for the
project must have successfully supervised to completion at least one (1) similar project
within the ten (10) years prior to bid opening. List the foreman’s name and projects that
show that he or she has this project.
Name:
Furnish references for information concerning all work listed above.
5. Name and title of the person filing out the form.
NAME: TITLE:
PROJECT NAME YEAR OWNER LOCATION CONTRACT VALUE
NAME TITLE PHONE NUMBER EMAIL ADDRESS
14-CONTRACT SECTION-West HillHeatherDowns\
CONTRACT SECTION
INFORMATION ONLY
West Hill Booster Pump Station Improvements Project
WTR-27-04184
The contract documents in this section must be executed and submitted by the successful Bidder
within ten (10) days following the Notice of Award.
Bond to the City of Renton
Fair Practices Policy Affidavit of Compliance
Agreement (Contracts other than Federal - Aid FHWA)
Retainage Selection
West Hill Booster Pump Station Improvements Project Page 1 of 2 Contract Bond to the CITY of Renton
WTR-27-04184 03/08/2022 F clb
CONTRACT BOND TO THE CITY OF RENTON
Bond No. ________________
KNOW ALL MEN BY THESE PRESENTS, That we, (CONTRACTOR/PRINCIPAL) ______________________
of [address]________________________________________________ as PRINCIPAL , and
(SURETY)_________________________________________ a corporation organized and existing under
the laws of the State of ________________________ as a SURETY corporation, and qualified under the
laws of the State of Washington to become SURETY upon bonds of contractors with municipal
corporations, as SURETY , are jointly and severally held and firmly bound to the City of Renton
(CITY/OWNER)in the sum of________________________________________________ US Dollars
($________________________) Total Contract Amount, for the payment of which sum on demand we
bind ourselves and our heirs, successors, assigns, executors, administrators and personal
representatives, as the case may be. This obligation is entered into pursuant to the laws of the State of
Washington and the ordinances of the City of Renton.
Dated at _____________, Washington, this ________ day of ____________________, 2023.
NOW, THEREFORE THE CONDITIONS OF THE ABOVE OBLIGATION ARE AS FOLLOWS:
WHEREAS, under and pursuant to Contract No. CAG-23-005 providing for construction of the West Hill
Booster Pump Station Improvements Project WTR-27-04184;the PRINCIPAL has accepted, or is about
to accept, the Contract, and undertake to perform the Work therein provided for in the manner and
within the time set forth.
x The SURETY indemnifies, defends, and protects and holds the CITY/OWNER, its officers, agents, and
assigns harmless from and against all claims, liabilities, causes of action, damages, and costs for such
payments for labor, equipment, and materials by satisfying all claims and demands incurred under
the Contract, and reimbursing and paying CITY/OWNER all expenses that CITY/OWNER may incur in
making good any default by PRINCIPAL; and, against any claim of direct or indirect loss resulting from
the failure of the PRINCIPAL, its heirs, executors, administrators, successors, or assigns, (or the
subcontractors or lower tier subcontractors of the PRINCIPAL) to pay all laborers, mechanics,
subcontractors, lower tier subcontractors material persons, and all persons who shall supply such
contractor or subcontractors with provisions and supplies for the carrying on of such work; and,
against any claim of direct or indirect loss resulting from the failure of the PRINCIPAL, its heirs,
executors, administrators, successors, or assigns (or any of the employees, subcontractors, or lower
tier subcontractors of the PRINCIPAL) to faithfully perform the Contract.
• The indemnities to CITY/OWNER shall also inure to the benefit of the Consulting Engineers and other
design professionals retained by OWNER in connection with the Project.
• No change, extension of time, alteration, or addition to the terms of the Contract or to the Work to
be performed under the Contract shall in any way affect SURETY 's obligation on the Contract Bond.
SURETY , for value received, hereby waives notice of any change, extension of time, alteration, or
addition to the terms of the Contract or the Work to be performed thereunder and agrees that
modifications and changes to the terms and conditions of the Contract that increase the total amount
to be paid the PRINCIPAL shall automatically increase the obligation of the SURETY on this Contract
Bond and notice to SURETY is not required for such increased obligation.
x This Contract Bond shall be governed and construed by the laws of the State of Washington, and
West Hill Booster Pump Station Improvements Project Page 2 of 2 Contract Bond to the CITY of Renton
WTR-27-04184 03/08/2022 F clb
venue shall be in King County, Washington.
FURTHERMORE, this Contract Bond shall be satisfied and released only upon the conditions that
PRINCIPAL or SURETY:
x Faithfully performs all provisions of the Contract and changes authorized by CITY/OWNER in the
manner and within the time specified as may be extended under the Contract;
x Pay, in accordance with Chapters 39.08, 39.12 and 60.28 Revised Code of Washington (RCW), the
sums due all workers, laborers, mechanics, subcontractors, lower tier subcontractors, material
suppliers, and all other persons or agents who supply labor, equipment, or materials for carrying on
of such work under the Contract;
x Pay all taxes, increases and penalties, if any, incurred on or related to the Contract under Titles 50 and
51 Revised Code of Washington (RCW) and any and all taxes imposed on the Principle under Title 82
RCW or any other law;
x Receives a written discharge/release of bond from CITY, signed by the Mayor or by a duly authorized
representative of CITY.
This Contract Bond shall be executed in two (2) original counterparts, and shall be signed by the parties’
duly authorized officers. This Contract Bond will only be accepted if is accompanied by a fully executed
and original power of attorney for the office executing on behalf of the SURETY.
PRINCIPAL SURETY
[PRINCIPAL] [SURETY]
[Signature of Authorized Official] [Signature of Authorized Official]
[Printed Name] [Printed Name]
[Title] [Title]
[Date] [Date]
Name and address of local office of
Agent and/or SURETY Company:
Telephone:
H:\File Sys\WTR - Drinking Water Utility\WTR-27 - Water Project Files\WTR-27-04184 - West Hill BPS Improvements\50 Design\Front End SpecificationsH:\File Sys\WTR - Drinking Water Utility\WTR-27 - Water
Project Files\WTR-27-04184 - West Hill BPS Improvements\50 Design\Front End Specifications\16-Affidavit-Fair Practices-FINAL 2011.doc
CITY OF RENTON
FAIR PRACTICES POLICY
AFFIDAVIT OF COMPLIANCE
_______________________________________________________ hereby confirms and declares that:
(Name of contractor/subcontractor/consultant)
I. It is the policy of the above-named contractor/subcontractor/consultant, to offer equal
opportunity to all qualified employees and applicants for employment without regard to their
race; religion/creed; national origin; ancestry; sex; the presence of a physical, sensory, or mental
disability; age over 40; sexual orientation or gender identity; pregnancy; HIV/AIDS and Hepatitis C
status; use of a guide dog/service animal; marital status; parental/family status; military status;
or veteran’s status.
II. The above-named contractor/subcontractor/consultant complies with all applicable federal,
state and local laws governing non-discrimination in employment.
III. When applicable, the above-named contractor/subcontractor/consultant will seek out and
negotiate with minority and women contractors for the award of subcontracts.
Print Agent/Representative’s Name
Print Agent/Representative’s Title
Agent/Representative’s Signature
Date Signed
Instructions: This document MUST be completed by each contractor, subcontractor, consultant and/or
supplier. Include or attach this document(s) with the contract.
AGREEMENT
CONTRACT NO. 23-005
THIS AGREEMENT, made and entered into this _____ day of ______, 2023 by and between the CITY OF RENTON,
Washington, a municipal corporation of the State of Washington, hereinafter referred to as "City” and
________________________, hereinafter referred to as "Contractor."
Now, therefore the parties agree as follows:
1.Agreement. This agreement incorporates the following documents as if fully set forth herein: the 2016 Standard
Specifications for Road, Bridge, and Municipal Construction, as prepared by the Washington State Department of
Transportation and the Washington State Chapter of the American Public Works Association, including all published
amendments issued by those organizations (“Standard Specifications”); the City’s Contract Bid Documents for the
Project, including but not limited to Addenda, Proposal Form, Special Provisions, Contract Plans, and Amendments
to the Standard Specifications; Contractor’s Proposal and all documents submitted therewith in response to the
City’s Call for Bids Documents; and any additional documents referenced as comprising the Contract and Contract
Documents in Section 1-04.2 of the Standard Specifications, as revised by the Amendments and Special Provisions
included with the City’s Call for Bids and Contract Documents.
2.Project. Contractor shall complete all work and furnish all labor, tools, materials, and equipment for the project
entitled WEST HILL BOOSTER PUMP STATION IMPROVEMENTS PROJECT, WTR-27-04184, including all changes to
the Work and force account work, in accordance with the Contract Documents, as described in Section 1-04.2 of the
Special Provisions.
3.Payments. City shall pay Contractor at the unit and lump sum prices, and by force account as specified in the
Proposal according to the Contract Documents as to time, manner, and condition of payment in a contract amount
not to exceed $___________, unless modified by an approved change order or addendum. The payments to
Contractor include the costs for all labor, tools, materials and equipment for the Work.
4.Completion Date. Contract time shall commence upon City's Notice to Proceed to Contractor. The Work under this
Agreement shall be completed within the time specified in the Contract Bid Documents. If the Physical Work under
this Agreement is not completed within the time specified, Contractor shall pay liquidated damages and all
engineering inspection and supervision costs to City as specified in the Contract Bid Documents.
5.Attorney's Fees. In the event litigation is commenced to enforce this Agreement, the prevailing party shall be
entitled to recover its costs, including reasonable attorney's and expert witness fees.
6.Disclaimer. No liability of Contractor shall attach to City by reason of entering into this Agreement, except as
expressly provided in this Agreement.
7.Counterparts. This Agreement is executed in two (2) identical counterparts, by the parties, each of which shall for
all purposes be deemed an original.
West Hill Booster Pump Station Improvements Project
WTR-27-04184
[Enter Agreement Name]
[Enter Date]
Contract Template Updated 12/29/2017
IN WITNESS WHEREOF, the City has caused these presents to be signed by its Mayor and attested by its City Clerk and
the Contractor has hereunto set his hand and seal the day and year first above-written.
CONTRACTOR:CITY OF RENTON:
President/Partner/Owner Armando Pavone, Mayor
ATTEST
Secretary Jason Seth, City Clerk
FIRM INFORMATION
d/b/a [Enter Firm name]
CHECK ONE:☐Limited Liability Company ☐Partnership ☐Corporation
STATE OF INCORPORATION:[Enter state of incorporation]
CONTRACTOR CONTACT INFORMATION:CITY CONTACT INFORMATION:
[Address Line 1]City of Renton
[Address Line 2]1055 South Grady Way
[City, State and Zip]Renton, WA 98057
[Enter Phone Number]Water Utility, Ken Srilofung, 425-430-7247
[Enter Fax Number or Email Address]ksrilofung@rentonwa.gov Fax: 425-430-7241
Attention:
If business is a CORPORATION, the name of the corporation should be listed in full and both the President and Secretary must sign the
contract. OR, if one signature is permitted by corporation by-laws, a copy of the by-laws shall be furnished to the City and made a
part of the contract document.
If the business is a PARTNERSHIP, the full name of each partner should be listed followed by d/b/a (doing business as) and firm or
trade name. Any one partner may sign the contract.
If the business is an limited Liability Company, an authorized managing member or manager must sign followed by his/her title.
CITY OF RENTON
West Hill Booster Pump Station Improvements Project
WTR-27-04184
RETAINAGE SELECTION
Per Standard Specifications Section 1-09.9(1) Retainage, and RCW 60.28, a sum of 5-percent of the
monies earned by the Contractor will be retained from progress estimates. The retainage will be used
as a trust fund for the protection and payment of (1) the State with respect to taxes, and (2) the claims
of any person arising under the Contract.
Retainage shall be placed in a fund held by the City (non-interest bearing), unless the Contractor
selects a one of the options listed below and completes all arrangements needed for that option to the
satisfaction of the City.
Other retainage fund options:
__ 1. Deposited by the City in an escrow account (interest bearing) in a bank, mutual savings bank, or
savings and loan association. Deposits will be in the name of the City and are not allowed to be
withdrawn without the City’s written authorization, or
__ 2. The City, at its’ option, may accept a bond from the Contractor in lieu of retainage.
If the Contractor selects option 1 or 2 it is fully responsible for selecting the bank or association to be
used, and for making all arrangements and paying all costs associated with that option.
All arrangements and forms needed for option 1 or 2 shall be submitted to the City for review and
approval.
Release of the Retainage will be made 60 days following the Completion Date provided the conditions
in Special Provisions Section 1-09.9(1), and applicable State Regulations, are met.
SIGNED:_________________________________________________
PRINT NAME:_________________________________________________
COMPANY:_________________________________________________
DATE:_________________________________________________
19a-Insurance Reqmts-Revised 6-17\
Insurance Requirements
See City of Renton Insurance Guidelines,
Sample Acord Certificate, and Sample Endorsement Form
following this page.
Also see Special Provisions Section 1-07.18
The ACCORD Certificate holder should be address to:
City of Renton
ATTN: Ken Srilofung, Water Utility
1055 South Grady Way
Renton, WA 98057
Insurance Guidelines for the City of Renton
The City of Renton requires current insurance certificates for one or
more of the following lines of coverage and minimum insurance limits:
Revised 10/26/21
x $1,000,000 per occurrence and $2,000,000 aggregate for Commercial General Liability
(CGL) or Special Event coverage. Limits may be increased for higher than usual or special
liability exposures.
x $1,000,000 combined single limit for Auto Liability. Required if a commercial vehicle will
be used in performance of work or delivery of products, beyond normal commutes.
x Proof of Workers’ Compensation coverage, as required by the State of Washington
(provide the Washington L&I or excess coverage policy number).
x Excess Liability or Umbrella. Required only if needed to reach minimum CGL or auto
liability coverage limits.
x $1,000,000 Professional Liability.Required if professional services (e.g. architect,
engineering, surveying, legal, or medical) are being provided to the city and if those
professional services are excluded from the CGL policy.
x $1,000,000 Pollution Liability. Required if work involves a pollution risk to the
environment.
x $2,000,000 Cyber Liability Insurance. Required for information technology professional
services agreements. Limits may be higher for special liability exposures.
x Builders Risk.May be required up to the amount of the completed value of a new
building or major construction project.
x $1,000,000 per occurrence Aircraft Liability (Single Limit Bodily Injury and Property
Damage Liability). Required coverage only for aircraft tie-down leases.
Additional requirements unique to the City of Renton:
x Name the City of Renton as a certificate holder and a Primary and Non-Contributory
Additional Insured on the policy.
This requirement applies to Commercial General, Auto Liability, Excess/ Umbrella, Special
Event, and Aircraft Liability policies; it does not apply to Professional Liability, Workers’
Compensation, nor Cyber Insurance.
x The City shall be provided with written notice of any policy cancellation within a
minimum of two business days of receipt of such notice by the policy holder.
x The city does not represent that the minimum required insurance coverage or limits are
adequate to protect the vendor/contractor/consultant from all liabilities.
x Insurance certificate requirements and minimum limits can only be waived or modified
with Risk Manager approval.
x The Certificate Holder should read:
City of Renton
ATTN: [your City contact’s name & department]
1055 South Grady Way
Renton, WA 98057
Direct any questions, comments, or concerns to: Kelsey Urban, Risk Manager
425-430-7669
kurban@rentonwa.gov
POLICY NUMBER:COMMERCIAL GENERAL LIABILITY
THIS ENDORSEMENT CHANGES THE POLICY, PLEASE READ IT CAREFULLY.
ADDITIONAL INSURED - OWNERS, LESSEES OR
CONTRACTORS - SCHEDULED PERSON OR ORGANIZATION
This endorsement modifies insurance provided under the following:
COMMERCIAL GENERAL LIABILITY COVERAGE PART
SCHEDULE
Name of Person or Organization
(If no entry appears above, information required to complete this endorsement will be shown in the
Declarations as applicable to this endorsement.)
WHO IS AN INSURED (Section II) is amended to include as an insured the person or organization
shown in the Schedule but only with respect to liability arising out of your ongoing operations
performed for that insured.
CG 20 10 03 97 Owners, Lessees, or Contractors SAMPLE No Completed Operations
WCIA Insurance Requirements
PREVAILING MINIMUM HOURLY
WAGE RATES
Washington State Prevailing Wage Rate Reference
City of Renton Final Contract Voucher Certificate
Form
24a-State Prevailing Wages Reference\
WASHINGTON STATE PREVAILING WAGE RATES
FOR PUBLIC WORKS CONTRACTS
REFERENCE
The State of Washington Prevailing Wage Rates applicable for this public works contract, which is
located in _King_ County, may be found at the following website address of the Department of Labor
and Industries: https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx .
Check with the Department of Labor and Industries for any questions regarding Prevailing Wage
Rates, and for a copy of all trade classifications.
Based on the bid submittal deadline for this project, the applicable effective date for prevailing wages
for this project is February 28, 2023.
A copy of the applicable prevailing wages rates is also available for viewing at the office of the
Owner, located at _Renton City Hall, 1055 South Grady Way, Renton, Washington.
Upon request, the Owner will mail a hard copy of the applicable prevailing wage rates for this project.
The Statee of Washinton “Statement of Intent to Pay Prevailing Wages” and “Affidavit of Wages
Paid-Public Works Contract” may be filed online with the Department of Labor and Industries.
FINAL CONTRACT VOUCHER CERTIFICATE
Contractor
Street Address
City
State
Zip
Date
City Contract Number
City Project Number
Federal-Aid Number (if applicable)
Contract Title
Date Work Physically Complete
Final Amount
CONTRACTOR’S CERTIFICATION
I, The undersigned, having first been duly sworn, certify that I am authorized to sign for the claimant; that in connection with the work
performed and to the best of my knowledge no loan, gratuity or gift in any form whatsoever has been extended to any employee of
the City of Renton nor have I rented or purchased any equipment or materials from any employee of the City of Renton; I further
certify that the attached final estimate is a true and correct statement showing all the monies due me from the City of Renton for
work performed and material furnished under this contract; that I have carefully examined said final estimate and understand the
same and that I release the City of Renton from any and all claims of whatsoever nature which I may have, arising out of the
performance of said contract, which are not set forth in said estimate.
Contractor Authorized Signature (Required)
Printed Signature Name
Subscribed and sworn to before me this _________________________________ day of _________________________ 20_________
________________________________________________Notary Public in and for the State of ___
residing at ________________________________________________________
CITY OF RENTON CERTIFICATION
I, certify the attached final estimate to be based upon actual measurements, and to be true and correct.
Project Manager Signature Public Works Dept., Section Manager Approved Date
CITY OF RENTON ACCEPTANCE
The City of Renton hereby accepts the completed contract, pursuant to Section 1-05.12 of the Contract Provisions.
Public Works Administrator Date of Council Acceptance
Contractor’s claims, if any, must be included and the Contractor’s Certification must be labeled indicating a claim is attached.
TRAFFIC CONTROL INFORMATION
Note: The Applicant is responsible for compliance with all codes and regulations, whether or not described in this document.
DEPARTMENT OF PUBLIC WORKS
Page 1 of 3 | Published: 10/27/2021
Transportation Division | 1055 South Grady Way, 5th Floor | Renton, WA 98057 | 425-430-7380
Website: rentonwa.gov
TRAFFIC CONTROL PLAN APPLICATION
Published: 10/27/2021
TRAFFIC CONTROL PLAN (TCP) MUST BE SUBMITTED TO PUBLIC WORKS TRANSPORTATION DIVISION
FOR REVIEW/APPROVAL AT LEAST FIVE (5) WORKING DAYS BEFORE THE DATE OF WORK.
The City of Renton requires any contractor, firm, corporation, or other public/private agency to prepare a traffic control
plan (TCP) and obtain city's approval of that plan when construction, repair, or maintenance work is to be conducted
within the city's right-of-way.
1. Fill out the Traffic Control Plan (TCP) Application form and prepare required submittal documents.
2. The following items are all required for submittal of the TCP Application :
տ Electronic Copy of the TCP Application
տ Electronic Copy of the TCP Layout, on 11” X 17” paper size format, which shall:
Include map(s) showing the location of the project and work area.
Be legible lettering and clear, contrasting, symbols of viewing or printing.
Must indicate street names, and north arrow and scale.
Types of plans required:
o Work hour plan – show all mobility impacts during construction hours.
o Non-work plan - show all mobility impacts after work hours when limited or no work is
happening in the right-of-way (ROW), if applicable.
o Changing construction phases – show construction sequence and each construction phase
change even if the traffic control is not modified, if applicable.
o Pedestrian access/detour plan, if applicable.
- Shall conform to the Washington State Traffic Control Flagger Certification handbook, by the
Evergreen Safety Council.
3. Submit Application via email to TCP@rentonwa.gov with the subject line “TCP Application – [Project Name].”
Project Name: Permit #:
Site Address:
Work Date: From _____________ To _____________ Work Time: Start ______________ End ______________
Construction Company:
Contact Name: Phone/Cell: _________________________
Business Address: City/State: Zip:
Description of Work:
Approval By: _________________________________________________ Date:____________________
Transportation Engineering
Note: The Applicant is responsible for compliance with all codes and regulations, whether or not described in this document.
Page 2 of 3 | Published: 10/27/2021
PERMIT HOLDER AGREES TO ALL THE FOLLOWING:
x Must have approved Traffic Control Plan (TCP) prior to commencing the work.
x Maintain existing pedestrian access. The work on pedestrian facilities, shall be limited to one corner at a time,
with the least possible inconvenience or delay to pedestrians.
x WORK TIME begins when any street or travel lane is fully or partially closed. This includes set up within the
traveled way.
x Comply with all traffic regulations of the City of Renton and the State of Washington.
x Prepare a traffic control plan and obtain City approval of that plan. That plan shall be implemented for all street
and lane closures, and the plan shall be performed in compliance with the Manual on Uniform Traffic Control
Devices.
x Notify emergency services (253-852-2121) twenty-four (24) hours before any street or lane closures.
x Contractor or entity must call Renton School District (425-204-4455) or any public/private agency, including public
transit, to be affected by a temporary lane or road closure a minimum of five business days (excluding weekends
and holidays) prior to starting any work.
x Contractor or entity must notify King County Metro in writing at construction.coord@kingcounty.gov a minimum
of five business days (excluding weekends and holidays) prior to starting any work impacting bus stops, a
temporary lane or road closure. Work requiring removing a bus shelter or sign requires notification in writing a
minimum of 30 business days (excluding weekends and holidays). Please call King County Metro at 206-477-1140
with any questions.
x Any lane or street closures not in conformance with the approved traffic control plan and/or without notification
of emergency services may result in receiving a citation for violation of R.C.W. 47.36.200 Signs or Flaggers at
thoroughfare work sites and R.C.W. 9A.36.050 Reckless Endangerment, and other applicable State and City codes.
x Indemnify and hold harmless the City of Renton from any and all claims, actions, and judgments, including all
costs of defense and attorney’s fees incurred in defending against same, arising from and related to
implementation of the approved traffic control plans including claims arising from towing of private vehicles and
the acts of the Permit Holder’s agents and employees.
x The City of Renton shall be entitled, in its reasonable discretion, to settle claims prior to suit or judgment, and in
such event shall indemnify and hold harmless the City for any such claims paid, including the City’s reasonable
attorney’s fees and litigation costs incurred resulting from such claim.
x In the event any claim or suit is brought against City within the scope of this Agreement, Permit Holder will pay for
legal counsel chosen by the City to defend against same.
x Flagger and sign placement are subject to revision by the City Inspector on site, if needed to address traffic or
pedestrian safety or travel.
x All permit conditions shall be met.
NOTES:
x Total road closure lasting more than twenty-four (24) hours is subject to the approval by the City Council.
x Work Zone Traffic Control shall be in accordance with the Manual on Uniform Traffic Control Devices (MUTCD)
and shown by a traffic control plan layout or reference to WSDOT.
x Approved Temporary Traffic Control Plan must be at the work site during work hours.
x Complete assistance and accommodation shall be provided to all kinds of pedestrian traffic when sidewalk or
walkway is impeded to safely redirect pedestrians around a work zone.
x Signage shall be used to warn motorcyclists/bicyclists of the potential hazards on any uneven surfaced or slippery
road conditions during work and non-work hours.
x Any vehicle, equipment, barricade, or portable tow-away sign used within the work area must display a company
logo or any legally acceptable sign showing the company name, address, and telephone number at a conspicuous
place on the vehicle or equipment.
Note: The Applicant is responsible for compliance with all codes and regulations, whether or not described in this document.
Page 3 of 3 | Published: 10/27/2021
x In the case of Temporary No Parking Zones, all the following apply in addition to previous:
x Contractor must complete form to show limits of Temporary No Parking Zone identifying barricade locations for
vacate parking or curb lane usage.
x Contractor must post notice of dates and time of Temporary No Parking Zone with at least two signs per block
seventy-two (72) hours in advance of effective date and time.
x The cover sheet of this Traffic Control Plan form must be attached to each Temporary No Parking Sign on the
project site.
x Temporary traffic control devices must be removed immediately when work is done or no construction activities
are going on. If deemed abandoned, City crews will remove and store them at the City’s maintenance shop (3555
NE 2nd Street).
I certify that the information on this application and within the submittal documents are accurate to the best of my
knowledge and I acknowledge all the requirements on this application.
Applicant’s Signature Date
Applicant’s Name (Print)
CITY OF RENTON
SPECIAL PROVISIONS
1
Table of Contents
1-01 DEFINITIONS AND TERMS ................................................................................. 15
1-01.1 General .............................................................................................................. 15
1-01.3 Definitions ........................................................................................................ 1 5
1-02 BID PROCEDURES AND CONDITIONS ................................................................ 18
1-02.1 Prequalification of Bidders ............................................................................... 18
1-02.2 Plans and Specifications ................................................................................... 18
1-02.4(2) Subsurface Information ................................................................................ 18
1-02.5 Proposal Forms ................................................................................................. 18
1-02.6 Preparation of Proposal ................................................................................... 19
1-02.6(1) Proprietary Information ............................................................................... 19
1-02.7 Bid Deposit ....................................................................................................... 20
1-02.9 Delivery of Proposal.......................................................................................... 20
1-02.12 Public Opening of Proposals ........................................................................... 20
1-02.14 Disqualification of Bidders ............................................................................. 21
1-02.15 Pre-Award Information .................................................................................. 21
1-03 AWARD AND EXECUTION OF CONTRACT .......................................................... 21
1-03.1 Consideration of bids ........................................................................................ 21
1-03.2 Award of Contract ............................................................................................ 22
1-03.3 Execution of Contract ....................................................................................... 22
1-03.4 Contract Bond ................................................................................................... 22
1-03.7 Judicial Review ................................................................................................. 23
1-04 SCOPE OF WORK .............................................................................................. 23
1-04.1 Intent of the Contract ....................................................................................... 23
1-04.1(2) Bid Items Not Included in the Proposal ........................................................ 23
1-04.2 Coordination of Contract Documents, Plans, Special Provisions Specifications,
and Addenda ................................................................................................................. 2 4
1-04.4(1) Minor Changes ............................................................................................. 24
1-04.8 Progress Estimates and Payments ................................................................... 24
1-04.11 Final Cleanup .................................................................................................. 24
1-04.12 Contractor-Discovered Discrepancies ............................................................ 24
2
1-05 CONTROL OF WORK ......................................................................................... 25
1-05.4 Conformity With and Deviation from Plans and Stakes ................................... 25
1-05.4(1) Contractor Supplied Surveying ..................................................................... 26
1-05.4(2) Contractor Provided As-Built Information ................................................... 26
1-05.7 Removal of Defective and/or Unauthorized Work ........................................... 27
1-05.10 Guarantees ..................................................................................................... 27
1-05.11 Final Inspection .............................................................................................. 28
1-05.11(1) Substantial Completion Date ..................................................................... 28
1-05.11(2) Final Inspection and Physical Completion Date ......................................... 29
1-05.11(3) Operational Testing ................................................................................... 29
1-05.12 Final Acceptance ............................................................................................ 30
1-05.13 Superintendents, Labor, and Equipment of Contractor ................................. 30
1-05.14 Cooperation with Other Contractors .............................................................. 30
1-05.16 Water and Power ........................................................................................... 30
1-05.17 Oral Agreements ............................................................................................ 30
1-05.18 Contractor's Daily Diary ................................................................................. 31
1-06 CONTROL OF MATERIAL ................................................................................... 32
1-06.1 Approval of Materials Prior to Use ................................................................... 32
1-06.1(5) Submittals and Shop Drawings .................................................................... 32
1-06.2 Acceptance of Materials................................................................................... 34
1-06.2(1) Samples and Tests for Acceptance .............................................................. 34
1-06.2(2) Statistical Evaluation of Materials for Acceptance ...................................... 34
1-06.6 Recycled Materials ........................................................................................... 34
1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC ................................ 35
1-07.1 Laws to be Observed ........................................................................................ 35
1-07.2 State Sales Tax.................................................................................................. 36
1-07.2(1) General ......................................................................................................... 3 6
1-07.2(2) State Sales Tax – Rule 171 ........................................................................... 36
1-07.2(3) State Sales Tax – Rule 170 ........................................................................... 36
1-07.2(4) Services ........................................................................................................ 3 7
1-07.4 Sanitation ......................................................................................................... 3 7
3
1-07.4(2) Health Hazards ............................................................................................ 37
1-07.6 Permits and Licenses ........................................................................................ 37
1-07.9 Wages ............................................................................................................... 38
1-07.9(5) Required Documents .................................................................................... 38
1-07.11 Requirements for Non-Discrimination............................................................ 38
1-07.11(11) City of Renton Affidavit of Compliance .................................................... 38
1-07.12 Federal Agency Inspection ............................................................................. 38
1-07.13 Contractor’s Responsibility for Work ............................................................. 38
1-07.13(1) General ....................................................................................................... 38
1-07.15 Temporary Water Pollution Prevention ......................................................... 39
1-07.16 Protection and Restoration of Property ......................................................... 41
1-07.16(1) Private/Public Property .............................................................................. 41
1-07.17 Utilities and Similar Facilities ......................................................................... 42
1-07.17(3) Site Specific Potholing ................................................................................ 43
1-07.17(4) Interruption of Services .............................................................................. 44
1-07.17(5) Resolution of Utility Conflicts ..................................................................... 44
1-07.18 Public Liability and Property Damage Insurance ........................................... 44
1-07.18(1) General ....................................................................................................... 45
1-07.18(2) Coverages................................................................................................... 45
1-07.18(3) Limits .......................................................................................................... 47
1-07.18(4) Evidence of Insurance: ................................................................................ 47
1-07.22 Use of Explosives ............................................................................................ 48
1-07.23 Public Convenience and Safety ....................................................................... 48
1-07.23(1) Construction Under Traffic ......................................................................... 48
1-07.23(2) Construction and Maintenance of Detours................................................ 49
1-07.24 Rights-of-Way................................................................................................. 50
1-07.28 Confined Space Entry ...................................................................................... 50
1-08 PROSECUTION AND PROGRESS ........................................................................ 51
1-08.0 Preliminary Matters ......................................................................................... 51
1-08.0(1) Preconstruction Conference ......................................................................... 51
1-08.0(2) Hours of Work .............................................................................................. 52
4
1-08.0(3) Reimbursement for Overtime Work of Contracting Agency Employees ....... 53
1-08.1 Subcontracting ................................................................................................. 53
1-08.2 Assignment ....................................................................................................... 53
1-08.3 Progress Schedule ............................................................................................. 54
1-08.4 Prosecution of the Work ................................................................................... 55
1-08.5 Time for Completion ......................................................................................... 55
1-08.6 Suspension of Work .......................................................................................... 57
1-08.7 Maintenance During Suspension ...................................................................... 57
1-08.9 Liquidated Damages ......................................................................................... 57
1-08.11 Contractor's Plant and Equipment ................................................................. 57
1-08.12 Attention to Work .......................................................................................... 58
1-09 MEASUREMENT AND PAYMENT ....................................................................... 58
1-09.1 Measurement of Quantities ............................................................................. 58
1-09.3 Scope of Payment ............................................................................................. 59
1-09.6 Force Account ................................................................................................... 60
1-09.7 Mobilization ..................................................................................................... 60
1-09.9 Payments .......................................................................................................... 60
1-09.9(1) Retainage ..................................................................................................... 61
1-09.9(2) Contracting Agency’s Right to Withhold and Disburse Certain Amounts ... 61
1-09.9(3) Final Payment .............................................................................................. 62
1-09.11 Disputes and Claims ....................................................................................... 63
1-09.11(2) Claims ......................................................................................................... 6 3
1-09.11(3) Time Limitations and Jurisdiction .............................................................. 64
1-09.13 Claims Resolution ........................................................................................... 64
1-09.13(3) Claims $250,000 or Less ............................................................................. 64
1-09.13(3)A Arbitration General.................................................................................. 64
1-09.13(3)B Procedures to Initiate Arbitration ............................................................ 64
1-10 TEMPORARY TRAFFIC CONTROL ....................................................................... 64
1-10.1 General ............................................................................................................. 64
1-10.2(1)B Traffic Control Supervisor .......................................................................... 66
1-10.2(2) Traffic Control Plans ..................................................................................... 66
5
1-10.3 Traffic Control Labor, Procedure, and Devices ................................................. 67
1-10.3(3) Traffic Control Devices ................................................................................. 67
1-10.3(3)A Construction Signs ..................................................................................... 67
1-10.3(3)C Portable Changeable Message Sign .......................................................... 68
1-10.3(1)C Uniformed Police Officer ............................................................................ 68
1-10.3(4) Traffic Control Constraints ........................................................................... 68
1-10.4 Measurement ................................................................................................... 69
1-10.5 Payment ........................................................................................................... 69
1-11 RENTON SURVEYING STANDARDS .................................................................... 70
1-11.1(1) Responsibility for Surveys ............................................................................ 70
1-11.1(2) Survey Datum and Precision ........................................................................ 70
1-11.1(3) Subdivision Information ............................................................................... 70
1-11.1(4) Field Notes ................................................................................................... 70
1-11.1(5) Corners and Monuments ............................................................................. 71
1-11.1(6) Control or Base Line Survey ......................................................................... 71
1-11.1(7) Precision Levels ............................................................................................ 72
1-11.1(8) Radial and Station -- Offset Topography ..................................................... 72
1-11.1(9) Radial Topography ....................................................................................... 72
1-11.1(10) Station--Offset Topography ....................................................................... 72
1-11.1(11) As-Built Survey ........................................................................................... 72
1-11.1(12) Monument Setting and Referencing .......................................................... 73
1-11.2 Materials .......................................................................................................... 7 3
1-11.2(1) Property/Lot Corners ................................................................................... 73
1-11.2(2) Monuments .................................................................................................. 73
1-11.2(3) Monument Case and Cover .......................................................................... 73
2-01 CLEARING, GRUBBING, AND ROADSIDE CLEANUP ............................................ 74
2-01.1 Description ....................................................................................................... 74
2-01.2 Disposal of Usable Material and Debris ........................................................... 74
2-01.5 Payment ........................................................................................................... 74
2-02 REMOVAL OF STRUCTURE AND OBSTRUCTIONS ............................................... 74
2-02.2(4) Removal of Unforeseen Obstructions and Debris ........................................ 74
6
2-02.3(3) Removal of Pavement, Sidewalks, Curbs, and Gutters ................................ 75
2-03 ROADWAY EXCAVATION AND EMBANKMENT .................................................. 75
2-03.3 Construction Requirements .............................................................................. 75
2-05 HEALTH AND SAFETY PLAN AND IMPLEMENTATION ......................................... 76
2-05.1 Health and Safety ............................................................................................. 76
2-05.1(1) Health and Safety Plan and Accident Prevention Program ......................... 77
2-05.2 Storage ............................................................................................................. 77
2-05.3 Disposal of Excavated Soils .............................................................................. 78
2-05.4 Certification of Waste Weight and Disposal .................................................... 79
2-06 SUBGRADE PREPARATION ............................................................................... 79
2-06.5 Measurement and Payment ............................................................................ 79
2-08 DEWATERING SYSTEM .................................................................................... 79
2-08.1 Description ...................................................................................................... 79
2-09 STRUCTURE EXCAVATION ................................................................................ 81
2-09.1 Description ....................................................................................................... 81
2-09.3(1)D Disposal of Excavated Material ................................................................. 81
2-09.4 Measurement ................................................................................................... 81
5-04 HOT MIX ASPHALT ........................................................................................... 82
5-04.1 Description ....................................................................................................... 82
5-04.2 Materials .......................................................................................................... 8 2
5-04.3 Construction Requirements .............................................................................. 84
5-04.3(18) Permanent Pavement Patching and Overlay ........................................... 107
5-06 TEMPORARY RESTORATION IN PAVEMENT AREA ........................................... 109
5-06.1 Description ..................................................................................................... 109
5-06.2 Materials ........................................................................................................ 110
5-06.3 Construction Requirements ............................................................................ 110
7-01 DRAINS .......................................................................................................... 111
7-01.2 Materials ........................................................................................................ 111
7-01.3 Construction Requirements ............................................................................ 111
7-01.4 Measurement ................................................................................................. 111
7-02 CULVERTS ...................................................................................................... 111
7
7-02.2 Materials ........................................................................................................ 111
7-04 STORM SEWERS ............................................................................................. 111
7-04.2 Materials ........................................................................................................ 111
7-04.3 Construction Requirements ............................................................................ 112
7-04.3(1) Cleaning and Testing ................................................................................. 112
7-04.3(1)G Abandon Existing Storm Sewer Pipes ...................................................... 113
7-04.3(2) CCTV Inspection ......................................................................................... 113
7-04.3(3) Direct Pipe Connections ............................................................................. 113
7-04.3(4) Temporary Stormwater Diversion.............................................................. 114
7-05 MANHOLES, INLETS, AND CATCH BASINS ....................................................... 115
7-05.3 Construction Requirements ............................................................................ 115
7-05.3(1) Adjusting Manholes and Catch Basins to Grade ........................................ 115
7-05.3(2) Abandon Existing Catch Basins and Manholes .......................................... 116
7-05.3(2)A Abandon Existing Storm Drain and Sanitary Sewer Pipe ........................ 116
7-05.3(3) Connections to Existing Structures ............................................................ 116
7-05.3(4) Drop Manhole Connection ......................................................................... 117
7-05.3(5) Manhole Coatings ...................................................................................... 117
7-05.3(6) Construction Dewatering ........................................................................... 117
7-05.3(6)A Description ............................................................................................... 117
7-05.3(6)B Available Subsurface Data ....................................................................... 118
7-06 TRENCH DRAINS (NEW SECTION) ..................................................................... 118
7-06.1 Description ..................................................................................................... 118
7-06.2 Materials ........................................................................................................ 118
7-06.3 Construction Requirements ............................................................................ 118
7-08 GENERAL PIPE INSTALLATION REQUIREMENTS ............................................... 119
7-08.3 Construction Requirements ............................................................................ 119
7-08.3(1)A Trenches................................................................................................... 119
7-08.3(1)C Bedding the Pipe ...................................................................................... 119
7-08.3(1)D Pipe Foundation....................................................................................... 120
7-08.3(2)A Survey Line and Grade ............................................................................. 120
7-08.3(2)B Pipe Laying – General .............................................................................. 120
8
7-08.3(2)E Rubber Gasketed Joints ............................................................................ 121
7-08.3(2)H Sewer Line Connections ........................................................................... 121
7-08.3(3)A Backfilling Pipe Trenches ......................................................................... 122
7-08.4 Measurement ................................................................................................. 122
7-09 PIPE AND FITTINGS FOR WATER MAINS ......................................................... 122
7-09.3(15)A Ductile Iron Pipe .................................................................................... 122
7-09.3(15)B Polyvinyl Chloride (PVC) Pipe (4 inches and Over) ................................. 123
7-09.3(17) Laying Ductile Iron Pipe and Fittings with Polyethylene Encasement ..... 123
7-09.3(19)A Connections to Existing Mains ............................................................... 123
7-09.3(21) Concrete Thrust Blocking and Dead-Man Block ...................................... 125
7-09.3(23) Hydrostatic Pressure Test ........................................................................ 125
7-09.3(24)A Flushing and "Poly-pigging" .................................................................. 127
7-09.3(24)D Dry Calcium Hypochlorite ...................................................................... 128
7-09.3(24)K Retention Period .................................................................................... 128
7-09.3(24)N Final Flushing and Testing ..................................................................... 128
7-09.3(25) Joint Restraint Systems ............................................................................ 129
7-09.4 Measurement ................................................................................................. 130
7-12 VALVES FOR WATER MAINS ........................................................................... 130
7-12.3(1) Installation of Valve Marker Post .............................................................. 131
7-12.3(2) Adjust Existing Valve Box to Grade ............................................................ 131
7-12.4 Measurement ................................................................................................. 131
7-14 HYDRANTS..................................................................................................... 131
7-14.3(1) Setting Hydrants ........................................................................................ 131
7-14.3(3) Resetting Existing Hydrants ....................................................................... 132
7-14.3(4) Moving Existing Hydrants .......................................................................... 132
7-14.3(7) Remove and Salvage Hydrant .................................................................... 132
7-14.3(8) Abandoned Valves ..................................................................................... 132
7-14.3(9) Water Main-Cut and Cap ........................................................................... 133
7-15 SERVICE CONNECTIONS ................................................................................. 133
7-15.3 Construction Details ....................................................................................... 133
7-17 SANITARY SEWERS ......................................................................................... 133
9
7-17.2 Materials ........................................................................................................ 133
7-17.3 Construction Requirements ............................................................................ 134
7-17.3(1) Protection of Existing Sewerage Facilities ................................................. 134
7-17.3(1)A Temporary Sewer Bypass Systems .......................................................... 134
7-17.3(2)H Television Inspection ............................................................................... 135
7-17.3(2)I Abandon Existing Sanitary Sewer Pipes .................................................... 136
7-18 SIDE SEWERS ................................................................................................. 136
7-18.2 Materials ........................................................................................................ 136
7-18.3(2) Fittings ....................................................................................................... 13 6
7-18.3(3) Testing ........................................................................................................ 13 6
7-18.3(5) End Pipe Marker......................................................................................... 137
7-19 SEWER CLEANOUTS ....................................................................................... 137
7-19.3 Construction Requirements ............................................................................ 137
7-19.4 Measurement ................................................................................................. 137
7-20 PRE-INSTALLATION CLEANING AND INSPECTION OF SEWER LINES FOR CIPP .... 137
7-20.1 Description ..................................................................................................... 137
7-20.2 Materials ........................................................................................................ 137
7-20.2(1) Equipment .................................................................................................. 137
7-20.3 Construction Requirements ............................................................................ 137
7-20.3(1) Notification ................................................................................................ 137
7-20.3(2) Cleaning ..................................................................................................... 137
7-20.3(3) Waste Material Disposal ............................................................................ 138
7-20.3(4) CCTV Inspection ......................................................................................... 138
7-20.3(5) Lining Feasibility......................................................................................... 139
7-20.3(6) Active/Inactive Lateral Assessments.......................................................... 140
7-21 GENERAL SPECIFICATIONS FOR CURED-IN-PLACE PIPE (CIPP) .......................... 141
7-21.1 Description ..................................................................................................... 141
7-21.1(1) Related Work Specified Elsewhere ............................................................. 141
7-21.1(2) Licensing..................................................................................................... 141
7-21.1(3) Contractor and Manufacturer Qualifications ............................................ 141
7-21.1(4) Contractor Submittals ................................................................................ 142
10
7-21.1(5) Quality Assurance ...................................................................................... 143
7-21.1(6) Warranty .................................................................................................... 144
7-21.2 Materials ........................................................................................................ 144
7-21.2(1) Cured in Place Resin Impregnated Material in General ............................. 144
7-21.2(2) Resin ........................................................................................................... 1 45
7-21.2(3) Physical Properties ..................................................................................... 146
7-21.2(4) End Seals .................................................................................................... 146
7-21.3 Construction Requirements ............................................................................ 146
7-21.3(1) Preparation ................................................................................................ 146
7-21.3(2) Liner Installation ........................................................................................ 148
7-21.3(3) Service Connection Restoration ................................................................. 149
7-21.3(4) Testing ........................................................................................................ 14 9
7-22 RESIN IMPREGNATED FABRIC CIPP ................................................................. 149
7-22.1 Description ..................................................................................................... 149
7-22.1(1) Related Work Specified Elsewhere ............................................................. 149
7-22.2 Materials ........................................................................................................ 149
7-22.2(1) Cured in Place Pipe Liner ............................................................................ 149
7-22.2(2) Resin ........................................................................................................... 1 50
7-22.2(3) Physical Properties ..................................................................................... 150
7-22.3(4) Material Testing ......................................................................................... 150
7-22.3 Construction Requirements ............................................................................ 150
7-22.3(1) Preparation ................................................................................................ 150
7-22.3(2) Installation ................................................................................................. 150
7-23 RESIN IMPREGNATED FIBERGLASS CIPP .......................................................... 151
7-23.1 Description ..................................................................................................... 152
7-23.1(1) Related Work Specified Elsewhere ............................................................. 152
7-23.1(2) Reference Specifications, Codes, and Standards ....................................... 152
7-23.1(3) CIPP Liner Samples ..................................................................................... 152
7-23.1(4) CIPP Liner Handling .................................................................................... 153
7-23.2 Materials ........................................................................................................ 153
7-23.2(1) General Specifications................................................................................ 153
11
7-23.2(2) Chemical Resistance .................................................................................. 153
7-23.2(3) Component Properties ............................................................................... 153
7-23.2(4) Finished and Cured CIPP Liner Properties .................................................. 153
7-23.2(5) Dimensions ................................................................................................. 153
7-23.3 Construction Requirements ............................................................................ 154
7-23.3(1) Installation Procedures .............................................................................. 154
8-01 EROSION CONTROL AND WATER POLLUTION CONTROL ................................... 155
8-01.3 Construction Requirements ............................................................................ 155
8-01.3(1) General ....................................................................................................... 155
8-01.3(1)A Submittals ................................................................................................ 155
8-02 ROADSIDE RESTORATION ............................................................................... 155
8-02.3(4)A Topsoil Type A .......................................................................................... 155
8-02.3(16)A Lawn Installation ................................................................................... 155
8-02.3(16)A2 Submittals ............................................................................................ 155
8-02.3(16)A2a Certification of Material .................................................................... 155
8-02.3(16)A2b Manufacturer’s Certificates of Conformance .................................... 156
8-02.3(16)A2c Schedule for Installation .................................................................... 156
8-02.3(16)A3 Product Handling ................................................................................. 156
8-02.3(16)A4 Site Information ................................................................................... 156
8-02.3(16)A5 Sod ....................................................................................................... 156
8-02.3(16)A5a Other Materials ................................................................................. 156
8-02.3(16)A6 Execution ............................................................................................. 156
8-02.3(16)A6a Installation Preparation .................................................................... 157
8-02.3(16)A6b Sod Installation .................................................................................. 157
8-02.3(16)B Lawn Establishment ............................................................................... 157
8-02.3(16)B1 Lawn Establishment and Final Acceptance ......................................... 157
8-02.3(16)B2 Establishment Period ........................................................................... 157
8-02.3(16)B3 Guarantee ............................................................................................ 158
8-02.3(16)B4 Final Acceptance .................................................................................. 158
8-13 MONUMENT CASES ....................................................................................... 158
8-13.1 Description ..................................................................................................... 158
12
8-13.3 Construction Requirements ............................................................................ 158
8-13.4 Measurement ................................................................................................. 158
8-13.5 Payment ......................................................................................................... 158
8-14 CEMENT CONCRETE SIDEWALKS .................................................................... 159
8-14.3(4) Curing ......................................................................................................... 15 9
8-14.4 Measurement ................................................................................................. 159
8-17 IMPACT ATTENUATOR SYSTEMS .................................................................... 159
8-17.5 Payment ......................................................................................................... 159
8-20 ILLUMINATION, TRAFFIC SIGNAL SYSTEMS, AND ELECTRICAL ......................... 159
8-20.2(1) Equipment List and Drawings .................................................................... 159
8-22 PAVEMENT MARKING .................................................................................... 160
8-22.1 Description ..................................................................................................... 160
8-22.3(5) Installation Instructions ............................................................................. 161
8-23 TEMPORARY PAVEMENT MARKINGS ............................................................. 161
8-23.5 Payment ......................................................................................................... 161
9-03 AGGREGATES ................................................................................................. 162
9-03.8 Aggregates for Hot Mix Asphalt ..................................................................... 162
9-03.8(7) HMA Tolerances and Adjustments .............................................................. 162
9-03.22 Cement-based Grout for Abandoning Existing Utilities (Additional Section)162
9-05 DRAINAGE STRUCTURES, CULVERTS, AND CONDUITS ..................................... 162
9-05.4 Steel Culvert Pipe and Pipe Arch (RC) ............................................................. 162
9-05.7(2) Reinforced Concrete Storm Sewer Pipe (RC) .............................................. 163
9-05.7(2)A Basis for Acceptance (RC) ........................................................................ 163
9-05.7(3) Concrete Storm Sewer Pipe Joints (RC) ...................................................... 163
9-05.7(4) Testing Concrete Storm Sewer Pipe Joints (RC) ......................................... 163
9-05.9 Steel Spiral Rib Storm Sewer Pipe (RC) ........................................................... 163
9-05.12 Polyvinyl Chloride (PVC) Pipe ........................................................................ 164
9-05.13 Ductile Iron Sewer Pipe ................................................................................ 164
9-05.13(1) Ductile Iron Pipe Casing ........................................................................... 164
9-05.14 ABS Composite Sewer Pipe ........................................................................... 164
9-05.17 Aluminum Spiral Rib Storm Sewer Pipe ........................................................ 164
13
9-05.20 Corrugated Polyethylene Storm Sewer Pipe (CPEP) ..................................... 165
9-05.23 High Density Polyethylene Piping ................................................................. 165
9-05.24 Polypropylene Culvert Pipe, Polypropylene Storm Sewer Pipe, and
Polypropylene Sanitary Sewer Pipe ............................................................................. 165
9-05.50 Manholes ...................................................................................................... 166
9-05.52 Dense Foam .................................................................................................. 166
9-08 PAINTS AND RELATED MATERIALS ................................................................. 167
9-08.8 Manhole Coating System Products ................................................................ 167
9-08.8(1) Coating Systems Specification ................................................................... 167
9-14 EROSION CONTROL AND ROADSIDE PLANTING .............................................. 167
9-14.1(1) Topsoil Type A ............................................................................................ 167
9-14.6(8) Sod ............................................................................................................. 1 67
9-23 CONCRETE CURING MATERIALS AND ADMIXTURES ........................................ 168
9-23.9 Fly Ash (RC) ..................................................................................................... 168
9-30 WATER DISTRIBUTION MATERIALS ................................................................ 168
9-30.1 Pipe ............................................................................................................... 168
9-30.1(1) Ductile Iron Pipe ......................................................................................... 168
9-30.1(2) Polyethylene Encasement .......................................................................... 168
9-30.2 Fittings ............................................................................................................ 169
9-30.2(1) Ductile Iron Pipe ......................................................................................... 169
9-30.2(2) Galvanized Iron Pipe .................................................................................. 169
9-30.2(3) Steel Casing Pipe ........................................................................................ 169
9-30.2(4) Spacers and Seals for Steel Casing Pipe ..................................................... 170
9-30.2(6) Restrained Joint Pipe and Fittings .............................................................. 170
9-30.2(7) Bolted, Sleeve-Type Couplings for Plain End Pipe ...................................... 170
9-30.3 Valves ............................................................................................................. 1 71
9-30.3(1) Gate Valves (3 inches to 16 inches) ........................................................... 171
9-30.3(3) Butterfly Valves .......................................................................................... 171
9-30.3(4) Valve Boxes ................................................................................................ 172
9-30.3(5) Valve Marker Posts .................................................................................... 172
9-30.3(6) Valve Stem Extensions ............................................................................... 172
14
9-30.3(7) Combination Air Release/Air Vacuum Valves ............................................ 172
9-30.3(8) Tapping Sleeve and Valve Assembly .......................................................... 172
9-30.3(9) Blow-Off Assembly ..................................................................................... 172
9-30.5 Hydrants ......................................................................................................... 173
9-30.5(1) End Connections ......................................................................................... 173
9-30.5(2) Hydrant Dimensions ................................................................................... 173
9-30.6 Water Service Connections (2 Inches and Smaller) ........................................ 173
9-30.6(3) Service Pipes ............................................................................................... 173
9-30.6(3)B Polyethylene Pipe ..................................................................................... 173
9-30.6(4) Service Fittings ........................................................................................... 173
9-30.6(5) Meter Setters ............................................................................................. 174
9-30.6(7) Meter Boxes ............................................................................................... 174
01/25/2023
15
Special Provisions
The work on this project shall be accomplished in accordance with the Standard
Specifications for Road, Bridge and Municipal Construction, 2022 edition, as issued by the
Washington State Department of Transportation (WSDOT) and the American Public Works
Association (APWA), Washington State Chapter (hereafter “Standard Specifications”) The
Standard Specifications, as modified or supplemented by the Amendments to the Standard
Specifications and these Special Provisions, all of which are made a part of the Contract
Documents, shall govern all of the Work.
These Special Provisions are made up of both General Special Provisions (GSPs) from
various sources, which may have project-specific fill-ins; and project-specific Special
Provisions. Each Provision either supplements, modifies, or replaces the comparable
Standard Specification, or is a new Provision. The deletion, amendment, alteration, or
addition to any subsection or portion of the Standard Specifications is meant to pertain
only to that particular portion of the section, and in no way should it be interpreted that
the balance of the section does not apply. In the event of a conflict between this contract
document including technical specifications and the standard specifications, the more
stringent requirements shall apply.
Also incorporated into the Contract Documents by reference are:
x Manual on Uniform Traffic Control Devices for Streets and Highways, currently
adopted edition, with Washington State modifications, if any
x Standard Plans for Road, Bridge and Municipal Construction, WSDOT/APWA,
current edition
x City of Renton Standard Plans, City of Renton Public Works Department, Current
Edition
x Public Rights-Of-Way Accessibility Guidelines (PROWAG), current edition
Contractor shall obtain copies of these publications, at Contractor’s own expense.
1-01 DEFINITIONS AND TERMS
1-01.1 General
Section 1-01.1 is supplemented with the following:
(******)
Whenever reference is made to the State, State of Washington, Commission, Department
of Transportation, Secretary of Transportation, Owner, Contracting Agency or Engineer,
such reference shall be deemed to mean the City of Renton acting through its City Council,
employees, and duly authorized representatives for all contracts administered by the City
of Renton.
All references to “State Materials Laboratory” shall be revised to read “Contracting Agency
designated location.”
1-01.3 Definitions
Section 1-01.3 is revised and supplemented with the following:
(******)
Act of God
"Act of God" means an earthquake, flood, cyclone, or other cataclysmic phenomenon of
nature. A rain, windstorm, high water or other natural phenomenon of unusual intensity
for the specific locality of the Work, which might reasonably have been anticipated from
historical records of the general locality of the Work, shall not be construed as an act of
God.
01/25/2023
16
Consulting Engineer
The Contracting Agency's design consultant, who may or may not administer the
construction program for the Contracting Agency.
Contract Documents
See definition for “Contract”.
Contract Price
Either the unit price, the unit prices, or lump sum price or prices named in the proposal, or
in properly executed change orders.
Contract Time
The period of time established by the terms and conditions of the Contract within which
the Work must be physically completed.
Dates
Bid Opening Date: The date on which the Contracting Agency publicly opens and
reads the bids.
Award Date: The date of the formal decision of the Contracting Agency to accept
the lowest responsible and responsive Bidder for the Work.
Contract Execution Date: The date the Contracting Agency officially binds the
agency to the Contract.
Notice to Proceed Date: The date stated in the Notice to Proceed on which the
Contract Time begins.
Substantial Completion Date: The day the Engineer determines the Contracting
Agency has full and unrestricted use and benefit of the facilities, both from the
operational and safety standpoint, and only minor incidental Work, replacement of
temporary substitute facilities, or correction or repair remains for the physical
completion of the total contract.
Contract Completion Date: The date by which the Work is contractually required to
be physically completed. The Contract Completion Date will be stated in the Notice
to Proceed. Revisions of this date will be authorized in writing by the Engineer
whenever there is an extension to the Contract time.
Completion Date: The day all the Work specified in the Contract is completed and
all the obligations of the Contractor under the Contract are fulfilled by the
Contractor.
Final Acceptance Date: The date the Contracting Agency accepts the Work as
complete per the Contract requirements.
Day
Unless otherwise designated, day(s) as used in the Contract Documents, shall be
understood to mean working days.
Engineer
The City Engineer or duly authorized representative, or an authorized member of a
licensed consulting firm retained by the Contracting Agency for the construction
engineering of a specific public works project.
Inspector
The Contracting Agency’s authorized representative assigned to make necessary
observations of the Work performed or being performed, or of materials furnished or
01/25/2023
17
being furnished by the Contractor.
Notice of Award: The written notice from the Contracting Agency to the successful bidder
signifying the Contracting Agency’s acceptance of the bid.
Notice to Proceed: The written notice from the Contracting Agency or the Engineer to the
Contractor authorizing and directing the Contractor to proceed with Work and establishing
the date on which the Contract time begins.
Or Equal
Where the term "or equal" is used herein, the Contracting Agency, or the Contracting
Agency on recommendation of the Engineer, shall be the sole judge of the quality and
suitability of the proposed substitution. The responsibility and cost of furnishing necessary
evidence, demonstrations, or other information required to obtain the approval of
alternative materials or processes by the Contracting Agency shall be entirely borne by the
Contractor.
Owner
The City of Renton or its authorized representative also referred to as Contracting Agency.
Performance and Payment Bond
Same as “Contract Bond” defined in the Standard Specifications.
Plans
The Contract Plans and/or Standard Plans which show location, character, and dimensions
of prescribed Work including layouts, profiles, cross-sections, and other details. Drawings
may either be bound in the same book as the balance of the Contract Documents or bound
in separate sets, and are a part of the Contract Documents, regardless of the method of
binding. The terms "Standard Drawings" or "Standard Plans" generally used in
Specifications refers to drawings bound either with the specification documents or
included with the Plans or the City of Renton Standard Plans.
Points
Wherever reference is made to the Engineer’s points, this shall mean all marks, bench
marks, reference points, stakes, hubs, tack, etc., established by the Engineer for
maintaining horizontal and vertical control of the Work.
Provide
Means “furnish and install” as specified and shown in the Plans.
Secretary, Secretary of Transportation
The chief executive officer of the Department and other authorized representatives. The
chief executive officer to the Department shall also refer to the Department of Public
Works Administrator.
Shop Drawings
Same as “Working Drawings” defined in the Standard Specifications.
Special Provisions
Modifications to the Standard Specifications and their amendments that apply to an
individual project. The special provisions may describe Work the Specifications do not
cover. Such Work shall comply first with the Special Provisions and then with any
Specifications that apply. The Contractor shall include all costs of doing this Work within
the bid prices.
State
The state of Washington acting through its representatives. The State shall also refer to
The City of Renton and its authorized representatives where applicable.
01/25/2023
18
Supplemental Drawings and Instructions
Additional instructions by the Engineer at request of the Contractor by means of drawings
or documents necessary, in the opinion of the Engineer, for the proper execution of the
Work. Such drawings and instructions are consistent with the Contract Documents.
Traffic
Both vehicular and non-vehicular traffic, such as pedestrians, bicyclists, wheelchairs, and
equestrian traffic.
Utility
Public or private fixed improvement for the transportation of fluids, gases, power, signals,
or communications and shall be understood to include tracks, overhead and underground
wires, cables, pipelines, conduits, ducts, sewers, or storm drains.
1-02 BID PROCEDURES AND CONDITIONS
1-02.1 Prequalification of Bidders
Delete this Section and replace it with the following:
(******)
Bidders shall be qualified by experience, financing, equipment, and organization to do the
Work called for in the Contract Documents. The Contracting Agency reserves the right to
take whatever action it deems necessary to ascertain the ability of the bidder to perform
the Work satisfactorily.
1-02.2 Plans and Specifications
Delete this Section and replace it with the following:
(******)
Information as to where Bid Documents can be obtained or reviewed will be found in the
Call for Bids (Advertisement for Bids) for the Work.
After award of the Contract, Plans and Specifications will be issued to the Contractor at no
cost as detailed below:
To Prime Contractor No. of Sets Basis of Distribution
Reduced Plans (11” x 17”)
and contract provisions
4 Furnished automatically
upon award
Large Plans (22” x 34”) 4 Furnished only upon
request
Additional Plans and Contract Provisions may be purchased by the Contractor by payment
of the cost stated in the Call for Bids.
1-02.4(2) Subsurface Information
Section 1-02.4(2) is supplemented with the following:
(******)
If a geotechnical study was prepared for the project, then the findings and
recommendations are summarized in a report that upon request, may be obtained from
the City of Renton.
1-02.5 Proposal Forms
Delete this Section and replace it with the following:
(******)
At the request of the bidder, the Contracting Agency will provide a proposal form for any
project on which the bidder is eligible to bid.
The proposal form will identify the project and its location and describe the Work. It will
01/25/2023
19
also list estimated quantities, units of measurement, the items of Work, and the materials
to be furnished at the unit bid prices. The bidder shall complete spaces on the proposal
form that call for, but are not limited to, unit bid prices; extensions; summations; the total
bid amount; signatures; date; and, where applicable, retail sales taxes and
acknowledgement of addenda; the bidder’s name, address, telephone number, and
signature; and a State of Washington Contractor’s Registration Number. Bids shall be
completed by typing or shall be printed in ink by hand, preferably in black ink. The
required certifications are included as part of the proposal form.
The Contracting Agency reserves the right to arrange the proposal forms with alternates
and additives, if such be to the advantage of the Contracting Agency. The bidder shall bid
on all alternates and additives set forth in the proposal forms unless otherwise specified.
Any correction to a bid made by interlineations, alteration, or erasure, shall be initialed by
the signer of the bid. The bidder shall make no stipulation on the Bid Form, nor qualify the
bid in any manner.
A bid by a corporation shall be executed in the corporate name, by the president or a vice
president (Or other corporate officer accompanied by evidence of authority to sign).
A bid by a partnership shall be executed in the partnership name and signed by a partner.
A copy of the partnership agreement shall be submitted with the Bid Form if any D/M/WBE
requirements are to be satisfied through such an agreement.
A bid by a joint venture shall be executed in the joint venture name and signed by a
member of the joint venture. A copy of the joint venture agreement shall be submitted
with the Bid Form if any D/W/MBE requirements are to be satisfied through such an
agreement.
1-02.6 Preparation of Proposal
Section 1-02.6 is supplemented with the following:
(******)
Supplement the second paragraph with the following:
(******)
4. If a minimum bid amount has been established for any item, the unit or lump sum
price must equal or exceed the minimum amount stated.
5. Any correction to a bid made by interlineation, alteration, or erasure, shall be
initialed by the signer of the bid.
Delete the last paragraph, and replace it with the following:
(******)
The Bidder shall make no stipulation on the Bid Form, nor qualify the bid in any manner.
A bid by a corporation shall be executed in the corporate name, by the president or a vice
president (or other corporate officer accompanied by evidence of authority to sign).
A bid by a partnership shall be executed in the partnership name and signed by a partner.
A copy of the partnership agreement shall be submitted with the Bid Form if any D/M/WBE
requirements are to be satisfied through such an agreement.
A bid by a joint venture shall be executed in the joint venture name and signed by a
member of the joint venture. A copy of the joint venture agreement shall be submitted
with the Bid Form if any D/W/MBE requirements are to be satisfied through such an
agreement.
1-02.6(1) Proprietary Information
1-02.6(1) is a new Section.
(******)
Vendors should, in the bid proposal, clearly identify any material(s), which constitute
"(valuable) formula, designs drawings, and research data" so as to be exempt from public
disclosure, RCW 42.56.210, or any materials otherwise claimed to be exempt, along with a
01/25/2023
20
Statement of the basis for such claim of exemption. The Department (or State) will give
notice to the vendor of any request for disclosure of such information received within 5
(five) years from the date of submission. Failure to so label such materials or failure to
timely respond after notice of request for public disclosure has been given shall be deemed
a waiver by the submitting vendor of any claim that such materials are, in fact, so exempt.
1-02.7 Bid Deposit
Section 1-02.7 is supplemented with the following:
(******)
Bid Bonds shall contain the following:
1. Number assigned to the project by the Contracting Agency;
2. Name of the project;
3. The Contracting Agency named as obligee;
4. The amount of the bid bond stated either as a dollar figure or as a percentage
which represents five percent of the maximum bid amount that could be awarded;
5. Signature of the bidder’s officer empowered to sign official statements. The
signature of the person authorized to submit the bid should agree with the
signature on the bond, and the title of the person must accompany said signature;
6. The signature of the surety’s officer empowered to sign the bond form included in
the Contract Provision.
1-02.9 Delivery of Proposal
Replace first paragraph with:
(******)
Each proposal shall be submitted in a sealed envelope, with Project Name and Project
Number clearly marked on the outside of the envelope as stated in the Call for Bids, or as
otherwise stated in the Bid Documents.
1-02.12 Public Opening of Proposals
Section 1-02.12 is supplemented with the following:
(******)
The Contracting Agency reserves the right to postpone the date and time for bid opening.
Notification to bidder will be by addenda.
1-02.13 Irregular Proposals
Revise item 1 to read:
(******)
1. A proposal will be considered irregular and will be rejected if:
a. The bidder is not prequalified when so required;
b. The authorized proposal form furnished by the Contracting Agency is not
used or is altered;
c. The complete proposal form contains any unauthorized additions, deletions,
alternate bids, or conditions;
d. The bidder adds provisions reserving the right to reject or accept the award,
or enter into the Contract;
e. A price per unit cannot be determined from the bid proposal;
f. The proposal form is not properly executed;
g. The bidder fails to submit or properly complete a subcontractor list, if
applicable, as required in Section 1-02.6
h. The bidder fails to submit or properly complete a Disadvantaged, Minority
or Women’s Business Enterprise Certification, if applicable, as required in
Section 1-02.6; or
i. The bid proposal does not constitute a definite and unqualified offer to
meet the material terms of the bid invitation.
j. More than one proposal is submitted for the same project from a Bidder
under the same or different names.
01/25/2023
21
1-02.14 Disqualification of Bidders
Delete this section in its entirety and replace with the following:
(******)
1. A bidder will be deemed not responsible and the proposal rejected if the bidder
does not meet the responsibility criteria in RCW 39.04.
2. A bidder may be deemed not responsible and the proposal rejected if:
a. More than one proposal is submitted for the same project from a bidder under
the same or different names;
b. Evidence of collusion exists with any other bidder or potential bidder.
Participants in collusion will be restricted from submitting further bids;
c. The bidder, in the opinion of the Contracting Agency, is not qualified for the
Work or to the full extent of the bid, or to the extent that the bid exceeds the
authorized prequalification amount as may have been determined by a
prequalification of the bidder;
d. An unsatisfactory performance record exists based on past or current
Contracting Agency Work or for Work done for others, as judged from the
standpoint of conduct of the Work; workmanship; progress; affirmative action;
equal employment opportunity practices; or Disadvantaged Enterprise, Minority
Enterprise, or Women’s Business Enterprise utilization.
e. There is uncompleted Work (Contracting Agency or otherwise) which might
hinder or prevent the prompt completion of the Work bid upon;
f. The bidder failed to settle bills for labor or materials on past or current
contracts;
g. The bidder has failed to complete a written public contract or has been
convicted of a crime arising from a previous public contract;
h. The bidder is unable, financially or otherwise, to perform the Work;
i. A bidder is not authorized to do business in the State of Washington (not
registered in accordance with RCW 18.27)
j. There are any other reasons deemed proper by the Contracting Agency.
1-02.15 Pre-Award Information
Revise this section to read:
(******)
Before awarding any contract, the Contracting Agency may require one or more of these
items or actions of:
1. A complete statement of the origin, composition, and manufacture of any or all
materials to be used;
2. Samples of these materials for quality and fitness tests;
3. A progress schedule (in a form the Contracting Agency requires) showing the order
of time required for the various phases of Work;
4. A breakdown of costs assigned to any bid item;
5. Attendance at a conference with the Engineer or representatives of the Engineer;
6. Obtain, and furnish a copy of, a business license to do business in the city and/or
county where the Work is located;
7. A copy of State of Washington Contractor’s Registration; or
8. Any other information or action taken that is deemed necessary to ensure that the
bidder is the lowest responsible bidder.
1-03 AWARD AND EXECUTION OF CONTRACT
1-03.1 Consideration of bids
Section 1-03.1 is supplemented with the following:
(******)
All bids will be based on total sum of all schedules of prices. No partial bids will be
accepted unless so stated in the call for bids or special provisions. The City reserves the
right to award all or any schedule of a bid to the lowest bidder at its discretion.
01/25/2023
22
1-03.2 Award of Contract
Section 1-03.2 is supplemented with the following:
(******)
The Contract, bond form, and all other forms requiring execution, together with a list of all
other forms or documents required to be submitted by the successful bidder, will be
forwarded to the successful bidder within 10 days of the award. The number of copies to
be executed by the Contractor shall be determined by the Contracting Agency.
1-03.3 Execution of Contract
Section 1-03.3 is revised and supplemented with the following:
(******)
Within 10 calendar days after receipt from the City of the forms and documents required
to be completed by the Contractor, the successful bidder shall return the signed
Contracting Agency-prepared contract, an insurance certification as required by Section 1-
07.18, and a satisfactory bond as required by law and Section 1-03.4. Before execution of
the Contract by the Contracting Agency, the successful bidder shall provide any pre-award
information the Contracting Agency may require under Section 1-02.15.
Until the Contracting Agency executes a contract, no proposal shall bind the Contracting
Agency nor shall any Work begin within the project limits or within Contracting Agency-
furnished sites. The Contractor shall bear all risks for any Work begun outside such areas
and for any materials ordered before the Contract is executed by the Contracting Agency.
If the bidder experiences circumstances beyond their control that prevents return of the
Contract documents within 10 calendar days after the award date, the Contracting Agency
may grant up to a maximum of 10 additional calendar days for return of the documents,
provided the Contracting Agency deems the circumstances warrant it.
The Contracting Agency is prohibited by RCW 39.06.010 from executing a contract with a
Contractor who is not registered or licensed as required by the laws of the state. In
addition, the Contracting Agency requires persons doing business with the Contracting
Agency to possess a valid City of Renton business license prior to award.
When the Bid Form provides spaces for a business license number, a Washington State
Contractors registration number, or both, the Bidder shall insert such information in the
spaces provided. The Contracting Agency requires legible copies of the Contractor's
Registration and business license be submitted to the Engineer as part of the Contracting
Agency's post-award information and evaluation activities.
1-03.4 Contract Bond
Revise the first paragraph to read:
(******)
The successful bidder shall provide an executed contract bond for the full contract amount.
This contract bond shall:
1. Be on the Contracting Agency-furnished form;
2. Be signed by an approved surety (or sureties) that:
a. Is registered with the Washington State Insurance Commissioner, and
b. Appears on the current Authorized Insurance List in the State of Washington
published by the Office of the Insurance Commissioner;
3. Be conditioned upon the faithful performance of the Contract by the Contractor
within the prescribed time;
4. Guarantee that the surety shall indemnify, defend, and protect the Contracting
Agency against any claim of direct or indirect loss resulting from the failure:
a. Of the Contractor (or any of the employees, subcontractors, or lower tier
subcontractors of the Contractor) to faithfully perform the Contract, or
b. Of the Contractor (subcontractors, or lower tier subcontractors of the
Contractor) to pay all laborers, mechanics, subcontractors, lower tier
01/25/2023
23
subcontractors, material person, or any other person who provides supplies or
provisions for carrying out Work;
5. Be accompanied by a power of attorney for the Surety’s officer empowered to sign
the bond; and
6. Be signed by an officer of the Contractor empowered to sign official statements
(sole proprietor or partner). If the Contractor is a corporation, the bond must be
signed by the president or vice-president, unless accompanied by a written proof of
the authority of the individual signing the bond to bind the corporation (i.e.,
corporate resolution, power of attorney or a letter to such effect by the president
or vice-president).
1-03.7 Judicial Review
Revise the last sentence to read:
(******)
The venue of all causes of action arising from the advertisement, award, execution, and
performance of the Contract shall be in the Superior Court of the County where the
Contracting Agency’s headquarters are located.
1-04 SCOPE OF WORK
1-04.1 Intent of the Contract
Section 1-04.1 is supplemented with the following:
(******)
Intention of the documents is to include all labor and materials, equipment, and
transportation necessary for the proper execution of the work except where material or
equipment is specifically exempted. Materials or work described in words which so applied
have a well-known technical or trade meaning shall be held to refer to such recognized
standards.
Section 1-04.1 is supplemented with the following:
A. Contract Documents are complementary, and what is called for by anyone shall be
as binding as if called for by all. Intention of the documents is to include all labor
and materials, equipment, and transportation necessary for the proper execution of
the work except where material or equipment is specifically exempted. Materials or
work described in words which so applied have a well-known technical or trade
meaning shall be held to refer to such recognized standards.
B. Where Contract Documents refer to referenced specifications, such specifications
shall be applicable to technical provisions only, unless otherwise designed.
1-04.1(2) Bid Items Not Included in the Proposal
Section 1-04.1(2) is REPLACED with the following:
When the contract specifies work that has no bid item, and the work is not specified as
being included with or incidental to other bid items, it shall be considered incidental to the
contract.
It is intended that work not covered under any heading, section, branch, class, or trade of
the specifications shall be supplied if it is shown on the drawings or is reasonably inferable
as being necessary to produce the intended results. Minor items of work or material
omitted from the original plans or specifications, but clearly inferable from the information
presented and which are called for by accepted good practice shall be provided and/or
performed by Contractor as part of his original cost.
01/25/2023
24
1-04.2 Coordination of Contract Documents, Plans, Special Provisions Specifications, and
Addenda
Revise the second paragraph to read:
(******)
Any inconsistency in the parts of the Contract shall be resolved by following this order of
precedence (e.g., 1 presiding over 2, 2 over 3, 3 over 4, and so forth):
1. Addenda
2. Proposal Form
3. Special Provisions and Technical Specifications
4. Contract Plans
5. Contracting Agency’s Standard Plans (if any)
6. Amendments to the Standard Specifications
7. WSDOT/APWA Standard Specifications for Road, Bridge and Municipal
Construction
8. WSDOT/APWA Standard Plans for Road, Bridge and Municipal Construction
1-04.4(1) Minor Changes
Section 1-04.4(1) is supplemented as follows:
(******)
Payments and credits will be determined in accordance with Section 1-09.4 of the Standard
Specifications. For the purpose of providing a common proposal for all bidders, the
Contracting Agency may have entered an amount for “Minor Change” in the Proposal to
become a part of the total bid by the Contractor.
1-04.8 Progress Estimates and Payments
Section 1-04.8 is supplemented with the following:
(******)
Prior to progress payments, the Contractor is encouraged to provide to the Engineer an
estimate of “Lump Sum” Work accomplished to date. The Engineer's calculations and
decisions shall be final regarding the actual percentage of any lump sum pay item
accomplished and eligible for payment unless another specific method of calculating lump
sum payments is provided elsewhere in the Specifications.
1-04.11 Final Cleanup
Section 1-04.11 is supplemented with the following:
(******)
All salvage material as noted on the Plans and taken from any of the discarded facilities
shall, at the Engineer's discretion, be carefully salvaged and delivered to the City shops.
Any cost incurred in salvaging and delivering such items shall be considered incidental to
the project and no compensation will be made.
The Contract price for "Finish and Cleanup, Lump Sum," shall be full compensation for all
Work, equipment and materials required to perform final cleanup. If this pay item does
not appear in the Contract Documents, then final cleanup shall be considered incidental to
the Contract and to other pay item and no further compensation shall be made.
1-04.12 Contractor-Discovered Discrepancies
Section 1-04.12 is a new section:
(******)
Upon receipt of award of contract, the Contractor shall carefully study and compare all the
components of the Contract Documents and other instructions, and check and verify all
field measurements. The Contractor shall, prior to ordering material or performing Work,
report in writing to the Engineer any error, inconsistency, or omission with respect to
design or mode of construction, which is discovered. If the Contractor, in the course of this
study or in the accomplishment of the Work, finds any discrepancy between the Plans and
the physical condition of the locality as represented in the Plans, or any such errors or
omissions with respect to design or mode of construction in the Plans or in the layout as
given by points and instructions, it shall be the Contractor’s duty to inform the Engineer
01/25/2023
25
immediately in writing, and the Engineer will promptly check the same. Any Work done
after such discovery, until correction of Plans or authorization of extra Work is given, if the
Engineer finds that extra Work is involved, will be done at the Contractor's risk. If extra
Work is involved, the procedure shall be as provided in Section 1-04.4 of the Standard
Specifications.
1-05 CONTROL OF WORK
1-05.4 Conformity With and Deviation from Plans and Stakes
Section 1-05.4 is supplemented with the following:
(******)
If the project calls for the Contractor supplied surveying, the Contractor shall provide all
required survey Work, including such Work as mentioned in Sections 1-05, 1-11 and
elsewhere in these Specifications as being provided by the Engineer. All costs for this
survey Work shall be included in "Contractor Supplied Surveying," per lump sum.
The Engineer or the Contractor supplied surveyor will provide construction stakes and
marks establishing lines, slopes, and grades as stipulated in this section and will perform
such Work per Section 1-11. The Contractor shall assume full responsibility for detailed
dimensions, elevations, and excavation slopes measured from the Engineer or the
Contractor supplied surveyor furnished stakes and marks.
The Contractor shall provide a work site, which has been prepared to permit construction
staking to proceed in a safe and orderly manner. The Contractor shall keep the Engineer, or
the Contractor supplied surveyor informed of staking requirements and provide at least
48-hour notice to allow the Engineer or the Contractor supplied surveyor adequate time
for setting stakes.
The Contractor shall carefully preserve stakes, marks, and other reference points, including
existing monumentation, set by Contracting Agency forces. The Contractor will be charged
for the costs of replacing stakes, markers and monumentation that were not to be
disturbed but were destroyed or damaged by the Contractor's operations. This charge will
be deducted from monies due or to become due to the Contractor.
Any claim by the Contractor for extra compensation by reason of alterations or
reconstruction Work allegedly due to error in the Engineer's line and grade, will not be
allowed unless the original control points set by the Engineer still exist, or unless other
satisfactory substantiating evidence to prove the error was furnished by the Engineer.
Three consecutive points set online or grade shall be the minimum points used to
determine any variation from a straight line or grade. Any such variation shall, upon
discovery, be reported to the Engineer. In the absence of such report the Contractor shall
be liable for any error in alignment or grade.
The Contractor shall provide all surveys required other than those to be performed by the
Engineer. All survey Work shall be done in accordance with Section 1-11 SURVEYING
STANDARDS of these Specifications.
The Contractor shall keep updated survey field notes in a standard field book and in a
format set by the Engineer, per Section 1-11.1(4). These field notes shall include all survey
Work performed by the Contractor's surveyor in establishing line, grade, and slopes for the
construction Work. Copies of these field notes shall be provided to the Engineer upon
request and upon completion of the Contract Work the field book or books shall be
submitted to the Engineer and become the property of the Contracting Agency.
If the survey Work provided by the Contractor does not meet the standards of the
Engineer, then the Contractor shall, upon the Engineer's written request, remove the
individual or individuals doing the survey Work and the survey Work will be completed by
the Engineer at the Contractor's expense. Costs for completing the survey Work required
by the Engineer will be deducted from monies due or to become due the Contractor.
01/25/2023
26
All costs for survey Work required to be performed by the Contractor shall be included in
the prices bid for the various items which comprise the improvement or be included in the
bid item for "Contractor Supplied Surveying" per lump sum if that item is included in the
contracts.
1-05.4(1) Contractor Supplied Surveying
Section 1-05.4(1) is a new section:
(******)
When the Contract provides for Contractor Supplied Surveying, the Contractor shall supply
the survey Work required for the project. The Contractor shall retain as a part of the
Contractor Organization an experienced team of surveyors under the direct supervision of
a professional land surveyor licensed by the State of Washington. All survey Work shall be
done in accordance with Sections 1-05.4 and 1-11.
The Contractor and/or the Surveyor shall inform the Engineer in writing of any errors,
discrepancies, and omissions to the Plans that prevent the Contractor and/or the Surveyor
from constructing the project in a manner satisfactory to the Engineer. All errors,
discrepancies, and omissions must be corrected to the satisfaction of the Engineer before
the survey Work may be continued.
The Contractor shall coordinate his Work with the Surveyor and perform his operations in a
manner to protect all survey stakes from harm. The Contractor shall inform the Surveyor
of the Contractor's intent to remove any survey stakes and/or points before physically
removing them.
The Surveyor shall be responsible for providing As-Built Information for the project. The
Contractor shall coordinate his operations and assist the Surveyor in maintaining accurate
As-Built Information for the project.
If the Contractor and the Surveyor fail to provide, as directed by the Engineer and/or these
Plans and Specifications, accurate As-Built Information and other Work the Engineer
deems necessary, the Engineer may elect to provide at Contractor expense, a surveyor to
provide all As-Built Information and other Work as directed by the Engineer. The Engineer
shall deduct expenses incurred by the Engineer-supplied surveying from monies owed to
the Contractor.
Payment per Section 1-04.1 for all Work and materials required for the full and complete
survey Work required to complete the project and provide As-Built Information shall be
included in the lump sum price for "Construction Surveying, Staking, and As-Built
Drawings."
1-05.4(2) Contractor Provided As-Built Information
Section 1-05.4(2) is a new section:
(******)
Prior to the backfilling of the trenches, it shall be the Contractors responsibility to record
the location, by centerline station, offset, and depth below pavement, of all existing
utilities uncovered or crossed during his Work as covered under this project.
It shall be the Contractor’s responsibility to have his Surveyor locate each major item of
Work done under this contract per the survey standard of Section 1-11. Major items of
Work shall include but not be limited to: Manholes, Catch basins and Inlets, Valves, vertical
and Horizontal Bends, Junction boxes, Cleanouts, Side Sewers, Street Lights & Standards,
Hydrants, Major Changes in Design Grade, Vaults, Culverts, Signal Poles, and Electrical
Cabinets.
After the completion of the Work covered by this contract, the Contractor’s Surveyor shall
provide to the City electronic files, both AutoCAD and pdf files of the project drawings,
containing the surveyor’s as-built information and one set of white prints of the project
01/25/2023
27
drawings upon which he has plotted the notes of the Contractor locating existing utilities.
This drawing shall bear the Surveyor’s seal and signature certifying its accuracy.
All costs for as-built Work shall be included in the Contract item "Construction Surveying,
Staking, and As-Built Drawings", lump sum.
1-05.7 Removal of Defective and/or Unauthorized Work
Section 1-05.7 is supplemented with the following:
(******)
Upon written notice from the Engineer, the Contractor shall promptly replace and re-
execute Work by Contractor forces, in accordance with the intent of the Contract and
without expense to the Contracting Agency and shall bear the expense of making good all
Work of other contractors destroyed or damaged by such removal or replacement.
If the Contractor does not remove such condemned Work and materials and commence re-
execution of the Work within 7 calendar days of written notice from the Engineer or fails to
perform any part of the Work required by the Contract Documents, the Contracting Agency
may correct and remedy such Work as may be identified in the written notice, with
Contracting Agency forces or by such other means as the Contracting Agency may deem
necessary. In that case, the Contracting Agency may store removed material.
Direct or indirect costs incurred by the Contracting Agency attributable to correcting and
remedying defective or unauthorized Work, or Work the Contractor failed or refused to
perform, shall be paid by the Contractor. Payment will be deducted by the Engineer from
monies due, or to become due, the Contractor. Such direct and indirect costs shall include,
but without limitation, compensation for additional professional services required, and
costs for repair and replacement of Work of others destroyed or damaged by correction,
removal, or replacement of the Contractor’s unauthorized Work.
If sufficient funds do not remain in the Contract and the Contractor does not pay the cost
of such removal and storage within 10 calendar days from the date of the notice to the
Contractor of the fact of such removal, the Contracting Agency may, upon an additional 10
calendar days written notice, sell such materials at public or private sale, and deduct all
costs and expenses incurred from monies due to the Contractor, including costs of sale,
and accounting to Contractor for the net proceeds remaining. The Contracting Agency may
bid at any such sale. The Contractor shall be liable to the Contracting Agency for any
deficiency from any funds otherwise due the Contractor.
If the Contractor fails to comply with a written order to remedy what the Engineer
determines to be an emergency, the Engineer may have the defective and unauthorized
Work corrected immediately, have the rejected Work removed and replaced, or have Work
the Contractor refuses to perform completed by using Contracting Agency or other forces.
An emergency is any situation when, in the opinion of the Engineer, a delay in its remedy
could be potentially unsafe, or might cause serious risk of loss or damage to the public, the
Property Owner and the Property Owner’s property.
No adjustment in contract time or compensation will be allowed because of the delay in
the performance of the Work attributable to the exercise of the Contracting Agency’s
rights provided by this section.
The rights exercised under the provisions of this section shall not diminish the Contracting
Agency’s right to pursue any other avenue for additional remedy or damages with respect
to the Contractor’s failure to perform the Work as required.
1-05.10 Guarantees
Section 1-05.10 is supplemented with the following:
(******)
If within one year after the Acceptance Date of the Work by the Contracting Agency,
defective and/or unauthorized Work is discovered, the Contractor shall promptly, upon
01/25/2023
28
written order by the Contracting Agency, return and in accordance with the Engineer’s
instructions, either correct such Work, or if such Work has been rejected by the Engineer,
remove it from the project site and replace it with non-defective and authorized Work, all
without cost to the Contracting Agency. If the Contractor does not promptly comply with
the written order to correct defective and/or unauthorized Work, or if an emergency
exists, the Contracting Agency reserves the right to have defective and/or unauthorized
Work corrected or removed and replaced pursuant to Section 1-05.7 “Removal of
Defective and/or Unauthorized Work.”
The Contractor agrees the above one-year limitation shall not exclude or diminish the
Contracting Agency’s rights under any law to obtain damages and recover costs resulting
from defective and/or unauthorized Work discovered after one year but prior to the
expiration of the legal time period set forth in RCW 4.16.040.
The Contractor shall warrant good title to all materials, supplies, and equipment purchased
for, or incorporated in the Work. Nothing contained in this paragraph, however, shall
defeat or impair the right of persons furnishing materials or labor, to recover under any
bond given by the Contractor for their protection, or any rights under any law permitting
such persons to look to funds due the Contractor in the hands of the Contracting Agency.
The provisions of this paragraph shall be inserted in all subcontracts and material contracts
and notice of its provisions shall be given to all persons furnishing materials for the Work
when no formal contract is entered into for such materials.
1-05.11 Final Inspection
1-05.11(1) Substantial Completion Date
Section 1-05.11(1) is a new section:
(******)
When the Contractor considers the Work to be substantially complete, the Contractor shall
so notify the Engineer and request the Engineer establish the Substantial Completion Date.
The Engineer will schedule an inspection of the Work with the Contractor to determine the
status of completion.
To be considered substantially complete the following conditions must be met:
1. The Contracting Agency must have full and unrestricted use and benefit of
the facilities both from the operational and safety standpoint.
2. Only minor incidental Work, replacement of temporary substitute facilities,
or correction of repair Work remains to reach physical completion of the
Work.
The Contractor’s request shall list the specific items of Work in subparagraph two above
that remains to be completed to reach physical completion. The Engineer may also
establish the Substantial Completion Date unilaterally.
If after this inspection, the Engineer concurs with the Contractor that the Work is
substantially complete and ready for its intended use, the Engineer, by written notice to
the Contractor, will set the Substantial Completion Date. If, after this inspection the
Engineer does not consider the Work substantially complete and ready for its intended
use, the Engineer will, by written notice, so notify the Contractor giving the reasons,
therefore.
Upon receipt of written notice concurring with or denying substantial completion,
whichever is applicable, the Contractor shall pursue vigorously, diligently and without
unauthorized interruption, the Work necessary to reach Substantial and Physical
Completion. The Contractor shall provide the Engineer with a revised schedule indicating
when the Contractor expects to reach substantial and physical completion of the Work.
01/25/2023
29
The above process shall be repeated until the Engineer establishes the Substantial
Completion Date and the Contractor considers the Work physically complete and ready for
Final Inspection.
1-05.11(2) Final Inspection and Physical Completion Date
Section 1-05.11(2) is a new Section:
(******)
When the Contractor considers the Work physically complete and ready for Final
Inspection, the Contractor, by Written Notice, shall request the Engineer to schedule a final
inspection. The Engineer will set a date for Final Inspection. The Engineer and the
Contractor will then make a final inspection and the Engineer will notify the Contractor in
writing of all particulars in which the Final Inspection reveals the Work incomplete or
unacceptable. The Contractor shall immediately take such corrective measures as are
necessary to remedy the listed deficiencies. Corrective Work shall be pursued vigorously,
diligently, and without interruption until physical completion of the listed deficiencies. This
process will continue until the Engineer is satisfied the listed deficiencies have been
corrected.
If action to correct the listed deficiencies is not initiated within 7 days after receipt of the
Written Notice listing the deficiencies, the Engineer may, upon Written Notice to the
Contractor, take whatever steps are necessary to correct those deficiencies pursuant to
Section 1-08.5. The Contractor will not be allowed an extension of contract time because
of a delay in the performance of the Work attributable to the exercise of the Engineer’s
right hereunder.
Upon correction of all deficiencies, the Engineer will notify the Contractor and the
Contracting Agency, in writing, of the date upon which the Work was considered physically
complete, that date shall constitute the Physical Completion Date of the Contract but shall
not imply all the obligations of the Contractor under the Contract have been fulfilled.
1-05.11(3) Operational Testing
Section 1-05.11(3) is a new section:
(******)
Unless otherwise noted in the Contract Documents, the Contractor shall give the Engineer
a minimum of 3 working days’ notice of the time for each test and inspection. If the
inspection is by another authority than the Engineer, the Contractor shall give the Engineer
a minimum of 3 working days’ notice of the date fixed for such inspection. Required
certificates of inspection by other authority than the Engineer shall be secured by the
Contractor.
It is the intent of the Contracting Agency to have at the Physical Completion Date a
complete and operable system. Therefore, when the Work involves the installation of
machinery or other mechanical equipment; street lighting, electrical distribution, or signal
systems; irrigation systems; buildings; or other similar Work, it may be desirable for the
Engineer to have the Contractor operate and test the Work for a period, after final
inspection but prior to the physical completion date. Whenever items of Work are listed in
the Contract Provisions for operational testing, they shall be fully tested under operating
conditions for the period specified to ensure their acceptability prior to the Physical
Completion Date. During and following the test period, the Contractor shall correct any
items of workmanship, materials, or equipment which prove faulty, or that are not in first
class operating condition. Equipment, electrical controls, meters, or other devices and
equipment to be tested during this period shall be tested under the observation of the
Engineer, so that the Engineer may determine their suitability for the purpose for which
they were installed. The Physical Completion Date cannot be established until testing and
corrections have been completed to the satisfaction of the Engineer.
The costs for power, gas, labor, material, supplies, and everything else needed to
01/25/2023
30
successfully complete operational testing, shall be included in the unit contract prices
related to the system being tested, unless specifically set forth otherwise in the proposal.
Operational and test periods, when required by the Engineer, shall not affect a
manufacturer’s guaranties or warranties furnished under the terms of the Contract.
1-05.12 Final Acceptance
The third and fourth sentences in paragraph 1 are deleted and replaced with:
(******)
The Final Acceptance date shall be that date in which the Renton City Council formally
approves acceptance of the Work.
1-05.13 Superintendents, Labor, and Equipment of Contractor
Revise the last paragraph to read:
(******)
Whenever the Contracting Agency evaluates the Contractor’s qualifications pursuant to
Section 1-02.1, the Contracting Agency will take these performance reports into account.
1-05.14 Cooperation with Other Contractors
Section 1-05.14 is supplemented with the following:
(******)
The Contractor shall afford the Contracting Agency and other contractors working in the
area reasonable opportunity for the introduction and storage of their materials and the
execution of their respective Work and shall properly connect and coordinate the
Contractor’s Work with theirs.
Other utilities, districts, agencies, and contractors who may be working within the project
area may include, but are not limited to:
1. Puget Sound Energy (gas and electric)
2. AT&T Broadband
3. Lumen/CenturyLink
4. City of Renton (water, wastewater, surface water, transportation, Information
Technology)
5. Comcast
6. Seattle Public Utilities
7. Soos Creek Sewer and Water District
8. Cedar River Sewer and Water District
9. Skyway Sewer and Water District
10. Coal Creek Sewer and Water District
11. Water District 90
12. Olympic Pipeline
13. Private contractors employed by adjacent property owners
1-05.16 Water and Power
Section 1-05.16 is a new Section:
(******)
The Contractor shall make necessary arrangements and shall bear the costs for power and
water necessary for the performance of the Work unless the Contract includes power and
water as a pay item.
1-05.17 Oral Agreements
Section 1-05.17 is a new section:
(******)
No oral agreement or conversation with any officer, agent, or employee of the Contracting
Agency, either before or after execution of the Contract, shall affect or modify any of the
terms or obligations contained in any of the documents comprising the Contract. Such oral
agreement or conversation shall be considered as unofficial information and in no way
01/25/2023
31
binding upon the Contracting Agency, unless subsequently put in writing and signed by the
Contracting Agency.
1-05.18 Contractor's Daily Diary
Section 1-05.18 is a new section:
(******)
The Contractor and subcontractors shall maintain and provide to the Engineer a Daily Diary
Record of this Work. This diary will be created by pen entries in a hardbound diary book of
the type that is commonly available through commercial outlets, or in a commonly
accepted electronic format. The diary must contain the Project and Number; if the diary is
in loose-leaf form, this information must appear on every page. The diary must be kept
and maintained by the Contractor's designated project superintendent(s). Entries must be
made on a daily basis and must accurately represent all of the project activities on each
day.
At a minimum, the diary shall show on a daily basis:
1. The day and date.
2. The weather conditions, including changes throughout the day.
3. A complete description of Work accomplished during the day with adequate
references to the Plans and Contract Provisions, so that the reader can easily and
accurately identify said Work in the Plans. Identify location/description of
photographs or videos taken that day.
4. An entry for each and every changed condition, dispute or potential dispute,
incident, accident, or occurrence of any nature whatsoever which might affect the
Contractor, the Contracting Agency, or any third party in any manner.
5. Listing of any materials received and stored on or off-site by the Contractor for
future installation, to include the manner of storage and protection of the same.
6. Listing of materials installed during each day.
7. List of all subcontractors working on-site during each day.
8. Listing of the number of the Contractor's employees working during each day by
category of employment.
9. Listing of the Contractor's equipment working on the site during each day. Idle
equipment on the site shall be listed and designated as idle.
10. Notations to explain inspections, testing, stake-out, and all other services
furnished by the Contracting Agency or other party during each day.
11. Entries to verify the daily (including non-Workdays) inspection and maintenance
of traffic control devices and condition of the traveled roadway surfaces. The
Contractor shall not allow any conditions to develop that would be hazardous to
the public.
12. Any other information that serves to give an accurate and complete record of the
nature, quantity, and quality of Contractor's progress on each day.
13. Plan markups showing locations and dimensions of constructed features to be
used by the Engineer to produce record drawings.
14. All pages of the diary must be numbered consecutively with no omissions in page
numbers.
15. Each page must be signed and dated by the Contractor's official representative on
the project.
The Contractor may use additional sheets separate from the diary book, if necessary, to
provide a complete diary record, but they must be signed, dated, and labeled with project
name and number.
It is expressly agreed between the Contractor and the Contracting Agency that the Daily
Diary maintained by the Contractor shall be the “Contractor's Book of Original Entry” for
the documentation of any potential claims or disputes that might arise during this
contract. Failure of the Contractor to maintain this diary in the manner described above
will constitute a waiver of any such claims or disputes by the Contractor.
01/25/2023
32
The Engineer or other Contracting Agency’s representative on the job site will also
complete a Daily Construction Report.
1-06 CONTROL OF MATERIAL
1-06.1 Approval of Materials Prior to Use
Section 1-06.1 is supplemented with the following:
(******)
The materials and equipment lists submitted to the Engineer at the Preconstruction
Conference shall include the quantity, manufacturer, and model number, if applicable, of
materials and equipment to be installed under the Contract. This list will be checked by
the Engineer as to conformity with the Contract Documents. The Engineer will review the
lists within 10 working days, noting required corrections. The Contractor shall make
required corrections and file 2 corrected copies with the Engineer within one week after
receipt of required corrections. The Engineer's review and acceptance of the lists shall not
relieve the Contractor from responsibility for suitability for the intended purpose, nor for
deviations from the Contract Documents.
Submittal information shall be provided to the Owner for the following items:
x Proposed construction sequence and schedule
x Mobilization Plan and Dewatering Plan
x Health and Safety Plan and Accident Prevention Program/Plan
x Temporary Traffic Control Plan
x Shoring Plan and Calculations
x Dump Site Permits
x Aggregate and Fill Materials
x Concrete and Paving Materials
x Landscaping, Hydroseeding/Sod, Shrubs, Trees, or Other Planting Materials
x Emergency Diesel Generator and fuel tank
x Pump and Electronic Motors
x Heating system and Motor Control System
x Other items listed in these contract documents or required by the Engineer
Prior to use, the Contractor shall notify the Engineer of all proposed materials, and shall
provide submittal and required shop drawing information
1-06.1(5) Submittals and Shop Drawings
Shop drawing and/or submittals are required for all items installed on this contract. Submit
3 copies of each submittal in hard copy and electronic (PDF) format to:
City of Renton, Water Utility/Public Works Department.
1055 South Grady Way. 5th Floor
Renton, WA 98055
Attn: Ken Srilofung.
Email: ksrilofung@rentonwa.gov
01/25/2023
33
Submittals may be provided in electronic format (preferred) or hard copy. Owner reserves
the right to require the Contractor to provide hard-copy submittals at no additional cost to
the Owner. Where hard-copy submittals are provided, Contractor shall submit six (6)
copies; two sets 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.
Items that are installed which have not been approved through the shop drawing process
may at the discretion of the Owner, be removed and an approved product be furnished in
its place, 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 8½” x 11”, 11” x 17”, or 22” x 34” sheets and shall
contain the following information:
• Project Name as it appears on the Document Cover.
• Prime Contractor and Applicable Subcontractor.
• City of Renton.
• 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. 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.
Revise and submit as necessary. Delays caused by the need for re-submittal shall not be a
basis for an extension of contract time or delay damages. Three sets of shop drawings will
be returned to the Contractor after review.
Shop drawings and submittals shall contain the following information for all items:
A. Shop or equipment drawings, dimensions, and weights.
B. Catalog information.
C. Manufacturer's specifications.
D. Special handling instructions.
E. Maintenance requirements.
F. Wiring and control diagrams.
G. List of contract exceptions.
By approving and submitting shop drawings and samples, the Contractor warrants that
they have determined and verified all field measurements, field construction criteria,
materials, catalog numbers, and similar data, and have checked and coordinated each shop
01/25/2023
34
drawing with the requirements of the work and of the contract documents.
The Contractor is responsible for identifying the shop drawings and submittals required for
this project. Items that are installed but have not been approved through the submittal
process may be rejected and must be removed and replaced with an approved product at
the Contractor’s expense.
Specific submittal requirements are listed in each section of these specifications. The
Contractor shall keep a complete and current copy of all submittals and review responses
at the job site readily available to the Engineer and Owner for inspection.
1-06.2 Acceptance of Materials
Section 1-06.2 is supplemented with the following:
(******)
The Owner will perform special inspections including visual inspection, probing of subgrade
and testing of compaction effort (nuclear densometer) at the following locations:
x Trench backfills crossing roads and site access road and parking areas
(visual, probe and nuclear densometer testing)
x Access road and parking area fill and native subgrade (visual, probe, nuclear
densometer testing if found necessary)
x All travelled ways where pipeline is being installed.
x Trench subgrade and backfill.
Utility Trench Testing
Testing will occur at the following locations at a minimum:
y One test within 30 feet of the start of the trench
y One test every 100 feet or at road intersections, whichever comes first
y One test whenever soil conditions change, per the direction of the Owner
The Contractor shall schedule with the Engineer for visual and probe review of earthwork
activity. Contractor shall schedule with Engineer for nuclear densometer testing. Results
of the tests shall be delivered to the Owner and Engineer. If testing and review is required
for roadway owned by others, copies of testing results shall also be provided to the
roadway owner if different from the project Owner.
1-06.2(1) Samples and Tests for Acceptance
Section 1-06.2(1) is supplemented with the following:
(******)
The finished Work shall be in accordance with approved samples. Approval of samples by
the Engineer does not relieve the Contractor of responsibility for performance of the Work
in accordance with the Contract Documents.
1-06.2(2) Statistical Evaluation of Materials for Acceptance
Section 1-06.2(2) is supplemented by with the following:
(******)
Unless stated otherwise in the special provisions, statistical evaluation will not be used by
the City of Renton.
1-06.6 Recycled Materials
The first paragraph of Section 1-06.6 is deleted and replaced with the following:
(******)
The Contractor shall make an effort to utilize recycled materials in the construction of the
project, however, the use of recycled materials is not a requirement of the Contract.
Recycled aggregates shall not be installed as pipe zone bedding but may be allowed in the
backfill zone if approved by the Engineer.
01/25/2023
35
1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC
1-07.1 Laws to be Observed
Section 1-07.1 is supplemented with the following:
(******)
In response to COVID, and the prospect of additional public health emergencies of a similar
nature, the Contractor shall prepare a project specific comprehensive exposure control,
mitigation, and recovery plan (ECMP) in conformance with Section 1-07.4 and the
Washington State Governor’s Job Site Requirements, as they may be updated or amended
from time to time, as well as any statutes that may be enacted related to job site protocols
during a public health emergency.
The Contractor shall erect and properly maintain, at all times, as required by the conditions
and progress of the Work, all necessary safeguards for protection of workers and the
public; shall post danger signs warning against known or unusual hazards; and shall
designate as Safety Supervisor, a responsible employee on the construction site whose
duty shall be the enforcement of safety. The name and position of such person so
designated shall be reported in writing to the Engineer by the Contractor.
The Contractor shall, at all times, enforce strict discipline and good order among all
employees and shall not employ any person unfit or not skilled in the Work assigned to
him/her.
Necessary sanitation conveniences for the use of the workers on the job, properly secluded
from public observation, shall be provided, and maintained by the Contractor.
In cases of conflict between different safety regulations, the more stringent regulation
shall apply.
The Washington State Department of Labor and Industries shall be the sole and paramount
administrative agency responsible for the administration of the provisions of the
Washington Industrial Safety and Health Act of 1973 (WISHA).
The Contractor shall maintain at the project site office, or other well-known place at the
project site, all articles necessary for providing first aid to the injured. The Contractor shall
establish, publish, and make known to all employees, procedures for ensuring immediate
removal to a hospital or doctor’s care, and persons, including employees, who may have
been injured on the project site. Employees should not be permitted to Work on the
project site before the Contractor has established and made known procedures for
removal of injured persons to a hospital or a doctor’s care.
The Contractor shall have sole responsibility for the safety, efficiency, and adequacy of the
Contractor’s plant, appliances, and methods, and for any damage or injury resulting from
their failure, or improper maintenance, use, or operation. The Contractor shall be solely
and completely responsible for the conditions of the project site, including safety for all
persons and property in the performance of the Work. This requirement shall apply
continuously, and not be limited to normal working hours. The required or implied duty of
the Engineer to conduct construction review of the Contractor’s performance does not,
and shall not, be intended to include review and adequacy of the Contractor’s safety
measures, in, on, or near the project site.
01/25/2023
36
1-07.2 State Sales Tax
Delete this section, including its sub-sections, in its entirety and replace it with the following:
(******)
1-07.2(1) General
The Washington State Department of Revenue has issued special rules on the state sales
tax. Sections 1-07.2(1) through 1-07.2(4) are meant to clarify those rules. The Contractor
should contact the Washington State Department of Revenue for answers to questions in
this area. The Contracting Agency will not adjust its payment if the Contractor bases a bid
on a misunderstood tax liability.
The Contractor shall include all Contractor-paid taxes in the unit bid prices or other
contract amounts. In some cases, however, state retail sales tax will not be included.
Section 1-07.2(3) describes this exception.
The Contracting Agency will pay the retained percentage only if the Contractor has
obtained from the Washington State Department of Revenue a certificate showing that all
contract-related taxes have been paid (RCW 60.28.050). The Contracting Agency may
deduct from its payments to the Contractor any amount the Contractor may owe the
Washington State Department of Revenue, whether the amount owed relates to this
contract or not. Any amount so deducted will be paid into the proper state fund
1-07.2(2) State Sales Tax – Rule 171
WAC 458-20-171, and its related rules, apply to building, repairing, or improving streets,
roads, etc., which are owned by a municipal corporation, or political subdivision of the
state, or by the United States, and which are used primarily for foot or vehicular traffic.
This includes storm or combined sewer systems within and included as part of the street or
road drainage system, and power lines when such are part of the roadway lighting system.
For Work performed in such cases, the Contractor shall include Washington State Retail
Sales Taxes in the various unit bid item prices, or other contract amounts, including those
that the Contractor pays on the purchase of the materials, equipment, or supplies used or
consumed in doing the Work.
1-07.2(3) State Sales Tax – Rule 170
WAC 458-20-170, and its related rules, applies to the constructing and repairing of new or
existing buildings, or other structures, upon real property. This includes, but is not limited
to; the construction of streets, roads, highways, etc., owned by the state of Washington;
water mains and their appurtenances; sanitary sewers and sewage disposal systems unless
such sewers and disposal systems are within, and a part of, a street or road drainage
system; telephone, telegraph, electrical power distribution lines, or other conduits or lines
in or above streets or roads, unless such power lines become a part of a street or road
lighting system; and installing or attaching of any article of tangible personal property in or
to real property, whether or not such personal property becomes a part of the realty by
virtue of installation.
For Work performed in such cases, the Contractor shall collect from the Contracting
Agency, retail sales tax on the full contract price. The Contracting Agency will
automatically add this sales tax to each payment to the Contractor. For this reason, the
Contractor shall not include the retail sales tax in the unit bid item prices, or in any other
contract amount subject to Rule 170, with the following exception.
Exception: The Contracting Agency will not add in sales tax for a payment the Contractor or
a subcontractor makes on the purchase or rental of tools, machinery, equipment, or
consumable supplies not integrated into the project. Such sales taxes shall be included in
the unit bid item prices or in any other contract amount.
01/25/2023
37
1-07.2(4) Services
The Contractor shall not collect retail sales tax from the Contracting Agency on any
contract wholly for professional or other services (as defined in Washington State
Department of Revenue Rules 138 and 244).
1-07.4 Sanitation
1-07.4(2) Health Hazards
Section 1-07.4(2) is supplemented with the following:
(******)
All contractors have a general obligation to keep a safe and healthy worksite in accordance
with state and federal law and must comply with worksite-specific safety practices,
including but not limited to COVID-19 mitigation protocols and best-practices as outlined
by relevant Gubernatorial Proclamation and/or in accordance with the Washington State
Department of Labor & Industries General Requirements and Prevention Ideas for
Workplaces and the Washington State Department of Health Workplace and Employer
Resources & Recommendation
https://www.doh.wa.gov/Coronavirus/workplace.
Work on site shall not commence until the Contractor has met its obligations under
relevant Gubernatorial Proclamation and Washington State Department of Labor &
Industries General Requirements.
1-07.6 Permits and Licenses
Section 1-07.6 is supplemented with the following:
(******)
The Contractor shall ensure that all necessary permits are obtained and is responsible for
reviewing all permits to become familiar with the requirements.
The Contractor and all subcontractors of any tier must obtain a City of Renton Business
License (Contractor).
The permits, easements, and right of entry documents that have been acquired are
available for inspection and review.
The Contractor shall be required to comply with all conditions of the permits, easements,
and rights of entry, at no additional cost to the Contracting Agency. The Contractor is
required to indemnify the Contracting Agency from claims on all easements and rights of
entry.
All other permits, licenses, etc., shall be the responsibility of the Contractor. The
Contractor shall comply with the special provisions and requirements of each.
Permits, permission under franchises, licenses, and bonds of a temporary nature necessary
for and during the prosecution of the Work, and inspection fees in connection therewith
shall be secured and paid for by the Contractor. If the Contracting Agency is required to
secure such permits, permission under franchises, licenses, and bonds, and pay the fees,
the costs incurred by the Contracting Agency thereby shall be charged against the
Contractor and deducted from any funds otherwise due the Contractor.
The Contractor is cautioned to review all permits and other Contract Documents and
schedule the work activities appropriately to complete the work within the number of days
stated in the Contract Document. No additional compensation or extensions to time will be
01/25/2023
38
granted to the Contractor due to the time constraints imposed by such documents. The
Contractor shall assume all responsibility for meeting all requirements of all permits.
Any fines or penalties incurred by Contracting Agency for not meeting state water quality
standards and/or lack of stormwater pollution prevention on this Project shall be deducted
from monies otherwise due to Contractor. Any fines assessed directly to Contractor shall
be paid directly to the fining authority, at the Contractor’s own cost.
1-07.9 Wages
1-07.9(5) Required Documents
Delete the first sentence of the third paragraph, and replace it with the following:
(******)
The Contractor must submit weekly-certified payrolls for the Contractor and all
subcontractors and lower tier subcontractors, regardless of project’s funding source.
1-07.11 Requirements for Non-Discrimination
1-07.11(11) City of Renton Affidavit of Compliance
Section 1-07.11(11) is a new section:
(******)
Each Contractor, Subcontractor, Consultant, and or Supplier shall complete and submit a
copy of the “City of Renton Fair Practices Policy Affidavit of Compliance”. A copy of this
document will be bound in the bid documents.
1-07.12 Federal Agency Inspection
Section 1-07.12 is supplemented with the following:
(******)
Required Federal Aid Provisions
The Required Contract Provisions Federal Aid Construction Contracts (FHWA 1273) and the
amendments thereto supersede any conflicting provisions of the Standard Specifications
and are made a part of this contract; provided, however, that if any of the provisions of
FHWA 1273, as amended, are less restrictive than Washington State Law, then the
Washington State Law shall prevail.
The provisions of FHWA 1273, as amended, included in this contract require that the
Contractor insert the FHWA 1273 and amendments thereto in each subcontract, together
with the wage rates which are part of the FHWA 1273, as amended. Also, a clause shall be
included in each subcontract requiring the subcontractors to insert the FHWA 1273 and
amendments thereto in any lower tier subcontracts, together with the wage rates. The
Contractor shall also ensure that this Section, REQUIRED FEDERAL AID PROVISIONS, is
inserted in each subcontract for subcontractors and lower tier subcontractors. For this
purpose, upon request to the Project Engineer, the Contractor will be provided with extra
copies of the FHWA 1273, the amendments thereto, the applicable wage rates, and this
Special Provision.
1-07.13 Contractor’s Responsibility for Work
1-07.13(1) General
Section 1-07.13(1) is supplemented with the following:
(******)
During unfavorable weather and other conditions, the Contractor shall pursue only such
portions of the Work as shall not be damaged thereby.
No portion of the Work whose satisfactory quality or efficiency will be affected by
unfavorable conditions shall be constructed while these conditions exist, unless the
Contractor shall be able to overcome said unfavorable conditions by special means or
precautions acceptable to the Engineer.
01/25/2023
39
1-07.15 Temporary Water Pollution Prevention
Delete this section in its entirety and replace with the following:
(******)
The Contractor shall perform all Work in strict accordance with all Federal, State, and
local laws and regulations governing waters of the State, as well as permits acquired for
the project.
The Contractor shall prepare a final Temporary Water Pollution/Erosion Control Plan
(TWPECP) and a final SWPPP.
The TWPECP and SWPPP shall be developed in accordance with the erosion control standards
contained in the Current City of Renton Surface Water Design Manual. The plan shall include
any assumptions, detailed calculations, sketches and sequencing. The plan shall be signed
and stamped by a Washington State Professional Engineer. A TESC supervisor shall be
designated by the Contractor, whose name and phone number shall be given to the Engineer
at the Preconstruction Conference. The TESC supervisor must be CESCL certified in
accordance with NPDES permit requirements.
The plan shall be submitted for approval to the City within 10 days of the Notice of Award.
The TWPECP shall include the various configurations that may be necessary to adequately
control erosion and sediment at the site during the various stages of construction.
Design of dewatering, water control, bypass systems, and temporary erosion and sediment
control during construction shall be the responsibility of the Contractor.
At a minimum, the plan shall contain:
1. Manufacturer’s data and detailed plans for the erosion control products specified in
the plan.
2. Plan for temporary pipe system diversions. This shall include a description of when
the piping will be used, pipe material, locations, elevations, plan and profile views,
inlet and outlet protection, hydraulic capacity, and details of important design
features.
3. Plan for collecting, pumping and pipe surface stormwater runoff, dewatering
discharge, and seepage from the source to the Baker Tank or acceptable discharge.
The plan shall be shown in phases to coincide with the phases of construction. The
plan shall include:
a. Layout and details of system.
b. Diversion systems manufacturer’s data and material submittals.
c. Pump and pipe types, sizes, manufacturer’s data, and design criteria for pump
sizing.
d. Flow calculations for stormwater, seepage, and dewatering pump discharge.
Schedule and sketch of location for dewatering systems. Pumps shall be sized to
pump stormwater runoff for the tributary area plus an allowance for groundwater
and surface seepage. Each pump area location shall be equipped with two pumps
meeting the capacity requirement, in case one is non-operational.
e. Source of power for pumps, description of schedule and fueling requirements,
storage location, and methods.
4. Manufacturer’s literature and test results (certificates) on the temporary silt fence,
erosion control matting, riprap gradations, and any other necessary erosion control
materials.
5. Planned installation and maintenance schedule for temporary erosion and
sedimentation control facilities. Indicate locations and outlets of dewatering
systems.
6. The boundaries of the clearing limits, sensitive areas and their buffers, and areas of
vegetation preservation and tree retention.
01/25/2023
40
The Contractor shall also prepare a final SWPPP. The SWPPP must meet the requirements of
the Department of Ecology’s NPDES and State Waste Discharge General Permit for
Stormwater Discharges Associated with Construction Activity (General Permit). The SWPPP
shall include and modify as necessary the Site Preparation and Erosion Control Plan drawings
provided as part of the Contract Plans. The Contractor shall prepare, review, and modify the
SWPPP as necessary to be consistent with the actual work schedule, sequencing, and
construction methods that will be used on the project. The Contractor’s SWPPP shall meet
the requirements of the general permit.
The Contractor shall:
x Furnish, install, operate, and maintain necessary machinery, appurtenances, and
equipment to keep excavations free of water during construction;
x Dewater and dispose of water in a manner that will not cause injury to public and
private property, as well as keep sediment-laden water from entering the City surface
water system or violate applicable water standards;
x Keep sufficient pumping equipment and machinery on hand at all times for
emergencies, including electric power failures;
x Keep experienced personnel available at all times to operate pumping equipment,
machinery and appliances;
x Not shut down dewatering systems between shifts, on holidays and weekends, nor
during work stoppages without prior authorization by the Engineer;
x Control groundwater to prevent softening of bottoms of excavations, or formation of
“quick” conditions or “boils”;
x Design and operate dewatering system that will not remove natural soils;
x Keep excavations free of water during excavation, construction of structures,
installation of pipelines, placing of structures, backfill, and placing and curing of
concrete; and
x Control surface water runoff to prevent entry and collection in excavations.
As construction progresses and unexpected or seasonal conditions dictate, the Contractor
shall anticipate that more water pollution/erosion control measures will be necessary. It
shall be the obligation and responsibility of the Contractor to revise or supplement the
pollution/erosion control measures as may be needed to protect the work, adjacent
properties, storm drains, streams, and other water bodies.
At all times, there must be material on the job site to handle any spills caused by the
Contractor, such as tack, oils, diesel, etc. Materials would include, but not be limited to, oil
absorbent pads and “kitty litter.” The Contractor must supply said materials at his expense
and, in the event of a spill, be responsible for cleanup and disposal of contaminated
materials.
In addition, the SWPPP shall outline the procedures to be used to prevent high pH
stormwater or dewatering water from entering surface waters. The plan shall include how
the pH of the water will be maintained between pH 6.5 and pH 8.5 prior to being discharged
from the project or entering surface waters. Prior to beginning any concrete or grinding work,
the Contractor shall submit the plan, for the Engineer’s review and approval.
An Ecology template is available to the Contractor for producing the SWPPP, using project-
specific information added by the Contractor. The template and instructions are available at:
http://www.ecy.wa.gov/programs/wq/stormwater/construction.
The Engineer’s review and any resulting approval of the Contractor’s SWPPP and TESCP will
be only regarding conformance with the specification requirement that the Contractor have
the plans prepared by a CPESC or professional Civil Engineer who has expertise in the type
of facilities and that the SWPPP and TESCP include the items specified for such plans. The
Contractor shall be solely responsible for the adequacy of the SWPPP and TESCP and if
01/25/2023
41
erosion sediment, and other pollutant control measures in deviation or addition to those
described in the SWPPP become necessary to minimize erosion and prevent storm water
contamination from sediment and other pollutants, the Contractor shall prepare and submit
a revised SWPPPP to the Engineer for review as specified for the original plan.
The Contracting Agency will not be liable to the Contractor for failure to accept all or any
portion of an originally submitted or revised SWPPP, nor for any delays to the Work due to
the Contractor’s failure to submit and implement an acceptable SWPPP.
1-07.16 Protection and Restoration of Property
1-07.16(1) Private/Public Property
Section 1-07.16(1) is supplemented with the following:
(******)
The Contracting Agency will obtain all easements and franchises required for the project.
The Contractor shall limit his operation to the areas obtained and shall not trespass on
private property.
The Contracting Agency may provide certain lands, as indicated in connection with the
Work under the Contract together with the right of access to such lands. The Contractor
shall not unreasonably encumber the premises with his equipment or materials.
The Contractor shall provide, with no liability to the Contracting Agency, any additional
land and access thereto not shown or described that may be required for temporary
construction facilities or storage of materials. He shall construct all access roads, detour
roads, or other temporary Work as required by his operations. The Contractor shall confine
his equipment, storage of material, and operation of his workers to those areas shown and
described and such additional areas as he may provide.
A. General. All construction Work under this contract on easements, right-of-way, over
private property or franchise, shall be confined to the limits of such easements, right-of-
way or franchise. All Work shall be accomplished so as to cause the least amount of
disturbance and a minimum amount of damage. The Contractor shall schedule his Work so
that trenches across easements shall not be left open during weekends or holidays and
trenches shall not be open for more than 48 hours.
B. Structures. The Contractor shall remove such existing structures as may be necessary for
the performance of the Work and, if required, shall rebuild the structures thus removed in
as good a condition as found. He shall also repair all existing structures that may be
damaged as a result of the Work under this contract.
C. Easements, cultivated areas, and other surface improvements. All cultivated areas,
either agricultural or lawns, and other surface improvements which are damaged by
actions of the Contractor shall be restored as nearly as possible to their original condition.
Prior to excavation on an easement or private right-of-way, the Contractor shall strip
topsoil from the trench or construction area and stockpile it in such a manner that it may
be replaced by him, upon completion of construction. Ornamental trees and shrubbery
shall be carefully removed with the earth surrounding their roots wrapped in burlap and
replanted in their original positions within 48 hours.
All shrubbery or trees destroyed or damaged, shall be replaced by the Contractor with
material of equal quality at no additional cost to the Contracting Agency. In the event that
it is necessary to trench through any lawn area, the sod shall be carefully cut and rolled
and replaced after the trenches have been backfilled. The lawn area shall be cleaned by
sweeping or other means, of all earth and debris.
The Contractor shall use rubber wheel equipment similar to the small tractor-type
backhoes used by side sewer contractors for all Work, including excavation and backfill, on
01/25/2023
42
easements or rights-of-way, which have lawn areas. All fences, markers, mailboxes, or
other temporary obstacles shall be removed by the Contractor and immediately replace,
after the trench is backfilled, in their original position. The Contractor shall notify the
Contracting Agency and Property Owner at least 24 hours in advance of any Work done on
easements or rights-of-way.
Damage to existing structures outside of easement areas that may result from dewatering
and/or other construction activity under this contract shall be restored to their original
condition or better. The original condition shall be established by photographs taken
and/or inspection made prior to construction. All such Work shall be done to the
satisfaction of the Property Owners and the Contracting Agency at the expense of the
Contractor.
D. Streets. The Contractor will assume all responsibility of restoration of the surface of all
streets (traveled ways) used by him if damaged.
In the event the Contractor does not have labor or material immediately available to make
necessary repairs, the Contractor shall so inform the Contracting Agency. The Contracting
Agency will make the necessary repairs and the cost of such repairs shall be paid by the
Contractor.
The Contractor is responsible for identifying and documenting any damage that is pre-
existing or caused by others. Restoration of excavation in City streets shall be done in
accordance with the City of Renton Trench Restoration Requirements, which is available at
the Public Works Department Customer Services counter on the 6th floor, Renton City Hall,
1055 South Grady Way
1-07.17 Utilities and Similar Facilities
Section 1-07.17 is supplemented with the following:
(******)
Existing utilities indicated in the Plans have been plotted from the best information
available to the Engineer. Information and data shown or indicated in the Contract
Documents with respect to existing underground utilities or services at or contiguous to
the project site are based on information and data furnished to the Contracting Agency
and the Engineer by owners of such underground facilities or others, and the Contracting
Agency and the Engineer do not assume responsibility for the accuracy or completeness
thereof. It is to be understood that other aboveground or underground facilities not
shown in the Plans may be encountered during the course of the Work.
All utility valves, manholes, vaults, or pull boxes which are buried shall be conspicuously
marked in a fashion acceptable to the Contracting Agency and the Engineer by the
Contractor to allow their location to be determined by the Engineer or utility personnel
under adverse conditions, (inclement weather or darkness).
Where underground main distribution conduits, such as water, gas, sewer, electric power,
or telephone, are shown on the Plans, the Contractor, for the purpose of preparing his bid,
shall assume that every property parcel will be served by a service connection for each
type of utility.
The Contractor shall check with the utility companies concerning any possible conflict prior
to commencing excavation in any area. The Contractor shall resolve all crossing and
clearance problems with the utility company concerned. No excavation shall begin until all
known facilities, in the vicinity of the excavation area, have been located and marked.
In addition to the Contractor having all utilities field marked before starting Work, the
Contractor shall have all utilities field marked after they are relocated in conjunction with
this project.
01/25/2023
43
Call Before You Dig
The 48-Hour Locators
1-800-424-5555
At least 2 and not more than 10 working days prior to commencing any excavations for
utility potholing or for any other purpose under this Contract, the Contractor shall notify
the Underground Utilities Location Center by telephone of the planned excavation and
progress schedule. The Contractor is also warned that there may be utilities on the project
that are not part of the One Call system. They must be contacted directly by the
Contractor for locations.
The Contractor shall make arrangements 48 hours in advance with respective utility
owners to have a representative present when their utility is exposed or modified, if the
utility chooses to do so.
Utility Adjustments and Conflicts
Existing utilities for telephone, power, gas, water, and television cable facilities shall be
adjusted or relocated by the appropriate utility company unless otherwise noted in the
Plans. These adjustments may be completed before the Contractor begins Work or may be
performed in conjunction with the Contract Work. The Contractor shall be entirely
responsible for coordination with the utility companies and arranging for the movement or
adjustment, either temporary or permanent, of their facilities within the project limits. See
also Section 1-05.14 of these Special Provisions.
If or when utility conflicts occur, the Contractor shall continue the construction process on
other aspects of the project whenever possible. No additional compensation will be made
to the Contractor for reason of delay caused by the actions of any utility company, and the
Contractor shall consider such costs to be incidental to the other items of the Contract.
Utility Potholing
Potholing may be included as a bid item for use in determining the location of existing
utilities in advance of the Contractor's operations. If potholing is not included as a bid item,
then it shall be considered incidental to other Work. The Contractor shall submit all
potholing requests to the Engineer for approval, at least 2 working days before potholing is
scheduled. Additionally, the Contractor shall provide potholing at the Engineer's request.
In no way shall the Work described under Utility Potholing relieve the Contractor of any of
the responsibilities described in Section 1-07.17 of the Standard Specifications and Special
Provisions, and elsewhere in the Contract Documents.
1-07.17(3) Site Specific Potholing
Section 1-07.17(3) is a new section:
(******)
Site Specific Potholing is intended to be additional potholing as directed by the Engineer,
which is in addition to potholing included as incidental for utility installation. The Contractor
shall perform exploratory excavations as required to collect as-built information. The
Contractor shall verify the depth, location, alignment, size, and material of existing
underground utilities. The Contractor shall immediately notify the Engineer if field
conditions differ from the expected conditions shown in the Contract Drawings. The
Contractor shall perform all potholing identified on the plans prior to any construction to
allow for any potential design modifications. The Contractor is still responsible to verify
depth, location, alignment, and size of all existing utilities either specifically called for or not
on the plans. For these utilities, the Contractor shall allow the Engineer 10 working days after
written results are received to allow for minor design modifications when needed. The
Contractor shall use the information obtained by potholing for procurement of suitable
materials to revise the work accordingly, where required by the Contract. Upon completion
01/25/2023
44
of excavation the material can be used for temporary restoration.
Where underground utilities are found to be in the way of construction, such condition
shall not be deemed to be a changed or differing site condition, and if necessary, pipe
alignment or grade shall be modified. No payment will be made unless potholing has been
performed prior to trench excavation and witnessed by the Engineer. Different utilities
may be found to occupy a common trench. Any two or more utilities separated by 3 feet
or less shall constitute one locate. Where multiple utilities exist in close proximity, the
Contractor shall be paid for one locate for every 5 feet of exploration trench. The quantity
for this item is included to provide a common proposal for bid purposes. The actual
quantity used in construction may vary from that amount. The unit price will not be
adjusted if the actual quantity used varies by more than 25 percent.
The contractor shall perform this potholing a minimum of ten working days prior to
crossing to allow for potential revisions. The contractor shall not have cause for claim of
down-time, or any other additional costs associated with ‘waiting’ if the owner provides
design revisions (related to the information supplied per this section) within three working
days after the contractor provides the surveyed elevations.
In no way shall the Work described under Site Specific Potholing relieve the Contractor of
any of the responsibilities described in Section 1-07.17 of the Standard Specifications and
Special Provisions, and elsewhere in the Contract Documents.
1-07.17(4) Interruption of Services
Section 1-07.17(4) is a new section:
(******)
Whenever, in the course of the construction operation, it becomes necessary to cause an
outage of utilities, it shall be the Contractor's responsibility to notify the affected users and
the Engineer not less than 48 hours in advance of such outage. The Contractor shall make
reasonable effort to minimize the duration of outages and shall estimate the length of time
service will be interrupted and so notify the users. In the case of any utility outage that has
exceeded or will exceed four hours, user contact shall again be made. Temporary service,
if needed, will be arranged by the Contractor at no cost to the Contracting Agency.
Overhead lighting outages shall not exceed 24 hours. All cost to the Contractor for
providing temporary overhead lighting to meet above requirements shall be incidental to
the various unit and Lump sum items of the Contract; no separate payment will be made.
1-07.17(5) Resolution of Utility Conflicts
Section 1-07.17(5) is a new section:
(******)
In no way shall the work described under Resolution of Utility Conflicts relieve Contractor
of any of the responsibilities described in Section 1-07.17 of the Standard Specifications
and Special Provisions, and elsewhere in the Contract Documents. If or when utility
conflicts occur, Contractor shall continue the construction process on other aspects of the
project whenever possible.
If “Resolution of utility conflicts” is included as a bid item in these bid documents, it shall
be used to resolve any new identified utility conflicts not otherwise shown on the Contract
Drawing or Specifications that are identified during the course of construction. If
“Resolution of utility conflicts” is not included as a bid item in these bid documents, it shall
be incidental.
1-07.18 Public Liability and Property Damage Insurance
Section 1-07.18 Delete this section in its entirety and replace with the following:
(******)
01/25/2023
45
1-07.18(1) General
The Contractor shall obtain and maintain in full force and effect, from the Contract
Execution Date to the Completion Date, public liability and property damage insurance
with an insurance company(ies) or through sources approved by the State Insurance
Commissioner pursuant to RCW 48.05.
The Contractor shall not begin work under the Contract until the required insurance has
been obtained and approved by the Contracting Agency. Insurance shall provide coverage
to the Contractor, all subcontractors, Contracting Agency and the Contracting Agency's
consultant. The coverage shall protect against claims for bodily injuries, personal injuries,
including accidental death, as well as claims for property damages which may arise from
any act or omission of the Contractor or the subcontractor, or by anyone directly or
indirectly employed by either of them.
If warranted work is required, the Contractor shall provide the City proof that insurance
coverage and limits established under the term of the Contract for work are in full force
and effect during the period of warranty work.
The Contracting Agency may request a copy of the actual declaration pages(s) for each
insurance policy effecting coverage(s) required on the Contract prior to the date work
commences.
Failure of the Contractor to fully comply during the term of the Contract with the
requirements described herein will be considered a material breach of contract and shall
be caused for immediate termination of the Contract at the option of the Contracting
Agency.
All costs for insurance shall be incidental to and included in the unit or Lump Sum prices of
the contract and no additional payment will be made.
1-07.18(2) Coverages
All coverage provided by the Contractor shall be in a form and underwritten by a company
acceptable to the Contracting Agency. The City requires that all insurers:
1. Be licensed to do business within the State of Washington.
2. Coverage to be on an "occurrence" basis (Professional Liability and Pollution
coverage are acceptable when written on a claims-made basis). The City may
also require proof of professional liability coverage be provided for up to two
(2) years after the completion of the project.
3. The City may request a copy of the actual declaration page(s) for each
insurance policy affecting coverage(s) required by the Contract prior to the
date work commences.
4. Possess a minimum A.M. best rating of AVII (A rating of A XII or better is
preferred.) If any insurance carrier possesses a rating of less than AVII, the
City may make an exception.
The City reserves the right to approve the security of the insurance coverage provided
by the insurance company(ies), terms, conditions, and the Certificate of Insurance.
Failure of the Contractor to fully comply during the term of the Contract with these
requirements will be considered a material breach of contract and shall be cause for
immediate termination of the contract at the option of the City.
The Contractor shall obtain and maintain the minimum insurance coverage set forth
below. By requiring such minimum insurance, the City of Renton shall not be deemed
or construed to have assessed the risks that may be applicable to the Contractor. The
Contractor shall assess its own risks and if it deems appropriate and/or prudent,
maintain higher limits and/or broader coverage.
01/25/2023
46
Coverage shall include:
A. Commercial General Liability - ISO 1993 Form or equivalent. Coverage will be
written on an occurrence basis and include: x Premises and Operations (including CG2503; General Aggregate to
apply per project, if applicable) x Explosion, Collapse, and Underground Hazards. x Products/Completed Operations x Contractual Liability (including Amendatory Endorsement CG 0043 or
equivalent which includes defense coverage assumed under
contract) x Broad Form Property Damage x Independent Contractors x Personal/Advertising Injury x Stop Gap Liability
B. Automobile Liability including all x Owned Vehicles x Non-Owned Vehicles x Hired Vehicles
C. Workers' Compensation x Statutory Benefits (Coverage A) - Show Washington Labor &
Industries Number
D. Umbrella Liability (when necessary) x Excess of Commercial General Liability and Automobile Liability.
Coverage should be as broad as primary.
E. Professional Liability - (whenever the work under this Contract includes
Professional Liability, including Advertising activities) the (CONTRACTOR)
shall maintain professional liability covering wrongful acts, errors and/or
omissions of the (CONTRACTOR) for damage sustained by reason of or in the
course of operations under this Contract.
F. Pollution Liability - the City may require this coverage whenever work under
this Contract involves pollution risk to the environment. This coverage is to
include sudden and gradual coverage for third party liability including
defense costs and completed operations.
Contractor shall name City of Renton, and its officers, officials, agents, employees and
volunteers as Additional Insured (ISO Form CG 2010 or equivalent). The Contractor
shall provide City of Renton Certificates of Insurance prior to commencement of work.
The City reserves the right to request copies of insurance policies, if at their sole
discretion it is deemed appropriate. Further, all policies of insurance described above
shall:
A. Be on a primary basis not contributory with any other insurance coverage
and/or self-insurance carried by City of Renton.
B. Include a Waiver of Subrogation Clause.
C. Severability of Interest Clause (Cross Liability)
D. The Contractor shall provide the Contracting Agency and all Additional
Insured’s with written notice of any policy cancellation, within two
business days of their receipt of such notice.
E. Failure on the part of the Contractor to maintain the insurance as required
shall constitute a material breach of contract, upon which the Contracting
Agency may, after giving five business day’s notice to the Contractor to
correct the breach, immediately terminate the contract or, at its discretion,
procure or renew such insurance and pay any and all premiums in connection
therewith, with any sums so expended to be repaid to the Contracting
Agency on demand, or at the sole discretion of the Contracting Agency,
offset against funds due the Contractor from the Contracting Agency.
01/25/2023
47
1-07.18(3) Limits
LIMITS REQUIRED
Providing coverage in these stated amounts shall not be construed to relieve the
Contractor from liability in excess of such limits. The Contractor shall carry the following
limits of liability as required below:
Commercial General Liability
General Aggregate* $2,000,000 **
Products/Completed Operations Aggregate $2,000,000 **
Each Occurrence Limit $1,000,000
Personal/Advertising Injury $1,000,000
Fire Damage (Any One Fire) $50,000
Medical Payments (Any One Person) $5,000
Stop Gap Liability $1,000,000
* General Aggregate to apply per project
(ISO Form CG2503 or equivalent)
**Amount may vary based on project risk
Automobile Liability
Bodily Injury/Property Damage $1,000,000
(Each Accident)
Workers' Compensation
Statutory Benefits - Coverage A Variable
(Show Washington Labor and Industries Number)
Umbrella Liability
Each Occurrence Limit $1,000,000
General Aggregate Limit $1,000,000
Products/Completed Operations Aggregate $1,000,000
Professional Liability (If required)
Each Occurrence/ Incident/Claim $1,000,000
Aggregate $2,000,000
Pollution Liability (If required) to apply on a per
project basis
Per Loss $1,000,000
Aggregate $1,000,000
The City may require the Contractor to keep professional liability coverage in effect for up
to two (2) years after completion of the project.
The Contractor shall promptly advise the CITY OF RENTON in the event any general
aggregates are reduced for any reason, and shall reinstate the aggregate at the
Contractor’s expense to comply with the minimum limits and requirements as stated
above and shall furnish to the CITY OF RENTON a new certificate of insurance showing such
coverage is in force.
1-07.18(4) Evidence of Insurance:
Within 20 days of award of the Contract, the Contractor shall provide evidence of
insurance by submitting to the Contracting Agency the Certificate of Insurance (ACORD
Form 25s or equivalent) conforming to items as specified in Sections 1-07.18(1), 1-07.18(2),
and 1-07.18(3) as revised above. Other requirements are as follows:
A. Strike the following or similar wording: "This Certificate is issued as a
matter of information only and confers no rights upon the Certificate
Holder".
B. Strike the wording regarding cancellation notification to the City:
"Failure to mail such notice shall impose no obligation or liability of any
kind upon the company, its agents or representatives".
01/25/2023
48
C. Amend the cancellation clause to state: "Should any of the above-
described policies be cancelled before the expiration date thereof,
notice will be delivered in accordance with the policy provisions."
For Professional Liability coverage only, instead of the cancellation language specified
above, the City will accept a written agreement that the consultant's broker will provide
the required notification.
1-07.22 Use of Explosives
Section 1-07.22 is supplemented with the following:
(******)
Explosives shall not be used without specific authority of the Engineer, and then only under
such restrictions as may be required by the proper authorities. Explosives shall be handled
and used in strict compliance with WAC 296-52 and such local laws, rules and regulations
that may apply. The individual in charge of the blasting shall have a current Washington
State Blaster Users License.
The Contractor shall obtain, comply with, and pay for such permits and costs as are
necessary in conjunction with blasting operations.
1-07.23 Public Convenience and Safety
1-07.23(1) Construction Under Traffic
Revise the second paragraph to read:
(******)
To disrupt public traffic as little as possible, the Contractor shall permit traffic to pass
through the Work with the least possible inconvenience or delay. The Contractor shall
maintain existing roads, streets, Renton airport facility driveways, and paths within the
project limits, keeping them open, and in good, clean, safe condition at all times.
Accessibility to existing or temporary pedestrian push buttons shall not be impaired.
Deficiencies caused by the Contractor’s operations shall be repaired at the Contractor’s
expense. Deficiencies not caused by the Contractor’s operations shall be repaired by the
Contractor when directed by the Engineer, at the Contracting Agency’s expense. The
Contractor shall also maintain roads, streets, Renton airport driveways, and paths adjacent
to the project limits when affected by the Contractor’s operations. Snow and ice control
will be performed by the Contracting Agency on all projects. Cleanup of snow and ice
control debris will be at the Contracting Agency’s expense. The Contractor shall perform
the following:
1. Remove or repair any condition resulting from the Work that might impede traffic or
create a hazard.
2. Keep existing traffic signal and highway lighting systems in operation as the Work
proceeds. (The Contracting Agency will continue the route maintenance on such
system.)
3. Maintain the striping on the roadway at the Contracting Agency’s expense. The
Contractor shall be responsible for scheduling when to renew striping, subject to the
approval of the Engineer. When the scope of the project does not require Work on the
roadway, the Contracting Agency will be responsible for maintaining the striping.
4. Maintain existing permanent signing. Repair of signs will be at the Contracting
Agency’s expense, except those damaged due to the Contractor’s operations.
5. Keep drainage structures clean to allow for free flow of water. Cleaning of existing
drainage structures will be at the Contracting Agency’s expense when approved by the
Engineer, except when flow is impaired due to the Contractor’s operations.
01/25/2023
49
Section 1-07.23(1) is supplemented with the following:
(******)
The Contractor shall be responsible for controlling dust and mud within the project limits
and on any street, which is utilized by his equipment for the duration of the project. The
Contractor shall be prepared to use watering trucks, power sweepers, and other pieces of
equipment as deemed necessary by the Engineer, to avoid creating a nuisance.
Dust and mud control shall be considered as incidental to the project and no compensation
will be made for this section.
Complaints of dust, mud, or unsafe practices and/or property damage to private ownership
will be transmitted to the Contractor and prompt action in correcting them will be required
by the Contractor.
The Contractor shall maintain the roads during construction in a suitable condition to
minimize affects to vehicular and pedestrian traffic. All cost to maintain the roads shall be
borne by the Contractor.
At least one-way traffic shall be maintained on all cross-streets within the project limits
during working hours. One lane shall be provided in each direction for all streets during
non-working hours.
The Contractor shall provide one drivable roadway lane and maintain convenient access for
local and commuter traffic to driveways, businesses, and buildings along the line of Work
throughout the course of the project. Such access shall be maintained as near as possible
to that which existed prior to the commencement of construction. This restriction shall
not apply to the paving portion of the construction process.
The Contractor shall notify and coordinate with all property owners and tenants of street
closures, or other restrictions which may interfere with their access at least 24 hours in
advance for single-family residential property, and at least 48 hours in advance for
apartments, offices, and commercial property. The Contractor shall give a copy of all
notices to the Engineer.
When the abutting owners’ access across the right-of-way line is to be eliminated and
replaced under the Contract by other access, the existing access shall not be closed until
the replacement access facility is available.
All unattended excavations shall be properly barricaded and covered at all times. The
Contractor shall not open any trenches that cannot be completed and refilled that same
day. Trenches shall be patched or covered by a temporary steel plate, at the Contractor’s
expense, except in areas where the roadway remains closed to public traffic. Steel plates
must be anchored.
1-07.23(2) Construction and Maintenance of Detours
Revise the first paragraph to read:
(******)
Unless otherwise approved, the Contractor shall maintain two-way traffic during
construction. The Contractor shall build, maintain in a safe condition, keep open to traffic,
and remove when no longer needed:
1. Detours and detour bridges that will accommodate traffic diverted from the roadway,
bridge, driveway, or path during construction,
2. Detour crossings of intersecting highways, and
3. Temporary approaches.
01/25/2023
50
1-07.24 Rights-of-Way
Delete this section in its entirety, and replace it with the following:
(******)
Street right-of-way lines, limits of easements, and limits of construction permits are
indicated on the Drawings. The Contractor’s construction activities shall be confined
within these limits unless arrangements for use of private property are made.
Generally, the Contracting Agency will have obtained, prior to bid opening, all rights-of-
way and easements, both permanent and temporary, necessary for carrying out the
completion of the Work. Exceptions to this are noted in the Contract Documents or
brought to the Contractor’s attention by a duly issued addendum.
Whenever any of the Work is accomplished on or through property other than public right-
of-way, the Contractor shall meet and fulfill all covenants and stipulations of any easement
agreement obtained by the Contracting Agency from the owner of the private property.
Copies of the easement agreements are included in the Contract Provisions or made
available to the Contractor as soon as practical after they have been obtained by the
Engineer.
Whenever easements or rights-of-entry have not been acquired prior to advertising, these
areas are so noted on the Drawings. The Contractor shall not proceed with any portion of
the Work in areas where right-of-way, easements, or rights-of-entry have not been
acquired until the Engineer certifies to the Contractor that the right-of-way or easement is
available or that the right-of-entry had been received. If the Contractor is delayed due to
acts of omission on the part of the Contracting Agency in obtaining easements, rights of
entry of right-of-way, the Contractor will be entitled to an extension of time. The
Contractor agrees that such delay shall not be a breach of contract.
Each property owner shall be given 48 hours’ notice prior to entry by the Contactor. This
includes entry onto easements and private property where private improvements must be
adjusted.
The Contractor shall be responsible for providing, without expense or liability of the
Contracting Agency, any additional land and access thereto that the Contractor may desire
for temporary construction facilities, storage of materials, or other Contractor needs.
However, before using any private property, whether adjoining the Work or not, the
Contractor shall file with the Engineer a written permission of the private property owner,
and, upon vacating the premises, a written release from the property owner of each
property disturbed or otherwise interfered with by reasons of construction pursued under
this Contract. The statement shall be signed by the private property owner, or proper
authority acting for the owner of the private property affected, stating that permission has
been granted to use the property and all necessary permits have been obtained or, in the
case of a release, that the restoration of the property has been satisfactorily accomplished.
The statement shall include the parcel number, address, and date of signature. Written
releases must be filed with the Engineer before the Completion Date will be established.
1-07.28 Confined Space Entry
Section 1-07.28 is a new section:
(******)
The Contractor shall:
1. Review and be familiar with the City’s Public Works Confined Space Entry Program.
2. Review documented information about the City confined spaces in which entry is
intended as listed and described in the City’s Attribute and Map Book. This
information includes identified hazards for each permit-required confined space.
3. Each contractor shall have their own confined space entry program. Upon request
of the City they will provide a statement confirming they are in compliance with
01/25/2023
51
their confined space entry program including requirements for confined space
training for employees associated with the project.
4. Be responsible for following all confined space requirements established by the
provisions in WAC 296-809 and its chapters.
5. Coordinate entry operations with the City when employees from the contractor will
be working in or near City confined spaces.
6. Discuss entry operations with the City, including the program followed during
confined space entry.
7. Debrief the City on any hazards confronted or created at the completion of entry
operations.
8. Place signs stating, “Danger, Follow Confined Space Entry Procedure before
Entering” at each confined space to be entered. Never leave the confined space
open and unattended.
The contractor’s or consultant’s point of contact with the City in regard to confined space
entry will be the City’s assigned construction inspector.
1-08 PROSECUTION AND PROGRESS
1-08.0 Preliminary Matters
Section 1-08.0 is a new section with subsection:
(******)
1-08.0(1) Preconstruction Conference
Section 1-08.0(1) is a new subsection:
(******)
The Engineer will furnish the Contractor with copies of the Contract Documents per
Section 1-02.2 “Plans and Specifications”. Additional documents may be furnished upon
request at the cost of reproduction. Prior to undertaking each part of the Work the
Contractor shall carefully study and compare the Contract Documents, and check and
verify pertinent figures shown therein and all applicable field measurements. The
Contractor shall promptly report in writing to the Engineer any conflict, error or
discrepancy, which the Contractor may discover.
After the Contract has been executed, but prior to the Contractor beginning the Work, a
preconstruction conference will be held between the Contractor, the Engineer and such
other interested parties as may be invited.
The Contractor shall prepare and submit at the preconstruction meeting:
1. Contractor's plan of operation and progress schedule (3+ copies)
2. Approval of qualified subcontractors (bring list of subcontractors if different from
list submitted with bid)
3. List of materials fabricated or manufactured off the project
4. Material sources on the project
5. Names of principal suppliers
6. Detailed equipment list, including “Rental Rate Blue Book” hourly costs (both
working and standby rates)
7. Weighted wage rates for all employee classifications anticipated to be used on
Project
8. Cost percentage breakdown for lump sum bid item(s)
9. Shop Drawings (bring preliminary list)
10. Traffic Control Plans (3+ copies)
11. Temporary Water Pollution/Erosion Control Plan
12. Shoring Plans (per section 1-09.14(2)B), if applicable
In addition, the Contractor shall be prepared to address:
01/25/2023
52
1. Bonds and insurance
2. Project meetings – schedule and responsibilities
3. Provision for inspection for materials from outside sources
4. Responsibility for locating utilities
5. Responsibility for damage
6. Time schedule for relocations, if by other than the Contractor
7. Compliance with Contract Documents
8. Acceptance and approval of Work
9. Labor compliance, payrolls, and certifications
10. Safety regulations for the Contractors’ and the Contracting Agency's employees and
representatives
11. Suspension of Work, time extensions
12. Change order procedures
13. Progress estimates, procedures for payment
14. Special requirements of funding agencies
15. Construction engineering, advance notice of special Work
16. Any interpretation of the Contract Documents requested by the Contractor
17. Any conflicts or omissions in Contract Documents
18. Any other problems or questions concerning the Work
19. Processing and administration of public complaints
20. Easements and rights-of-entry
21. Other contracts
The franchise utilities may be present at the preconstruction conference, and the
Contractor should be prepared for their review and discussion of progress schedule and
coordination.
1-08.0(2) Hours of Work
Section 1-08.0(2) is a new subsection:
(******)
Except in the case of emergency or unless otherwise approved by the Contracting Agency,
the normal straight time working hours for the Contract shall be any consecutive 8-hour
period between 7:00 a.m. and 5:00 p.m. of a working day with a maximum 1-hour lunch
break and a 5-day Work week. The normal straight time 8-hour working period for the
Contract shall be established at the preconstruction conference or prior to the Contractor
commencing the Work.
If a Contractor desires to perform Work before 7:00 a.m. or after 5:00 p.m. on any day, the
Contractor shall apply in writing to the Engineer for permission to Work such times.
Permission to Work longer than an 8-hour period between 7:00 a.m. and 5:00 p.m. is
required. Such requests shall be submitted to the Engineer no later than noon on the
working day prior to the day for which the Contractor is requesting permission to Work.
Permission to Work between the hours of 10:00 p.m. and 7:00 a.m. during weekdays and
between the hours of 10:00 p.m. and 7:00 a.m. on weekends or holidays may also be
subject to noise control requirements. Approval to continue Work during these hours may
be revoked at any time the Contractor exceeds the Contracting Agency’s noise control
regulations or complaints are received from the public or adjoining property owners
regarding the noise from the Contractor’s operations. The Contractor shall have no claim
for damages or delays should such permission be revoked for these reasons.
Permission to Work Saturdays, Sundays, holidays or other than the agreed upon normal
straight time working hours Monday through Friday may be given subject to certain other
conditions set forth by the Contracting Agency or the Engineer. These conditions may
include but are not limited to: requiring the Engineer or such assistants as the Engineer
may deem necessary to be present during the Work; requiring the Contractor to reimburse
the Contracting Agency for the cost of engineering salaries paid Contracting Agency
employees who worked during such times; considering the Work performed on Saturdays,
01/25/2023
53
Sundays, and holidays as working days with regards to the Contract Time; and considering
multiple Work shifts as multiple working days with respect to Contract Time even though
the multiple shifts occur in a single 24-hour period. Assistants may include, but are not
limited to, survey crews; personnel from the material testing labs; inspectors; and other
Contracting Agency employees when in the opinion of the Engineer such Work
necessitates their presence.
1-08.0(3) Reimbursement for Overtime Work of Contracting Agency Employees
Section 1-08.0(3) is a new subsection:
(******)
Where the Contractor elects to Work on a Saturday, Sunday, holiday, or longer than an 8-
hour Work shift on a regular working day, as defined in the Standard Specifications, such
Work shall be considered as overtime Work. On all such overtime Work an inspector will
be present, and a survey crew may be required at the discretion of the Engineer. The
Contractor shall reimburse the Contracting Agency for the full amount of the straight time
plus overtime costs for employees and representative(s) of the Contracting Agency
required to work overtime hours.
The Contractor, by these Specifications, does hereby authorize the Engineer to deduct
such costs from the amount due or to become due the Contractor.
1-08.1 Subcontracting
Revise the second paragraph to read:
(******)
The Contractor shall not subcontract Work unless the Engineer approves in writing. Each
request to subcontract shall be on the form the Engineer provides. If the Engineer
requests, the Contractor shall provide proof that subcontractor has the experience, ability,
and equipment the Work requires. The Contractor shall require each subcontractor to
comply with Section 1-07.9 and to furnish all certificates and statements required by the
Contract. The Contractor shall require each subcontractor of every tier to meet the
responsibility criteria stated in RCW 39.06 and shall include these requirements in every
subcontract of every tier.
Section 1-08.1 is supplemented with the following:
(******)
Written requests for change in subcontractors shall be submitted by the Contractor to the
Engineer at least 7 calendar days prior to start of a subcontractor's Work.
The Contractor agrees that he/she is fully responsible to the Contracting Agency for the
acts and omissions of all subcontractors and lower-tier subcontractors, and persons either
directly or indirectly employed by the subcontractors, as well as for the acts and omissions
of persons directly employed by the Contractor. The Contractor shall be required to give
personal attention to the Work that is sublet. Nothing contained in the Contract
Documents shall create any contractual relation between any subcontractor and the
Contracting Agency.
The Contractor shall be responsible for making sure all subcontractors submit all required
documentation, forms, etc.
1-08.2 Assignment
The second paragraph of Section 1-08.2 is deleted and replaced with the following:
(******)
The Contractor shall not assign any moneys due or to become due to the Contractor
hereunder without the prior written consent of the Contracting Agency. The assignment, if
approved, shall be subject to all setoffs, withholdings, and deductions required by law and
the Contract.
01/25/2023
54
1-08.3 Progress Schedule
Delete this section in its entirety and replace with the following:
(******)
The progress schedule for the entire project shall be submitted 7 calendar days prior to
the Preconstruction Conference. The schedule shall be prepared using the critical path
method (CPM), preferably using Microsoft Project or equivalent software. The schedule
shall contain the following information, at a minimum:
1. Construction activities, in sufficient detail that all activities necessary to construct a
complete and functional project are considered. Any activity that has a scheduled
duration exceeding 30 calendar days shall be subdivided until no sub-element has a
duration exceeding 30 calendar days.
2. The schedule shall clearly indicate the activities that comprise the critical path. For
each activity not on the critical path, the schedule shall show the float, or slack,
time.
3. Procurement of material and equipment.
4. Submittals requiring review by the Engineer. Submittal by the Contractor and
review by the Engineer shall be shown as separate activities.
5. Work to be performed by a subcontractor, agent, or any third party.
6. Allowances for delays that could result from normal inclement weather (time
extensions due to inclement weather will not be allowed).
7. Allowances for the time required by utilities (Contracting Agency’s and others) to
locate, monitor, and adjust their facilities as required.
The Engineer may request the Contractor to alter the progress schedule when deemed
necessary in the opinion of the Engineer, in the interest of public safety and welfare of the
Contracting Agency, or for coordination with any other activity of other contractors, the
availability of all or portions of the job site, or special provisions of this Contract, or to
reasonably meet the completion date of the project. The Contractor shall provide such
revised schedule within 10 calendar days of request.
If, at any time, in the opinion of the Engineer, the progress of construction falls significantly
behind schedule, the Contractor may be required to submit a plan for regaining progress
and a revised schedule indicating how the remaining Work items will be completed within
the authorized contract time.
The Contractor shall promptly report to the Engineer any conditions that the Contractor
feels will require revision of the schedule and shall promptly submit proposed revisions in
the progress schedule for acceptance by the Engineer. When such changes are accepted
by the Engineer, the revised schedule shall be followed by the Contractor.
Weekly Schedule. The Contractor shall submit a weekly progress schedule to the Engineer
which sets forth specific Work to be performed the following week, and a tentative
schedule for the second week.
Failure to Maintain Progress Schedule. The Engineer will check actual progress of the
Work against the progress schedule a minimum of two times per month. Failure, without
just cause, to maintain progress in accordance with the approved schedule shall constitute
a breach of Contract. If, through no fault of the Contractor, the proposed construction
schedule cannot be met, the Engineer will require the Contractor to submit a revised
schedule to the Engineer for acceptance. The approved revisions will thereafter, in all
respects, apply in lieu of the original schedule.
Failure of the Contractor to follow the progress schedule submitted and accepted,
including revisions thereof, shall relieve the Contracting Agency of any and all responsibility
for furnishing and making available all or any portion of the job site, and will relieve the
Contracting Agency of any responsibility for delays to the Contractor in the performance of
the Work.
01/25/2023
55
The cost of preparing the progress schedule, any supplementary progress schedules, and
weekly schedules shall be considered incidental to the Contract and no other
compensation shall be made.
1-08.4 Prosecution of the Work
Section 1-08.4 Delete this section in its entirety and replace with the following:
(******)
Notice to Proceed will be given after the Contract has been executed and the Contract
bond and evidence of insurances have been approved and filed by the Contracting Agency.
The Contractor shall not commence the Work until the Notice to Proceed has been given
by the Engineer. The Contractor shall commence construction activities on the project site
within ten days of the Notice to Proceed date. The Work thereafter shall be prosecuted
diligently, vigorously, and without unauthorized interruption until physical completion of
the Work. There shall be no voluntary shutdowns or slowing of operations by the
Contractor without prior approval of the Engineer. Such approval shall not relieve the
Contractor from the contractual obligation to complete the Work within the prescribed
Contract Time.
1-08.5 Time for Completion
Delete this section in its entirety and replace with the following:
(******)
The Work shall be physically completed in its entirety within the time specified in the
Contract Documents or as extended by the Engineer. The Contract Time will be stated in
“working days”, shall begin on the Notice To Proceed date, or the date identified in the
Notice to Proceed as “the first working day”, and shall end on the Contract Completion
date.
A non-working day is defined as a Saturday, a Sunday, a day on which the Contract
specifically suspends Work, or one of these holidays:
New Year’s Day
Martin Luther King Day
Memorial Day
Independence Day
Labor Day
Veteran’s Day
Thanksgiving Day
the day after Thanksgiving
Christmas Day.
Note for holidays that land on a Saturday or Sunday: The day before Christmas shall be a
holiday when Christmas Day occurs on a Tuesday, Wednesday, or Friday. The day after
Christmas shall be a holiday when Christmas Day occurs on a Monday or Thursday. When
Christmas Day occurs on a Saturday, the two preceding working days shall be observed as
holidays. When Christmas day occurs on a Sunday, the two working days following shall be
observed as holidays. When holidays other than Christmas fall on a Saturday, the
preceding Friday will be counted as a non-working day and when they fall on a Sunday the
following Monday will be counted as a non-working day.
The Contract Time has been established to allow for periods of normal inclement weather
that, from historical records, is to be expected during the Contract Time, and during which
periods, Work is anticipated to be performed. Each successive working day, beginning with
the Notice to Proceed date and ending with the Physical Completion date, shall be charged
to the Contract Time as it occurs except a day, or part of a day, which is designated a non-
working day, or an Engineer determined unworkable day.
The Engineer will furnish the Contractor a weekly report showing (1) the number of
working days charged against the Contract Time for the preceding week; (2) the Contract
01/25/2023
56
Time in working days; (3) the number of working days remaining in the Contract Time; (4)
the number of non-working days; and (5) any partial or whole days the Engineer declared
unworkable the previous week. This weekly report will be correlated with the Contractor’s
current approved progress schedule. If the Contractor elects to work 10 hours a day and 4
days a week (a 4-10 schedule), and the fifth day of the week in which a 4-10 shift is worked
would ordinarily be charged as a working day, then the fifth day of that week will be
charged as a working day whether or not the Contractor works on that day.
The Contractor will be allowed 10 calendar days from the date of each report in which to
file a written protest of an alleged discrepancy in the Contract Time as reported.
Otherwise, the report will be deemed to have been accepted by the Contractor as correct.
The requirements for scheduling the Final Inspection and establishing the Substantial
Completion, Physical Completion, and Completion Dates are specified in Sections 1-05.11
and 1-05.12.
The Engineer will give the Contractor written notice of the completion date of the Contract
after all the Contractor’s obligations under the Contract have been performed by the
Contractor. The following events must occur before the Completion Date can be
established:
1. The physical Work on the project must be complete; and
2. The Contractor must furnish all documentation required by the Contract and required
by law, to allow the Contracting Agency to process final acceptance of the Contract.
The following documents must be received by the Engineer prior to establishing a
completion date:
a. Certified Payrolls per Section 1-07.9(5)
b. Material Acceptance Certification Documents
c. Annual Report of Amounts Paid as MBE/WBE Participants or Quarterly Report
of Amounts Credited as DBE Participation, as required by the Contract
Provisions.
d. FHWA 47 (Federal-aid Projects)
e. Final Contract Voucher Certification
f. Property owner releases per Section 1-07.24
g. If applicable, a copy of the Notice of Termination sent to the Washington State
Department of Ecology (Ecology); the elapse of 30 calendar days from the date
of receipt of the Notice of Termination by Ecology; and no rejection of the
Notice of Termination by Ecology. This requirement will not apply if the
Construction Stormwater General Permit is transferred back to the Contracting
Agency in accordance with Section 8-01.3(16), as required by the Contract
Provisions.
Within 10 calendar days after execution of the Contract by the Contracting Agency, the
Contractor shall provide the Contracting Agency with copies of purchase orders for all
equipment items deemed critical by the Contracting Agency, including but not limited to
pump and electric motor, emergency diesel generator, heating system, variable frequency
drive (VFD), and automatic motor control center and system required for the physical
completion of the Contract. Such purchase orders shall disclose the estimated delivery
dates for the equipment.
All items of Work that can be performed without delivery of the critical items shall start
and be completed as soon as possible. At that time, the Engineer may suspend the Work
upon request of the Contractor until the critical items are delivered to the Contractor, if
the Contracting Agency received a purchase order within 10 calendar days after execution
01/25/2023
57
of the Contract by the Contracting Agency.
The Contractor will be entitled to only one such suspension of time during the
performance of the Work and during such suspension shall not perform any additional
Work on the project. Upon delivery of the critical items, contract time will resume and
continue to be charged in accordance with Section 1-08.
1-08.6 Suspension of Work
Section 1-08.6 is supplemented with the following:
(******)
Contracting Agency may at any time suspend the Work, or any part thereof, by giving
notice to the Contractor in writing. The Work shall be resumed by the Contractor within 14
calendar days after the date fixed in the written notice from the Contracting Agency to the
Contractor to do so.
The Contractor shall not suspend Work under the Contract without the written order of
the Contracting Agency.
If it has been determined that the Contractor is entitled to an extension of time, the
amount of such extension shall be only to compensate for direct delays and shall be based
upon the Contractor's diligently pursuing the Work at a rate not less than that which would
have been necessary to complete the original Contract Work on time.
1-08.7 Maintenance During Suspension
Revise the second paragraph to read:
(******)
At no expense to the Contracting Agency, the Contractor shall provide through the
construction area a safe, smooth, and unobstructed roadway, driveway, and path for
public use during suspension (as required in Section 1-07.23 or the Special Provisions). This
may include a temporary road or detour.
1-08.9 Liquidated Damages
Section 1-08.9 is supplemented with the following:
(******)
In addition, the Contractor shall compensate the Contracting Agency for actual engineering
inspection and supervision costs and any other expenses and legal fees incurred by the
Contracting Agency because of such delay. Such labor costs will be billed to the Contractor
at actual costs, including administrative overhead costs.
If the Contracting Agency is required to commence any lawsuit to enforce any provision of
this Contract or to seek redress for any breach thereof, the Contracting Agency shall be
entitled to recover its costs, including reasonable attorney’s fees, from the Contractor.
1-08.11 Contractor's Plant and Equipment
Section 1-08.11 is a new Section:
(******)
The Contractor alone shall at all times be responsible for the adequacy, efficiency, and
sufficiency of his and his subcontractor's plant and equipment. The Contracting Agency
shall have the right to make use of the Contractor's plant and equipment in the
performance of any Work on the site of the Work.
The use by the Contracting Agency of such plant and equipment shall be considered as
extra Work and paid for accordingly.
Neither the Contracting Agency nor the Engineer assumes any responsibility, at any time,
for the security of the site from the time the Contractor's operations have commenced
until final acceptance of the Work by the Engineer and the Contracting Agency. The
01/25/2023
58
Contractor shall employ such measures as additional fencing, barricades, and watchmen
service, as he deems necessary for the public safety and for the protection of the site and
his plant and equipment. The Contracting Agency will be provided keys for all fenced,
secured areas.
1-08.12 Attention to Work
Section 1-08.12 is a new section:
(******)
The Contractor shall give his personal attention to and shall supervise the Work to the end
that it shall be prosecuted faithfully, and when he is not personally present on the Work
site, he shall at all times be represented by a competent superintendent who shall have full
authority to execute the same, and to supply materials, tools, and labor without delay, and
who shall be the legal representative of the Contractor. The Contractor shall be liable for
the faithful observance of any instructions delivered to him or to his authorized
representative.
1-09 MEASUREMENT AND PAYMENT
1-09.1 Measurement of Quantities
Section 1-09.1 is supplemented with the following:
(******)
Lump Sum. The percentage of lump sum Work completed, and payment will be based on
the cost percentage breakdown of the lump sum bid price(s) submitted at the
preconstruction conference.
The Contractor shall submit a breakdown of costs for each lump sum bid item. The
breakdown shall list the items included in the lump sum together with a unit price of labor,
materials, and equipment for each item. The summation of the detailed unit prices for
each item shall add up to the lump sum bid. The unit price values may be used as a
guideline for determining progress payments or deductions or additions in payment for
ordered Work changes.
Cubic Yard Quantities. The Contractor shall provide truck trip tickets for progress
payments only in the following manner. Where items are specified to be paid by the cubic
yard, the following tally system shall be used.
All trucks to be employed on this Work will be measured to determine the volume of each
truck. Each truck shall be clearly numbered, to the satisfaction of the Engineer, and there
shall be no duplication of numbers.
Duplicate tally tickets shall be prepared to accompany each truckload of material delivered
on the project. All tickets received that do not contain the following information will not
be processed for payment:
1 Truck number
2 Quantity and type of material delivered in cubic yards
3 Driver’s name, date and time of delivery
4 Location of delivery, by street and stationing on each street
5 Place for the Engineer to acknowledge receipt
6 Pay item number
7 Contract number and/or name
It will be the Contractor's responsibility to see that a ticket is given to the Engineer on the
project for each truckload of material delivered. Pay quantities will be prepared based on
said tally tickets.
Loads will be checked by the Engineer to verify quantity shown on ticket.
Quantities by Ton. It will be the Contractor's responsibility to see that a certified weight
01/25/2023
59
ticket is given to the Inspector on the project at the time of delivery of materials for each
truckload delivered. Pay quantities will be prepared based on said tally tickets, delivered
to the Inspector at time of delivery of materials. Tickets not receipted by Inspector will not
be honored for payment.
Each truck shall be clearly numbered to the satisfaction of the Engineer and there shall be
no duplication of numbers.
Duplicate tickets shall be prepared to accompany each truckload of material delivered to
the project. All tickets received that do not contain the following information will not be
processed for payment:
1. Truck number
2. Truck tare weight (stamped at source)
3. Gross truckload weight in tons (stamped at source)
4. Net load weight (stamped at source)
5. Driver's name, date, and time of delivery
6. Location for delivery by street and stationing on each street
7. Place for the Engineer to acknowledge receipt
8. Pay item number
9. Contract number and/or name
1-09.3 Scope of Payment
Section 1-09.3 is supplemented with the following:
(******)
The bid items listed in Division 18 of the technical specifications will be the only items for
which compensation will be made for the Work described in each section of the standard
specifications, special provisions, and technical specifications when the Contractor
performs the specified Work. Should a bid item be listed in a “Payment” clause but not in
the Proposal Form, and Work for that item is performed by the Contractor and the Work is
not stated as included in or incidental to a pay item in the Contract and is not Work that
would be required to complete the intent of the Contract per Section 1-04.1, then payment
for that Work will be made as for Extra Work pursuant to a Change Order.
The words “Bid Item,” “Contract Item,” and “Pay Item,” and similar terms used throughout
the Contract Documents are synonymous.
If the “payment” clause in the Specifications relating to any unit bid item price in the
Proposal Form requires that said unit bid item price cover and be considered
compensation for certain Work or material essential to the item, then the Work or material
will not be measured or paid for under any other unit bid item which may appear
elsewhere in the Proposal Form or Specifications.
Pluralized unit bid items appearing in these Specifications are changed to singular form.
Payment for bid items listed or referenced in the “Payment” clause of any section of the
Specifications shall be considered as including all of the Work required, specified, or
described in that particular section. Payment items will generally be listed generically in
the Specifications, and specifically in the bid form. When items are to be “furnished” under
one payment item and “installed” under another payment item, such items shall be
furnished FOB project site, or, if specified in the Special Provisions, delivered to a
designated site. Materials to be “furnished,” or “furnished and installed” under these
conditions, shall be the responsibility of the Contractor regarding storage until such items
are incorporated into the Work or, if such items are not to be incorporated into the Work,
delivered to the applicable Contracting Agency storage site when provided for in the
Specifications. Payment for material “furnished,” but not yet incorporated into the Work,
may be made on monthly estimates to the extent allowed.
01/25/2023
60
1-09.6 Force Account
Section 1-09.6 is supplemented with the following:
(******)
Contracting Agency has estimated and included in the proposal, dollar amounts for all
items to be paid per force account, only to provide a common proposal for Bidders. All
such dollar amounts are to become a part of the Contractor’s total bid. However, the
Contracting Agency does not warrant expressly or by implication that the actual amount of
Work will correspond with those estimates. Payment will be made based on the amount
of Work authorized by the Engineer.
1-09.7 Mobilization
Section 1-09.7 is supplemented with the following:
(******)
Mobilization shall also include, but not be limited to, the following items: the movement of
Contractor's personnel, equipment, supplies, and incidentals to the project site; the
establishment of an office, buildings, and other facilities necessary for Work on the project;
providing sanitary facilities for the Contractor's personnel; and obtaining permits or
licenses required to complete the project not furnished by the Contracting Agency.
This item shall also include providing the Engineer and the Inspectors with access to
telephone, facsimile machine, and copy machine during all hours the Contractor is working
on the jobsite; and a table and chair for their use when needed.
Payment will be made for the following bid item(s):
“Mobilization, Demobilization, Site Preparation, and Cleanup” Lump Sum.
1-09.9 Payments
Delete the fourth paragraph and replace it with the following:
(******)
Progress payments for completed Work and material on hand will be based upon progress
estimates prepared by the Engineer. A progress estimate cutoff date will be established at
the preconstruction meeting.
The initial progress estimate will be made not later than 30 days after the Contractor
commences the Work, and successive progress estimates will be made every month
thereafter until the Completion Date. Progress estimates made during progress of the
Work are tentative and made only for the purpose of determining progress payment. The
progress estimates are subject to change at any time prior to the calculation of the final
payment.
The value of the progress estimate will be the sum of the following:
1. Unit Price Items in the Bid Form – the approximate quantity of acceptable units of
Work completed multiplied by the unit price.
2. Lump Sum Items in the Bid Form – the estimated percentage complete multiplied by
the Bid Forms amount for each lump sum item, or per the schedule of values for that
item.
3. Materials on Hand – 100 percent of invoiced cost of material delivered to job site or
other storage area approved by the Engineer.
4. Change Orders – entitlement for approved extra cost or completed extra Work as
determined by the Engineer.
Progress payments will be made in accordance with the progress estimate less:
1. Retainage per Section 1-09.9(1);
2. The amount of Progress Payments previously made; and
01/25/2023
61
3. Funds withheld by the Contracting Agency for disbursement in accordance with the
Contract Documents.
Progress payments for Work performed shall not be evidence of acceptable performance
or an admission by the Contracting Agency that any Work has been satisfactorily
completed.
Payments will be made by check or electronic transfer, issued by the Contracting Agency’s
fiscal officer, against the appropriate fund source for the project. Payments received on
account of Work performed by a subcontractor are subject to the provisions of RCW
39.04.250.
Section 1-09.9 is supplemented with the following:
(******)
Applications for payment shall be itemized and supported to the extent required by the
Engineer by receipts or other vouchers showing payment for materials and labor,
payments to subcontractors, and other such evidence of the Contractor's right to payment
as the Engineer may direct, including “red line” as-built drawings showing work installed by
the contractor during the progress payment period.
The Contractor shall submit a progress report with each monthly request for a progress
payment. The progress report shall indicate the estimated percent complete for each
activity listed on the progress schedule (see Section 1-08.3) and a revised and updated
schedule to reflect the most current project completion date.
1-09.9(1) Retainage
Section 1-09.9(1) is supplemented with the following:
(******)
The retained amount shall be released as stated in the Standard Specifications if no claims
have been filed against such funds as provided by law, and if the Contracting Agency has
no unsatisfied claims against the Contractor. In the event claims are filed, the Contracting
Agency shall withhold, until such claims are satisfied, a sum sufficient to satisfy all claims
and to pay attorney's fees. In addition, the Contracting Agency shall withhold such
amount as is required to satisfy any claims by the Contracting Agency against the
Contractor, until such claims have been finally settled.
Neither the final payment nor any part of the retained percentage shall become due until
the Contractor, if requested, delivers to the Contracting Agency a complete release of all
liens arising out of this Contract, or receipts in full in lieu thereof, and, if required in either
case, an affidavit that so far as the Contractor has knowledge or information, the release
and receipts include all labor and materials for which a lien could be filed: but the
Contractor may, if any subcontractor refuses to furnish a release or receipt in full, furnish a
bond satisfactorily to the Engineer to indemnify the Contracting Agency against the lien. If
any lien remains unsatisfied after all payments are made, the Contractor shall reimburse to
the Contracting Agency all monies that the latter may be compelled to pay in discharging
such lien, including all costs and reasonable engineer's and attorney's fees.
1-09.9(2) Contracting Agency’s Right to Withhold and Disburse Certain Amounts
Section 1-09.9(2) is a new section:
(******)
In addition to monies retained pursuant to RCW 60.28 and subject to RCW 39.04.250, RCW
39.12 and RCW 39.76, the Contractor authorizes the Engineer to withhold progress
payments due or deduct an amount from any payment or payments due the Contractor
which, in the Engineer’s opinion, may be necessary to cover the Contracting Agency’s costs
for or to remedy the following situations:
1. Damage to another contractor when there is evidence thereof and a claim has
been filed.
01/25/2023
62
2. Where the Contractor has not paid fees or charges to public authorities of
municipalities, which the Contractor is obligated to pay.
3. Utilizing material tested and inspected by the Engineer, for purposes not
connected with the Work (Section 1-05.6).
4. Landscape damage assessments per Section 1-07.16.
5. For overtime Work performed by City personnel per Section1-08.0(3).
6. Anticipated or actual failure of the Contractor to complete the Work on time:
a. Per Section 1-08.9 Liquidated Damages; or
b. Lack of construction progress based upon the Engineer’s review of the
Contractor’s approved progress schedule, which indicates the Work will not
be complete within the contract time. When calculating an anticipated time
overrun, the Engineer will make allowances for weather delays, approved
unavoidable delays, and suspensions of the Work. The amount withheld
under this subparagraph will be based upon the liquidated damages amount
per day set forth in Contract Documents multiplied by the number of days
the Contractor’s approved progress schedule, in the opinion of the Engineer,
indicates the Contract may exceed the Contract Time.
7. Failure of the Contractor to perform any of the Contractor’s other obligations
under the Contract, including but not limited to:
a. Failure of the Contractor to provide the Engineer with a field office when
required by the Contract Provisions.
b. Failure of the Contractor to protect survey stakes, markers, etc., or to
provide adequate survey Work as required by Section 1-05.4.
c. Failure of the Contractor to correct defective or unauthorized Work (Section
1-05.7).
d. Failure of the Contractor to furnish a Manufacturer’s Certificate of
Compliance in lieu of material testing and inspection as required by Section
1-06.3.
e. Failure to submit weekly payrolls, Intent to Pay Prevailing Wage forms, or
correct underpayment to employees of the Contractor or subcontractor of
any tier as required by Section 1-07.9.
f. Failure of the Contractor to pay worker’s benefits (Title 50 and Title 51
RCW) as required by Section 1-07.10.
g. Failure of the Contractor to submit and obtain approval of a progress
schedule per Section 1-08.3.
The Contractor authorizes the Engineer to act as agent for the Contractor disbursing
such funds as have been withheld pursuant to this Section to a party or parties who are
entitled to payment. Disbursement of such funds, if the Engineer elects to do so will be
made only after giving the Contractor 15 calendar days prior written notice of the
Contracting Agency’s intent to do so, and if prior to the expiration of the 15-calendar
day period,
1. No legal action has commenced to resolve the validity of the claims, and
2. The Contractor has not protested such disbursement.
A proper accounting of all funds disbursed on behalf of the Contractor in accordance
with this Section will be made. A payment made pursuant to this section shall be
considered as payment made under the terms and conditions of the Contract. The
Contracting Agency shall not be liable to the Contractor for such payment made in
good faith.
1-09.9(3) Final Payment
Section 1-09.9(3) is a new section:
(******)
Upon Acceptance of the Work by the Contracting Agency, the final amount to be paid the
01/25/2023
63
Contactor will be calculated based upon a Final Progress Estimate made by the Engineer.
Acceptance by the Contractor of the final payment shall be and shall operate as a release:
1. To the Contracting Agency of all claims and all liabilities of the Contractor, other
than claims in stated amounts as may be specifically accepted in writing by the
Contractor;
2. For all things done or furnished in connection with the Work;
3. For every act and neglect by the Contracting Agency; and
4. For all other claims and liability relating to or arising out of the Work.
A payment (monthly, final, retainage, or otherwise) shall not release the Contractor or the
Contractor’s Surety from any obligation required under the terms of the Contract
Documents or the Contract Bond; nor shall such payment constitute a waiver of the
Contracting Agency’s ability to investigate and act upon findings of non-compliance with
the WMBE requirements of the Contract; nor shall such payment preclude the Contracting
Agency from recovering damages, setting penalties, or obtaining such other remedies as
may be permitted by law.
Before the Work will be accepted by the Contracting Agency, the Contractor shall submit
an affidavit, on the form provided by the Engineer, of amounts paid to certified
disadvantaged (DB), minority (MBE) or women business enterprises (WBE) participating in
the Work. Such affidavit shall certify the amounts paid to the DB, MBE or WBE
subcontractors regardless of tier.
On federally funded projects the Contractor may also be required to execute and furnish
the Contracting Agency an affidavit certifying that the Contractor has not extended any
loans, gratuity or gift and money pursuant to Section 1-07.19 of these Specifications.
If the Contractor fails, refuses, or is unable to sign and return the Final Progress Estimate or
any other documents required for the final acceptance of the Contract, the Contracting
Agency reserves the right to establish a completion date and unilaterally accept the
Contract. Unilateral acceptance will occur only after the Contractor has been provided the
opportunity, by written request from the Engineer, to voluntarily submit such documents.
If voluntary compliance is not achieved, formal notification of the impending unilateral
acceptance will be provided by certified letter from the Engineer to the Contractor that will
provide 30 calendar days for the Contractor to submit the necessary documents. The 30-
calendar day deadline shall begin on the date of the postmark of the certified letter from
the Engineer requesting the necessary documents. This reservation by the Contracting
Agency to unilaterally accept the Contract will apply to contracts that are completed in
accordance with Section 1-08.5 and for contracts that are terminated in accordance with
Section 1-08.10. Unilateral acceptance of the Contract by the Contracting Agency does not
relieve the Contractor of the provisions under contract or of the responsibility to comply
with all laws, ordinances, and federal, state, and local regulations that affect the Contract.
The date the Contracting Agency unilaterally signs the Final Progress Estimate constitutes
the final acceptance date (Section 1-05.12).
1-09.11 Disputes and Claims
1-09.11(2) Claims
Paragraph 5 is revised with the following:
(******)
Failure to submit with the Final Application for Payment such information and details as
described in this section for any claim shall operate as a waiver of the claims by the
Contractor as provided in Section 1-09.9.
01/25/2023
64
1-09.11(3) Time Limitations and Jurisdiction
Paragraph 1, Sentence 1 is revised with the following:
(******)
…such claims or causes of action shall be brought in the Superior Court of the county
where the Work is performed.
1-09.13 Claims Resolution
1-09.13(3) Claims $250,000 or Less
Delete this Section and replace it with the following:
(******)
The Contractor and the Contracting Agency mutually agree that those claims that total
$250,000 or less, submitted in accordance with Section 1-09.11 and not resolved by
nonbonding ADR processes, shall be resolved through litigation, unless the parties mutually
agree in writing to resolve the claim through binding arbitration.
1-09.13(3)A Arbitration General
Revise the third paragraph to read:
(******)
The Contracting Agency and the Contractor mutually agree to be bound by the decision of
the arbitrator, and judgment upon the award rendered by the arbitrator may be entered in
the Superior Court of the county in which the Contracting Agency’s headquarters are
located. The decision of the arbitrator and the specific basis for the decision shall be in
writing. The arbitrator shall use the Contract as a basis for decisions.
1-09.13(3)B Procedures to Initiate Arbitration
Section 1-09.13(3)B is supplemented with the following:
(******)
The findings and decision of the board of arbitrators shall be final and binding on the
parties, unless the aggrieved party, within 10 days, challenges the findings and decision by
serving and filing a petition for review by the superior court of King County, Washington.
The grounds for the petition for review are limited to showing that the findings and
decision:
1. Are not responsive to the questions submitted;
2. Is contrary to the terms of the contract or any component thereof;
3. Is arbitrary and/or is not based upon the applicable facts and the law controlling the
issues submitted to arbitration. The board of arbitrators shall support its decision by
setting forth in writing their findings and conclusions based on the evidence adduced at
any such hearing.
The arbitration shall be conducted in accordance with the statutes of the State of
Washington and court decisions governing such procedure.
The costs of such arbitration shall be borne equally by the Contracting Agency and the
Contractor unless it is the board's majority opinion that the Contractor's filing of the
protest or action is capricious or without reasonable foundation. In the latter case, all
costs shall be borne by the Contractor.
1-10 TEMPORARY TRAFFIC CONTROL
1-10.1 General
1-10.1(2) Description
Delete the first paragraph and replace with:
(******)
The Contractor shall provide flaggers, signs, and other traffic control devices not otherwise
specified as being furnished by the Contracting Agency. The Contractor shall erect and
01/25/2023
65
maintain all construction signs, warning signs, detour signs, and other traffic control
devices necessary to warn and protect the public at all times from injury or damage as a
result of the Contractor’s operations which may occur on highways, roads, streets,
sidewalks, or paths. No Work shall be done on or adjacent to any traveled way until all
necessary signs and traffic control devices are in place.
Section 1-10.1(2) is supplemented with the following:
(******)
When the bid proposal includes an item for “Temporary Traffic Control,” the Work
required for this item shall be all items described in Section 1-10, including, but not limited
to:
1. Furnishing and maintaining barricades, flashers, construction signage, and other
channelization devices, unless a pay item is in the bid proposal for any specific
device and the Special Provisions specify furnishing, maintaining, and payment in
a different manner for that device;
2. Furnishing traffic control labor, equipment, and supervisory personnel for all
traffic control labor;
3. Furnishing any necessary vehicle(s) to set up and remove class B construction
signs and other traffic control devices;
4. Furnishing labor and vehicles for patrolling and maintaining all of the construction
signs and the traffic control devices, unless a pay item is in the bid proposal to
specifically pay for this Work;
5. Furnishing labor, material, and equipment necessary for cleaning up, removing,
and replacing of the construction signs and the traffic control devices destroyed
or damaged during the life of the project.
6. Removing existing signs as specified or as directed by the Engineer and delivering
to the City Shops or storing and reinstalling as directed by the Engineer.
7. Preparing a traffic control plan for the project and designating the person
responsible for traffic control at the Work site. The traffic control plan shall
include descriptions of the traffic control methods and devices to be used by the
prime Contractor, and subcontractors, shall be submitted at or before the
preconstruction conference, and shall be subject to review and approval of the
Engineer. Temporary traffic control plans shall be prepared by a qualified Traffic
Control Supervisor.
8. Contacting police, fire, 911, and ambulance services to notify them in advance of
any Work that will affect and traveled portion of a roadway.
9. Assuring that all traveled portions of roadways are open to traffic during peak
traffic periods, 6:30 a.m. to 8:30 a.m., and 3:00 p.m. to 6:00 p.m., or as specified
in the special provisions, or as directed by the Engineer.
10. Promptly removing or covering all non-applicable signs during periods when they
are not needed.
If the Engineer requires the Contractor to furnish additional channelizing devices, pieces of
equipment, or services, which could not be usually anticipated by a prudent Contractor for
the maintenance and protection of traffic, then a new item or items may be established to
pay for such items. Further limitations for consideration of payment for these items are
that they are not covered by other pay items in the bid proposal, they are not specified in
the Special Provisions as incidental, and the accumulative cost for the use of each
individual channelizing device, piece of equipment, or service must exceed $200 in total
cost for the duration of their need. In the event of disputes, the Engineer will determine
what is usually anticipated by a prudent Contractor. The cost for these items will be by
agreed price, price established by the Engineer, or by force account. Additional items
required because of the Contractor’s modification to the traffic control plan(s) appearing in
01/25/2023
66
the Contract shall not be covered by the provisions in this paragraph.
If the total cost of all the Work under the Contract increases or decreases by more than 25
percent, an equitable adjustment will be considered for the item “Traffic Control” to
address the increase or decrease.
Traffic control and maintenance for the safety of the traveling public on this project shall
be the sole responsibility of the Contractor and all methods and equipment used will be
subject to the approval of the Contracting Agency.
Traffic control devices and their use shall conform to City of Renton standards and the
Manual on Uniform Traffic Control Devices (MUTCD).
The contractor shall not proceed with any construction related activities until temporary
traffic control plans and pedestrian plans have been approved. Any days lost due to
improper traffic control will be charged against the Contractor’s allowable contract time
and shall not be the cause for a claim for extra days to complete the Work.
If no bid item “Temporary Traffic Control” appears in the proposal, then all Work required
by these sections will be considered incidental and their cost shall be included in the other
items of Work.
1-10.2(1)B Traffic Control Supervisor
Paragraphs 1 and 2 are deleted in their entirety and replaced with the following:
(******)
A Traffic Control Supervisor (TCS) shall be on the project whenever traffic control labor is
required or as authorized by the Engineer.
The TCS shall assure that all the duties of the TCS are performed during the duration of the
Contract. During non-Work periods, the TCS shall be able to be on the job site within a 45-
minute period after notification by the Engineer.
Only training with WSDOT TCS card and WSDOT training curriculum is recognized in the
State of Washington. The Traffic Control Supervisor shall be certified by one of the
following.
The Northwest Laborers-Employers Training Trust
27055 Ohio Ave.
Kingston, WA 98346
(360) 297-3035
Evergreen Safety Council
12545 135th Ave. NE
Kirkland, WA 98034-8709
1-800-521-0778 or (425) 814-3868
The American Traffic Safety Services Association
15 Riverside Parkway, Suite 100
Fredericksburg, Virginia 22406-1022
Training Dept. Toll Free (877) 642-4637
Phone: (540) 368-1701
1-10.2(2) Traffic Control Plans
Section 1-10.2(2) is supplemented with the following:
(******)
01/25/2023
67
The Contractor shall be responsible for assuring that traffic control is installed and
maintained in conformance to established standards. The Contractor shall continuously
evaluate the operation of the traffic control plan and take prompt action to correct any
problems that become evident during operation.
Traffic Control Plans shall be prepared by a certified Traffic Control Supervisor (TCS),
certified Traffic Control Design Specialist or licensed Professional Traffic Operations
Engineer, using traffic control software (or other software modified to clearly show all
aspects of the traffic control zone). The certified party shall stamp or affix their name,
current certification number, expiration date and contact information on the plans.
Traffic control plans shall include pedestrian traffic control for sidewalk closures and
incorporate the constraints and requirements described elsewhere in these Special
Provisions. All pedestrian routes shall be maintained to meet ADA standards to the
maximum extent feasible.
Detour routes shall provide access around construction and shall maintain local access to all
businesses.
1-10.3 Traffic Control Labor, Procedure, and Devices
Section 1-10.3 is supplemented with the following:
(******)
At the end of each working day, provisions shall be made for the safe passage of traffic and
pedestrians during non-working hours.
Barricades shall be reflectorized as specified in Part VI of the MUTCD and shall be 3M-
diamond grade or equivalent approved by the Engineer. Barricades shall also be equipped
with flashers during hours of darkness.
Drivers of motor vehicles used in connection with the construction shall obey traffic rules
posted for such location in the same manner and under the same restrictions as provided
for the drivers of private vehicles.
The Contractor shall conduct the work in such a manner as will obstruct and inconvenience
vehicular and pedestrian traffic as little as possible. The streets, sidewalks and private
driveways shall be kept open by the Contractor except for the brief periods when actual
work is being done. The Contractor shall so conduct his operations so as to have under
construction no greater length or amount of work than Contractor can prosecute vigorously,
and Contractor shall not open up sections of the work and leave them in an unfinished
condition. See Section 1-07.23(1) for additional driveway closure requirements.
The Contractor shall provide traffic cones, barricades, and drums, with warning lights in
sufficient number and in good condition as required to protect the work and the public
throughout the length of the job. Traffic Safety Drums with flashers in addition to temporary
striping will be used to channelize traffic through construction zones. Opposing lanes of
traffic will be separated by pylons when clearance for drums is not adequate. All signing and
channelization shall be per current MUTCD standards.
Temporary paint striping, reflective marking tape, and/or retroreflective tubular markers
shall be required for each shift of traffic control. The Contractor shall provide temporary
striping, reflective marking tape, and/or retroreflective tubular markers as required at the
direction of the Engineer. Paint, reflective marking tape, and/or retroreflective tubular
markers used for temporary striping shall meet the requirement of Section 8-23 of the
Specifications.
1-10.3(3) Traffic Control Devices
1-10.3(3)A Construction Signs
Section 1-10.3(3)A paragraph 3 is supplemented with the following:
(******)
01/25/2023
68
No separate pay item will be provided in the bid proposal for Class A or Class B construction
signs. All costs for the Work to provide Class A or Class B construction signs shall be included
in the unit contract price for the various other items of the Work in the bid proposal.
1-10.3(3)C Portable Changeable Message Sign
Section 1-10.3(3)C is supplemented as follows:
(******)
The Contractor shall provide four portable changeable message signs (PCMS) to alert the
public of road closures, lane adjustments, and/or other traffic control changes.
1-10.3(1)C Uniformed Police Officer
Section 1-10.3(1)C is a new section:
(*******)
The Contractor shall use an off-duty Uniformed Police Officer to direct traffic when the
traffic control plan requires disruptions or modifications to the operation of traffic at a
signalized intersection, or as directed by the Engineer. Uniformed Police Officers are not
required if traffic signals are set to all-way stop or are turned off and covered. The off-duty
police officer shall be in addition to all other personnel required for traffic control. The
Contractor is responsible for the properly scheduling of off-duty officers and shall be
responsible for any charges assessed due to insufficient time in canceling off-duty officers,
except in situations outside of the Contractor’s control.
The off-duty uniformed police officer hours, as stated in the proposal are the City’s
estimate, without knowledge of the Contractor’s specific method of operation and has
been presented for the purpose of providing a common amount for all bidders. Uniformed
Police Officers will be scheduled for a minimum of four (4) hours for any shift worked.
The Contractor shall use the City of Renton Police Department unless it is unable to
respond to a request to assist with the Work. The Uniformed Police Office shall remain in
place until the intersection becomes satisfactorily operational as determined by the City of
Renton Police Department.
The City of Renton Police Department may be contacted at:
1055 S Grady Way
Renton, WA 98057
(425) 430-7500
Other resources include:
King County Sheriff’s Officers: Contact (206) 957-0935 ext. 1
Washington State Patrol Officers: Contact (425) 401-7788
1-10.3(4) Traffic Control Constraints
Section 1-10.3(4) is a new section:
(******)
Traffic control plans shall be reviewed and approved by the City. Pedestrian and vehicular
access shall be maintained throughout the work to the greatest extent practical. Minimum
travel lane width is 9.5-feet. Traffic control zones shall be limited to one block per street
and one intersection per street at a time, unless otherwise approved by the Engineer and
subject to the constraints in the Contract Documents. Traffic control shall not be permitted
on adjacent north-south streets simultaneously unless approved by the engineer. A
01/25/2023
69
maximum of 400-feet of trench, including that which is steel plated, may be open on a
street at any time.
The Contractor shall provide a pedestrian traffic control plan for sidewalk closures. The
maximum closure time between demolition and completion for any curb ramp or street
corner shall be 7 calendar days. Pedestrian routes shall be restored to clean and hazard-
free surface meeting ADA standards to the maximum extent feasible before they are re-
opened to the public.
The Contractor shall clean the work zone and reopen the roadway at the end of the
working day unless otherwise permitted in the Contract Documents or approved by the
Engineer. All open trenches shall be protected with steel plates overnight. Steel plates used
for trench protection shall be secured to the roadway. All trenches shall be temporary
patched or steel plated and in a clean and orderly condition from the time the contractor
stops work until work resumes. Steel plate and temporary patched related costs shall be
considered incidental. Any traffic detours shall be maintained in accordance with the
approved traffic control plan.
Access to businesses and residences shall be maintained at all times. Property owners and
tenants shall be notified by the Contractor of traffic control restrictions in accordance with
Section 1-07.23(1). “Business Open During Construction” signage is required where traffic
control is in place in a commercial area. Mail delivery service shall not be impeded. Street
parking may be closed in traffic control zones as necessary to provide detours.
Traffic control affecting bus routes shall be subject to the requirements of King County
Metro and Sound Transit. Minimum 12-ft travel lanes shall be provided on bus routes.
Temporary bus stop closures or relocations will be necessary and are limited to a single
stop in each direction at a time. Bus route detours, if required, shall be coordinated with
King County Metro and Sound Transit.
1-10.4 Measurement
Section 1-10.4 is deleted in its entirety and replaced with:
(******)
No specific unit of measurement will apply to the lump sum item of “Temporary Traffic
Control”.
No adjustment in the lump sum bid amount will be made for overtime Work or for use of
relief flaggers.
1-10.5 Payment
Section 1-10.5 is deleted in its entirety and replaced with:
(******)
Payment for all labor, materials, and equipment described in Section 1-10 will be made in
accordance with Section 1-04.1, for the following bid items when included in the proposal:
“Temporary Traffic Control,” Lump Sum.
01/25/2023
70
1-11 RENTON SURVEYING STANDARDS
The following is a new section with new subsections:
(******)
1-11.1(1) Responsibility for Surveys
All surveys and survey reports shall be prepared under the direct supervision of a person
registered to practice land surveying under the provisions of Chapter 18.43 RCW.
All surveys and survey reports shall be prepared in accordance with the requirements
established by the Board of Registration for Professional Engineers and Land Surveyors
under the provisions of Chapter 18.43 RCW.
1-11.1(2) Survey Datum and Precision
The horizontal component of all surveys shall have as its coordinate base: The North
American Datum of 1983/91.
All horizontal control for projects must be referenced to or in conjunction with a minimum
of two of the City of Renton's Survey Control Network monuments. The source of the
coordinate values used will be shown on the survey drawing per RCW 58.09.070.
The horizontal component of all surveys shall meet or exceed the closure requirements of
WAC 332-130-110. The control base lines for all surveys shall meet or exceed the
requirements for a Class A survey revealed in Table 2 of the Minimum Standard Detail
Requirements for ALTA/ACSM Land Title Surveys jointly established and adopted by ALTA
and ACSM in 1992 or comparable classification in future editions of said document. The
angular and linear closure and precision ratio of traverses used for survey control shall be
revealed on the face of the survey drawing, as shall the method of adjustment.
The horizontal component of the control system for surveys using global positioning
system methodology shall exhibit at least 1 part in 50,000 precision in line length
dependent error analysis at a 95 percent confidence level and performed pursuant to
Federal Geodetic Control Subcommittee Standards for GPS control surveys as defined in
Geometric Geodetic Accuracy Standards & Specifications for Using GPS Relative Positioning
Techniques dated August 1, 1989, or comparable classification in future editions of said
document.
The vertical component of all surveys shall be based on NAVD 1988, the North American
Vertical Datum of 1988, and tied to at least one of the City of Renton Survey Control
Network benchmarks. If there are two such benchmarks within 3000 feet of the project
site a tie to both shall be made. The benchmark(s) used will be shown on the drawing. If a
City of Renton benchmark does not exist within 3000 feet of a project, one must be set on
or near the project in a permanent manner that will remain intact throughout the duration
of the project. Source of elevations (benchmark) will be shown on the drawing, as well as a
description of any benchmarks established.
1-11.1(3) Subdivision Information
Those surveys dependent on section subdivision shall reveal the controlling monuments
used and the subdivision of the applicable quarter section.
Those surveys dependent on retracement of a plat or short plat shall reveal the controlling
monuments, measurements, and methodology used in that retracement.
1-11.1(4) Field Notes
Field notes shall be kept in conventional format in a standard bound field book with
waterproof pages, and/or in an electronic field book/data collector format in an unedited,
original field-produced state capable of being printed. In all cases, original field notes must
be dated with the day the field work was performed and include a sketch and with a record of
01/25/2023
71
control and base line traverses describing station occupations and what measurements
were made at each point.
Every point located or set shall be identified by a number and a description. Point
numbers shall be unique within a complete job. The preferred method of point numbering
is field notebook, page and point set on that page. Example: The first point set or found
on page 16 of field book 348 would be identified as Point No. 348.16.01, the second point
would be 348.16.02, etc.
Upon completion of a City of Renton project, either the field notebook(s) provided by the
City or the original field notebook(s) used by the Surveyor will be given to the City. For all
other Work, Surveyors will provide a copy of the notes to the City upon request. In those
cases where an electronic data collector is used, a hard copy print out in ASCII text format
will accompany the field notes.
1-11.1(5) Corners and Monuments
Corner: A point on a land boundary, at the juncture of two or more boundary lines. A
monument is usually set at such points to physically reference a corner's location on the
ground.
Monument: Any physical object or structure of record, which marks or accurately
references:
A corner or other survey point established by or under the supervision of an individual per Section 1-11.1(1) and any corner or monument established by the General Land Office and its successor the Bureau of Land Management including section subdivision corners down to and including one-sixteenth corners; and
Any permanently monumented boundary, right-of-way alignment, or horizontal and vertical control points established by any governmental agency or private surveyor including street intersections but excluding dependent interior lot corners.
1-11.1(6) Control or Base Line Survey
Control or Base Line Surveys shall be established for all construction projects that will
create permanent structures such as roads, sidewalks, bridges, utility lines or
appurtenances, signal, or light poles, or any non-single-family building. Control or Base
Line Surveys shall consist of such number of permanent monuments as are required such
that every structure may be observed for staking or "as-builting" while occupying one such
monument and sighting another such monument. A minimum of two of these permanent
monuments shall be existing monuments, recognized and on record with the City of
Renton. The Control or Base Line Survey shall occupy each monument in turn and shall
satisfy all applicable requirements of Section 1-11.1 herein.
The drawing depicting the survey shall be neat, legible, and drawn to an appropriate scale.
North orientation should be clearly presented, and the scale shown graphically as well as
noted. The drawing must be of such quality that a reduction thereof to one-half original
scale remains legible.
If recording of the survey with the King County Recorder is required, it will be prepared on
18-inch by 24-inch mylar and will comply with all provisions of Chapter 58.09 RCW. A
photographic mylar of the drawing will be submitted to the City of Renton and, upon their
review and acceptance per the specific requirements of the project, the original will be
recorded with the King County Recorder.
If recording is not required, the survey drawing shall be prepared on 22-inch by 34-inch
mylar, and the original or a photographic mylar thereof will be submitted to the City of
01/25/2023
72
Renton.
The survey drawings shall meet or exceed the requirements of WAC 332-130-050 and shall
conform to the City of Renton's Drafting Standards. American Public Works Association
symbols shall be used whenever possible, and a legend shall identify all symbols used if
each point marked by a symbol is not described at each use.
An electronic listing of all principal points shown on the drawing shall be submitted with
each drawing. The listing should include the point number designation (corresponding
with that in the field notes), a brief description of the point, and northing, easting, and
elevation (if applicable) values, all in ASCII format, on IBM PC compatible media.
1-11.1(7) Precision Levels
Vertical Surveys for the establishment of benchmarks shall satisfy all applicable
requirements of Sections 1-05 and 1-11.1.
Vertical surveys for the establishment of benchmarks shall meet or exceed the standards,
Specifications, and procedures of third order elevation accuracy established by the Federal
Geodetic Control Committee.
Benchmarks must possess both permanence and vertical stability. Descriptions of
benchmarks must be complete to insure both recoverability and positive identification on
recovery.
1-11.1(8) Radial and Station -- Offset Topography
Topographic surveys shall satisfy all applicable requirements of Section 1-11.1 herein.
All points occupied or back sighted in developing radial topography or establishing
baselines for station-offset topography shall meet the requirements of Section 1-11.1
herein.
The drawing and electronic listing requirements set forth in Section 1-11.1 herein shall be
observed for all topographic surveys.
1-11.1(9) Radial Topography
Elevations for the points occupied or back sighted in a radial topographic survey shall be
determined either by, 1) spirit leveling with misclosure not to exceed 0.1 feet or Federal
Geodetic Control Committee third order elevation accuracy Specifications, OR 2)
trigonometric leveling with elevation differences determined in at least two directions for
each point and with misclosure of the circuit not to exceed 0.1 feet.
1-11.1(10) Station--Offset Topography
Elevations of the baseline and topographic points shall be determined by spirit leveling and
shall satisfy Federal Geodetic Control Committee Specifications as to the turn points and
shall not exceed 0.1 foot's error as to side shots.
1-11.1(11) As-Built Survey
All improvements required to be "as-built" (post construction survey) per City of Renton
Codes, TITLE 4 Building Regulations and TITLE 9 Public Ways and Property, must be located
both horizontally and vertically by a Radial survey or by a Station offset survey. The "as-
built" survey must be based on the same base line or control survey used for the
construction staking survey for the improvements being "as-built". The "as-built" survey
for all subsurface improvements should occur prior to backfilling. Close cooperation
between the installing Contractor and the "as-builting" surveyor is therefore required.
All "as-built" surveys shall satisfy the requirements of Section 1-11.1(1) herein, and shall be
based upon control or base line surveys made in conformance with these Specifications.
01/25/2023
73
The field notes for "as-built" shall meet the requirements of Section 1-11.1(4) herein and
submitted with stamped and signed "as-built" drawings which includes a statement
certifying the accuracy of the "as-built".
The drawing and electronic listing requirements set forth in Section 1-11.1(6) herein shall
be observed for all "as-built" surveys.
1-11.1(12) Monument Setting and Referencing
All property or lot corners, as defined in 1-11.1(5), established or reestablished on a plat or
other recorded survey shall be referenced by a permanent marker at the corner point per
1-11.2(1). In situations where such markers are impractical or in danger of being
destroyed, e.g., the front corners of lots, a witness marker shall be set. In most cases, this
will be the extension of the lot line to a tack in lead in the curb. The relationship between
the witness monuments and their respective corners shall be shown or described on the
face of the plat or survey of record, e.g., “Tacks in lead on the extension of the lot side lines
have been set in the curbs on the extension of said line with the curb." In all other cases
the corner shall meet the requirements of Section 1-11.2(1) herein.
All non-corner monuments, as defined in 1-11.1(5), shall meet the requirements of Section
1-11.2(2) herein. If the monument falls within a paved portion of a right-of-way or other
area, the monument shall be set below the ground surface and contained within a lidded
case kept separate from the monument and flush with the pavement surface, per Section
1-11.2(3).
In the case of right-of-way centerline monuments all points of curvature (PC), points of
tangency (PT), street intersections, center points of cul-de-sacs shall be set. If the point of
intersection (PI) for the tangents of a curve fall within the paved portion of the right-of-
way, a monument can be set at the PI instead of the PC and PT of the curve.
For all non-corner monuments set while under contract to the City of Renton or as part of
a City of Renton approved subdivision of property, a City of Renton Monument Card
(furnished by the city) identifying the monument; point of intersection (PI), point of
tangency (PT), point of curvature (PC), one-sixteenth corner, Plat monument, street
intersection, etc., complete with a description of the monument, a minimum of two
reference points and NAD 83/91 coordinates, and NAVD 88 elevation shall be filled out and
filed with the city.
1-11.2 Materials
1-11.2(1) Property/Lot Corners
Corners per 1-11.1(5) shall be marked in a permanent manner such as 1/2 inch diameter
rebar 24 inches in length, durable metal plugs or caps, tack in lead, etc., and permanently
marked or tagged with the surveyor's identification number. The specific nature of the
marker used can be determined by the surveyor at the time of installation.
1-11.2(2) Monuments
Monuments per 1-11.1(5) shall meet the requirements as set forth in City of Renton
Standard Plans page H031 and permanently marked or tagged with the surveyor's
identification number.
1-11.2(3) Monument Case and Cover
Materials shall meet the requirements of Section 9-22 and City of Renton Standard Plan
H031.
01/25/2023
74
2-01 CLEARING, GRUBBING, AND ROADSIDE CLEANUP
2-01.1 Description
Section 2-01.1 is supplemented with the following:
(******)
The limits of clearing and grubbing (construction limits) shall be defined as being the
construction limit lines as shown in the Plans. Where, in the opinion of the Engineer, any
trees abutting or adjacent to the limits of clearing and grubbing are damaged and require
removal, the Contractor shall remove such trees. Any trees flagged by the Engineer to
remain within the clearing and grubbing limits shall be left undamaged by the Contractor’s
operations. Any flagged trees, which are damaged, shall be replaced in kind at the
Contractor’s expense.
Existing landscaping outside the construction limits, including but not limited to, sod, grass,
rockeries, beauty bark, decorative gravel or rock, bushes, trees, and shrubbery shall be
protected from damage.
2-01.2 Disposal of Usable Material and Debris
Section 2-01.2 is supplemented with the following:
(******)
The Contractor shall dispose of all debris by Disposal Method No. 2 – Waste Site.
2-01.5 Payment
Section 2-01.5 is supplemented with the following:
(******)
The lump sum price for “Mobilization, Demobilization, Site Preparation, and Cleanup” shall
be full compensation for all Work described herein and shown in the Plans, including
clearing, grubbing, and roadside cleanup, where shown in the Plans and directed by the
Engineer.
2-02 REMOVAL OF STRUCTURE AND OBSTRUCTIONS
2-02.2(4) Removal of Unforeseen Obstructions and Debris
Section 2-02.3(4) is a new section:
(******)
Known obstructions and debris are shown in the plans but other obstructions may not be
shown. The removal and replacement of identified and minor obstructions, whether
identified or not, shall be anticipated and accomplished. Minor obstructions consist of those
ordinarily encountered in the due course of excavation and able to be excavated with
appropriate and typical excavation equipment, including, but not limited to, rocks, boulders,
logs, roots, stumps, concrete, etc.
Major obstructions encountered that are not shown in the Contract Drawings and could not
have been foreseen by visual inspection of the site prior to bidding shall immediately be
brought to the attention of the Engineer in writing. Major obstructions are those which
require special equipment, personnel, or an inordinate amount of time to remove, such as
reinforced concrete, structural metal, concrete encased pipes, vehicles, etc.
The Engineer will decide if an obstruction is major and unforeseen and will make a
determination for proceeding with the work. If the Engineer finds that the obstruction
adversely affects the Contractor’s costs or schedule for completion, a proper adjustment to
the Contract will be made in accordance with Section 1-04.4 as amended in the Special
Provisions.
01/25/2023
75
Tree Root Cutting
Roots may be encountered during the process of replacing the existing pavement, install
asphalt pavement, curb and gutter, utility trenching, excavation for utility vault and
shelter. Roots encountered during this process shall be treated by the Contractor as
follows:
Roots shall be severed by cutting down and away from the tree trunk. The purpose is to
minimize movement and disturbance to the remaining root system between the tree and
the point of cutting. The Engineer shall determine whether, due to this additional root
cutting, any additional tree top pruning or tree mechanical bracing or cabling is necessary.
If deemed necessary, the top pruning/mechanical bracing shall be done by the contractor
prior to root cutting.
Within two hours of exposure, all roots ¼-inch in diameter and larger are to be dressed
using a sharp knife, covered, and kept moist using water and burlap bags staked in place.
Roots are to be cut clean on a 45-degree angle leaving no split of torn exterior root
surfacing.
Roots are to be continually maintained in moistened conditions and protected from the
wind until they are fully covered by final backfill.
The Contractor shall dispose of waste at no expense to the Contracting Agency. Any such
disposal shall meet the requirement of section 2-03.3(7)C of the Standard Specifications.
Tree root cutting shall be considered incidental. No additional payment will be made.
2-02.3(3) Removal of Pavement, Sidewalks, Curbs, and Gutters
Section 2-02.3(3) is supplemented as follows:
(******)
When an area where pavement, sidewalk, curb, gutter, or driveway has been removed is to
be opened to traffic before pavement patching has been completed, temporary asphalt
concrete patching shall be required. Temporary patching shall be placed as specified in
Section 5-06.
2-03 ROADWAY EXCAVATION AND EMBANKMENT
2-03.3 Construction Requirements
Section 2-03.3 is supplemented with the following:
(******)
Roadway excavation shall include the removal of all materials excavated from within the
limits shown on the Plans. Suitable excavated material shall be used for embankments,
while surplus excavated material or unsuitable material shall be disposed of by the
Contractor.
Earthwork quantities and changes will be computed, either manually or by means of
electronic data processing equipment, by use of the average end area method. Any
changes to the proposed Work as directed by the Engineer that would alter these
quantities shall be calculated by the Engineer and submitted to the Contractor for his
review and verification.
Any excavation or embankment beyond the limits indicated in the Plans, unless ordered by
the Engineer, shall not be paid for. All Work and material required to return these areas to
their original conditions, as directed by the Engineer, shall be provided by the Contractor at
his sole expense.
All areas shall be excavated, filled, and/or backfilled as necessary to comply with the
grades shown on the Plans. In filled and backfilled areas, fine grading shall begin during
the placement and the compaction of the final layer. In cut sections, fine grading shall
begin within the final six (6) inches of cut. Final grading shall produce a surface, which is
01/25/2023
76
smooth and even, without abrupt changes in grade.
Excavation for curbs and gutters shall be accomplished by cutting accurately to the cross
sections, grades and elevations shown. Care shall be taken not to excavate below the
specified grades. The Contractor shall maintain all excavations free from detrimental
quantities of leaves, brush, sticks, trash, and other debris until final acceptance of the
Work.
Following removal of topsoil or excavation to grade, and before placement of fills or base
course, the subgrade under the roadway shall be proof rolled to identify any soft or loose
areas which may warrant additional compaction or excavation and replacement.
The Contractor shall provide temporary drainage or protection to keep the subgrade free
from standing water.
Acceptable excavated native soils shall be used for filling in the area requiring fills. Care
shall be taken to place excavated material at the optimum moisture content to achieve the
specified compaction. Any native material used for fill shall be free of organics and debris
and have a maximum particle size of 6 inches.
It shall be the responsibility of the Contractor to prevent the native materials from
becoming saturated with water. The measures may include sloping to drain, compacting
the native materials, and diverting runoff away from the materials. If the Contractor fails
to take such preventative measures, any costs or delay related to drying the materials shall
be at his own expense.
If the native materials become saturated, it shall be the responsibility of the Contractor to
dry the materials, to the optimum moisture content. If sufficient acceptable native soils
are not available to complete construction of the roadway embankment, Gravel Borrow
shall be used.
If subgrade trimmer is not required on the project, all portions of Section 2-03 shall apply
as though a subgrade trimmer were specified.
If sufficient acceptable native soils, as determined by the Engineer, are not available to
complete construction of the roadway embankment, Gravel Borrow meeting the
requirements of Section 9-03.14 of the Standard Specifications, shall be used.
2-05 HEALTH AND SAFETY PLAN AND IMPLEMENTATION
Section 2-05 is a new section:
(******)
2-05.1 Health and Safety
The Contractor shall review the available environmental data for the site and inspect the site
to identify potential hazards for workers.
The Contractor shall comply with all safety and health provisions of the Washington
Industrial Safety and Health Act of 1973 (WISHA), as amended, including WISHA Safety and
Health Core Rules (296-800 WAC), Respirators (296-842 WAC), and Hazardous Waste
Operations (296-843 WAC); all other applicable Federal, State, county, and local laws,
ordinances and codes; the requirements set forth in Section 1-07 and herein, and any
regulations that may be specified in other parts of this Contract. In case of conflict or overlap,
the provisions more protective of employee safety and health shall apply. Failure to become
thoroughly familiarized with these safety and health provisions shall not relieve the
Contractor of responsibility for compliance with the obligations and requirements set forth
therein.
01/25/2023
77
The Contractor shall be responsible for the health and safety of Contractor’s employees, its
Subcontractors, suppliers, agents, Inspectors, visitors, the general public and any others
providing labor, goods, or other services on the project site.
The Contractor shall have instituted a corporate safety and health program and have (when
required, based on-site conditions) workers who are trained in hazardous waste site safety
and health issues in accordance with 29 CFR 1910.120 of the Federal Register and Chapter
296-843 WAC, and personal protective equipment for employees as needed.
The Contractor shall communicate daily with the Engineer regarding health and safety issues
for the Engineer’s safe conduct of the Engineer’s duties, but such communication shall not
imply any duty or responsibility on the part of the Engineer with regard to health and safety
of Contractor’s employees, its Subcontractors, suppliers, the general public, or others. The
Engineer’s responsibility and duty with regard to health and safety shall be limited to the
Engineer’s employees. The Contractor shall have responsibility and duty to the Engineer to
communicate health and safety issues accurately and in a timely manner to allow the
Engineer to take appropriate actions to protect the Engineer’s employees.
The Contractor shall be responsible for emergency response planning and notification, and
for actual response to any and all emergencies that may occur during the course of the Work,
including emergencies occurring when Contractor is not present at the site.
The Contractor shall be responsible for stability of excavations and embankments caused by
the Contractor’s Work. Contractor shall designate one competent person as defined in
Chapter 296-155 WAC, Part N, to inspect daily and throughout the shift to document
excavation safety conditions and ensure excavation safety prior to any personnel entering
an excavation.
The Contractor shall designate, identify, and cordon off, where necessary, contaminated
excavations and other “exclusion zone” areas at the site as described in the Contractor’s
HASP. Only designated, properly trained personnel shall be allowed in any exclusion zones.
Decontamination activities shall take place in “designated” contamination reduction zones.”
2-05.1(1) Health and Safety Plan and Accident Prevention Program
The Contractor shall develop, implement, maintain, supervise, and be responsible for a
Health and Safety Plan (HASP) and Accident Prevention Program (APP). The HASP shall be
prepared by an American Board of Industrial Hygiene Certified Industrial Hygienist (CIH). The
HASP and APP shall be developed in accordance with the requirements of the current health
and safety guidelines established by the Washington Administrative Code (WAC), the U.S.
Environmental Protection Agency (EPA) Office of Emergency and Remedial Response —
Hazardous Response Support Division, the Occupational Safety and Health Administration
(OSHA), and the Washington Industrial Safety and Health Act (WISHA). Where these are in
conflict, the most stringent requirement shall be followed. The Contractor shall provide a
copy of the HASP and APP to the Engineer a minimum of 10 days following the Notice of
Award. Engineer shall review the HASP and APP and reserve the right to comment on it, but
Engineer shall not be responsible for approval of the Contractor’s HASP or APP.
2-05.2 Storage
Soils that are to be disposed of off-site should be loaded directly to trucks when possible. All
excavated contaminated soils shall be stockpiled as follows if not loaded immediately for
off-site transport and disposal.
Materials suspected of having contamination must be stockpiled separately from materials
where there are no indications of contamination. The Contractor shall establish separate
stockpiles as necessary for management of excavated materials prior to transport of
excavated materials for on-site use as backfill or off-site disposal.
The Contractor shall be responsible for constructing all stockpiles, and for inspection,
maintenance, modification, and repair of stockpiles. The Contractor shall place soil on 10-
mil (minimum) polyethylene sheeting (e.g., Visqueen), with polyethylene -covered earthen or
01/25/2023
78
straw bale berms as needed to prevent any infiltration or runoff of water. The Contractor shall
cover soil with 6-mil (minimum thickness) polyethylene and sandbags or other suitable hold-
downs (soil or tires are not acceptable). The Contractor shall maintain stockpiles, berms, and
liners to prevent rain or surface water from contacting the soil, as well as preventing the
escape of volatile contaminants, dust, or water from the stockpiled soil. Stockpiles shall
remain covered at all times unless material is being added or removed. Free liquids within
the stockpile shall be controlled by the Contractor so that they are not released to the
environment. The maximum number of days stockpiles can remain is 15, otherwise
stockpiles shall be hauled and disposed of at a lawful site in accordance with Section 2-
OS.3(8).
Alternatively, the Contractor may use covered steel rolloff boxes for soil storage. Rolloff
boxes shall not allow any infiltration of precipitation, or water runoff from the soils.
Containers must have appropriate waste labels or placards. The Contractor is responsible for
decontamination of roll off boxes as required by the box providers.
The Contractor shall place an appropriate warning signage adjacent to excavated material
stockpiles. Install signs at conspicuous locations immediately adjacent to all stockpiled
materials clearly indicating the nature of stockpiled materials (e.g., hazardous materials,
nonhazardous contaminated materials, backfill materials etc.). The Contractor shall provide
suitable barricades, fencing, signing and other warning and safety devices to protect the
public and other site workers from contaminated materials, open excavations, heavy
equipment, and other construction activities.
Following removal of stockpile materials, the Contractor shall return stockpile areas to
preconstruction conditions, as determined by the Engineer. The Contractor shall remove all
equipment and materials from the site at the conclusion of the job, including polyethylene
sheeting, soil liners, covers, straw bales, personal protective equipment, and other materials
at Contractor expense in accordance with all applicable regulations.
Storage and handling of soils is included in the Base Bid, no additional compensation will be
made for resulting Work delays, moving soil after it has been excavated and stockpiled, or
ancillary costs.
2-05.3 Disposal of Excavated Soils
The Engineer reserves the right to contact the treatment/disposal facilities designated by
the Contractor and the appropriate regulatory agencies to verify the information provided
by the Contractor.
The Contractor shall verify that the receiving facility receiving each shipment of waste from
the site meets the following requirements:
1. The facility is fully licensed and permitted to accept the waste by the appropriate
United States of America, County, State and Federal agencies including but not
limited to: county health department, IoCdl air pollution control authority, State
of Washington Department of Ecology, and U.S. Environmental Protection
agency. Facilities not holding valid County, State or Federal permits to accept
contaminated soils will not be approved. Landfills and thermal treatment
facilities must have a valid solid waste permit lFl accordance with the provisions
of Chapter 70.95 of the Revised Code of Washington (RCW) Chapter 173- 350 or
173-351 of the Washington Administrative Code (WAC). Land use permits,
stormwater permits, agency letters of concurrence will not be accepted in lieu of
the above-required soil treatment and/or disposal permits.
2. The facility will provide the treatment and or disposal services indicated and will
accept the quantity and types of waste generated under this Contract within the
time period of performance of this Contract.
3. The facility must not have any significant violations or other environmental
conditions that affect the satisfactory operation of the facility.
01/25/2023
79
The Contractor shall coordinate with the waste disposal facility for loading of contaminated
materials for the project site. The Contractor shall have the sole responsibility of
coordinating the number of trucks, loading operations, and hours for loading and hauling
with the disposal facility. Contractor shall coordinate transportation of contaminated soil
with excavation Work to maintain excavation production rates for completion of the Work
in accordance with the construction milestones.
2-05.4 Certification of Waste Weight and Disposal
The Contractor shall prepare and provide the Engineer with copies of waste manifests and
weigh tickets for each shipment of regulated waste from the site indicating each waste
shipment has been received at the disposal facility. Weight, and not volume, shall be used
to measure solid waste quantities for manifest and payment purposes.
The Contractor shall ensure that weigh scales used are approved by an appropriate State
agency.
The Contractor shall submit to Engineer certification of treatment/disposal for all regulated
materials removed from the site within 14 days of removal. The Contractor shall provide the
City with a copy of the shipping manifest or bill of lading indicating the amount of material
hauled to disposal and bearing the disposal site operator's confirmation for receipt of the
material. Manifests shall be provided within one (1) working day of disposal.
2-06 SUBGRADE PREPARATION
2-06.5 Measurement and Payment
Section 2-06.5 is supplemented with the following:
(******)
Subgrade preparation and maintenance including watering shall be considered as
incidental to the construction and all costs thereof shall be included in the appropriate unit
or lump sum contract bid prices.
Protection of subgrade from excessive moisture and/or disturbance once prepared and
approved by the Engineer shall be considered as incidental to the construction and all
costs thereof shall be included in the appropriate unit or lump sum contract bid prices.
Failure to protect subgrade that results in over-excavation and material replacement
directed by the Engineer shall be paid for by the Contractor and no additional
compensation shall be made.
2-08 DEWATERING SYSTEM
Section 2-08 is a new section
(******)
2-08.1 Description
This section specifies the definition, responsibilities, and execution for temporary
dewatering for the project improvements and associated excavations. The Contractor shall
review and become thoroughly familiar with the groundwater conditions presented in the
Geotechnical Report/Evaluation to these specifications. The Contractor shall include in its
Bid all costs to provide the dewatering facilities sufficient to control groundwater to
maintain a dry and firm excavation.
Groundwater elevations fluctuate throughout the year and the extent of the excavations
below the groundwater will depend on the time of year when the excavations are
completed (e.g. some of the excavations will be above the groundwater if they are
excavated during the summer months when groundwater levels are typically low).
Consequently, the level of dewatering effort for this project will highly depend on the time
of year construction is accomplished. The Contractor is fully responsible for the cost of all
01/25/2023
80
dewatering activities and thus the sequencing of the construction and excavations will be a
key component during construction. The City is not responsible for any costs associated
with the Contractor’s failure to plan, schedule, design, and implement a temporary
dewatering system, including any delays in the project schedule that result in or from the
need for additional dewatering.
The Contractor shall be fully responsible for acquainting itself with the available
information, existing site conditions, and all relevant regulatory requirements prior to
commencing temporary dewatering activities.
The Contractor shall design, install, maintain, and operate a temporary dewatering system
that will prevent water from entering, or promptly remove all water entering, all trenches
and excavations from the time that excavation begins until all backfill has been completed
for that excavation. The Contractor shall control groundwater so as to maintain a dry
excavation, prevent softening of the bottom of any excavation, or prevent formation of
“quick” conditions or “boils” during excavation. Dewatering shall be sufficient to maintain
the groundwater level 1 foot below the surface of the trench excavation, base of the low
permeability material, or other foundation. Direct discharge to the storm drain system
without settling out all sediment by the use of Baker tanks with baffles will not be allowed.
Localized perched groundwater may occur above the aquifer groundwater. Provisions shall
be also made to remove perched groundwater and other incidental ground or surface
water entering the excavations using sump pumps.
2-08.1(1) Submittals: Temporary Dewatering Plan
The Contractor shall submit a Temporary Dewatering Plan to the Engineer for review at
least two weeks prior to the Preconstruction Conference. The Temporary Dewatering Plan
shall be prepared by an experienced dewatering designer and who has experience in the
design of dewatering systems for similar projects.
The Temporary Dewatering Plan shall include:
x A narrative of the Contractor’s proposed dewatering system methodology, x Sketches showing system layout and components, x Specifications of proposed materials and equipment, including pump curves, x Models of pumps and design of sumps for removal of incidental seepage, perched
groundwater, etc. x Methods for treatment of water prior to discharge, x The collection and removal of water, incidental seepage and accumulation within or
entering the excavation, including incident rainfall and any surface runoff, which
would be prevented by appropriate means x Assessment of off-site groundwater drawdown and settlement risk to adjacent
structures and design of settlement mitigation measures x Plan for discharge, and x Proposed plans of operation, including a contingency or back-up plan for power,
pump, system failure.
The Temporary Dewatering Plan shall be prepared in conjunction with and be fully
compatible with the pond excavation and pipeline installation with any and all mechanical
shoring systems and methods used by the Contractor to provide ground support that shall
be designed to maintain and ensure the stability of the excavations. If partially or
completely water-tight shoring is to be used by the Contractor, the Temporary Dewatering
Plan must demonstrate that the sufficient groundwater control (if any) required to ensure
stability of the water-tight shoring at all stages of excavation, construction and backfilling is
provided under all reasonably anticipated hydrostatic conditions (including contingencies).
Any subsequent changes to the proposed dewatering system as described in the
01/25/2023
81
Temporary Dewatering Plan shall be submitted to the Engineer for review prior to
implementation
2-09 STRUCTURE EXCAVATION
2-09.1 Description
Section 2-09.1 is supplemented with the following:
(******)
This Work also includes the excavation, haul, and disposal of all unsuitable materials such
as peat, muck, swampy or unsuitable materials, including buried logs and stumps.
2-09.3(1)D Disposal of Excavated Material
Section 2-09.3(1)D is revised with the following:
(******)
The second paragraph is deleted and replaced with:
All costs for disposing and hauling of excavated material within or external to the project
limits shall be incidental in the various bid price items.
The third paragraph is deleted.
2-09.4 Measurement
Section 2-09.4 is revised with the following:
(******)
There shall be no separate payment for structural excavation. Structural excavation shall
be considered incidental to various bid items.
2-09.3(3)D Shoring and Cofferdams
Section 2-09.3(3)D is supplemented by adding the following:
(******)
Provide adequate shoring safety systems meeting the requirements of the Washington
Industrial Safety and Health Act, Chapter 49.17 RCW for all excavations. Sloping of
excavation sides may be used instead of shoring, sheeting, or bracing to the extent that such
sloping is practical. Sloping of the excavation sides will not be permitted where the slopes
extend past the right-of-way or easement boundary, where the sloping infringes on other
work or existing facilities, or where sloping excessively impacts the surrounding areas, as
determined by the Engineer.
A sheet pile system, if constructed, shall be installed using a variable electric moment
hammer or similar method to limit vibration induced settlement. Settlement shall be
monitored in accordance with the Contract Documents.
The Contractor shall submit Shoring Plans, prior to beginning work, showing proposed
methods and construction details for all construction excavations 4 feet or more in depth in
accordance with Sections 1-05.3. The plan shall be specific to the project, show the type and
location of Structural Shoring and Non-Structural Shoring, and address both construction of
and removal of all shoring required. If proposed pipelines beneath SPU pipelines are to be
installed by open trench methods, the Shoring Plan shall include specific provisions to
prevent the loss of existing pea gravel bedding and backfill adjacent to the SPU pipelines.
The Shoring Plan shall include Plans and calculations prepared by (or under the direction of)
a professional engineer licensed under Title 18 RCW, State of Washington, and shall carry
the professional engineer’s signature and seal. For trench boxes and hydraulic shoring
systems, manufacturers certified plans may be submitted in accordance with Section 2-
09.3(4).
When work is complete, the Contractor shall remove structural shoring to at least 4 feet
below final grade.
01/25/2023
82
5-04 HOT MIX ASPHALT
Delete this Section in its entirety and replace it with the following:
(******)
5-04.1 Description
This Work shall consist of providing and placing one or more layers of plant-mixed hot mix
asphalt (HMA) on a prepared foundation or base in accordance with these Specifications.
The Contractor shall maintain the existing street surface contours (e.g. street profile and
cross section, etc.), unless otherwise directed by the Engineer. The manufacture of HMA
may include warm mix asphalt (WMA) processes in accordance with these Specifications.
WMA processes include organic additives, chemical additives, and foaming.
HMA shall be composed of asphalt binder and mineral materials as may be required,
mixed in the proportions specified to provide a homogeneous, stable,
and workable mixture. All HMA to be placed in this contract shall be HMA CL. ½” PG 64-22.
5-04.2 Materials
Materials shall meet the requirements of the following sections:
Asphalt Binder 9-02.1(4)
Cationic Emulsified Asphalt 9-02.1(6)
Anti-Stripping Additive 9-02.4
HMA Additive 9-02.5
Aggregates 9-03.8
Recycled Asphalt Pavement 9-03.8(3)B
Mineral Filler 9-03.8(5)
Recycled Material 9-03.21
Portland Cement 9-01
Sand 9-03.1(2)
(As noted in 5-04.3(5)C for crack sealing)
Joint Sealant 9-04.2
Foam Backer Rod 9-04.2(3)A
The Contract documents may establish that the various mineral materials required for the
manufacture of HMA will be furnished in whole or in part by the Contracting Agency. If the
documents do not establish the furnishing of any of these mineral materials by the
Contracting Agency, the Contractor shall be required to furnish such materials in the
amounts required for the designated mix. Mineral materials include coarse and fine
aggregates, and mineral filler.
The Contractor may choose to utilize recycled asphalt pavement (RAP) in the production of
HMA. The RAP may be from pavements removed under the Contract, if any, or pavement
material from an existing stockpile.
The Contractor may use up to 20 percent RAP by total weight of HMA with no additional
sampling or testing of the RAP. The RAP shall be sampled and tested at a frequency of one
sample for every 1,000 tons produced and not less than ten samples per project. The
asphalt content and gradation test data shall be reported to the Contracting Agency when
submitting the mix design for approval on the QPL. The Contractor shall include the RAP as
part of the mix design as defined in these Specifications.
01/25/2023
83
The grade of asphalt binder shall be as required by the Contract. Blending of asphalt binder
from different sources is not permitted.
The Contractor may only use warm mix asphalt (WMA) processes in the production of HMA
with 20 percent or less RAP by total weight of HMA. The Contractor shall submit to the
Engineer for approval the process that is proposed and how it will be used in the
manufacture of HMA.
Production of aggregates shall comply with the requirements of Section 3-01.
Preparation of stockpile site, the stockpiling of aggregates, and the removal of aggregates
from stockpiles shall comply with the requirements of Section 3-02.
5-04.2(1) How to Get an HMA Mix Design on the QPL
If the contractor wishes to submit a mix design for inclusion in the Qualified Products List
(QPL), please follow the WSDOT outlined in Standard Specifications 5-04.2(1).
5-04.2(1)A Vacant
5-04.2(2) Mix Design – Obtaining Project Approval
No paving shall begin prior to the approval of the mix design by the Engineer.
Nonstatistical evaluation will be used for all HMA not designated as Commercial HMA in
the contract documents.
Commercial evaluation will be used for Commercial HMA and for other classes of HMA in
the following applications: sidewalks, road approaches, ditches, slopes, paths, trails, gores,
pre-level, and pavement repair. Other nonstructural applications of HMA accepted by
commercial evaluation shall be as approved by the Project Engineer. Sampling and testing
of HMA accepted by commercial evaluation will be at the option of the Project Engineer.
The Proposal quantity of HMA that is accepted by commercial evaluation will be excluded
from the quantities used in the determination of non-statistical evaluation.
Nonstatistical Mix Design. Fifteen days prior to the first day of paving the contractor shall
provide one of the following mix design verification certifications for Contracting Agency
review;
x The WSDOT Mix Design Evaluation Report from the current WSDOT QPL, or one of
the mix design verification certifications listed below.
x The proposed HMA mix design on WSDOT Form 350-042 with the seal and
certification (stamp & signature) of a valid licensed Washington State Professional
Engineer.
x The Mix Design Report for the proposed HMA mix design developed by a qualified
City or County laboratory that is within one year of the approval date.**
** The mix design report shall be performed by a lab accredited by a national authority
such as Laboratory Accreditation Bureau, L-A-B for Construction Materials Testing, The
Construction Materials Engineering Council (CMEC’s) ISO 17025 or AASHTO Accreditation
01/25/2023
84
Program (AAP) and shall supply evidence of participation in the AASHTO: resource
proficiency sample program.
Mix designs for HMA accepted by Non-statistical evaluation shall;
x Have the aggregate structure and asphalt binder content determined in accordance
with WSDOT Standard Operating Procedure 732 and meet the requirements of
Sections 9-03.8(2), except that Hamburg testing for ruts and stripping are at the
discretion of the Engineer, and 9-03.8(6).
x Have anti-strip requirements, if any, for the proposed mix design determined in
accordance with AASHTO T 283 or T 324 or based on historic anti-strip and
aggregate source compatibility from previous WSDOT lab testing.
At the discretion of the Engineer, agencies may accept verified mix designs older than 12
months from the original verification date with a certification from the Contractor that the
materials and sources are the same as those shown on the original mix design.
Commercial Evaluation. Approval of a mix design for “Commercial Evaluation” will be
based on a review of the Contractor’s submittal of WSDOT Form 350-042 (For commercial
mixes, AASHTO T 324 evaluation is not required) or a Mix Design from the current WSDOT
QPL or from one of the processes allowed by this section. Testing of the HMA by the
Contracting Agency for mix design approval is not required.
For the Bid Item Commercial HMA, the Contractor shall select a class of HMA and design
level of Equivalent Single Axle Loads (ESAL’s) appropriate for the required use.
5-04.2(2)B Using Warm Mix Asphalt Processes
The Contractor may elect to use additives that reduce the optimum mixing temperature or
serve as a compaction aid for producing HMA. Additives include organic additives, chemical
additives and foaming processes. The use of Additives is subject to the following:
x Do not use additives that reduce the mixing temperature more than allowed in Section
5-04.3(6) in the production of mixtures.
x Before using additives, obtain the Engineer’s approval using WSDOT Form 350-076 to
describe the proposed additive and process.
5-04.3 Construction Requirements
5-04.3(1) Weather Limitations
Do not place HMA for wearing course on any Traveled Way beginning October 1 st through
March 31st of the following year without written concurrence from the Engineer.
Do not place HMA on any wet surface, or when the average surface temperatures are less
than those specified below, or when weather conditions otherwise prevent the proper
01/25/2023
85
handling or finishing of the HMA.
Minimum Surface Temperature for Paving
Compacted Thickness
(Feet)
Wearing Course Other Courses
Less than 0.10 55◦F 45◦F
0.10 to .20 45◦F 35◦F
More than 0.20 35◦F 35◦F
5-04.3(2) Paving Under Traffic
When the Roadway being paved is open to traffic, the requirements of this Section
shall apply.
The Contractor shall keep intersections open to traffic at all times except when paving the
intersection or paving across the intersection. During such time, and provided that there
has been an advance warning to the public, the intersection may be closed for the
minimum time required to place and compact the mixture. In hot weather, the Engineer
may require the application of water to the pavement to accelerate the finish rolling of the
pavement and to shorten the time required before reopening to traffic.
Before closing an intersection, advance warning signs shall be placed, and signs shall also
be placed marking the detour or alternate route.
During paving operations, temporary pavement markings shall be maintained throughout
the project. Temporary pavement markings shall be installed on the Roadway prior to
opening to traffic. Temporary pavement markings shall be in accordance with Section 8-23.
All costs in connection with performing the Work in accordance with these requirements
shall be included in the unit Contract prices for the various Bid items involved in the
Contract.
5-04.3(3) Equipment
5-04.3(3)A Mixing Plant
Plants used for the preparation of HMA shall conform to the following requirements:
1. Equipment for Preparation of Asphalt Binder – Tanks for the storage of asphalt binder
shall be equipped to heat and hold the material at the required temperatures.
The heating shall be accomplished by steam coils, electricity, or other approved means
so that no flame shall be in contact with the storage tank. The circulating system for
the asphalt binder shall be designed to ensure proper and continuous circulation during
the operating period. A valve for the purpose of sampling the asphalt binder shall be
placed in either the storage tank or in the supply line to the mixer.
2. Thermometric Equipment – An armored thermometer, capable of detecting
temperature ranges expected in the HMA mix, shall be fixed in the asphalt binder feed
line at a location near the charging valve at the mixer unit. The thermometer location
shall be convenient and safe for access by Inspectors. The plant shall also be equipped
with an approved dial-scale thermometer, a mercury actuated thermometer, an
electric pyrometer, or another approved thermometric instrument placed at the
01/25/2023
86
discharge chute of the drier to automatically register or indicate the temperature of
the heated aggregates. This device shall be in full view of the plant operator.
3. Heating of Asphalt Binder – The temperature of the asphalt binder shall not exceed
the maximum recommended by the asphalt binder manufacturer nor shall it be below
the minimum temperature required to maintain the asphalt binder in a homogeneous
state. The asphalt binder shall be heated in a manner that will avoid local variations in
heating. The heating method shall provide a continuous supply of asphalt binder to the
mixer at a uniform average temperature with no individual variations exceeding 25°F.
Also, when a WMA additive is included in the asphalt binder, the temperature of the
asphalt binder shall not exceed the maximum recommended by the manufacturer of
the WMA additive.
4. Sampling and Testing of Mineral Materials – The HMA plant shall be equipped with a
mechanical sampler for the sampling of the mineral materials. The mechanical sampler
shall meet the requirements of Section 1-05.6 for the crushing and screening
operation. The Contractor shall provide for the setup and operation of the field-testing
facilities of the Contracting Agency as provided for in Section 3-01.2(2).
5. Sampling HMA – The HMA plant shall provide for sampling HMA by one of the
following methods:
a. A mechanical sampling device attached to the HMA plant.
b. Platforms or devices to enable sampling from the hauling vehicle without entering
the hauling vehicle.
5-04.3(3)B Hauling Equipment
Trucks used for hauling HMA shall have tight, clean, smooth metal beds and shall have a
cover of canvas or other suitable material of sufficient size to protect the mixture from
adverse weather. Whenever the weather conditions during the work shift include or are
forecast to include precipitation or an air temperature less than 45°F or when time from
loading to unloading exceeds 30 minutes, the cover shall be securely attached to protect
the HMA.
The contractor shall provide an environmentally benign means to prevent the HMA
mixture from adhering to the hauling equipment. Excess release agent shall be drained
prior to filling hauling equipment with HMA. Petroleum derivatives or other coating
material that contaminate or alter the characteristics of the HMA shall not be used. For live
bed trucks, the conveyer shall be in operation during the process of applying the release
agent.
5-04.3(3)C Pavers
HMA pavers shall be self-contained, power-propelled units, provided with an internally
heated vibratory screed and shall be capable of spreading and finishing courses of HMA
plant mix material in lane widths required by the paving section shown in the Plans.
01/25/2023
87
The HMA paver shall be in good condition and shall have the most current equipment
available from the manufacturer for the prevention of segregation of the HMA mixture
installed, in good condition, and in working order. The equipment certification shall list the
make, model, and year of the paver and any equipment that has been retrofitted.
The screed shall be operated in accordance with the manufacturer’s recommendations and
shall effectively produce a finished surface of the required evenness and texture without
tearing, shoving, segregating, or gouging the mixture. A copy of the manufacturer’s
recommendations shall be provided upon request by the Contracting Agency. Extensions
will be allowed provided they produce the same results, including ride, density, and surface
texture as obtained by the primary screed. Extensions without augers and an internally
heated vibratory screed shall not be used in the Traveled Way.
When specified in the Contract or directed by the Engineer, reference lines for vertical
control will be required. Lines shall be placed on both outer edges of the Traveled Way of
each Roadway. Horizontal control utilizing the reference line will be permitted. The grade
and slope for intermediate lanes shall be controlled automatically from reference lines or
by means of a mat referencing device and a slope control device. When the finish of the
grade prepared for paving is superior to the established tolerances and when, in the
opinion of the Engineer, further improvement to the line, grade, cross-section, and
smoothness can best be achieved without the use of the reference line, a mat referencing
device may be substituted for the reference line. Substitution of the device will be subject
to the continued approval of the Engineer. A joint matcher may be used subject to the
approval of the Engineer. The reference line may be removed after the completion of the
first course of HMA when approved by the Engineer. Whenever the Engineer determines
that any of these methods are failing to provide the necessary vertical control, the
reference lines will be reinstalled by the Contractor.
The Contractor shall furnish and install all pins, brackets, tensioning devices, wire, and
accessories necessary for satisfactory operation of the automatic control equipment.
If the paving machine in use is not providing the required finish, the Engineer may suspend
Work as allowed by Section 1-08.6. Any cleaning or solvent type liquids spilled on the
pavement shall be thoroughly removed before paving proceeds.
5-04.3(3)D Material Transfer Device or Material Transfer Vehicle
A Material Transfer Device/Vehicle (MTD/V) shall only be used with the Engineer’s
approval, unless otherwise required by the contract.
Where an MTD/V is required by the contract, the Engineer may approve paving without an
MTD/V, at the request of the Contractor. The Engineer will determine if an equitable
adjustment in cost or time is due.
01/25/2023
88
When used, the MTD/V shall mix the HMA after delivery by the hauling equipment and
prior to lay down by the paving machine. Mixing of the HMA shall be sufficient to obtain a
uniform temperature throughout the mixture. If a windrow elevator is used, the length
of the windrow may be limited in urban areas or through intersections, at the discretion
of the Engineer.
To be approved for use, an MTV:
1. Shall be self-propelled vehicle, separate from the hauling vehicle or paver.
2. Shall not be connected to the hauling vehicle or paver.
3. May accept HMA directly from the haul vehicle or pick up HMA from a windrow.
4. Shall mix the HMA after delivery by the hauling equipment and prior to placement into
the paving machine.
5. Shall mix the HMA sufficiently to obtain a uniform temperature throughout the
mixture.
To be approved for use, an MTD:
1. Shall be positively connected to the paver.
2. May accept HMA directly from the haul vehicle or pick up HMA from a windrow.
3. Shall mix the HMA after delivery by the hauling equipment and prior to placement into
the paving machine.
4. Shall mix the HMA sufficiently to obtain a uniform temperature throughout the
mixture.
5-04.3(3)E Rollers
Rollers shall be of the steel wheel, vibratory, oscillatory, or pneumatic tire type, in good
condition and capable of reversing without backlash. Operation of the roller shall be in
accordance with the manufacturer’s recommendations. When ordered by the Engineer for
any roller planned for use on the project, the Contractor shall provide a copy of the
manufacturer’s recommendation for the use of that roller for compaction of HMA. The
number and weight of rollers shall be sufficient to compact the mixture in compliance with
the requirements of Section 5-04.3(1). The use of equipment that results in crushing of the
aggregate will not be permitted. Rollers producing pickup, washboard, uneven compaction
of the surface, displacement of the mixture or other undesirable results shall not be used.
5-04.3(4) Preparation of Existing Paved Surfaces
When the surface of the existing pavement or old base is irregular, the Contractor shall
bring it to a uniform grade and cross-section as shown on the Plans or approved
by the Engineer.
Preleveling of uneven or broken surfaces over which HMA is to be placed may
be accomplished by using an asphalt paver, a motor patrol grader, or by hand raking,
01/25/2023
89
as approved by the Engineer.
Compaction of preleveling HMA shall be to the satisfaction of the Engineer and may
require the use of small steel wheel rollers, plate compactors, or pneumatic rollers to avoid
bridging across preleveled areas by the compaction equipment. Equipment used for the
compaction of preleveling HMA shall be approved by the Engineer.
Before construction of HMA on an existing paved surface, the entire surface of the
pavement shall be clean. All fatty asphalt patches, grease drippings, and other
objectionable matter shall be entirely removed from the existing pavement. All pavements
or bituminous surfaces shall be thoroughly cleaned of dust, soil, pavement grindings, and
other foreign matter. All holes and small depressions shall be filled with an appropriate
class of HMA. The surface of the patched area shall be leveled and compacted thoroughly.
Prior to the application of tack coat, or paving, the condition of the surface shall be
approved by the Engineer.
A tack coat of asphalt shall be applied to all paved surfaces on which any course of HMA is
to be placed or abutted; except that tack coat may be omitted from clean, newly paved
surfaces at the discretion of the Engineer. Tack coat shall be uniformly applied to cover the
existing pavement with a thin film of residual asphalt free of streaks and bare spots at a
rate between 0.02 and 0.10 gallons per square yard of retained asphalt. The rate of
application shall be approved by the Engineer. A heavy application of tack coat shall be
applied to all joints. For Roadways open to traffic, the application of tack coat shall be
limited to surfaces that will be paved during the same working shift. The spreading
equipment shall be equipped with a thermometer to indicate the temperature of the tack
coat material.
Equipment shall not operate on tacked surfaces until the tack has broken and cured. If the
Contractor’s operation damages the tack coat it shall be repaired prior to placement
of the HMA.
The tack coat shall be CSS-1, or CSS-1h emulsified asphalt. The CSS-1 and CSS-1h emulsified
asphalt may be diluted once with water at a rate not to exceed one part water to one-part
emulsified asphalt. The tack coat shall have sufficient temperature such that it may be
applied uniformly at the specified rate of application and shall not exceed the maximum
temperature recommended by the emulsified asphalt manufacturer.
All utility appurtenances (e.g. manhole covers, valve covers, etc.) located within the paving
limits shall be coated with a biodegradable soap to prevent the tack coat and HMA from
sticking to them. Diesel shall not be used for this purpose. After application of the
biodegradable soap, all catch basins shall be covered to prevent tack and HMA from
entering into them.
01/25/2023
90
5-04.3(4)A Crack Sealing
5-04.3(4)A1 General
When the Proposal includes a pay item for crack sealing, seal all cracks ¼ inch in width and
greater.
Cleaning: Ensure that cracks are thoroughly clean, dry, and free of all loose and foreign
material when filling with crack sealant material. Use a hot compressed air lance to dry and
warm the pavement surfaces within the crack immediately prior to filling a crack with the
sealant material. Do not overheat pavement. Do not use direct flame dryers. Routing
cracks is not required.
Sand Slurry: For cracks that are to be filled with sand slurry, thoroughly mix the
components, and pour the mixture into the cracks until full. Add additional CSS-1 cationic
emulsified asphalt to the sand slurry as needed for workability to ensure the mixture will
completely fill the cracks. Strike off the sand slurry flush with the existing pavement
surface and allow the mixture to cure. Top off cracks that were not completely filled with
additional sand slurry. Do not place the HMA overlay until the slurry has fully cured.
The sand slurry shall consist of approximately 20 percent CSS-1 emulsified asphalt,
approximately 2 percent Portland cement, water (if required), and the remainder clean
Class 1 or 2 fine aggregate per section 9-03.1(2). The components shall be thoroughly
mixed and then poured into the cracks and joints until full. The following day, any cracks or
joints that are not completely filled shall be topped off with additional sand slurry. After
the sand slurry is placed, the filler shall be struck off flush with the existing pavement
surface and allowed to cure. The HMA overlay shall not be placed until the slurry has fully
cured. The requirements of Section 1-06 will not apply to the Portland cement and sand
used in the sand slurry.
In areas where HMA will be placed, use sand slurry to fill the cracks.
In areas where HMA will not be placed, fill the cracks as follows:
1. Cracks ¼ inch to 1 inch in width - fill with hot poured sealant.
2. Cracks greater than 1 inch in width – fill with sand slurry.
Hot Poured Sealant: For cracks that are to be filled with hot poured sealant, apply the
material in accordance with these requirements and the manufacturer’s
recommendations. Furnish a Type 1 Working Drawing of the manufacturer’s product
information and recommendations to the Engineer prior to the start of work, including the
manufacturer’s recommended heating time and temperatures, allowable storage time and
temperatures after initial heating, allowable reheating criteria, and application
temperature range. Confine hot poured sealant material within the crack. Clean any
overflow of sealant from the pavement surface. If, in the opinion of the Engineer, the
Contractor’s method of sealing the cracks with hot poured sealant results in an excessive
amount of material on the pavement surface, stop and correct the operation to eliminate
the excess material.
5-04.3(4)A2 Crack Sealing Areas Prior to Paving
In areas where HMA will be placed, use sand slurry to fill the cracks.
5-04.3(4)A3 Crack Sealing Areas Not to be Paved
In areas where HMA will not be placed, fill the cracks as follows:
3. Cracks ¼ inch to 1 inch in width - fill with hot poured sealant.
4. Cracks greater than 1 inch in width – fill with sand slurry.
01/25/2023
91
5-04.3(4)B Vacant
5-04.3(4)C Pavement Repair
The Contractor shall excavate pavement repair areas and shall backfill these with HMA
and/or concrete pavement in accordance with the details shown in the Plans and as
marked in the field or as directed by the Engineer. The Contractor shall conduct the
excavation operations in a manner that will protect the pavement that is to remain.
Pavement not designated to be removed that is damaged as a result of the Contractor’s
operations shall be repaired by the Contractor to the satisfaction of the Engineer at no cost
to the Contracting Agency. The Contractor shall not excavate more area than can be
completely finished during the same shift, unless approved by the Engineer.
Unless otherwise shown in the Plans or determined by the Engineer, excavate to a depth of
1.0 feet. The Engineer will make the final determination of the excavation depth required.
The minimum width of any pavement repair area shall be 40 inches unless shown
otherwise in the Plans. Before any excavation, the existing pavement shall be sawcut or
shall be removed by a pavement grinder. Excavated materials will become the property of
the Contractor and shall be disposed of in a Contractor-provided site off the Right of Way
or used in accordance with Sections 2-02.3(3) or 9-03.21.
Asphalt for tack coat shall be required as specified in Section 5-04.3(4). A heavy application
of tack coat shall be applied to all surfaces of existing pavement in the pavement
repair area.
Placement of the HMA backfill shall be accomplished in lifts not to exceed 0.35-foot
compacted depth. Lifts that exceed 0.35-foot of compacted depth may be accomplished
with the approval of the Engineer. Each lift shall be thoroughly compacted by a mechanical
tamper or a roller.
5-04.3(5) Producing/Stockpiling Aggregates and RAP
Aggregates and RAP shall be stockpiled according to the requirements of Section 3-02.
Sufficient storage space shall be provided for each size of aggregate and RAP. Materials
shall be removed from stockpile(s) in a manner to ensure minimal segregation when being
moved to the HMA plant for processing into the final mixture. Different aggregate sizes
shall be kept separated until they have been delivered to the HMA plant.
5-04.3(5)A Vacant
5-04.3(6) Mixing
After the required amount of mineral materials, asphalt binder, recycling agent and anti-
stripping additives have been introduced into the mixer the HMA shall be mixed until
complete and uniform coating of the particles and thorough distribution of the asphalt
binder throughout the mineral materials is ensured.
01/25/2023
92
When discharged, the temperature of the HMA shall not exceed the optimum mixing
temperature by more than 25°F as shown on the reference mix design report or as
approved by the Engineer. Also, when a WMA additive is included in the manufacture of
HMA, the discharge temperature of the HMA shall not exceed the maximum
recommended by the manufacturer of the WMA additive. A maximum water content of 2
percent in the mix, at discharge, will be allowed providing the water causes no problems
with handling, stripping, or flushing. If the water in the HMA causes any of these problems,
the moisture content shall be reduced as directed by the Engineer.
Storing or holding of the HMA in approved storage facilities will be permitted with
approval of the Engineer, but in no event shall the HMA be held for more than 24 hours.
HMA held for more than 24 hours after mixing shall be rejected. Rejected HMA shall be
disposed of by the Contractor at no expense to the Contracting Agency. The storage facility
shall have an accessible device located at the top of the cone or about the third point. The
device shall indicate the amount of material in storage. No HMA shall be accepted from the
storage facility when the HMA in storage is below the top of the cone of the storage
facility, except as the storage facility is being emptied at the end of the working shift.
Recycled asphalt pavement (RAP) utilized in the production of HMA shall be sized prior to
entering the mixer so that a uniform and thoroughly mixed HMA is produced. If there is
evidence of the recycled asphalt pavement not breaking down during the heating and
mixing of the HMA, the Contractor shall immediately suspend the use of the RAP until
changes have been approved by the Engineer. After the required amount of mineral
materials, RAP, new asphalt binder and asphalt rejuvenator have been introduced into the
mixer the HMA shall be mixed until complete and uniform coating of the particles and
thorough distribution of the asphalt binder throughout the mineral materials, and RAP is
ensured.
5-04.3(7) Spreading and Finishing
The mixture shall be laid upon an approved surface, spread, and struck off to the grade and
elevation established. HMA pavers complying with Section 5-04.3(3) shall be used to
distribute the mixture. Unless otherwise directed by the Engineer, the nominal compacted
depth of any layer of any course shall not exceed the following:
HMA Class 1” 0.35 feet
HMA Class ¾” and HMA Class ½”
wearing course 0.30 feet
other courses 0.35 feet
HMA Class ⅜” 0.15 feet
On areas where irregularities or unavoidable obstacles make the use of mechanical
spreading and finishing equipment impractical, the paving may be done with other
equipment or by hand.
01/25/2023
93
When more than one JMF is being utilized to produce HMA, the material produced for
each JMF shall be placed by separate spreading and compacting equipment. The
intermingling of HMA produced from more than one JMF is prohibited. Each strip of HMA
placed during a work shift shall conform to a single JMF established for the class of HMA
specified unless there is a need to make an adjustment in the JMF.
5-04.3(8) Aggregate Acceptance Prior to Incorporation in HMA
For HMA accepted by nonstatistical evaluation the aggregate properties of sand
equivalent, uncompacted void content and fracture will be evaluated in accordance with
Section 3-04. Sampling and testing of aggregates for HMA accepted by commercial
evaluation will be at the option of the Engineer.
5-04.3(9) HMA Mixture Acceptance
Acceptance of HMA shall be as provided under nonstatistical, or commercial evaluation.
Nonstatistical evaluation will be used for the acceptance of HMA unless Commercial
Evaluation is specified.
Commercial evaluation will be used for Commercial HMA and for other classes of HMA in
the following applications: sidewalks, road approaches, ditches, slopes, paths, trails, gores,
prelevel, temporary pavement, and pavement repair. Other nonstructural applications of
HMA accepted by commercial evaluation shall be as approved by the Engineer. Sampling
and testing of HMA accepted by commercial evaluation will be at the option of the
Engineer.
The mix design will be the initial JMF for the class of HMA. The Contractor may request a
change in the JMF. Any adjustments to the JMF will require the approval of the Engineer
and may be made in accordance with this section.
HMA Tolerances and Adjustments
1. Job Mix Formula Tolerances – The constituents of the mixture at the time of
acceptance shall conform to the following tolerances:
Aggregate Percent Passing Non-Statistical Evaluation Commercial Evaluation
1”, ¾”, ½”, and 3/8” sieves +/- 6% +/- 8%
No. 4 sieve +/-6% +/- 8%
No. 8 Sieve +/- 6% +/-8%
No. 200 sieve +/- 2.0% +/- 3.0%
Asphalt Binder +/- 0.5% +/- 0.7%
Air Voids, Va 2.5% min. and 5.5% max N/A
These tolerance limits constitute the allowable limits as described in Section 1-06.2.
The tolerance limit for aggregate shall not exceed the limits of the control points,
01/25/2023
94
except the tolerance limits for sieves designated as 100 percent passing will be 99-100.
2. Job Mix Formula Adjustments – An adjustment to the aggregate gradation or
asphalt binder content of the JMF requires approval of the Engineer. Adjustments
to the JMF will only be considered if the change produces material of equal or
better quality and may require the development of a new mix design if the
adjustment exceeds the amounts listed below.
a. Aggregates – 2 percent for the aggregate passing the 1½ʺ, 1ʺ, ¾ʺ, ½ʺ, ⅜ʺ, and the
No. 4 sieves, 1 percent for aggregate passing the No. 8 sieve, and 0.5 percent for
the aggregate passing the No. 200 sieve. The adjusted JMF shall be within the range
of the control points in Section 9-03.8(6).
b. Asphalt Binder Content – The Engineer may order or approve changes to asphalt
binder content. The maximum adjustment from the approved mix design for the
asphalt binder content shall be 0.3 percent
5-04.3(9)C Mixture Acceptance – Nonstatistical Evaluation
HMA mixture which is accepted by Nonstatistical Evaluation will be evaluated by the
Contracting Agency by dividing the HMA tonnage into lots.
5-04.3(9)C1 Mixture Nonstatistical Evaluation – Lots and Sublots
A lot is represented by randomly selected samples of the same mix design that will be
tested for acceptance. A lot is defined as the total quantity of material or work produced
for each Job Mix Formula placed. Only one lot per JMF is expected. A sublot shall be equal
to one day’s production or 800 tons, whichever is less except that the final sublot will be a
minimum of 400 tons and may be increased to 1200 tons.
All of the test results obtained from the acceptance samples from a given lot shall be
evaluated collectively. If the Contractor requests a change to the JMF that is approved, the
material produced after the change will be evaluated on the basis of the new JMF for the
remaining sublots in the current lot and for acceptance of subsequent lots. For a lot in
progress with a CPF less than 0.75, a new lot will begin at the Contractor’s request after
the Engineer is satisfied that material conforming to the Specifications can be produced.
Sampling and testing for evaluation shall be performed on the frequency of one sample per
sublot.
5-04.3(9)C2 Mixture Nonstatistical Evaluation Sampling
Samples for acceptance testing shall be obtained by the Contractor when ordered by the
Engineer. The Contractor shall sample the HMA mixture in the presence of the Engineer
and in accordance with AASHTO T 168. A minimum of three samples should be taken for
each class of HMA placed on a project. If used in a structural application, at least one of the
three samples shall be tested.
01/25/2023
95
Sampling and testing HMA in a structural application where quantities are less than 400
tons is at the discretion of the Engineer.
For HMA used in a structural application with a total project quantity less than 800 tons
but more than 400 tons, a minimum of one acceptance test shall be performed. In all
cases, a minimum of 3 samples will be obtained at the point of acceptance, a minimum of
one of the three samples will be tested for conformance to the JMF:
x If the test results are found to be within specification requirements, additional testing
will be at the Engineer’s discretion.
x If test results are found not to be within specification requirements, additional testing
of the remaining samples to determine a Composite Pay Factor (CPF) shall be
performed.
5-04.3(9)C3 Mixture Nonstatistical Evaluation – Acceptance Testing
Testing of HMA for compliance of Va will be at the option of the Contracting Agency. If
tested, compliance of Va will use WSDOT SOP 731.
Testing for compliance of asphalt binder content will be by WSDOT FOP for AASHTO T 308.
Testing for compliance of gradation will be by FOP for WAQTC T 27/T 11.
5-04.3(9)C4 Mixture Nonstatistical Evaluation – Pay Factors
For each lot of material falling outside the tolerance limits in 5-04.3(9), the Contracting
Agency will determine a Composite Pay Factor (CPF) using the following price adjustment
factors:
Table of Price Adjustment Factors
Constituent Factor
“f”
All aggregate passing: 1½ʺ, 1ʺ, ¾ʺ, ½ʺ, ⅜ʺ and
No.4 sieves
2
All aggregate passing No. 8 sieve 15
All aggregate passing No. 200 sieve 20
Asphalt binder 40
Air Voids (Va) (where applicable) 20
Each lot of HMA produced under Nonstatistical Evaluation and having all constituents
falling within the tolerance limits of the job mix formula shall be accepted at the unit
Contract price with no further evaluation. When one or more constituents fall outside the
01/25/2023
96
nonstatistical tolerance limits in the Job Mix Formula shown in Table of Price Adjustment
Factors, the lot shall be evaluated in accordance with Section 1-06.2 to determine the
appropriate CPF. The nonstatistical tolerance limits will be used in the calculation of the
CPF and the maximum CPF shall be 1.00. When less than three sublots exist, backup
samples of the existing sublots or samples from the Roadway shall be tested to provide a
minimum of three sets of results for evaluation.
5-04.3(9)C5 Vacant
5-04.3(9)C6 Mixture Nonstatistical Evaluation – Price Adjustments
For each lot of HMA mix produced under Nonstatistical Evaluation when the calculated CPF
is less than 1.00, a Nonconforming Mix Factor (NCMF) will be determined. The NCMF
equals the algebraic difference of CPF minus 1.00 multiplied by 60 percent. The total job
mix compliance price adjustment will be calculated as the product of the NCMF,
the quantity of HMA in the lot in tons, and the unit Contract price per ton of mix.
If a constituent is not measured in accordance with these Specifications, its individual
pay factor will be considered 1.00 in calculating the Composite Pay Factor (CPF).
5-04.3(9)C7 Mixture Nonstatistical Evaluation - Retests
The Contractor may request a sublot be retested. To request a retest, the Contractor shall
submit a written request within 7 calendar days after the specific test results have been
received. A split of the original acceptance sample will be retested. The split of the sample
will not be tested with the same tester that ran the original acceptance test. The sample
will be tested for a complete gradation analysis, asphalt binder content, and, at the option
of the agency, Va. The results of the retest will be used for the acceptance of the HMA in
place of the original sublot sample test results. The cost of testing will be deducted from
any monies due or that may come due the Contractor under the Contract at the rate of
$500 per sample.
5-04.3 (9)D Mixture Acceptance – Commercial Evaluation
If sampled and tested, HMA produced under Commercial Evaluation and having all
constituents falling within the tolerance limits of the job mix formula shall be accepted at
the unit Contract price with no further evaluation. When one or more constituents fall
outside the commercial tolerance limits in the Job Mix Formula shown in 5-04.3(9), the lot
shall be evaluated in accordance with Section 1-06.2 to determine the appropriate CPF.
The commercial tolerance limits will be used in the calculation of the CPF and the
maximum CPF shall be 1.00. When less than three sublots exist, backup samples of the
existing sublots or samples from the street shall be tested to provide a minimum of three
sets of results for evaluation.
For each lot of HMA mix produced and tested under Commercial Evaluation when the
calculated CPF is less than 1.00, a Nonconforming Mix Factor (NCMF) will be determined.
The NCMF equals the algebraic difference of CPF minus 1.00 multiplied by 60 percent.
01/25/2023
97
The Job Mix Compliance Price Adjustment will be calculated as the product of the NCMF,
the quantity of HMA in the lot in tons, and the unit Contract price per ton of mix.
If a constituent is not measured in accordance with these Specifications, its individual
pay factor will be considered 1.00 in calculating the Composite Pay Factor (CPF).
5-04.3(10) HMA Compaction Acceptance
HMA mixture accepted by nonstatistical evaluation that is used in traffic lanes, including
lanes for intersections, ramps, truck climbing, weaving, and speed change, and having a
specified compacted course thickness greater than 0.10-foot, shall be compacted to a
specified level of relative density. The specified level of relative density shall be a
Composite Pay Factor (CPF) of not less than 0.75 when evaluated in accordance with
Section 1-06.2, using a minimum of 92 percent of the maximum density. The maximum
density shall be determined by WSDOT FOP for AASHTO T 729. The specified level of
density attained will be determined by the evaluation of the density of the pavement. The
density of the pavement shall be determined in accordance with WSDOT FOP for WAQTC
TM 8, except that gauge correlation will be at the discretion of the Engineer, when using
the nuclear density gauge and WSDOT SOP 736 when using cores to determine density.
Tests for the determination of the pavement density will be taken in accordance with
the required procedures for measurement by a nuclear density gauge or roadway cores
after completion of the finish rolling.
If the Contracting Agency uses a nuclear density gauge to determine density the test
procedures FOP for WAQTC TM 8 and WSDOT SOP T 729 will be used on the day the mix
is placed and prior to opening to traffic.
Roadway cores for density may be obtained by either the Contracting Agency or the
Contractor in accordance with WSDOT SOP 734. The core diameter shall be 4-inches
minimum, unless otherwise approved by the Engineer. Roadway cores will be tested by the
Contracting Agency in accordance with WSDOT FOP for AASHTO T 166.
If the Contract includes the Bid item “Roadway Core” the cores shall be obtained by the
Contractor in the presence of the Engineer on the same day the mix is placed and at
locations designated by the Engineer. If the Contract does not include the Bid item
“Roadway Core” the Contracting Agency will obtain the cores.
For a lot in progress with a CPF less than 0.75, a new lot will begin at the Contractor’s
request after the Engineer is satisfied that material conforming to the Specifications can be
produced.
A lot is represented by randomly selected samples of the same mix design that will be
tested for acceptance. A lot is defined as the total quantity of material or work produced
01/25/2023
98
for each Job Mix Formula placed. Only one lot per JMF is expected. A sublot shall be equal
to one day’s production or 400 tons, whichever is less except that the final sublot will be a
minimum of 200 tons and may be increased to 800 tons. Testing for compaction will be at
the rate of 5 tests per sublot per WSDOT T 738.
HMA mixture accepted by commercial evaluation and HMA constructed under conditions
other than those listed above shall be compacted on the basis of a test point evaluation of
the compaction train. The test point evaluation shall be performed in accordance with
instructions from the Engineer. The number of passes with an approved compaction train,
required to attain the maximum test point density, shall be used on all subsequent paving.
HMA for preleveling shall be thoroughly compacted. HMA that is used for preleveling
wheel rutting shall be compacted with a pneumatic tire roller unless otherwise approved
by the Engineer.
Test Results
For a sublot that has been tested with a nuclear density gauge that did not meet the
minimum of 92 percent of the reference maximum density in a compaction lot with a CPF
below 1.00 and thus subject to a price reduction or rejection, the Contractor may request
that a core be used for determination of the relative density of the sublot. The relative
density of the core will replace the relative density determined by the nuclear density
gauge for the sublot and will be used for calculation of the CPF and acceptance of HMA
compaction lot.
When cores are taken by the Contracting Agency at the request of the Contractor, they
shall be requested by noon of the next workday after the test results for the sublot have
been provided or made available to the Contractor. Core locations shall be outside of
wheel paths and as determined by the Engineer. Traffic control shall be provided by the
Contractor as requested by the Engineer. Failure by the Contractor to provide the
requested traffic control will result in forfeiture of the request for cores. When the CPF for
the lot based on the results of the HMA cores is less than 1.00, the cost for the coring will
be deducted from any monies due or that may become due the Contractor under the
Contract at the rate of $200 per core and the Contractor shall pay for the cost of the traffic
control.
5-04.3(10)A HMA Compaction – General Compaction Requirements
Compaction shall take place when the mixture is in the proper condition so that no undue
displacement, cracking, or shoving occurs. Areas inaccessible to large compaction
equipment shall be compacted by other mechanical means. Any HMA that becomes loose,
broken, contaminated, shows an excess or deficiency of asphalt, or is in any way defective,
shall be removed and replaced with new hot mix that shall be immediately compacted to
conform to the surrounding area.
01/25/2023
99
The type of rollers to be used and their relative position in the compaction sequence shall
generally be the Contractor’s option, provided the specified densities are attained. Unless
the Engineer has approved otherwise, rollers shall only be operated in the static mode
when the internal temperature of the mix is less than 175°F. Regardless of mix
temperature, a roller shall not be operated in a mode that results in checking or cracking of
the mat. Rollers shall only be operated in static mode on bridge decks.
5-04.3(10)B HMA Compaction – Cyclic Density
Low cyclic density areas are defined as spots or streaks in the pavement that are less than
90 percent of the theoretical maximum density. At the Engineer’s discretion, the Engineer
may evaluate the HMA pavement for low cyclic density, and when doing so will follow
WSDOT SOP 733. A $500 Cyclic Density Price Adjustment will be assessed for any 500-foot
section with two or more density readings below 90 percent of the theoretical maximum
density.
5-04.3(10)D1 HMA Nonstatistical Compaction – Lots and Sublots
HMA compaction which is accepted by nonstatistical evaluation will be based on
acceptance testing performed by the Contracting Agency dividing the project into
compaction lots.
A lot is represented by randomly selected samples of the same mix design that will be
tested for acceptance, with a maximum of 15 sublots per lot; the final lot for a mix design
may be increased to 25 sublots. Sublots will be uniform in size with a maximum sublot size
based on original Plan quantity tons of HMA as specified in the table below. The sublot
locations within each density lot will be determined by the Engineer. For a lot in progress
with a CPF less than 0.75, a new lot will begin at the Contractor’s request after the
Engineer is satisfied that material conforming to the Specifications can be produced.
HMA Original Plan
Quantity (tons)
Sublot Size
(tons)
<20,000 100
20,000 to 30,000 150
>30,000 200
HMA mixture accepted by commercial evaluation and HMA constructed under conditions
other than those listed above shall be compacted on the basis of a test point evaluation of
the compaction train. The test point evaluation shall be performed in accordance with
instructions from the Engineer. The number of passes with an approved compaction train,
required to attain the maximum test point density, shall be used on all subsequent paving.
HMA for preleveling shall be thoroughly compacted. HMA that is used to prelevel wheel
01/25/2023
100
ruts shall be compacted with a pneumatic tire roller unless otherwise approved by
the Engineer.
5-04.3(10)D2 HMA Compaction Nonstatistical Evaluation – Acceptance Testing
The location of the HMA compaction acceptance tests will be randomly selected by the
Engineer from within each sublot, with one test per sublot.
5-04.3(10)D3 HMA Nonstatistical Compaction – Price Adjustments
For each compaction lot with one or two sublots, having all sublots attain a relative density
that is 92 percent of the reference maximum density the HMA shall be accepted at the unit
Contract price with no further evaluation. When a sublot does not attain a relative density
that is 92 percent of the reference maximum density, the lot shall be evaluated in
accordance with Section 1-06.2 to determine the appropriate CPF. The maximum CPF shall
be 1.00, however, lots with a calculated CPF in excess of 1.00 will be used to offset lots
with CPF values below 1.00 but greater than 0.90. Lots with CPF lower than 0.90 will be
evaluated for compliance per 5-04.3(11). Additional testing by either a nuclear moisture-
density gauge or cores will be completed as required to provide a minimum of three tests
for evaluation.
For compaction below the required 92% a Non-Conforming Compaction Factor (NCCF) will
be determined. The NCCF equals the algebraic difference of CPF minus 1.00 multiplied by
40 percent. The Compaction Price Adjustment will be calculated as the product of CPF, the
quantity of HMA in the compaction control lot in tons, and the unit Contract price per ton
of mix.
5-04.3(11) Reject Work
5-04.3(11)A Reject Work General
Work that is defective or does not conform to Contract requirements shall be rejected. The
Contractor may propose, in writing, alternatives to removal and replacement of rejected
material. Acceptability of such alternative proposals will be determined at the sole
discretion of the Engineer. HMA that has been rejected is subject to the requirements in
Section 1-06.2(2) and this specification, and the Contractor shall submit a corrective action
proposal to the Engineer for approval.
5-04.3(11)B Rejection by Contractor
The Contractor may, prior to sampling, elect to remove any defective material and replace
it with new material. Any such new material will be sampled, tested, and evaluated for
acceptance.
5-04.3(11)C Rejection Without Testing (Mixture or Compaction)
The Engineer may, without sampling, reject any batch, load, or section of Roadway that
01/25/2023
101
appears defective. Material rejected before placement shall not be incorporated into the
pavement. Any rejected section of Roadway shall be removed.
No payment will be made for the rejected materials or the removal of the materials unless
the Contractor requests that the rejected material be tested. If the Contractor elects to
have the rejected material tested, a minimum of three representative samples will be
obtained and tested. Acceptance of rejected material will be based on conformance with
the nonstatistical acceptance Specification. If the CPF for the rejected material is less than
0.75, no payment will be made for the rejected material; in addition, the cost of sampling
and testing shall be borne by the Contractor. If the CPF is greater than or equal to 0.75, the
cost of sampling and testing will be borne by the Contracting Agency. If the material is
rejected before placement and the CPF is greater than or equal to 0.75, compensation for
the rejected material will be at a CPF of 0.75. If rejection occurs after placement and the
CPF is greater than or equal to 0.75, compensation for the rejected material will be at the
calculated CPF with an addition of 25 percent of the unit Contract price added for the cost
of removal and disposal.
5-04.3(11)D Rejection - A Partial Sublot
In addition to the random acceptance sampling and testing, the Engineer may also isolate
from a normal sublot any material that is suspected of being defective in relative density,
gradation or asphalt binder content. Such isolated material will not include an original
sample location. A minimum of three random samples of the suspect material will be
obtained and tested. The material will then be statistically evaluated as an independent lot
in accordance with Section 1-06.2(2).
5-04.3(11)E Rejection - An Entire Sublot
An entire sublot that is suspected of being defective may be rejected. When a sublot is
rejected a minimum of two additional random samples from this sublot will be obtained.
These additional samples and the original sublot will be evaluated as an independent lot
in accordance with Section 1-06.2(2).
5-04.3(11)F Rejection - A Lot in Progress
The Contractor shall shut down operations and shall not resume HMA placement until
such time as the Engineer is satisfied that material conforming to the Specifications
can be produced:
1. When the Composite Pay Factor (CPF) of a lot in progress drops below 1.00 and the
Contractor is taking no corrective action, or
2. When the Pay Factor (PF) for any constituent of a lot in progress drops below 0.95 and
the Contractor is taking no corrective action, or
3. When either the PFi for any constituent or the CPF of a lot in progress is less than 0.75.
01/25/2023
102
5-04.3(11)G Rejection - An Entire Lot (Mixture or Compaction)
An entire lot with a CPF of less than 0.75 will be rejected.
5-04.3(12) Joints
5-04.3(12)A HMA Joints
5-04.3(12)A1 Transverse Joints
The Contractor shall conduct operations such that the placing of the top or wearing course
is a continuous operation or as close to continuous as possible. Unscheduled transverse
joints will be allowed, and the roller may pass over the unprotected end of the freshly laid
mixture only when the placement of the course must be discontinued for such a length of
time that the mixture will cool below compaction temperature. When the Work is
resumed, the previously compacted mixture shall be cut back to produce a slightly beveled
edge for the full thickness of the course.
A temporary wedge of HMA constructed on a 20H:1V shall be constructed where a
transverse joint as a result of paving or planing is open to traffic. The HMA in the
temporary wedge shall be separated from the permanent HMA by strips of heavy wrapping
paper or other methods approved by the Engineer. The wrapping paper shall be removed
and the joint trimmed to a slightly beveled edge for the full thickness of the course prior to
resumption of paving.
The material that is cut away shall be wasted and new mix shall be laid against the cut.
Rollers or tamping irons shall be used to seal the joint.
5-04.3(12)A2 Longitudinal Joints
The longitudinal joint in any one course shall be offset from the course immediately below
by not more than 6 inches nor less than 2 inches. All longitudinal joints constructed in the
wearing course shall be located at a lane line or an edge line of the Traveled Way. A
notched wedge joint shall be constructed along all longitudinal joints in the wearing
surface of new HMA unless otherwise approved by the Engineer. The notched wedge joint
shall have a vertical edge of not less than the maximum aggregate size or more than ½ of
the compacted lift thickness and then taper down on a slope not steeper than 4H:1V. The
sloped portion of the HMA notched wedge joint shall be uniformly compacted.
5-04.3(12)B Bridge Paving Joint Seals
5-04.3(12)B1 HMA Sawcut and Seal
Prior to placing HMA on the bridge deck, establish sawcut alignment points at both ends of
the bridge paving joint seals to be placed at the bridge ends, and at interior joints within
the bridge deck when and where shown in the Plans. Establish the sawcut alignment points
in a manner that they remain functional for use in aligning the sawcut after placing the
01/25/2023
103
overlay.
Submit a Type 1 Working Drawing consisting of the sealant manufacturer’s application
procedure.
Construct the bridge paving joint seal as specified ion the Plans and in accordance with the
detail shown in the Standard Plans. Construct the sawcut in accordance with the detail
shown in the Standard Plan. Construct the sawcut in accordance with Section 5-05.3(8)B
and the manufacturer’s application procedure.
5-04.3(12)B2 Paved Panel Joint Seal
Construct the paved panel joint seal in accordance with the requirements specified in
section 5-04.3(12)B1 and the following requirement:
1. Clean and seal the existing joint between concrete panels in accordance with Section 5-
01.3(8) and the details shown in the Standard Plans.
5-04.3(13) Surface Smoothness
The completed surface of all courses shall be of uniform texture, smooth, uniform as to
crown and grade, and free from defects of all kinds. The completed surface of the wearing
course shall not vary more than ¼ inch from the lower edge of a 10-foot straightedge
placed on the surface parallel to the centerline. The transverse slope of the completed
surface of the wearing course shall vary not more than ¼ inch in 10 feet from the rate of
transverse slope of the existing street surface.
When deviations in excess of the above tolerances are found that result from a high place
in the HMA, the pavement surface shall be corrected by one of the following methods:
1. Removal of material from high places by grinding with an approved grinding
machine, or
2. Removal and replacement of the wearing course of HMA, or
3. By other method approved by the Engineer.
Correction of defects shall be carried out until there are no deviations anywhere greater
than the allowable tolerances.
Deviations in excess of the above tolerances that result from a low place in the HMA and
deviations resulting from a high place where corrective action, in the opinion of the
Engineer, will not produce satisfactory results will be accepted with a price adjustment.
The Engineer shall deduct from monies due or that may become due to the Contractor the
sum of $500.00 for each and every section of single traffic lane 100 feet in length in which
any excessive deviations described above are found.
When utility appurtenances such as manhole covers and valve boxes are located in the
traveled way, the utility appurtenances shall be adjusted to the finished grade prior to
paving. This requirement may be waived when requested by the Contractor, at the
01/25/2023
104
discretion of the Engineer or when the adjustment details provided in the project plan or
specifications call for utility appurtenance adjustments after the completion of paving. For
this contract, utility appurtenances shall be adjusted to final grade after paving, unless
otherwise directed by the Engineer. See Section 5-04.3(19) for requirements. The costs
associated with utility appurtenance adjustments shall be considered incidental.
Utility appurtenance adjustment discussions will be included in the Pre-Paving planing (5-
04.3(14)B3). Submit a written request to waive this requirement to the Engineer prior to
the start of paving.
5-04.3(14) Planing (Milling) Bituminous Pavement
The planing plan must be approved by the Engineer and a pre-planing meeting must be
held prior to the start of any planing. See Section 5-04.3(14)B2 for information on planing
submittals.
Where planing an existing pavement is specified in the Contract, the Contractor must
remove existing surfacing material and to reshape the surface to remove irregularities. The
finished product must be a prepared surface acceptable for receiving an HMA overlay.
Use the cold milling method for planing unless otherwise specified in the Contract. Do not
use the planer on the final wearing course of new HMA.
Conduct planing operations in a manner that does not tear, break, burn, or otherwise
damage the surface which is to remain. The finished planed surface must be slightly
grooved or roughened and must be free from gouges, deep grooves, ridges, or other
imperfections. The Contractor must repair any damage to the surface by the Contractor’s
planing equipment, using an Engineer approved method.
Repair or replace any metal castings and other surface improvements damaged by planing,
as determined by the Engineer.
After planing is complete, planed surfaces must be swept, cleaned, and if required by the
Contract or as directed by the Engineer, patched and preleveled.
The Engineer may direct additional depth planing. Before performing this additional depth
planing, the Contractor must conduct a hidden metal in pavement detection survey as
specified in Section 5-04.3(14)A.
5-04.3(14)A Pre-Planing Metal Detection Check
Before starting planing of pavements, and before any additional depth planing required by
the Engineer, the Contractor must conduct a physical survey of existing pavement to be
planed with equipment that can identify hidden metal objects.
Should such metal be identified, promptly notify the Engineer.
See Section 1-07.16(1) regarding the protection of survey monumentation that may be
hidden in pavement.
The Contractor is solely responsible for any damage to equipment resulting from the
Contractor’s failure to conduct a pre-planing metal detection survey, or from the
Contractor’s failure to notify the Engineer of any hidden metal that is detected.
5-04.3(14)B Paving and Planing Under Traffic
5-04.3(14)B1 General
01/25/2023
105
In addition the requirements of Section 1-07.23 and the traffic controls required in Section
1-10, and unless the Contract specifies otherwise or the Engineer approves, the
Contractor must comply with the following:
1. Intersections:
a. Keep intersections open to traffic at all times, except when paving or planing
operations through an intersection requires closure. Such closure must be kept to
the minimum time required to place and compact the HMA mixture, or plane as
appropriate. For paving, schedule such closure to individual lanes or portions
thereof that allows the traffic volumes and schedule of traffic volumes required in
the approved traffic control plan. Schedule work so that adjacent intersections
are not impacted at the same time and comply with the traffic control restrictions
required by the Traffic Engineer. Each individual intersection closure or partial
closure must be addressed in the traffic control plan, which must be submitted to
and accepted by the Engineer, see Section 1-10.2(2).
b. When planing or paving and related construction must occur in an intersection,
consider scheduling and sequencing such work into quarters of the intersection, or
half or more of an intersection with side street detours. Be prepared to sequence
the work to individual lanes or portions thereof.
c. Should closure of the intersection in its entirety be necessary, and no trolley service
is impacted, keep such closure to the minimum time required to place and
compact the HMA mixture, plane, remove asphalt, tack coat, and as needed.
d. Any work in an intersection requires advance warning in both signage and a number
of Working Days advance notice as determined by the Engineer, to alert traffic and
emergency services of the intersection closure or partial closure.
e. Allow new compacted HMA asphalt to cool to ambient temperature before any
traffic is allowed on it. Traffic is not allowed on newly placed asphalt until approval
has been obtained from the Engineer.
2. Temporary centerline marking, post-paving temporary marking, temporary stop bars,
and maintaining temporary pavement marking must comply with Section 8-23.
3. Permanent pavement marking must comply with Section 8-22.
5-04.3(14)B2 Submittals – Planing Plan and HMA Paving Plan
The Contractor must submit a separate planing plan and a separate paving plan to the
Engineer at least 5 Working Days in advance of each operation’s activity start date. These
plans must show how the moving operation and traffic control are coordinated, as they
will be discussed at the pre-planing briefing and pre-paving briefing. When requested by
the Engineer, the Contractor must provide each operation’s traffic control plan on 11 x 17
inch or larger size Shop Drawings with a scale showing both the area of operation and
sufficient detail of traffic beyond the area of operation where detour traffic may be
required. The scale on the Shop Drawings is 1 inch = 100 feet, which may be changed if the
Engineer agrees sufficient detail is shown.
The planing operation and the paving operation include, but are not limited to, metal
detection, removal of asphalt and temporary asphalt of any kind, tack coat and drying,
staging of supply trucks, paving trains, rolling, scheduling, and as may be discussed at the
briefing.
When intersections will be partially or totally blocked, provide adequately sized and
noticeable signage alerting traffic of closures to come, a minimum 2 Working Days in
advance. The traffic control plan must show where peace officers will be stationed when
signalization is or may be, countermanded, and show areas where flaggers are proposed.
At a minimum, the planing and the paving plan must include:
1. A copy of the accepted traffic control plan, see Section 1-10.2(2), detailing each day’s
traffic control as it relates to the specific requirements of that day’s planing and
01/25/2023
106
paving. Briefly describe the sequencing of traffic control consistent with the proposed
planing and paving sequence, and scheduling of placement of temporary pavement
markings and channelizing devices after each day’s planing, and paving.
2. A copy of each intersection’s traffic control plan.
3. Haul routes from Supplier facilities, and locations of temporary parking and staging
areas, including return routes. Describe the complete round trip as it relates to the
sequencing of paving operations.
4. Names and locations of HMA Supplier facilities to be used.
5. List of all equipment to be used for paving.
6. List of personnel and associated job classification assigned to each piece of paving
equipment.
7. Description (geometric or narrative) of the scheduled sequence of planing and of
paving, and intended area of planing and of paving for each day’s work, must include
the directions of proposed planing and of proposed paving, sequence of adjacent lane
paving, sequence of skipped lane paving, intersection planing and paving scheduling
and sequencing, and proposed notifications and coordination to be timely made. The
plan must show HMA joints relative to the final pavement marking lane lines.
8. Names, job titles, and contact information for field, office, and plant supervisory
personnel.
9. A copy of the approved Mix Designs.
10. Tonnage of HMA to be placed each day.
11. Approximate times and days for starting and ending daily operations.
5-04.3(14)B3 Pre-Paving and Pre-Planing Briefing
At least 2 Working Days before the first paving operation and the first planing operation, or
as scheduled by the Engineer for future paving and planing operations to ensure the
Contractor has adequately prepared for notifying and coordinating as required in the
Contract, the Contractor must be prepared to discuss that day’s operations as they relate to
other entities and to public safety and convenience, including driveway and business
access, garbage truck operations, Metro transit operations and working around energized
overhead wires, school and nursing home and hospital and other accesses, other
contractors who may be operating in the area, pedestrian and bicycle traffic, and
emergency services. The Contractor, and Subcontractors that may be part of that day’s
operations, must meet with the Engineer and discuss the proposed operation as it relates
to the submitted planing plan and paving plan, approved traffic control plan, and public
convenience and safety. Such discussion includes, but is not limited to:
1. General for both Paving Plan and for Planing Plan:
a. The actual times of starting and ending daily operations.
b. In intersections, how to break up the intersection, and address traffic control
and signalization for that operation, including use of peace officers.
c. The sequencing and scheduling of paving operations and of planing
operations, as applicable, as it relates to traffic control, to public
convenience and safety, and to other contractors who may operate in the
Project Site.
d. Notifications required of Contractor activities and coordinating with other
entities and the public as necessary.
e. Description of the sequencing of installation and types of temporary
pavement markings as it relates to planing and to paving.
f. Description of the sequencing of installation of, and the removal of,
temporary pavement patch material around exposed castings and as may be
needed
g. Description of procedures and equipment to identify hidden metal in the
pavement, such as survey monumentation, monitoring wells, street car rail,
and castings, before planing, see Section 5-04.3(14)B2.
h. Description of how flaggers will be coordinated with the planing,
paving, and related operations.
01/25/2023
107
i. Description of sequencing of traffic controls for the process of rigid
pavement base repairs.
j. Other items the Engineer deems necessary to address.
2. Paving – additional topics:
a. When to start applying tack and coordinating with paving.
b. Types of equipment and numbers of each type of equipment to be used. If
more pieces of equipment than personnel are proposed, describe the
sequencing of the personnel operating the types of equipment. Discuss the
continuance of operator personnel for each type of equipment as it relates
to meeting Specification requirements.
c. Number of JMFs to be placed, and if more than one JMF how the Contractor
will ensure different JMFs are distinguished, how pavers and MTVs are
distinguished if more than one JMF is being placed at the time, and how
pavers and MTVs are cleaned so that one JMF does not adversely influence
the other JMF.
d. Description of contingency plans for that day’s operations such as equipment
breakdown, rain out, and Supplier shutdown of operations.
e. Number of sublots to be placed, sequencing of density testing, and other
sampling and testing.
5-04.3(15) Sealing Pavement Surfaces
Apply a fog seal where shown in the plans. Construct the fog seal in accordance with
Section 5-02.3. Unless otherwise approved by the Engineer, apply the fog seal prior to
opening to traffic.
5-04.3(16) HMA Road Approaches
HMA approaches shall be constructed at the locations shown in the Plans or where staked
by the Engineer. The Work shall be performed in accordance with Section 5-04.
5-04.3(17) Temporary Pavement Marking
Add new section 5-04.3(17):
(******)
The furnishing and installing of temporary pavement marking shall be as described in
Section 8-23. For this contract, all temporary pavement marking is considered short
duration.
5-04.3(18) Permanent Pavement Patching and Overlay
Add New Section 5-04.3(18):
(******)
All final pavement cuts shall be made by sawcut. Sawcuts shall be a minimum of one foot
(1’) outside the trench width. The top two inches (2") of asphalt shall be ground down to a
minimum distance of one foot (1’) beyond the actual outside edges of the trench and shall
be replaced with two inches (2”) of Class B asphalt, per City of Renton Standards.
Lane-width or a full street-width overlay will be determined by the Engineer based upon
the location and length of the proposed trench within the roadway cross-section. Changes
in field conditions may warrant modification overlay requirements by the Engineer.
1. Trenches (Road Crossings):
a. The minimum width of a transverse patch (road crossing) shall be six and one-
half feet (6.5’). See City of Renton Standard Plan 110.
b. Any affected lane will be ground down two inches (2”) and paved for the entire
width of the lane.
01/25/2023
108
c. Patch shall be a minimum of one foot (1’) beyond the excavation and patch
length shall be a minimum of an entire traveled lane.
d. Patch depth shall match the existing thickness or at minimum 8-inches where
the existing pavement section is composed partially or wholly of concrete and
shall be 8” where the existing pavement section is not composed of any
concrete.
e. If the outside of the trenching is within three feet (3’) of any adjacent lane line,
the entire adjacent traveled lane affected will be repaved
f. An area including the trench and one foot (1’) on each side of the trench but not
less than six- and one-half feet (6.5’) total for the entire width of the affected
traveled lanes will be ground down to a depth of two inches (2”). A two-inch
(2”) overlay of Class B asphalt will be applied per City standards.
2. Trenches Running Parallel with the Street:
a. The minimum width of a longitudinal patch shall be four and one-half feet
(4.5’). See City of Renton Standard Plan Drawing 110.1.
b. Patch depth shall match the existing thickness or at minimum 8-inches where
the existing pavement section is composed partially or wholly of concrete and
shall be 8” where the existing pavement section is not composed of any
concrete.
c. If the trenching is within a single traveled lane, an entire lane-width overlay will
be required.
d. If the outside of the trenching is within three feet (3') of any adjacent lane line,
the entire adjacent traveled lane affected will be overlaid.
e. If the trenching is greater than, or equal to 30% of lane per block (660-foot
maximum block length), or if the total patches exceed 12 per block, then the
lanes affected will be overlaid. Minimum overlay shall include all patches within
the block section.
f. The entire traveled lane width for the length of the trench and an additional ten
feet (10’) at each end of the trench will be ground down to a depth of two
inches (2”). A two-inch (2”) overlay of Class B will be applied per City standards.
3. Potholes and Other Small Patches:
Potholes and other small patches shall meet the same requirements as trenching and
pavement restoration. Patch shall extend a minimum of one foot (1’) beyond the
excavation on all sides. All affected lanes will be ground down to a depth of two inches
(2”) and paved not less than six-and-one-half feet (6.5’) wide for the entire width of the
lane. Patches greater than five feet (5’) in length, width or diameter shall be restored to
trench restoration standards. In all cases, potholes, wells, and other small patches shall be
repaired per Renton Standard Plan 110. Restoration requirements utilizing vactor
equipment will be determined by the engineer.
The contractor in all cases can remove the pavement in the replacement area instead of
grinding out the specified two inches (2”) of asphalt. Full pavement replacement to meet
or exceed the existing pavement depth will be required for the area of pavement removal.
The Engineer may determine in the field that a full street-width (edge-of-pavement to
edge-of-pavement) overlay is required due to changes in the permit conditions such as, but
not limited to the following:
1. There has been damage to the existing asphalt surface due to the contractor's
equipment.
2. The trench width was increased significantly, or the existing pavement is
undermined or damaged.
01/25/2023
109
3. Any other construction related activities that require additional pavement
restoration.
All street surfaces, walks or driveways within the street trenching areas shall be feathered
and shimmed to an extent that provides a smooth-riding connection and expeditious
drainage flow for the newly paved surface.
Feathering and shimming shall not decrease the minimum vertical curb depth below four
inches (4") for storm water flow. The Engineer may require additional grinding to increase
the curb depth available for storm water flow in areas that are inadequate. Shimming and
feathering, as required by the Engineer, shall be accomplished by raking out the oversized
aggregates from the Class B mix as appropriate.
Surface smoothness shall be per Section 5-04.3(13) of the Standard Specifications. The
paving shall be corrected by removal and repaving of the trench only. Asphalt patch
depths will vary based upon the streets being trenched.
The final patch or overlay shall be completed as soon as possible and shall not exceed
fifteen (15) working days after first opening the trench. This time frame may be adjusted if
delays are due to inclement paving weather or other adverse conditions that may exist.
However, delaying of final patch or overlay work is subject to the Engineer's approval. The
Engineer may deem it necessary to complete the work within the fifteen (15) working
daytime frame and not allow any time extension. Should this occur, the Contractor shall
perform the necessary work, as directed by the Engineer.
5-04.3(19) Adjusting Utility Covers and Monument Cases to Final Grade
The following section only applies to existing utility covers and monument cases covered
by HMA. The work shall be completed after the final rolling of the final lift of HMA. The
work consists of locating and marking these features and then adjusting them final grade.
The Contractor shall locate all utility covers and monument cases covered by HMA
immediately after paving operations are complete for a street and/or street segment. Each
location shall be marked with paint and identify the type of buried feature. The Contractor
shall completely expose all water valve boxes and gas valves for access within five (5)
calendar days after final rolling of the final lift of HMA.
The Contractor shall adjust all utility covers including but not be limited to the following
features to final grade:
Manholes – Refer to Renton Standard Plan 106.
Water Valve Boxes – Refer to Renton Standard Plan 330.1.
Gas Valves – Same as Water Valve Boxes.
Monument Cases – Refer to Renton Standard Plan 113.
J-boxes, Electrical Vaults, Communications Vaults – These features shall not to be covered
with HMA.
If there is no bid item for adjusting utility convers and monument cases to final grade, the
cost of adjusting utility covers and monument cases to final grade is considered as
incidental and included in various bid items.
5-06 TEMPORARY RESTORATION IN PAVEMENT AREA
Section 5-06 is a new Section with subsections:
(******)
5-06.1 Description
Pavement areas that have been removed by construction activities must be restored by
the Contractor prior to the end of each working period. Within paved streets, driveways or
sidewalks, the Contractor may use temporary pavement to allow vehicular/pedestrian
01/25/2023
110
traffic to travel over the construction areas. The costs related to temporary restoration in
pavement area shall be considered incidental.
Temporary pavement shall be placed around trench plates or other devices used to cover
construction activities in a manner that provides a smooth and safe transition between
surfaces. The costs related to temporary pavement shall be incidental.
5-06.2 Materials
Hot mix asphalt patch shall be used for all temporary trench patching within the traveled
way. Cold mix asphalt may be allowed for temporary paving outside the traveled way. The
cold mix asphalt shall be EZ Street or approved equal. All temporary paving shall be placed
with a minimum thickness of 2 inches.
Temporary pavement material that does not form a consolidated surface after compaction
shall be considered unsuitable and shall be removed from the site. Unsuitable temporary
pavement shall be disposed of offsite.
5-06.3 Construction Requirements
The Contractor shall maintain temporary asphalt patches to the satisfaction of the
governing road agency and the Engineer until said patch is replaced with permanent hot
patch. The completed temporary pavement shall be free from ridges, ruts, bumps,
depressions, objectionable marks, or other irregularities. The permanent hot mix asphalt
patch shall be placed and sealed within 30 calendar days.
The Contractor shall immediately repair, patch, or remove any temporary pavement that
does not provide a flat transition between existing pavement areas.
All temporary asphalt pavement shall be removed from the site by the end of the project
and shall not be used as permanent asphalt pavement or subgrade material.
01/25/2023
111
7-01 DRAINS
7-01.2 Materials
The second paragraph of Section 7-01.2 is revised with the following:
(******)
Drain pipes may be concrete, zinc coated (galvanized) corrugated iron with Asphalt
Treatment I, aluminum coated (aluminized) corrugated iron with Asphalt Treatment I, zinc
coated (galvanized) steel with Asphalt Treatment I, corrugated aluminum alloy, polyvinyl
chloride (PVC), corrugated polyethylene (PE), or corrugated polypropylene (PP) at the option
of the Contractor unless the Plans specify the type to be used.
7-01.3 Construction Requirements
7-01.3(1) Drain Pipe
Section 7-01.3(1) is revised with the following:
(******)
PVC drainpipe shall be jointed with a bell and spigot joint using a flexible elastomeric seal as
described in Section 9-04.8. The bell shall be laid upstream. PE or ABS drainpipe shall be
jointed with snap-on, screw-on, or wraparound coupling bands as recommended by the
manufacturer of the tubing.
7-01.3(2) Underdrain Pipe
The second paragraph is revised with the following:
(******)
PVC under drain pipe shall be jointed using either the flexible elastomeric seal as described
in Section 9-04.8 or solvent cement as described in Section 9-04.9, at the option of the
Contractor unless otherwise specified in the Plans. The bell shall be laid upstream. PE or ABS
drainage tubing under drain pipe shall be jointed with snap-on, screw-on, or wraparound
coupling bands, as recommended by the manufacturer of the tubing.
7-01.4 Measurement
Section 7-01.4 is supplemented with the following:
(******)
When the Contract does not include "Structure Excavation Class B" or "Structure Excavation
Class B Including Haul" as a pay item all costs associated with these items shall be included
in other contract pay items.
7-02 CULVERTS
7-02.2 Materials
The second paragraph of Section 7-02.2 is revised and supplemented with the following:
(******)
Where steel or aluminum are referred to in this section in regard to a kind of culvert pipe,
pipe arch, or end sections, it shall be understood that steel is zinc coated (galvanized) with
Asphalt Treatment I or aluminum coated (aluminized) corrugated iron or steel, and aluminum
is corrugated aluminum alloy as specified in Sections 9-05.4 and 9-05.5. Where plain or
reinforced concrete, steel, or aluminum are referred to in Section 7-02 it shall be understood
that reference is also made to PVC.
7-04 STORM SEWERS
7-04.2 Materials
The first paragraph of Section 7-04.2 is deleted in its entirety and replaced with the following:
(******)
Unless a pipe material is specifically called out on the Plans, materials shall meet the
following requirements.
01/25/2023
112
Size Pipe Material Allowed Specification
6-12” Polypropylene Storm Sewer Pipe
Ductile Iron Pipe
Corrugated Polyethylene Storm Sewer Pipe
(CPEP)
9-05.24(2)
9-05-13
9-05.20
Where bends are specifically called out on the plans, they shall be of the same material and
manufacturer as the main pipe and meet the manufacturer’s recommendations.
The second paragraph of Section 7-04.2 is supplemented with the following:
(******)
The Contractor shall require pipe suppliers to furnish certificates signed by their authorized
representative, stating the specifications to which the materials or products were
manufactured. The Contractor shall provide 2 copies of these certifications to the Engineer
for approval. Certificates showing nonconformance with the Contract shall be sufficient
evidence for rejection. Approval of certificates shall be considered only as tentative
acceptance of the materials and products, and such action by Engineer will not relieve
Contractor of his/her responsibility to perform field tests and to replace or repair faulty
materials, equipment, and/or workmanship and Contractor’s own expense.
Section 7-04.2 is supplemented with the following:
(******)
Dense foam shall meet 9-05.52 of these Special Provisions.
7-04.3 Construction Requirements
7-04.3(1) Cleaning and Testing
Section 7-04.3(1) is supplemented with the following:
(******)
Before testing begins and in adequate time to obtain approval through submittal process,
prepare and submit test plan for approval by Engineer. Include testing procedures, methods,
equipment, and tentative schedule. Obtain advance written approval for any deviations from
Drawings and Specifications.
Repair, correct, and retest sections of pipe which fail to meet specified requirements when
tested.
Perform testing as work progresses. Schedule testing so that no more than 1000 linear feet
of installed pipeline remains untested at one time.
Perform testing under observation of Engineer or Inspector.
Schedule testing during no rain. Plug the lower end of the pipe if needed to test pipe.
At the request of the Engineer, all pipe larger than 30-inch diameter shall have joints
individually tested for Joint Tightness. Prior to final backfill, all joints shall be individually
tested using low-pressure air per ASTM C1103. For the installation of any flexible pipe larger
than 30-inches in diameter, the Contractor shall retain the services of a pipe manufacturer
representative, knowledgeable in the installation methods and practices for the specific pipe
product used on this project, as well as on the installation practices for flexible pipelines in
general. The manufacturer’s representative shall be present full time on site during the
construction of the first 300 feet of pipe installation, and part-time, as required, thereafter
until the entire pipeline installation is complete. The manufacturer’s representative shall
01/25/2023
113
observe pipe foundation, pipe installation, placement and compaction of pipe zone bedding
and backfill, and testing procedures. The manufacturer’s representative shall notify Engineer
and Contractor of any non-conforming installation, identifying the manufacturer
recommended corrective action(s), within 24 hours of such occurrence. At the request of the
Engineer, all flexible pipe shall be tested for maximum pipe deflection by pulling a rigid
mandrel through the entire (i.e., 100%) flexible pipe length installed. Maximum deflection
shall not exceed 5%. Mandrel testing shall conform to ASTM D3034, and be performed no
sooner than 30 days after backfilling and prior to final acceptance testing of the segment.
Submit test results to the Engineer.
1. Rigid mandrel shall have outside diameter (O.D.) equal to 95 percent of inside
diameter (I.D.) of pipe. Inside diameter of pipe, for purpose of determining outside
diameter of mandrel, shall be average outside diameter minus two minimum wall
thicknesses for O.D. controlled pipe and average inside diameter for I.D. controlled
pipe, dimensions shall be per appropriate standard. Statistical or other "tolerance
packages" shall not be considered in mandrel sizing.
2. Rigid mandrel shall be constructed of metal or rigid plastic material that can
withstand 200 psi without being deformed. Mandrel shall have nine or more
"runners" or "legs" as long as total number of legs is odd number. Barrel section of
mandrel shall have length of at least 75 percent of inside diameter of pipe. Rigid
mandrel shall not have adjustable or collapsible legs which would allow reduction in
mandrel diameter during testing. Provide and use proving ring for modifying each
size mandrel.
3. Furnish "proving ring" with each mandrel. Fabricate ring of 1/2-inch-thick, 3-inch-
wide bar steel to diameter 0.02 inches larger than approved mandrel diameter.
4. If a rigid mandrel is not available, the Contractor may substitute a round steel bar
meeting #3 above.
“Testing Storm Sewer Pipe” shall be incidental to and included in storm sewer pipe bid items.
7-04.3(1)G Abandon Existing Storm Sewer Pipes
Section 7-04.3(1)G is a new section:
(******)
Where it is shown on the plans that existing storm sewer pipe is to be abandoned by filling
with grout, all abandonment of storm drain lines shall conform to Section 7-17.3(2)I.
7-04.3(2) CCTV Inspection
Section 7-04.3(2) is a new added section:
(******)
All storm drain main lines constructed as part of this project shall be inspected by the use of
closed-circuit television (CCTV) before substantial completion. The costs incurred in making
the inspection shall be incidental to and included in storm sewer pipe bid items unless
included as a pay item in the Schedule of Prices.
All CCTV inspections for storm drain lines shall conform to Section 7-17.3(2)H.
7-04.3(3) Direct Pipe Connections
Section 7-04.3(3) is a new added section as follows:
(******)
Direct Pipe Tee Connections:
Field Pipe and Joint Performance: To assure water tightness, field performance verification
may be accomplished by testing in accordance with ASTM F2487, ASTM F1417 or ASTM
C1103. Appropriate safety precautions must be used when field-testing any pipe material.
Contact the manufacturer for recommended leakage rates.
01/25/2023
114
Installation: Installation shall be accordance with the manufacturer’s recommended
installation guidelines. Backfill around the Inserta Tee service connection shall be, at a
minimum, of the same material type and compaction level as specified for the mainline pipe
installation.
7-04.3(4) Temporary Stormwater Diversion
Section 7-04.3(4) is a new added section as follows:
It shall be the Contractor’s responsibility to maintain operation of the existing storm sewer
system throughout the duration of the project without any disruption of service until the
new storm drain has been accepted by the City to receive stormwater flows, and connections
are made between the existing and new storm based on scheduling approved by the
Engineer.
A temporary stormwater diversion shall be capable of bypassing at least the 2-year peak
flow during construction.
The Contractor shall submit proposed methods for providing the diversions to the Engineer
for approval prior to construction. The diversions shall have the least impact on property
owners and traffic flow through the site. The diversions shall be installed, operated, and
maintained only when needed where the existing storm drain system must be demolished
to allow construction of the new system. Where shown on the Plans, Contractor shall time
work of bypasses during period of anticipated no or little rain.
If bypass pumping is provided, it shall be scheduled for continuous operation with backup
equipment available at all times for periods of maintenance and refueling or failure of the
primary bypass pump(s) or diversion system.
The Contractor shall submit a Temporary Stormwater Diversion Plan. The Contractor’s
bypass operation shall be sized to handle, at a minimum, the flow rates in the table
specified below or can be reduced to a size determined by the Contractor if the temporary
bypass can be timed to coincide with a period of little to no rain. The Contractor’s plan
shall be reviewed by the City before the plan is implemented. The review of the flow
diversion plan shall, as well as the Contractor’s proposed size of the bypass, in no way
relieve the Contractor of his responsibility to provide a bypass system that conveys
encountered flows without property damage or damage to the project or construction
area. Any risk associated with sizing the bypass and impacts to construction is borne by
the Contractor.
Existing Storm Drain Pipe Diameter (in) Minimum Temporary Bypass Flow (gpm)
6 20
8 50
10 80
12 130
15 240
18 400
21 600
24 900
30 1,500
36 2,500
48 5,400
01/25/2023
115
7-05 MANHOLES, INLETS, AND CATCH BASINS
7-05.3 Construction Requirements
Section 7-05.3 is supplemented with the following:
(******)
All manholes shall be in accordance with City of Renton Standard Plans.
Connection to manholes or catch basins for storm sewer pipe less than 24-inch shall be “Kor-
n-Seal” boot or approved equal.
Sanitary sewer pipe to sanitary sewer manhole connections shall be “Kor-n-Seal” boot or
approved equal.
7-05.3(1) Adjusting Manholes and Catch Basins to Grade
Section 7-05.3(1) is replaced with the following:
(******)
Where shown in the Plans or where directed by the Engineer, the existing manholes, catch
basins, or inlets shall be adjusted to the grade as staked or otherwise designated by the
Engineer.
The existing cast iron ring and cover on manholes and the catch basin frame and grate shall
first be removed and thoroughly cleaned for reinstalling at the new elevation. From that
point, the existing structure shall be raised or lowered to the required elevation.
The Contractor shall construct manholes so as to provide adjustment space for setting cover
and casting to a finished grade as shown on the Construction Plans. Manhole ring and covers
shall be adjusted to the finished elevations per Standard Plan 106 prior to final acceptance
of the Work. Manholes in unimproved areas shall be adjusted to 6” above grade.
In unpaved streets: manholes, catch basins, and similar structures in areas to be surfaced
with crushed rock or gravel shall be constructed to a point approximately eight inches
below the subgrade and covered with a temporary wood cover. Existing manholes shall be
cut off and covered in a similar
manner. The Contractor shall carefully reference each manhole so that they may be easily
found upon completion of the street Work. After placing the gravel or crushed stone
surfacing, the manholes and manhole castings shall be constructed to the finished grade of
the roadway surface. Excavation necessary for bringing manholes to grade shall center about
the manhole and be held to the minimum area necessary. At the completion of the manhole
adjustment, the void around the manhole shall be backfilled with materials which result in
the section required on the typical roadway section and be thoroughly compacted.
In cement concrete pavement: manholes, catch basins, and similar structures shall be
constructed and adjusted in the same manner as outlined above except that the final
adjustment shall be made, and cast-iron frame be set after forms have been placed and
checked. In placing the concrete pavement, extreme care shall be taken not to alter the
position of the casting in any way.
In asphalt concrete pavement: manholes shall not be adjusted until the pavement is
completed; at which time the center of each manhole shall be carefully relocated from
references previously established by the Contractor. The manhole shall then be brought to
proper grade utilizing the same methods of construction as for the manhole itself. The cast
iron frame shall be placed on the concrete grade rings and mortar. The complete patch shall
match the existing paved surface for texture, density, and uniformity of grade. The joint
between the patch and the existing pavement shall then be carefully painted with hot asphalt
cement or asphalt emulsion and shall be immediately covered with dry paving sand before
the asphalt cement solidifies.
01/25/2023
116
Adjustment of inlets: The final alignment and grade of cast iron frames for new and old inlets
to be adjusted to grade will be established from the forms or adjacent pavement surfaces.
The final adjustment of the top of the inlet will be performed in similar manner to the above
for manholes. On asphalt concrete paving projects using curb and gutter section, that
portion of the cast iron frame not embedded in the gutter section shall be solidly embedded
in asphalt also. The existing concrete pavement and edge of the casting shall be painted with
hot asphalt cement. Adjustments in the inlet structure shall be constructed in the same
manner and of the same material as that required for new inlets.
Monument cast iron frame and cover: monument castings shall be adjusted to grade in the
same manner as for manholes.
Valve box castings: adjustments of valve box castings shall be made in the same manner as
for manholes.
7-05.3(2) Abandon Existing Catch Basins and Manholes
Section 7-05.3(2) is revised as follows:
(******)
Where it is required that an existing catch basin or manhole be abandoned, the structure
shall be broken down to a depth of at least 4 feet below the revised surface elevation, all
connections plugged with grout, drainage holes drilled in the manhole base to prevent
standing water, and the manhole filled with CDF, sand, or gravel borrow compacted to
90 percent density as specified in Section 2-03.3(14)C. Debris resulting from breaking the
upper part of the manhole may be mixed with the fill material subject to the approval of the
Engineer. The ring and cover shall be salvaged if requested by the City and all other surplus
material disposed of.
7-05.3(2)A Abandon Existing Storm Drain and Sanitary Sewer Pipe
Section 7-05.3(2)A is a new section:
(******)
Where shown on the plans, existing storm drain and sanitary sewer pipes shall be abandoned
after existing connections have been properly transferred to the new system. Pipes 10-inches
and smaller shall be abandoned with concrete plugs at least 12-inches long in each end of
the pipe at every location where the pipe is exposed or accessible. Pipes 12-inches and larger
shall be filled entirely with flowable Cement-based Grout for Utility Abandonment as
specified in Section 9-03.22.
7-05.3(3) Connections to Existing Structures
Section 7-05.3(3) is supplemented by adding the following:
(******)
Where shown on the Plans, new drain pipes shall be connected to existing line, catch basin,
curb inlets and/or manholes. The Contractor shall be required to core drill into the structure,
shape the new pipe to fit and re-grout the opening in a workmanlike manner. Where directed
by the Engineer or where shown on the Plans, additional structure channeling will be
required.
Connections to existing sanitary sewer manholes shall be core drilled. Couplings shall be
equal to “Kor-n-Seal” boots. Existing sanitary sewer manholes shall be cleaned, repaired,
and re-channeled as necessary to match the new pipe configuration and as shown on the
Construction Plans.
Connections to existing sanitary sewer pipes shall be made with a ductile iron sleeve-style
coupling, ROMAC or approved equal, conforming to ASTM C219 and sized specifically for the
pipe size and materials being connected
A "connection to existing" item will be allowed at any connection of a new line to an existing
structure. No "connection to existing" will be accepted at the location of new installation,
relocation and adjustment of line manholes, catch basins, or curb inlets.
01/25/2023
117
The unit bid price per each shall be full compensation for all labor, materials and equipment
required.
7-05.3(4) Drop Manhole Connection
Section 7-05.3(4) is replaced with:
(******)
Drop manhole connections shall be constructed in accordance with the Plans. All pipes and
fittings shall be similar size and material as incoming mainline.
Drop bowl and hood shall be Reliner Drop Bowl, or approved equal, constructed of marine
grade fiberglass and mounted directly to the manhole wall. The bowl shall be designed by
the manufacturer and sized such that full pipe flow from the incoming pipe can pass through
a drop pipe of equal or greater size without overtopping the bowl. The hood shall be installed
with nuts and bolts such that it may be easily removed if required. Pipe supports, nuts, bolts,
and other appurtenances required to install the drop bowl, drop pipe, and flexible coupling
shall be Grade 316 stainless steel.
7-05.3(5) Manhole Coatings
Section 7-05.3(5) is an added new section:
(******)
All interior surfaces of new precast concrete sanitary sewer manholes shall be shop coated
in accordance with 9-08.8. Coating shall be applied in accordance with manufacturer’s
recommendations in a controlled environment before arriving on site. Field application of
interior coating will not be accepted.
Coating Material: High Solids Urethane
Surfaces: Concrete
Surface Preparation: In accordance with SSPC SP-7
(Sweep of brush off blast)
Application: Shop
The drying time between coats shall not exceed 24 hours in any case
System Thickness: 3.0-4.0 mils dry film
Coatings: Primer: One coat of Wasser MC-Shieldcoat 100 (1.5.0-2.0 mils DFT)
Finish: Two or more coats of Wasser MC-Shieldcoat 100 (min. 1.5-2.0
mils DFT)
Color: White
7-05.3(6) Construction Dewatering
Section 7-05.3(6) is a new section.
(******)
7-05.3(6)A Description
This section specifies the definition, responsibilities, and execution for control of water.
Control of water shall consist of the design, furnishing, installation, operation,
maintenance, monitoring, and removal of a dewatering system or systems to achieve
proper completion of all work performed under this Contract.
If there is no bid item, Work covered in this section includes temporary dewatering
provisions including all labor, materials, tools, equipment and performing all incidentals
necessary to dewater the excavations, structures, and other work areas during
construction. Dewatering includes removal and proper discharge of all water, including,
but not limited to, groundwater, surface water, and precipitation.
01/25/2023
118
7-05.3(6)B Available Subsurface Data
The Contractor may use the information presented in the following reports:
RH 2 Engineering Technical Memorandum-Engineering Geology Evaluation dated on June
10, 2022.
However, the Contractor shall assume responsibility for the interpretation or use of all of
the information presented in the above reports. The use of the available data and
information in no way relieves the Contractor from the sole responsibility for proper
design, installation, operation, maintenance, and any failure of any component of the
dewatering systems for the duration of this Contract.
7-06 TRENCH DRAINS (NEW SECTION)
Section 7-06 is a new section.
(******)
7-06.1 Description
This Work consists of the construction of new trench drain in accordance with the plans and
specifications.
7-06.2 Materials
Trench drain shall be Polydrain PDX 15” wide, or acceptable equal. Trench drain and
supporting concrete shall be designed for HS20 loading. Grate shall be either Model #603
or #606 as determined by the City.
Submittals:
A. Shop Drawings: Show a schematic plan of the total drainage system including
fabrication details. Shop drawing shall indicate the number and type of each
pre-sloped channels and non pre-sloped channels.
B. Product Data: Manufacturer's catalog sheets, specifications, and installation
instructions for each item specified.
C. Samples: Section of trench drain and grate (minimum 6-inch length)
D. Product Data:
1. Concrete Design Mix: Submit proposed concrete design mix together
with name and location of batching plant at least 28 days prior to the
start of concrete work.
2. Portland Cement: Brand and Manufacturer’s name.
3. Air-entraining Admixture: Brand and manufacturer’s name.
4. Water-reducing or High Range Water-reducing Admixture: Brand and
manufacturer’s name.
5. Curing and Anti-Spalling Compound: Manufacturer’s specifications
and application instructions.
7-06.3 Construction Requirements
Cement concrete shall be constructed with air entrained concrete Class 4000 confirming to
the requirements of Section 6-02. Applicable requirements for concrete curbs and gutters in
Section 8-4.2 shall apply.
Trench drain shall be installed per manufacturer’s recommendations and product installation
procedures.
01/25/2023
119
7-08 GENERAL PIPE INSTALLATION REQUIREMENTS
7-08.3 Construction Requirements
7-08.3(1)A Trenches
Section 7-08.3(1)A is supplemented with the following:
(******)
Trench Excavation Incl. Haul includes the trench excavation for the storm sewer, sanitary
sewer, and water main construction in accordance with the trench limits shown in the table
below. Existing soils conditions are variable, and areas of soil instability may exist. The
Contractor is responsible for protecting and maintaining the trench wall. Wall collapses and
cave-ins will not be paid extra as a change order item. All trench excavated materials shall be
disposed of off-site at an approved Contractor-provided disposal site. Excavation outside the
excavation limits shown on the plan drawings shall be at no additional expense to the City.
Water Pipe,
Any Depth
Sewer and
Storm Drain,
Depth Less
than 8-ft
Sewer and
Storm Drain,
Depth 8 to 16-ft
Sewer and Storm
Drain,
Depth Greater
than 16-ft
Trench Pay Width (ft) 4 4 6 8
Contaminated Trench Excavation includes the trench excavation of materials characterized
as contaminated based on sampling results for the storm sewer, sanitary sewer, and water
main construction and in accordance with the trench limits outlined on the plan drawings.
This excavated soil shall be managed in accordance with applicable state and federal
regulations outlined in the Contract Documents. Handling and disposal of materials shall
adhere to all transportation requirements, receive pre-approval from a disposal facility,
manifesting, and record keeping, etc., as outlined in the Contractor’s Contaminated Soil and
Groundwater Handling and Management Plan.
Excavations will require a shoring system to limit the volume of excavation. Excavation
outside the trench limits shown on the plan drawings shall be at no additional expense to
the City.
Wet Weather Earthwork
The Contractor shall perform all wet weather earthwork in small sections to minimize
exposure to wet conditions. All excavations or removal of unsuitable soils shall be
immediately followed by placement and compaction of replacement fill to depth as
required.
Limit type of construction equipment to prevent soil disturbance.
The Contractor shall slope and seal with a smooth drum vibratory roller the ground surface
within the construction area to prevent ponding and promote rapid runoff of water.
All soils shall be compacted to avoid absorption of water. Soils which become too wet for
compaction shall be removed and replaced at no additional cost to the Owner.
7-08.3(1)C Bedding the Pipe
Section 7-08.3(1)C is supplemented with the following:
(******)
Bedding material shall meet the requirements of Gravel backfill for Pipe Zone Bedding in
accordance with Standard Specification Section 9-03.12(3). Pipe bedding shall be considered
incidental to the pipe and no further compensation shall be made.
01/25/2023
120
Pipe bedding material shall be placed to a depth of 6" over and 6" under the exterior walls
of the pipe. Hand compaction of the pipe bedding materials under the pipe haunches shall
be required. Pipe bedding should provide a firm uniform cradle for support of the pipes.
Prior to installation of the pipe, the pipe bedding should be shaped to fit the lower part of
the pipe exterior with reasonable closeness to provide uniform support along the pipe. Hand
compaction shall be accomplished by using a suitable tamping tool to firmly tamp bedding
material under the haunches of the pipe. Care shall be taken to avoid displacement of the
pipe during the compaction effort.
In areas where the subgrade soils in the trench excavation consist of fine-grained soils,
such as silt/clay, or organic rich soils, the Engineer may direct the Contractor to use a
geotextile separator fabric be placed over the native soils prior to placement of the pipe
bedding. The geotextile shall meet the requirements of Section 9-33.2(1) Table 3 for
Separation. Geotextile shall be paid for by other items.
7-08.3(1)D Pipe Foundation
Section 7-08.3(1)D is a new section:
(******)
Pipe foundation in poor soil: When soft or unstable material is encountered at the subgrade
which, in the opinion of the Engineer, will not uniformly support the pipe, such material shall
be excavated to an additional depth as required by the Engineer and backfilled with
foundation gravel material placed in maximum 12-inch lifts. Foundation gravel shall conform
to the requirements of Section 9-03.17 of the Standard Specifications.
In areas where the subgrade soils in the trench excavation consist of fine-grained soils, such
as silt/clay, or organic rich soils, the Contractor shall notify the Engineer immediately. The
Engineer may direct the Contractor to use a geotextile separator fabric be placed over the
native soils prior to placement of the pipe bedding. The geotextile shall meet the
requirements of Section 9-33.2(1) Table 3 for Separation. Geotextile shall be paid for by the
square yard under the bid item “Construction Geotextile for Separation”.
Corrections faulty grade: Excess excavation below grade shall be backfilled with foundation
gravel as specified above and thoroughly compacted to the required grade line.
7-08.3(2)A Survey Line and Grade
Section 7-08.3(2)A is replaced with:
(******)
Survey line and grade control shall be provided in accordance with Sections 1-05.4, 1-05.5
and 1-11 in a manner consistent with accepted practices.
The Contractor shall transfer line and grade into the trench where they shall be carried by
means of a laser beam. Any other procedure shall have the written approval of the Engineer.
7-08.3(2)B Pipe Laying – General
Section 7-08.3(2)B is supplemented with the following:
(******)
Checking of the invert elevation of the pipe may be made by calculations from measurements
on the top of the pipe, or by looking for ponding of 1/2" or less, which indicates a satisfactory
condition. At manholes, when the downstream pipe(s) is of a larger size, pipe(s) shall be laid
by matching the (eight-tenths) flow elevation, unless otherwise approved by the Engineer.
All pipe, fittings, etc. shall be carefully handled and protected against damage, impact shocks,
and free fall. All pipe handling equipment shall be acceptable to the Engineer. Pipe shall not
be placed directly on rough ground but shall be supported in a manner, which will protect
the pipe against injury whenever stored at the trench site or elsewhere. No pipe shall be
installed where the lining or coating show defects that may be harmful as determined by the
01/25/2023
121
Engineer. Such damaged lining or coating shall be repaired, or a new undamaged pipe shall
be furnished and installed.
The Contractor shall inspect each pipe and fitting prior to installation to insure that there are
not damaged portions of the pipe. Any defective, damaged, or unsound pipe shall be
repaired or replaced. All foreign matter or dirt shall be removed from the interior of the pipe
before lowering into position in the trench. Pipe shall be kept clean during and after laying.
All openings in the pipeline shall be closed with watertight expandable type sewer plugs at
the end of each day's operation, or whenever the pipe openings are left unattended. The
use of burlap, wood, or other similar temporary plugs will not be permitted.
Where necessary to raise or lower the pipe due to unforeseen obstructions or other causes,
the Engineer may change the alignment and/or the grades. Except for short runs, which may
be permitted by the Engineer, pipes shall be laid uphill on grades that exceed 10 percent.
Pipe, which is laid on a downhill grade, shall be blocked and held in place until sufficient
support is furnished by the following pipe to prevent movement.
Unless otherwise required, all pipe shall be laid straight between the changes in alignment,
and at uniform grade between changes in grade. For concrete pipes with elliptical
reinforcement, the pipe shall be placed with the minor axis of the reinforcement in a vertical
position.
Immediately after the pipe joints have been made, proper gasket placement shall be checked
with a feeler gage as approved by the pipe manufacturer to verify proper gasket placement.
7-08.3(2)E Rubber Gasketed Joints
Section 7-08.3(2)E is supplemented with the following:
(******)
Care shall be taken by the Contractor to avoid over-inserting the pipe and damaging the pipe
or joint system. Any damaged pipe shall be replaced by the Contractor at his expense.
7-08.3(2)H Sewer Line Connections
Section 7-08.3(2)H is supplemented with the following:
(******)
All connections not occurring at a manhole or catch basin shall be done utilizing pre-
manufactured tee connectors or pipe sections approved by the Engineer. Any other method
or materials proposed for use in making connections shall be subject to approval by the
Engineer.
Unless otherwise approved by the Engineer, all connections of lateral sewers to existing
mains shall be as follows:
A. Vitrified Clay Main Cut in new PVC “Tee” using “Strong-Back” Flexible
Couplings (Fernco or approved equal).
B. Concrete Main Cut in new PVC “Tee” using “Strong-Back” Flexible
Couplings (Fernco or approved equal).
C. PVC & C900 PVC Main Core-drilled with Romac Saddle (or approved equal)
or cut in new “Tee” using “Strong-Back” Flexible
Couplings (Fernco or approved equal).
D. Ductile Iron Main Core-drilled with Romac Saddle (or approved equal).
E. Lined Sewer Main Connection to sewer mains that have been lined
(CIPP, Etc.); cut in new “Tee” using “Strong-Back”
Flexible Couplings (Fernco or approved equal).
F. HDPE Core-Drilled with Romac Saddle. “Inserta-Tee”
may be used on sewer mains 12” diameter or larger.
Connections (unless booted connections have been provided for) to existing concrete
manholes shall be per Section 7-05.3(3).
01/25/2023
122
7-08.3(3)A Backfilling Pipe Trenches
Section 7-08.3(3)A is a new section supplementing 7-08.3(3)
(******)
To the maximum extent available, suitable material obtained from trench or pond excavation
shall be used for trench backfill. All material placed as trench backfill shall be free from rocks
or stones larger than 6 inches in their greatest dimension, brush, stumps, logs, roots, debris,
and organic or other deleterious materials. No stones or rock shall be placed in the upper
three feet of trench backfill. Rock or stones within the allowable size limit incorporated in
the remainder of fills shall be distributed so that they do not congregate or interfere with
proper compaction.
The existing soils shall not be reused as trench backfill unless otherwise required by the
Engineer. Structural fill shall consist of Gravel Borrow, meeting the requirements of Section
9-03.14(1) of the Standard Specifications. It should be free of organics and other debris.
The structural trench backfill should be moisture conditioned to within approximately 3
percent of optimum moisture content
placed in loose horizontal lifts less than 6 inches in thickness, and compacted to at least 95
percent of the maximum dry density (MDD) as determined by the Modified Proctor
compaction test method ASTM D 1557.
Trench backfill shall be densely compacted in a systematic manner using methods that
consistently produce adequate compaction levels. During placement of the initial lifts, the
trench backfill material shall not be bulldozed into the trench or dropped directly on the pipe.
Heavy vibratory equipment shall not be permitted to operate directly over the pipe until a
minimum of 2 feet of backfill has been placed over the pipe bedding.
Contactor shall take special care to obtain good compaction up to the edges of the excavation
as the shoring is removed.
The Engineer may be on-site to collect soil samples and to test compaction. The Contractor
shall provide site access at all times for compaction testing and sample collection. Areas of
the trench which fail to meet the compaction requirements shall be removed and replaced
and re-compacted at the Contractor’s expense.
The Contractor shall be responsible for any settlement of backfill, sub-base, and pavement
that may occur during the period stipulated in the Contract conditions. All repairs necessary
due to settlement shall be made by the Contractor at his expense.
Backfill in unimproved areas shall be compacted to at least 90 percent of maximum dry
density as determined by the modified proctor compaction test, ASTM D1557.
The Contractor shall be responsible for the disposal of any excess excavated material.
7-08.4 Measurement
Section 7-17.4 is supplemented with the following:
(******)
Measurement of “Bank Run Gravel for Trench Backfill Sewer” will be incidental unless it has
a bid item, where it is determined by the cubic yard in place, measured by the neat line
dimensions shown in the Plans, or by the ton on truck tickets.
7-09 PIPE AND FITTINGS FOR WATER MAINS
7-09.3(15)A Ductile Iron Pipe
Section 7-09.3(15) is deleted in its entirety and replaced with the following:
(******)
Long radius curves with radius of 400 feet or more, either horizontal or vertical, pipe may be
01/25/2023
123
laid with standard pipe lengths by deflecting the joints. If the pipe is shown curved on the
Plans and no special fittings are shown, the Contractor can assume that the curves can be
made by deflecting the joints with standard lengths of pipe. If shorter lengths are required,
the Plans will indicate maximum lengths that can be used. The amount of deflection at each
pipe joint when pipe is laid on a horizontal or vertical curve shall not exceed 50% of the
manufacturer’s printed recommended deflections. The Contractor shall submit to the
Engineer the pipe manufacturer's joint deflection recommendations prior to pipe installation
indicating deflections are within allowable AWWA specification tolerances.
Where field conditions require deflection or curves not anticipated by the Plans, the Engineer
will determine the methods to be used. No additional payment will be made for laying pipe
on curves as shown on the Plans, or for field changes involving standard lengths of pipe
deflected at the joints. When special fittings not shown on the Plans are required to meet
field conditions, additional payment will be made for special fittings as provided in Section
1-09.6.
When rubber gasketed pipe is laid on a curve, the pipe shall be jointed in a straight alignment
and then deflected to the curved alignment. Trenches shall be made wider on curves for this
purpose.
Where pipe installation on curves requires the use of special fittings, concrete blocking shall
be used per Section 7-09.3(21).
Where restrained joint pipe is installed on a curve, the Contractor shall submit the pipe
manufacturer’s recommendations to the Engineer for approval.
7-09.3(15)B Polyvinyl Chloride (PVC) Pipe (4 inches and Over)
Section 7-09.3(15)B is deleted in its entirety and replaced with the following:
(******)
Polyvinyl Chloride (PVC) Pipe shall not be used for water mains and appurtenances.
7-09.3(17) Laying Ductile Iron Pipe and Fittings with Polyethylene Encasement
The title and text of section 7-09.3(17) has been revised with the following:
(******)
The Contractor shall lay ductile iron pipe with a polyethylene encasement. Pipe and
polyethylene encasement shall be installed in accordance with AWWA C105. The
polyethylene encasement shall also be installed on all appurtenances, such as pipe laterals,
couplings, fittings, and valves, with 8-mil polyethylene plastic in accordance with Section 4-
5 of ANSI 21.5 or AWWA C105.
The polyethylene wrap shall be tube type and black color. Any damage that occurs to the
wrap shall be repaired in accordance with ANSI/AWWA C105/A21.5-93.
Installation of the polyethylene encasement shall be considered incidental to the installation
of the pipe and no additional payment shall be allowed.
7-09.3(19)A Connections to Existing Mains
Section 7-09.3(19) is revised to read as follows:
(******)
The Contractor shall not operate any valve on existing Water Main.
The City of Renton Water Operations and Maintenance staff will make all connections to
charged water mains and will operate all valves to accomplish shutdowns and subsequent
reactivation. The draining of existing water mains will be done by City water maintenance
staff. The Contractor shall provide pumping and disposal of the water from the draining of
the existing water mains including de-chlorination of the water prior to disposal.
01/25/2023
124
Connections to the existing water main shall not be made without first making the necessary
scheduling arrangements with the Engineer in advance. The Contractor shall request water
main shut-offs for connections of new water mains to existing water mains at least ten (10)
working days in advance for each connection. Approval of connections to existing water
main is contingent on the Water Main and appurtenances being completely installed, tested,
cleaned with polypig, disinfected and flushed per Contract requirements.
City’s water operations and maintenance staff will notify in writing all water customers
affected by the shut-offs of the water mains at least 48 hours in advance (not including
weekends and holidays) of any water shut-offs. The Contractor may be required to perform
the connection during times other than normal working hours. Water main shut-offs shall
occur during non-holiday weekdays unless otherwise specified in the contract documents.
Water main shut-offs shall not occur in the five (5) weekdays preceding or the day after the
major holidays listed below:
New Year’s Day, Martin Luther King Jr. Day, Memorial Day, Independence Day, Labor Day,
Veterans Day, Thanksgiving Day, Christmas Day.
Due to the needs of various water customers in the project vicinity, water shut-off periods
are limited to the times set forth below:
Days Hours
Monday to Thursday 9:00 AM TO 3:00 PM
Friday to Sunday DO NOT SCHEDULE
The City of Renton’s Water Maintenance Manager, at his/her sole discretion, may adjust the
above shut-off periods in order to address specific project circumstances and customer
needs. No water main shutoffs affecting public schools will be allowed during scheduled
school hours. The City reserves the right to re-schedule the connection if the work area is
not ready at the scheduled time for the connection.
Points of connection to existing water mains shall be exposed by hydro excavation or
potholing prior to trenching of the new water mains. Before the installation of the new water
mains, the Contractor shall field verify, in the presence of the Engineer, the actual location
and depth of the existing water mains where new connections will be made to assure proper
fit. Care shall be taken not to disturb existing thrust blocks and soil bearing areas. After
excavation, the Contractor shall verify the dimensions, type, condition, and roundness of the
exposed water main. The Contractor shall immediately notify the Engineer if the connection
cannot be made as specified by the Contract Plans in order that the connection detail may
be revised. When necessary, the profile shall be adjusted as directed by the Engineer to
prevent abrupt changes in grade and alignment of the water main and connection.
The Contractor shall provide all saw-cutting, removal and disposal of existing surface
improvements, excavation, haul and disposal of unsuitable materials, shoring, de-watering,
foundation material, at the connection areas before the scheduled time for the connection
by the City. The Contractor shall provide all materials necessary for the City Water
Maintenance personnel to install all connections to existing water mains as indicated on the
contract plans, including fittings, couplings, pipe spools, shackle materials to complete the
connections.
The City Water Operations and Maintenance staff will:
a) Deactivate and dewater the existing and new water main to perform the connections.
The Contractor shall provide pumping and disposal of the water from the draining of
the water mains including de-chlorination.
b) Cut, remove and dispose pipe sections as necessary to install the new Materials with
Contractor’s assistance
c) Swab all connecting pipe and fittings with 5-6%chlorine solution
d) Perform the connection work
01/25/2023
125
e) Reactivate and flush the Water Main
The Contractor shall install the polywrap on all pipe and fittings at the connection points and
installed concrete thrust blocks per Contract standard plans and specifications.
In addition to those connections shown on the Plans, segments of a new Water Main may
be placed in service prior to completion of the new Water Main. All connection between the
charged and uncharged segments of the new Water Main, including connection to a new
Tapping Tee and Valve will be done by the City of Renton Water Operations and Maintenance
staff.
Connections to existing water mains which include the cutting of the existing water main for
the installation of new in-line tee and valves shall be done in two steps:
Step 1: Cut-in of existing water main for installation of in-line tee, valves and appurtenances
The Contractor shall provide all materials necessary for the City Water Maintenance
personnel to cut the existing water main as indicated on the contract plans for the installation
of the in-line tee and valves, including but not limited to the required fittings, couplings, pipe
spools, shackle materials to complete the cut-in. After the cut-in of the in-line tee and valves
by City personnel, the Contractor shall provide and install concrete blocking and
polyethylene encasement behind the tee and other fittings. A minimum 3-day curing period
is for all concrete blockings before a connection can be made to the new water mains or new
tapping valve.
Step 2: Connection of new water main to the above cut-in tee and valves, or to a new tapping
valve on existing water mains
7-09.3(21) Concrete Thrust Blocking and Dead-Man Block
Section 7-09.3(21) is deleted in its entirety and replaced with the following:
(******)
Concrete thrust blocking shall be placed at bends, tees, dead ends, crosses and on other
fittings in conformance to the City of Renton Standards Plans, latest revisions and Contract
Plans.
Concrete thrust collar and blocking and dead-man thrust blocking shall be installed at
locations shown on the plans and shall be in conformance with the Standard Plans and
contract Plans. Reinforcement steel shall be Grade 40 or better.
Blocking shall be poured in place Ready-Mix Concrete Class 3000 with a minimum
compressive strength at 28 days of 3,000 psi. Job site mixing, hand-mixed concrete and
mobile concrete mixers are not allowed.
All fittings to be blocked shall be wrapped with 8-mil polyethylene plastic. Concrete blocking
shall bear against solid undisturbed earth at the sides and bottom of the trench excavation
and shall be shaped and properly formed with plywood or other acceptable forming
materials so as not to obstruct access to the joints of the pipe, bolts or fittings. The forms
shall be removed prior to backfilling. Unacceptable concrete blocking shall be replaced at
the Contractor’s expense.
The Contractor shall provide the Engineer at least 1 Working Day advance notice before
pouring concrete thrust blocking and 1 Working Day advance notice for inspection and
approval of all concrete blocking prior to backfilling.
7-09.3(23) Hydrostatic Pressure Test
Section 7-09.3(23) is revised to read as follows:
(******)
Section 7-09.3(23) is revised to read as follows:
01/25/2023
126
The Contractor shall prepare a Testing and Disinfection Plan for review by the Engineer. The
Plan shall provide detail on which segments of the water lines will be tested together and in
which order. Submit this plan a minimum of 20 days prior to the first scheduled test. The
Plan shall describe all elements of pressure testing, flushing, pigging, and disinfection.
Water main and appurtenances including service connections to the meter setter shall be
tested in sections of convenient length under a hydrostatic pressure equal to 150 psi in excess
of that under which they will operate or in no case shall the test pressure be less than 225
psi at the highest point on the water main. Pumps, gauges, plugs, saddles, corporation stops,
miscellaneous hose and piping, and measuring equipment necessary for performing the test
shall be furnished and operated by the Contractor.
The Contractor shall obtain a hydrant meter permit from the City by completing a permit
application and making the required security deposits. The Contractor shall use the City’s
issued hydrant meter with an attached backflow prevention assembly to draw water from
the City’ water system to fill the water mains for poly-pigging, testing, cleaning, disinfection
and for subsequent flushing purposes. There will be a charge for the water used for filling,
testing, cleaning and disinfection of the water mains.
Sections to be tested shall normally be limited to 1,500 feet or less. The Engineer may require
that the first section of pipe, not less than 1,000 feet in length, installed by each of the
Contractor’s crews, be tested in order to qualify the crew and the materials. Pipe laying shall
not be continued more than an additional 1,000 feet until the first section has been tested
successfully.
The pipeline shall be backfilled sufficiently to prevent movement of the pipe under pressure.
Thrust blocks shall be in place and time allowed for the concrete to cure before testing.
Where permanent blocking is not required, the Contractor shall furnish and install temporary
blocking and remove it after testing.
Before applying the specified test pressure, the water main shall be slowly filled, and air shall
be expelled completely from the pipe, valves, and hydrants. If permanent air vents are not
located at all high points, the contractor shall install corporation cocks at such points so that
the air can be expelled as the line is filled with water. After all the air has been expelled, the
corporation cocks shall be closed, and the test pressure applied. At the conclusion of the
pressure test, the corporation cocks shall be removed and plugged.
The Contractor shall perform a leakage test concurrently with the pressure test. The pressure
test shall be conducted for a 2-hour period.
The test shall be accomplished by pumping the main up to the required pressure, stopping
the pump for 2 hours, and then pumping 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 up pressure on the main being
tested. This makeup water shall be sterilized by the addition of chlorine to a concentration
of 50 mg/l.
The acceptability of the pressure test and leakage test will be determined by two factors as
follows:
1. The loss in pressure shall not exceed 5 psi during the 2-hour test period.
2. The quantity of water lost from the main and appurtenances shall not exceed the number
of gallons during the 2-hour test period as listed in the following table.
01/25/2023
127
Allowable leakage in gallons per 1000 ft. of pipeline* for a 2-hour test period
Nominal Pipe Diameter in inches
Test Pressure
in psi
4” 6" 8" 10" 12" 16" 20" 24"
400 0.60 0.90 1.20 1.50 1.80 2.40 3.00 3.60
375 0.58 0.87 1.16 1.45 1.74 2.33 2.91 3.49
350 0.56 0.84 1.12 1.40 1.69 2.25 2.81 3.37
275 0.50 0.75 1.00 1.24 1.49 1.99 2.49 2.99
250 0.47 0.71 0.95 1.19 1.42 1.90 2.37 2.85
225 0.45 0.68 0.90 1.13 1.35 1.80 2.25 2.70
200 0.42 0.64 0.85 1.06 1.28 1.70 2.12 2.55
*If the pipeline under test contains sections of various diameters, the allowable leakage will
be the sum of the computed leakage for each size. For those diameters or pressures not
listed, the formula below shall be used:
The quantity of water lost from the main shall not exceed the number of gallons per hour as
determined by the formula:
L= SD√P__
266,400
where:
L = Allowable leakage in gallons/hour
S = Gross length of pipe tested, feet
D = Nominal diameter of the pipe in inches
P = Test pressure during the leakage test in psi
The quantity of water required to restore the pressure shall be accurately determined by
either 1) pumping from an open container of suitable size such that accurate volume
measurements can be made by the Engineer or, 2) by pumping through a positive
displacement water meter with a sweep unit hand registering one (1) gallon per revolution.
The meter shall be approved by the Engineer.
Pressure gauges used in the test shall be accompanied with certifications of accuracy from a
testing Laboratory approved by the Engineer.
Any visible leakage detected shall be corrected by the Contractor regardless of the allowable
leakage specified above. Should the tested section fail to meet the pressure test successfully
as specified, the Contractor shall, at no additional expense to the Contracting Agency, locate
and repair the defects and then retest the pipeline.
All tests shall be made with the hydrant auxiliary gate valves open and pressure against the
hydrant inlet valve. After the test is completed, each valve shall be tested by closing each in
turn and relieving the pressure beyond. This test of the valve will be acceptable if there is no
immediate loss of pressure on the gauge when the pressure comes against the valve being
checked. The Contractor shall verify that the pressure differential across the valve does not
exceed the rated working pressure of the valve.
Prior to calling out the Engineer to witness the pressure test, the Contractor shall have all
equipment set up completely ready for operation and shall have successfully performed the
test to ensure that the pipe is in satisfactory condition.
Defective materials or workmanship, discovered as a result of hydrostatic field test, shall be
replaced by the Contractor at no additional expense to the Contracting Agency. Whenever it
is necessary to replace defective material or correct the workmanship, the hydrostatic test
shall be re-run at the Contractor’s expense until a satisfactory test is obtained.
7-09.3(24)A Flushing and "Poly-pigging"
Section 7-09.3(24)A shall be revised and supplemented with the following:
01/25/2023
128
(******)
Prior to disinfection and prior to final flushing of the Water Mains for bacteriological
sampling and testing, all Water Mains shall first be poly-pigged to remove any solids or
contaminated materials that may have entered or become lodged in the pipes during
installation.
The "Poly-pig" shall be light density foam (1-2 lbs/cubic-foot) with 90A durometer urethane
rubber coating on the rear of the "Poly-pig" only. The "Poly-pig" shall be cylinder shaped
with bullet nose or squared end. The “Poly-pigs” shall be inserted in the pipes and retrieved
form the pipes through launching stations with vertical crosses and blow-off assemblies as
shown and on the Contract Plans and Standard Plans.
If the main cannot be poly-pigged, then a tap shall be provided large enough to develop a
flow velocity of at least 2.5 fps in the water main.
Taps required by the Contractor for temporary or permanent release of air, chlorination or
flushing purposes shall be provided by the Contractor as part of the construction of water
mains.
The Contractor shall be responsible for disposal of treated water flushed from mains and
shall neutralize the wastewater for protection of aquatic life in the receiving water before
disposal into any natural drainage channel, i.e., receiving water, waters of the State, including
wetlands. The Contractor shall be responsible for disposing of disinfecting solution to the
satisfaction of the Contracting Agency and local authorities. At a minimum, chlorinated
water shall be dechlorinated to a concentration of 0.1 parts per million (ppm) or less, and pH
adjustment to within 6.5 – 8.5 standard units before discharging to surface waters of the
State or to a storm sewer system that drains to surface waters of the State.
If approved by the Engineer and by the local authority responsible for the sanitary sewer
system, disposal of treated water from mains may be made to an available sanitary sewer,
provided the rate of disposal will not overload the sewer.
7-09.3(24)D Dry Calcium Hypochlorite
Section 7-09.3(24)D is deleted in its entirety and replaced with the following:
(******)
Dry calcium hypochlorite shall not be placed in the pipe as laid.
7-09.3(24)K Retention Period
Section 7-09.3(24)K is deleted in its entirety and replaced with the following:
(******)
Treated water shall be retained in the pipe at least 16 hours but no longer than 48 hours.
After the retention period, the chlorine residual shall be tested at all pipe extremities and at
other representative points and shall measure at least 10 mg/L. If a measurement of less
than 10 mg/L is obtained repeat disinfection is required.
7-09.3(24)N Final Flushing and Testing
Section 7-09.3(24)N is deleted in its entirety and replaced with the following:
(******)
Following chlorination, treated water shall be flushed from the newly-laid pipe until the
replacement water throughout its length shows, upon test, the absence of chlorine. In the
event chlorine is normally used in the source of supply, then the tests shall show a residual
not in excess of that carried in the water supply system.
A sample tap shall be located ahead of the flushing hose for convenience and for sanitary
sampling.
Before placing the lines into service, two satisfactory reports taken at least 15 minutes apart
from each sampling point shall be received from the local or State Health Department or
from a State accredited testing laboratory on samples collected from representative points
in the new system. Samples will be collected and bacteriological tests obtained by the
01/25/2023
129
Engineer.
At a minimum, chlorinated water shall be dechlorinated to a concentration of 0.1 parts per
million (ppm) or less, and pH adjustment to within 6.5 to 8.5 standard units, if necessary,
before discharging to surface waters of the State or to a storm sewer system that drains to
surface waters of the State.
7-09.3(25) Joint Restraint Systems
Section 7-09.3(25) is a new section:
(******)
General:
Where shown in the Plans, in the Specifications or required by the Engineer, joint restraint
system (shackle rods) shall be used. All joint restraint materials used shall be those
manufactured by Star National Products, 1323 Holly Avenue, PO Box 258, Columbus Ohio
43216, unless an equal alternate is approved in writing by the Engineer.
Materials:
Steel types used shall be:
High strength low-alloy steel (cor-ten), ASTM A242, heat-treated, superstar "SST" series.
High strength low-alloy steel (cor-ten), ASTM A242, superstar "SS" series.
Items to be galvanized are to meet the following requirements:
ASTM A153 for galvanizing iron and steel hardware.
ASTM A123 for galvanizing rolled, pressed and forged steel shapes.
Joint restrainer system components:
Tiebolt: ASTM A242, type 2, zinc plated or hot-dip galvanized. SST 7:5/8" for 2" and 3"
mechanical joints, 3/4" for 4" to 12" mechanical joints, ASTM A325, type 3D, except tensile
strength of full-body threaded section shall be increased to 40,000 lbs. minimum for 5/8"
and 60,000 lbs. minimum for 3/4" by heat treating (quenching and tempering) to
manufacturer’s reheat and hardness Specifications. SST 753: 3/4" for 14" to 24" mechanical
joints. Same ASTM Specification as SST 7. SST 77: 3/4" same as SST 7, except 1" eye for 7/8"
rod. Same ASTM Specification as SST 7.
Tienut: Heavy hex nut for each tiebolt: SS8: 5/8" and 3/4", ASTM A563, grade C3, or zinc
plated. S8: 5/8" and 3/4", ASTM A563, grade A, zinc plated or hot-dip galvanized.
Tiecoupling: Used to extend continuous threaded rods and are provided with a center stop
to aid installation, zinc plated or hot-dip galvanized. SS10: for 5/8" and 3/4" tierods, ASTM
A563, grade C3. S10: for 5/8" and 3/4" tierods, ASTM A563, grade A.
Tierod: Continuous threaded rod for cutting to desired lengths, zinc plated or hot-dip
galvanized. SS12: 5/8" and 3/4" diameter, ASTM A242, type 2; ANSI B1.1. S12: 5/8" and 3/4"
diameter, ASTM A36, A307.
Tiewasher: Round flat washers, zinc plated or hot-dip galvanized. SS17: ASTM A242, F436.
S17: ANSI B18.22.1.
Installation:
Install the joint restraint system in accordance with the manufacturer’s instructions so all
joints are mechanically locked together to prevent joint separation. Tie-bolts shall be
installed to pull against the mechanical joint body and not the MJ follower. Torque nuts at
75-90 foot pounds for 3/4" nuts. Install tie-couplings with both rods threaded equal distance
01/25/2023
130
into tie-couplings. Arrange tie-rods symmetrically around the pipe.
Pipe Diameter Number of 3/4" Tie Rods Required
4” 2
6” 2
8” 2
10” 4
12” 4
14” 6
Pipe Diameter Number of 3/4" Tie Rods Required
16” 6
18” 8
20 10
24” 12
Where a manufacturer’s mechanical joint valve or fitting is supplied with slots for "T" bolts
instead of holes, a flanged valve with a flange by mechanical joint adapter shall be used
instead, so as to provide adequate space for locating the tie-bolts.
Where a continuous run of pipe is required to be restrained, no run of restrained pipe shall
be greater than 60 feet in length between fittings. Insert long body solid sleeves as required
on longer runs to keep tie-rod lengths to the 60 foot maximum. Pipe used in continuously
restrained runs shall be mechanical joint pipe and tie-bolts shall be installed as rod guides at
each joint.
Where poly wrapping is required all tie-bolts, tie-nuts, tie-couplings, tie-rods, and tie-
washers, shall be galvanized. All disturbed sections will be painted, to the Inspector’s
satisfaction, with Koppers Bitomastic No. 300-m, or approved equal.
Where poly wrapping is not required all tie-bolts, tie-nuts, tie-couplings, tie-rods and tie-
washers may be galvanized as specified in the preceding paragraph or plain and painted in
the entirety with Koppers Bitumastic No. 800-m, or approved equal.
Tie-bolts, tie-nuts, tie-couplings, tie-rods, and tie-washers shall be considered incidental to
installation of the pipe and no additional payment shall be made.
7-09.4 Measurement
Section 7-09.4 is revised with the following:
(******)
Measurement of bank run gravel for trench backfill will be incidental. If there is a bid item
measurement of bank run gravel for trench backfill will be by the cubic yard measured by the
calculation of neat lines based on maximum trench width per Section 2-09.4 or by the ton,
in accordance with Section 1-09.
Measurement for payment of concrete thrust blocking and dead-man blocks will be per
cubic-yard when these items are included as separate pay items. If not included as separate
pay items in the contract, then thrust blocking and dead-man blocks shall be considered
incidental to the installation of the water main and no further compensation shall be made.
Measurement for payment for connections to existing water mains will be per each for each
connection to existing water main(s) as shown on the Plans.
7-12 VALVES FOR WATER MAINS
01/25/2023
131
7-12.3(1) Installation of Valve Marker Post
Section 7-12.3(1) is deleted in its entirety and replaced with the following:
(******)
Where required, a valve marker post shall be furnished and installed with each valve. Valve
marker posts shall be placed at the edge of the right-of-way opposite the valve and be set
with 18 inches of the post exposed above grade.
7-12.3(2) Adjust Existing Valve Box to Grade
Section 7-12.3(2) is a new section:
(******)
Valve boxes shall be adjusted to grade in the same manner as for manholes, as detailed in
Section 7-05.3(1) and the City of Renton Standard Details. Valve box adjustments shall
include, but not be limited to, the locations shown on the Plans.
Existing roadway valve boxes shall be adjusted to conform to final finished grades. The final
installation shall be made in accordance with the applicable portions of Section 7-12.
In the event that the existing valve box is plugged or blocked with debris, the Contractor shall
use whatever means necessary to remove such debris, leaving the valve installation in a fully
operable condition.
The valve box shall be set to an elevation tolerance of one-fourth inch (1/4") to one-half inch
(1/2") below finished grade.
7-12.4 Measurement
Section 7-12.4 is supplemented with the following:
(******)
Adjustment of existing valve boxes to grade shall be measured per each, if included as a
separate pay item in the Contract; if not a separate pay item but required to complete the
Work, then value box adjustment shall be considered incidental.
Hydrant auxiliary gate valve will be included in the measurement for hydrant assembly and
will not be included in this measurement item.
7-14 HYDRANTS
7-14.3(1) Setting Hydrants
Section 7-14.3(1) is deleted in its entirety and replaced with the following:
(******)
Where shown on the Plans, hydrants shall be installed in accordance with the Standard Plans
and Contract specifications. A minimum 3-foot radius unobstructed working area shall be
provided around all hydrants. The bottom surface of the breakaway flange shall be set 2-
inches minimum and 7-inches maximum above the concrete shear block finished grade.
For each hydrant requiring vertical adjustment, see Section 7-14.3(6).
Fire hydrants shall be of such length as to be suitable for installation with connections to 6",
8" and 10" piping in trenches 3 - 1/2 feet deep unless otherwise specified. The hydrant shall
be designed for a 4-1/2 foot burial where 12" and larger pipe is shown unless otherwise
noted in the Plans.
After installation hydrants shall be subjected to a hydrostatic test as specified in Section 7-
09.3(23).
The hydrant excavation shall be backfilled and compacted when installation and testing are
complete and accepted by the Engineer.
A concrete shear block as shown by the hydrant details on the Standard Plans shall be
01/25/2023
132
constructed for all hydrants. Construction, Materials, and finishing of the concrete shear
block shall conform to Section 8-14, Cement Concrete Sidewalk. The shear block shall be set
flush with the immediately surrounding finish grade.
The Contractor shall flush, test and disinfect furnished hydrants and hydrant barrel
extensions according to Section 7-14.3(6).
Upon completion of the project, all fire hydrants shall be painted with two field coats of Kelly-
Moore/Preservative paint No. 5780-563 DTM Acrylic Gloss Safety Yellow or approved equal.
Any hydrants not in service shall be identified by covering with a burlap or plastic bag
properly secured.
Fire hydrant assembly shall include: main line cast-iron or ductile iron tee (MJ x FL), 6" gate
valve (FL x MJ), 6" DI spool (PE x PE) up to 18 feet in length, 5-1/4" MVO fire hydrant (MJ
connection), 4" x 5" Storz adapter with stainless steel cable, cast iron valve box, cover, valve
operating nut extension, 2-3/4" Cor-Ten shackle rods and accessories, concrete blocks, shear
block and blue pavement marker.
7-14.3(3) Resetting Existing Hydrants
Section 7-14.3(3) is supplemented with the following:
(******)
All existing hydrants to be reset shall be rebuilt to the approval of the Engineer. All rubber
gaskets shall be replaced with new gaskets of the type required for a new installation of the
same type.
Unless a specific bid item has been included in the Proposal/Contract Document, resetting
existing hydrants shall be incidental to and included in the various bid items.
7-14.3(4) Moving Existing Hydrants
Section 7-14.3(4) is supplemented with the following:
(******)
All existing hydrants to be moved shall be rebuilt to the approval of the Engineer. All rubber
gaskets shall be replaced with new gaskets of the type required for a new installation of the
same type.
Unless a specific bid item has been included in the Proposal/Contract Document, resetting
existing hydrants shall be incidental to and included in the various bid items.
Unless a specific bid item has been included in the Proposal/Contract Document, resetting
existing hydrants shall be incidental to and included in the various bid items.
7-14.3(7) Remove and Salvage Hydrant
Section 7-14.3(7) is a new section:
(******)
Existing hydrants shall be removed where shown in the Plans. Removed hydrants shall be
delivered to the City of Renton shops by the Contractor. The existing hydrant lateral tee shall
be removed from the main.
Unless a specific bid item has been included in the Proposal/Contract Document, resetting
existing hydrants shall be incidental to and included in the various bid items.
7-14.3(8) Abandoned Valves
Section 7-14.3(8) is added as follows:
All valves to be abandoned shall be abandoned in the closed position, unless shown
otherwise, by removing a minimum of the top twenty-four inches of the valve box and then
filling the bottom of the box with a minimum of 8-inches of sand. The remaining portion of
the valve box shall be filled with concrete having an f’c of at least 2000 psi.
01/25/2023
133
Unless a specific bid item has been included in the Proposal/Contract Document, Abandoned
Valves shall be incidental to and included in the various bid items.
7-14.3(9) Water Main-Cut and Cap
Section 7-14.3(9) is added as follows:
The lateral must be cut within one-foot of the abandoned valve, or as shown on the plans,
and capped. The contactor shall cut the existing pipe, where shown on the drawing and
install an approved ductile-iron cap complete with trust block. Where a joint or coupling in
the existing pipe is uncovered at the cut and cap location, the installation of a plug may be
permitted with the project manager for the City of Renton Water system. A concrete trust
block shall be installed at all cap and plug locations.
Unless a specific bid item has been included in the Proposal/Contract Document, Water
Main Cut and Cap shall be incidental to and included in the various bid items.
7-15 SERVICE CONNECTIONS
7-15.3 Construction Details
Section 7-15.3 is supplemented with the following:
(******)
All pipe materials for new water service lines and for extension or replacement of existing
water service lines shall be copper and lead free in accordance with the Federal Reduction
of Lead in Drinking Water Act. Pipe materials for water service line installation for size 2-inch
or less and connection to ductile iron water main shall be copper type “K” annealed tubing
and seamless (ANSI H33.1).
Ductile iron pipe Class 52 or stronger shall be direct-tapped with 1-inch corporation stops for
1-inch service lines.
All meter setters for residential domestic use shall be 1-inch by 1-inch setters unless
otherwise specified on the Contract Plans. For existing 3/4-inch meters, the Contractor shall
furnish and install reducing couplings to adapt the 1-inch setter to the standard 3/4-inch
domestic meter.
Where installation of service lines is within existing paved streets, the service lines shall be
installed by a trenchless percussion and impact method (hoe-hogging). If the trenchless
percussion and impact method fails, regular open trench methods may be used.
Where shown in the Plans, the Contractor shall: x Furnish and install new water service lines from the new water main to the new meter
setters and new meter boxes near the existing meters x Furnish and install adaptors for the relocation of the existing water meters to the new
meter setters and re-install the existing meters in the new meter setters x Connect the new meter setters to the customers’ private service lines x Restore disturbed areas to their approximate original condition as directed by the
Engineer.
7-17 SANITARY SEWERS
7-17.2 Materials
Section 7-17.2 is deleted in its entirety and replaced with the following:
(******)
Pipe
Gravity sewer pipe shall be as specified herein and as shown on the Plans. The Contractor
shall provide electronic copies of the pipe manufacturer’s technical literature and tables of
dimensional tolerances to the Engineer. Any pipe found to have dimensional tolerances in
01/25/2023
134
excess of those prescribed or having defects, which prevent adequate joint seal or any other
damage, shall be rejected. If requested by the Engineer, not less than three nor more than
five lengths of pipe for each size, selected from stock by the Engineer, shall be tested as
specified for maximum dimensional tolerance of the respective pipe.
Materials shall meet the requirements of the following sections:
SDR 35 Sewer Pipe (ASTM D3034 & ASTM F679) Section 9-05.12(1).
Ductile Iron Sewer Pipe Section 9-05.13.
C900 Sewer Pipe (AWWA) Section 9-30.1(5)A
All pipe shall be clearly marked with type, class, and thickness. Lettering shall be legible and
permanent under normal conditions of handling and storage.
7-17.3 Construction Requirements
7-17.3(1) Protection of Existing Sewerage Facilities
Section 7-17.3(1) is supplemented with the following:
(******)
When extending an existing sewer, the downstream system shall be protected from
construction debris by placing a screen or trap in the first existing manhole downstream of
the connection. It shall be the Contractor's responsibility to maintain this screen or trap
during construction of the new sewer and then remove it once the new system is placed into
service. The Contractor shall remove any construction debris that enters the existing
downstream system as a result of his work at his expense. When the first manhole is set, its
outlet shall be plugged until acceptance of the new construction by the Engineer.
7-17.3(1)A Temporary Sewer Bypass Systems
It shall be the Contractor's responsibility to maintain operation of the existing sewer systems
throughout the duration of the project without any interruption of sewer service. The
Contractor shall divert all flows around each segment of the pipe designated for
rehabilitation. This diversion shall consist of redirecting flow from an upstream manhole and
discharging it to a manhole downstream of the rehabilitation operation. This can be
accomplished via a combination of pumping and/or gravity flow. After the work is
completed, flow shall be returned to the sewer system. The area affected by the bypass
operation shall be fully restored.
Bypass pumping shall be scheduled for continuous operation. Back-up equipment shall be
on-site and available for periods of maintenance, refueling or failure of the primary bypass
pump(s) or diversion system. Bypass pumping shall be done in such a manner as not to
damage private or public property or create a nuisance or public menace. The bypass-
pumping pipe shall not block any driveways or intersections unless approved by the
Engineer. The sewage shall be pumped through a watertight hose or pipe that is adequately
protected from traffic. The discharge of raw sewage to private property, city streets,
sidewalks, storm sewer, or any location other than an approved sanitary sewer is prohibited.
The Contractor shall be liable for all cleanup, damages, and resultant fines should the
Contractor's operation cause any backups or overflows.
The Contractor's bypass operation shall be sized to handle, at a minimum, the full pipe
capacity in each subject line removed from service. If flow conditions are greater than full
pipe, the Contractor may elect to wait for flow conditions to subside prior to removing the
subject line from service. Working days will not be charged for the period of time during
which the flow is greater than full pipe. No additional payment will be made for periods of
high flows during which the Contractor elects to wait for lower flows. Once the Contractor
01/25/2023
135
removes a section of line from service he/she is responsible to bypass any and all flow in the
system during construction, even in the event the system surcharges and exceeds the full
pipe capacity, until the line is returned to service.
All bypassing systems shall be approved by the Engineer. A plan for bypassing the existing
sewer system shall be submitted by the Contractor for review. The Contractor's plan for
bypass pumping shall be satisfactory to the Owner before the Contractor will be allowed to
commence bypass pumping. The sewage bypass pumping plan shall include an emergency
response plan to be followed in the event of a failure of the bypass pumping and a security
plan for continued operation and protection of the bypass system. The review of the
bypassing system and equipment by the Engineer shall in no way relieve the Contractor of
his responsibility and public liability.
The Contractor shall coordinate activities with impacted property owners. Property Owners
shall be notified that their side sewer will be out of service for a specified period of time, as
approved by the Engineer. Where there exist a situation where impacted properties cannot
be disconnected, plugged, or subjected to any other service interruption, i.e. hospitals, care
facilities, restaurants, etc., bypass pumping of the side sewer to the downstream sanitary
sewer system shall be required. The contractor shall verify whether a property is able to be
interrupted prior to bypassing operations.
7-17.3(2)H Television Inspection
Section 7-17.3(2)H is supplemented with the following:
(******)
CCTV Inspection
1. All newly-installed and newly-rehabilitated (public and private) Sanitary Sewer and
Storm Drain main lines shall be inspected by means of remote CCTV. CCTV inspections
and reports shall be submitted to the City of Renton inspector assigned to the project
prior to receiving approval to install project curbs, gutters and/or pavement.
2. The Contractor shall perform all CCTV inspections in accordance with the National
Association of Sewer Service Companies (NASSCO) Pipeline Assessment Certification
Program (PACP).
3. All CCTV operators shall have current NASSCO PACP certification.
4. CCTV inspections shall be recorded in a GraniteNet compatible format database using
the latest software version and submitted with electronic links between the data and
the video on an External HDD, DVD or Flash Drive.
5. All CCTV inspection reports shall be within +/- two (2) feet of the measured linear
footage between manholes along the existing pipeline centerline from the start of pipe
to end of pipe.
6. All Owner and PACP required header information must be fully and accurately entered
on all CCTV reports. Work not following these specifications will be rejected and the
Contractor shall be required to re-CCTV the work.
7. The documentation of the work shall consist of PACP CCTV Reports, PACP database,
logs, electronic reports, etc. noting important features encountered during the
inspection. The speed of travel shall be slow enough to inspect each pipe joint, tee
connection, structural deterioration, infiltration and inflow sources, and deposits, but
should not, at any time, be faster than 30 feet per minute, except as noted otherwise
in this document.
8. The camera must be centered in the pipe to provide accurate distance measurements
to provide locations of features in the sewer and these footage measurements shall be
01/25/2023
136
displayed and documented on the video. All PACP Observations shall be identified by
audio and on a PACP log. All video must be continuously metered from manhole to
manhole. All video recording shall be continuous from structure to structure with no
“pausing” of the video recording during each pipeline inspection. The pipe shall be
cleaned prior to the CCTV inspection to ensure all defects, features and observations
are seen and logged.
9. Just prior to beginning the CCTV inspection, while the CCTV camera is in place and
recording, water (containing dye) shall be introduced into the upstream manhole of
each pipe segment until it is observed and recorded flowing past the camera’s field of
vision in its entirety.
10. The CCTV camera shall have a water-level measuring device (ball, cylinder, etc.)
attached that has ¼” markings to show the depth of water in the pipe during the CCTV
inspection.
11. All manholes shall be channeled and coated prior to CCTV inspection.
12. Per City of Renton specification 7-08.3(2)B, sewer and storm drain pipeline shall have
no more than ½” of ponding to be considered acceptable.
7-17.3(2)I Abandon Existing Sanitary Sewer Pipes
Section 7-17.3(2)I is a new section:
(******)
Where it is shown on the plans that existing sanitary sewer pipe(s) is to be abandoned by
filling with grout, both ends of the abandoned pipe and all lateral connections to the pipe
shall be plugged with 3,000 psi cement concrete and the pipe shall be filled with cement-
based grout.
The grout mix design and method of installation shall be approved by the Engineer prior to
beginning the operation (See Section 9-03.22 for Grout Mix requirements).
7-18 SIDE SEWERS
7-18.2 Materials
Section 7-18.2 is supplemented with the following:
(******)
Material of side sewers shall match that of the sewer main unless otherwise shown on the
Plans or directed by the Engineer.
7-18.3(2) Fittings
Section 7-18.3 is deleted in its entirety and replaced with the following:
(******)
Fittings and connections to new and existing sewers shall be per the City of Renton’s Standard
Plans.
7-18.3(3) Testing
Section 7-18.3(3) is deleted in its entirety and replaced with the following:
(******)
All side sewers constructed in conjunction with a new sewer main shall, for purposes of
testing as specified in Section 7-17, have the side sewer cleanout at the right-of-way (as
shown in the respective City of Renton Standard Plans) installed prior to testing. Caps shall
be installed and sufficiently restrained on the end of each side sewer and its respective
surface cleanout to withstand the internal pressure created for testing in conjunction with
the sewer main.
Where a sewer main and its respective side sewer are constructed to replace and existing,
in-operation sewer system, pressure testing will not be required.
01/25/2023
137
7-18.3(5) End Pipe Marker
Section 7-18.3(5) is deleted in its entirety and replaced with the following:
(******)
The location of side sewers at the property line shall be indicated by the presents of a
surface cleanout installed per the associated City of Renton Standard Plan. The Contractor
shall survey and provide in the as-built drawings the location of all side sewer cleanouts or,
if no cleanout is shown in the Plans, the location of the tie-in to the existing side sewer.
7-19 SEWER CLEANOUTS
7-19.3 Construction Requirements
Section 7-19.3 is deleted in its entirety and replaced with the following:
(******)
Sewer cleanouts shall be installed per the associated City of Renton Standard Plan(s).
7-19.4 Measurement
Section 7-19.4 is deleted in its entirety and replaced with the following:
(******)
Sewer cleanouts that are installed on sewer main lines will be measured per each.
Sewer cleanouts that are installed on side sewers shall be considered incidental to the side
sewer pipe.
7-20 PRE-INSTALLATION CLEANING AND INSPECTION OF SEWER LINES FOR CIPP
Section 7-20 is a New Section
(******)
7-20.1 Description
This work shall generally consist of cleaning, removing and disposing of waste materials
including roots, and performing CCTV inspections of all sewer main segments included in or
added to the project prior to installation of the liner pipes.
7-20.2 Materials
7-20.2(1) Equipment
Cleaning Equipment
Cleaning equipment shall be capable of removing dirt, grease, rocks, sand, roots, protruding
laterals, exposed rubber gaskets, and other materials and obstructions from the sewer lines.
Selection of equipment shall be based on field conditions such as access to manholes,
quantity of debris, size of sewer main pipe, condition of sewer main pipe, and pipe lining
activities. The equipment used to remove protruding laterals shall be capable of removing
a minimum of 6-inch diameter non-reinforced concrete laterals.
7-20.3 Construction Requirements
7-20.3(1) Notification
The Contractor shall provide notification of the project to the adjacent properties.
Notification shall be by “door hanger” notice and where appropriate by direct contact.
Notification shall include general information as to the type of construction, as well as
specific information as to how the property may be affected and what steps should be
taken to minimize impacts to the property and facilitate the Contractor’s work.
7-20.3(2) Cleaning
Prior to conducting any CCTV inspection, the Contractor shall clean the sewer main
01/25/2023
138
segment, whereby the work “clean” in this specification is defined as the removal of all
accumulations including sludge, dirt, sand, rocks, asphalt, concrete, grout, grease, roots,
gaskets, and any other solid or semisolid material existing in the pipe with 100% debris
removal. It will be the Contractor’s responsibility to make as many cleaning passes as
necessary to meet the above definition of “clean”.
Sludge, dirt, sand, rocks, grease, and other solids or semisolid material resulting from the
cleaning operation shall be removed at the downstream manhole of the section being
cleaned. Passing materials from manhole-to-manhole section is not permitted.
Roots, protruding laterals, and hanging gaskets shall be removed from the sewer lines.
Special attention shall be used during the cleaning to assure removal of these items from
the joints and side sewer connections. Procedures may include the use of mechanical
equipment such as rodding machines, robotic cutters, porcupines, and high-velocity hydro-
jet cleaners.
During sewer cleaning operations, precautions shall be taken by the Contractor in the use
of cleaning equipment to avoid damage to the pipe. Any damage of the sewer main pipe
resulting from the Contractor’s cleaning operations, regardless of the existing condition of
the pipe, shall be the responsibility of the Contractor.
7-20.3(3) Waste Material Disposal
Prior to commencing with any cleaning work, the Contractor shall be responsible for
making arrangements to dispose of all waste materials removed from the sewers during
the cleaning operation at an approved off-site location.
Trucks hauling waste from the site shall be watertight so that no leakage or spillage will
occur. Under no circumstances shall waste removed from a sewer main segment be
dumped onto the ground surface or streets, or into catch basins, or storm drains.
7-20.3(4) CCTV Inspection
The Contractor shall perform a CCTV inspection after cleaning the sewer lines to document
the condition of the host pipe, verify the footages of side sewer connections, and verify the
lines were cleaned in accordance with these specifications.
In order to allow for an accurate analysis of the condition of the existing sewer main/host
pipe, the Contractor shall ensure that the entire surface of the sewer main under
inspection is clearly visible. When the depth of sewage, which may be caused by existing
defects such as sags, offsets, voids, etc., obstructs the ability of the Engineer to clearly view
the sewer main/host pipe surface, the Contractor shall halt the inspection and remove
sewage from the main using high-velocity jetting machines, or other non-destructive
methods acceptable to the Engineer. Once the main section under inspection is clear of
sewage the inspection may resume.
If incoming flows are sufficient to obstruct the ability of the Engineer to clearly view the
entire surface of the sewer main/host pipe under inspection, the Contractor shall
temporarily plug all incoming flows to the upstream manhole, and bypass pump around
the plugged segment and the sewer main segment under inspection. Bypass pumping
from the upstream manhole shall be utilized in accordance with Section 7-17.3 of these
specifications and shall be incidental to the unit price for CCTV cleaning and inspection.
Flows introduced by laterals are unavoidable and expected, however, should these flows
introduce sufficient sewage to obscure the visibility of the pipe, the Contractor shall halt
the inspection until the sewage has been removed.
If the Contractor should find rocks and sediments, roots, grease, grout, protruding laterals,
hanging gaskets, or other obstructions that would otherwise prevent the installation of the
liner, they shall halt the inspection and remove said obstructions prior to completing the
01/25/2023
139
CCTV inspection. If internal cleaning, and or obstruction removal is not possible due to the
type of materials causing the obstruction, or fragile condition of the existing sewer
main/host pipe, the Contractor shall note this in his lining feasibility determination on the
inspection report.
The Contractor shall maintain a clean and clear lens for the duration of the CCTV
inspection. Should the lens become soiled, fogged, or otherwise impaired to any degree
that impedes the ability to clearly see the condition of the pipe, the Contractor shall halt
the inspection and clean/clear the lens of any foreign matter impeding the visual
inspection. No additional compensation will be made for re-inspections required by the
Engineer due to soiled, fogged, or otherwise impaired camera lenses.
The Contractor shall maintain sufficient light levels within the main to allow for visual
inspection of the pipe walls for a minimum distance of three (3) feet in front of the camera
lens for all 8” to 10” pipe, and four (4) feet for all pipes sizes 12” and up. Additionally, the
Contractor shall make certain that the light levels are not so bright the visual inspection is
impeded.
Should the camera get stuck in the sewer, the Contractor shall be responsible for all costs
in extracting it. Costs related to difficulties encountered during internal video inspection
are incidental to the contract, and claims will not be considered.
CCTV inspections shall be performed in accordance with 7-17.3(2)H.
7-20.3(5) Lining Feasibility
Prior to submitting a Pre-Installation Inspection DVD and associated inspection report, the
Contractor shall review all information on the DVD and in the report. The CCTV inspection
DVD for each sewer main segment shall be viewed in its entirety to ensure there were no
missed service connections or pipe defects during the CCTV inspection, as well as to ensure
the quality of the DVD.
Based on the Contractor’s review he/she will make a lining feasibility determination. The
Contractor’s review and lining feasibility determination shall be documented on both the
inspection report and the Video Inspection Tracking Log.
The Contractor, in cooperation with the Engineer, is responsible for determining whether
or not a sewer main segment is suitable for CIPP lining. The Contractor shall not install a
CIPP liner in any sewer main segment with existing defects that interfere with or cause a
reduction in hydraulic capacity, or which may hinder in any way the quality of installation
of the CIPP liner system. The Contractor’s assessment of whether or not a sewer main
segment is suitable for lining shall be noted on each inspection report, as well as the Video
Inspection Tracking Log, and presented to the Engineering with Pre-Installation inspection
submittals. If the Engineer agrees with the assessment, the sewer main segment will be
lined or removed from the contract accordingly.
The following sewer main pipe defects and conditions shall be considered as guidelines
when performing CCTV inspection review and making lining feasibility assessments:
5. Sags: Any section of a sewer main segment that has a sag which causes sewage levels
to continuously reach one third (1/3) pipe or greater, and which is longer than ten
(10) feet in length shall be noted on the Video Inspection Tracking Log and presented
to the Engineer. The Engineer shall make the final determination of whether the sag
is acceptable or needs repair prior to lining. In the event that a repair is necessary,
the entire sewer main segment shall be removed from the contract.
6. Protruding Laterals: Any side sewer lateral that encroaches beyond the inside
diameter of the sewer main host pipe shall be considered a protruding lateral. The
Contractor shall take appropriate measures to internally remove that portion of the
01/25/2023
140
lateral that is protruding. The method used to remove the protrusion shall not be
destructive to that portion of the side sewer lateral outside of the inside surface of
the sewer main host pipe, and shall result in a smooth, non-jagged edge which will
not hinder in any way the quality of the installation of the CIPP liner system. If the
Contractor is unable to remove the protruding lateral, it shall be noted on the
inspection report and Video Inspection Tracking Log and presented to the Engineer.
The Engineer shall make the final determination of whether the protruding lateral is
acceptable or needs repair prior to lining. In the event that a repair is necessary, the
entire sewer main segment may be removed from the contract by the Owner.
Internal removal of protruding laterals shall be incidental to the bid item “Pre-
Installation Cleaning and Inspection”.
7. Bends and Curves: If, in the opinion of the Contractor, there exists a section in the
sewer main segment with bends or curves which may prevent lining operations, or
future CCTV inspections after a liner has been installed, or which may hinder in any
way the quality of installation of the CIPP liner system, it shall be noted on the
inspection report and Video Inspection Tracking Log and presented to the Engineer.
The Engineer shall review the defect and, if warranted, may remove the sewer main
segment from the contract.
8. Offset Joints: Any joint that is offset by more than one half (1/2) on an inch in an 8-
inch diameter pipe or one (1) inch in a 10-inch diameter or larger pipe shall be noted
on the inspection report and Video Inspection Tracking Log and presented to the
Engineer. The Engineer shall review the defect and make a final determination of
whether the offset is acceptable or needs to be repaired prior to lining.
9. Roots and Hanging Gaskets: The Contractor is required to remove all roots and
hanging gaskets within the sewer main pipe as a part of the cleaning operations. If
there are any roots growing into the main from a side sewer lateral the Contractor
shall take measures to cut them back to the point that they are no longer in the main.
The Contractor shall note these occurrences on the inspection report and Video
Inspection Tracking Log.
10. Other Defects: Any other defects in a sewer main segment that, in the Contractor’s
opinion, will impede the Contractor’s ability to clean and/or line to the level of quality
required within these contract provisions shall be noted on the inspection report and
Video Inspection Tracking Log and presented to the Engineer. The Engineer shall
review the defect and, if warranted, remove the sewer main segment from the
contract.
7-20.3(6) Active/Inactive Lateral Assessments
Based on existing information and the Pre-Installation Inspection DVD/Report, the
Engineer shall determine the active/inactive status of all side sewer lateral connections to
a sewer main segment. Every side sewer lateral shall be given a status of active or inactive
and that status shall be recorded on the Main Segment Cut Sheet.
Main Segment Cut Sheets will be provided to the Contractor within ten (10) working days
after the receipt of the Pre-Installation submittal in printed format. The “Cut Sheets” will
be developed after the Engineer has reviewed the Pre-Installation CCTV Inspection DVDs,
and associated inspection reports. The Engineer will note the lateral footages (as
determined in the CCTV inspection), active/inactive status of the side sewer lateral
connection, and the clock position of the laterals on the cut sheet.
The Contractor shall only reinstate laterals that are identified by the Engineer as being
active. If the Contractor reinstates a lateral that is inactive, the Contractor has effectively
introduced a point for inflow and infiltration (I/I) to enter the sewer main segment. In this
circumstance the Contractor shall perform an appropriate internal or external spot repair
to remove this potential source of I/I at their own expense. Spot repair methods and
01/25/2023
141
materials shall be approved by the Engineer prior to implementation.
If the Contractor fails to reinstate an active side sewer lateral, the Contractor shall
reinstate the lateral at their expense. The Contractor shall be held financially liable for all
claims for damages resulting from the missed reinstatement.
7-21 GENERAL SPECIFICATIONS FOR CURED-IN-PLACE PIPE (CIPP)
Section 7-21 is a new section:
7-21.1 Description
This Section specifies rehabilitation of pipelines by the installation of resin-impregnated
liner cured-in-place piping. Service connections and manholes may be rehabilitated with
products specified in other Sections. Contractor shall coordinate rehabilitation of
manholes, mainlines, lateral interfaces, and laterals with product installers. Contractor
shall ensure that resin systems are compatible with all rehabilitation products that they
will contact.
A portion of the pipeline rehabilitation work is located outside of public rights-of-way in
private parking lots. The Contractor shall be responsible to properly secure materials and
equipment utilized to perform the work required for this project. The Contractor shall
coordinate with property owner(s) and/or tenants to preserve access within the site and
maintain the site in a safe manner.
7-21.1(1) Related Work Specified Elsewhere
Resin Impregnated Fabric CIPP, Section 7-22.
Resin Impregnated Fiberglass CIPP, Section 7-23.
7-21.1(2) Licensing
The Contractor or sub-contractors shall be registered to work in the City of Renton.
The Contractor or sub-contractor installing the CIPP shall have a current license agreement
with the product Manufacturer or Assembler.
Individuals installing the CIPP shall be certified by the product Manufacturer or Assembler.
Lining installation shall be in accordance with the requirements of the product
Manufacturer or Assembler and as directed by their Technical Representative. This
includes the correction of defective work.
Certification showing that the Installer is currently licensed by the appropriate licensor to
perform CIPP installation shall be provided.
7-21.1(3) Contractor and Manufacturer Qualifications
The Manufacturer of the CIPP liner shall have a minimum of 200,000 linear feet of CIPP
successfully installed in accordance with these specifications. Manufacturer’s using
standards other than those listed in these specifications shall demonstrate to the satisfaction
of the Owner that the standards followed produce a product that is, at a minimum, equal to
the quality of product developed using the listed standards.
The CIPP lining Contractor shall have a minimum of five (5) successfully completed projects
totaling a minimum of 50,000 lineal feet using the proposed CIPP rehabilitation technology.
In addition, the Contractor’s project superintendent shall have a minimum of three (3)
successfully completed projects totaling a minimum of 25,000 lineal feet using the proposed
CIPP rehabilitation technology. The Contractor’s identified project superintendent shall be
on the project for the duration of the project and shall be available at all times during the
01/25/2023
142
CIPP rehabilitation. At least one person on the Contractor’s installation crew shall have a
minimum of one (1) year of CIPP installation experience, shall have installed a minimum of
25,000 lineal feet using the proposed CIPP rehabilitation technology, and shall be on the
project site at all times. The Contractor’s identified Lateral Cutting Technician shall have
minimum of one (1) year of experience reinstating laterals.
Wastewater collection system rehabilitation products submitted for approval shall be
provided with third party test results supporting long-term performance and structural
strength of the product. Third party test result data shall be satisfactory to the Engineer.
Test samples shall have been prepared so as to simulate the installation methods and trauma
of project conditions.
7-21.1(4) Contractor Submittals
All procedures or material descriptions requiring the Engineer's approval shall be submitted
not less than 45 calendar days prior to mobilizing or commencing any CIPP activities at the
site of the work and shall include the following information:
1. CIPP Lining Plan to include the following:
x Work sequence organized by pipeline section with installation schedule. x Traffic control, construction staging and insertion locations. x Confirmation of liner length and diameter. x Locations of all service connections with disposition for each. x Anticipated cleaning and preparation requirements. Sewer Service Bypass,
Interruption, and Notification Plan. This plan should include provisions for
business with extended operating hours and multi-family residences and be
specific to the addresses affected by this project.
2. Manufacturer’s certificate(s) indicating that the installer is fully licensed and
competent to perform the work, that the supplied lining materials meet the
requirements of the Specifications and ASTM standards, and a certificate of
compliance from an independent third-party lab.
3. Certification stating CIPP tube has been manufactured in accordance with
ASTM F1216 or F2019 and resin is suitable for its intended use.
4. Details on all lining materials and resins, end seals, and grout.
5. Name of resin supplier and liner fabric supplier.
6. Manufacturer’s or Assembler’s certification that the liner materials and system are
in compliance with the specifications, codes, and standards referenced in these
specifications.
7. Test reports - Certified documentation that physical properties of the resin/liner
combination meet the requirements for initial and long-term structural properties
(performed in accordance with specifications, codes, and standards referenced in
these specifications).
8. Manufacturer’s or Assembler’s recommendations for factory and field (whichever
applies) wet out procedures including: volume of resin per unit of liner, mixing ratios
and procedures for resin and catalyst/hardener, shelf life of resin, pot life of resin,
required wet out procedure to ensure full saturation, and other criteria deemed
necessary to ensure proper wet out of the liner.
9. Manufacturer’s or Assembler’s data sheets for factory wet out and/or Contractor’s
data sheets for field wet out showing quantity of resin and catalyst used for each
01/25/2023
143
length of liner, at or prior to time of installation.
10. Manufacturer’s or Assembler’s certification that all Manufacturer’s or Assembler’s
wet out recommendations have been followed on all lengths of CIPP which have
factory wet out, at or prior to time of installation.
11. Manufacturer’s or Assembler’s recommendations for storage procedures and
temperature control, handling and inserting the liner, curing details, service
connection methods, trimming and finishing, and minimum equipment requirements
to allow for an adequate installation.
12. Manufacturer’s or Assembler’s recommendations and procedures for minimum and
maximum pressures, temperatures, and time durations to be used.
13. Data on Contractor’s equipment to be used on site including: type and tolerance of
temperature gages and thermocouples used to monitor cure temperature; type and
tolerance of equipment used to generate liner inversion pressure; make model, and
technical data of all equipment used for the curing process; make, model and
technical data of backup equipment; rough size of vehicle(s) which carries the CIPP
pipe and installation equipment.
14. Pipe sizing certified calculations demonstrating that the liner has been properly sized
to avoid the creation of wrinkles or folds.
15. Manufacturer or Assembler onsite Representative’s Certification that the
Contractor’s installation meets all requirements of the Manufacturer or Assembler
and will not void the Owner’s warranty.
16. CIPP field samples from previous field installations of the same resin system and tube
materials as proposed for the actual installation if requested by the Engineer. Field
sampling procedure shall be in accordance with the latest version of ASTM F1216 or
ASTM F1743 and in accordance with ASTM D5813.
17. Material Safety Data Sheets for resins, hardeners, catalysts, solvents, and all other
compounds or chemicals to be used on the job site.
18. Data logger output in graphic format showing pipe section, time, pressure, and
temperature during activation, heating, curing, and cool down.
19. Informational hand out that describes the materials, processes, and odors associated
with the lining process.
20. Pre- and Post-Installation CCTV inspection videos.
7-21.1(5) Quality Assurance
The Manufacturer or Assembler shall provide the following:
1. List of inspection items that should be observed and recorded. Inspection items
include pre-installation activities, product identification, installation procedures,
equipment operations, and post-installation activities.
Review all post-installation CCTV tapes of the installed liner. Following this review the
Manufacturer’s or Assembler’s representative shall provide certification to the Engineer
ensuring that the Contractor’s installation meets the Manufacturer’s or Assembler’s
requirements and will not void the warranty.
01/25/2023
144
7-21.1(6) Warranty
The Contractor shall warrant each mainline sewer lined with the specified product against
defects in materials, surface preparation, lining application, and workmanship for a period
of 12 months from the date of final acceptance of the project. The Contractor shall, within
one month of written notice thereof, repair defects in materials or workmanship that may
develop during said 12-month period. Defects shall be defined as: visible leakage of
groundwater through the CIPP system, de-lamination of any portion of the CIPP system as
visible from CCTV inspection, or separation of any part of the CIPP system from the host pipe
to the extent that the CIPP system inside diameter in the separated area is 90 percent or less
of the completed CIPP system inside diameter. The Contractor shall also repair any damage
to other work; damage to sewer system components (including pump stations) damages to
buildings, houses or environmental damage caused by the backup of the sewer because of
the failure of the lining system or repairing of the same at the expense of Contractor, and
without cost to the Owner.
Repairs shall include removal of the existing liner and re-lining if possible, or excavation and
replacement of the section of pipe where the defect occurs.
7-21.2 Materials
7-21.2(1) Cured in Place Resin Impregnated Material in General
The liner shall be designed for a “fully deteriorated” pipe condition in accordance with the
procedures of the latest edition of ASTM F1216, Appendix XI and these specifications. All
material properties used in design calculations shall be long-term (time-corrected) values.
The Contractor shall be familiar with the existing site conditions when preparing the liner
design.
The CIPP will be continuous in length and the wall thickness shall be uniform. No overlapping
sections shall be allowed in the circumference or the length of the liner.
The CIPP will be capable of conforming to offset joints, bells, and disfigured pipe sections. It
shall be able to stretch to fit irregular pipe sections and negotiate bends.
The CIPP resin shall be compatible with the liner fabric, other rehabilitation systems it may
contact, and the host pipe materials.
The CIPP shall be marked at a distance of regular intervals along its entire length, not to
exceed 5 feet. Markings shall include Manufacturer’s or Assembler’s name or identifying
symbol. The CIPP liner shall be manufactured with materials from a consistent supplier. All
materials of similar type shall be from a single source for the entire project.
The composite materials of the liner tube and resin shall, upon installation inside the host
pipe, exceed the following minimum test standards, based on restrained sample cured in
host pipe and flat plate sample:
Physical Properties
Flexural Strength (ASTM D790) 4,500 psi
Flexural Modulus (ASTM D790) Short Term 300,000 psi
Flexural Modulus (ASTM D2990) Long Term 150,000 psi
01/25/2023
145
Tensile Strength (ASTM 1216 [pressure pipe only]) 3,000 psi
The CIPP shall be fabricated to a size that, when installed, will tightly fit the internal
circumference and length of the original pipe.
1. Allowance shall be made for circumferential and longitudinal stretching during the
installation process.
2. Diametric shrinking during the curing process shall meet the requirements of ASTM
D 5813, Section 6.3.1 or better.
The liner thickness shall be designed based on the engineering formulas listed in ASTM D638
and F1216, and the design parameters below. The thickness shall be sufficient to prevent
groundwater from entering the pipe, while maintaining the maximum cross-sectional pipe
area possible. The wall thickness of the material tube shall be ordered to the next standard
1.0 mm incremental thickness above the minimum calculated design thickness. Unless
otherwise specified to provide for excess resin migration, the gap thickness of the wetting-
out equipment shall be sized to allow an excess of 5 to 10 percent resin to pass during
impregnation.
Contractor shall prepare design calculations for approval prior to performing the lining work.
The submitted design calculations shall provide the following information as a minimum:
1. Manhole to Manhole designation SSMH#___ to SSMH#___
2. Pipe Nominal Diameter (inches)
3. Minimum Liner thickness (inches)
4. Proposed Liner Thickness (inches)
Design shall follow the requirements of ASTM F1216 and meet the following conditions and
parameters:
1. Pipe Condition: Fully Deteriorated
2. Modulus of soil reaction, E’S = 700 psi
3. Unit weight of soil = 140 pcf
4. The minimum ovality for straight runs shall be 3.0 percent
5. AASHTO H20 traffic loads
6. Groundwater at the surface
7. Factor of Safety, N=2.0
For liners inserted by the inversion method, the CIPP shall be coated on one side with a
translucent waterproof coating of:
1. Polyvinyl chloride (PVC)
2. Polyurethane
For liners inserted by the pull/winch method, the CIPP shall be coated on one side with a
translucent waterproof coating of:
1. Polyvinyl chloride (PVC)
2. Polyurethane
3. Polyethylene
4. Polypropylene
7-21.2(2) Resin
The resin/liner system shall meet the 10,000 hour test per ASTM D 5813 and ASTM D 2990.
01/25/2023
146
If requested by the Engineer, the Contractor shall submit an infrared spectrum chemical
fingerprint of the type of resin to be used for this project.
7-21.2(3) Physical Properties
The CIPP shall be corrosion resistant to withstand exposure to sewage gases containing
quantities of hydrogen sulfide, carbon monoxide, diluted sulfuric acid, and other chemical
reagents typical of sewage conveyance. Chemical resistance of the installed CIPP shall
meet the chemical resistance requirements of ASTM D543 when subjected to the following
solutions:
Chemical Solution Concentration, percent
Tap Water (pH 6-9)
Nitric Acid
Phosphoric Acid
Sulfuric Acid
Gasoline
Vegetable Oil
Detergent
Soap
100
5
10
10
100
100
0.1
0.1
The inside diameter of the installed CIPP shall be maintained as large as possible. The CIPP
shall have at a minimum the full flow capacity of the original pipe before rehabilitation.
Calculated capacities may be derived using commonly accepted roughness coefficients for
the existing pipe material taking into consideration its age and condition.
Physical properties shall be subject to ASTM D 2122.
7-21.2(4) End Seals
The hydrophilic waterstop end seals completely seal the CIPP liner from any annular space
leakage between the CIPP liner and the host pipe. Hydrophilic end seals must be one of the
following:
1. Bands that are 20 mm wide and 5 mm high, with a double bump on one side and flat
on the other side. Product shall be Hydrotite Style DS-0520-3.51 or approved equal.
2. Tubular hydrophilic sleeve, 2 mm in thickness and 3.5 inches in length, with a
mechanical fastener with worm gear expander. Product shall be Insignia End Seal by
LMK Technologies or approved equal.
7-21.3 Construction Requirements
7-21.3(1) Preparation
The Contractor shall make all necessary provisions to ensure service conditions and
structural conditions of host pipe are suitable for installation and warranty of the liner. The
Contractor shall verify the lengths in the field prior to ordering and prior to impregnation of
01/25/2023
147
the tube with resin, to ensure that the tube will have sufficient length to extend the entire
length of the run. The Contractor shall also measure the inside diameter of the existing
pipelines in the field prior to ordering liner so that the liner can be installed in a tight-fitted
condition.
7-21.3(1)A Flow Management
It shall be the Contractor's responsibility to maintain operation of the existing sewer systems
throughout the duration of the project without any interruption of sewer service. The
Contractor shall divert all flows around each segment of the pipe designated for
rehabilitation in accordance with Section 7-17.3(1)A.
When there exist situations where impacted properties cannot be disconnected, plugged, or
subjected to any other service interruption, i.e., hospitals, care facilities, restaurants, etc.,
bypass pumping of the side sewer to the downstream sanitary sewer system may be
required prior to insertion of the liner system. The Contractor shall verify whether a
property is able to be interrupted or if lining can be scheduled outside business hours prior
to lining operations. Permission to work outside normal work hours is subject to the
requirements of Section 1-08.0(2). If the subject property’s side sewer requires bypass
pumping and it is not possible to interrupt flows or complete the work outside business
hours, the costs for the bypass pumping shall be covered by Force Account.
7-21.3(1)B Cleaning
Clean and prepare pipe per CIPP Manufacturer’s or Assembler’s requirements.
7-21.3(1)C Point Repairs
Advise the Engineer of any point requiring repairs that can only be performed by excavating
the defect and removing or repairing the obstruction.
Grout defects in the host pipeline as follows:
1. Grout all defects as recommended by liner manufacturer or installer.
2. Grout all locations with excessive leaks.
The determination of an excessive leak shall be made by the Owner’s representative and
shall be based on PACP leak designations. Leaks categorized as a Runner(IR) – Severity 4 or
Gusher(IG) – Severity 5 shall be considered as excessive and will be covered by Force
Account. Leaks categorized as Weeper(IW) – Severity 2 or Dripper(ID) – Severity 3 shall be
considered incidental to the unit price for CIPP rehabilitation.
Make point repairs of any host pipe defect that can be removed by conventional sewer
cleaning equipment or by remotely performed repair methods acceptable to the Engineer.
Remove protruding laterals, rolled gaskets, roots, mineral deposits, and other objects
protruding into the host pipe, internally with a remote-controlled cutter.
Pipelines that cannot be rehabilitated due to excessive leakage may be deleted from the
project at the Engineers discretion.
7-21.3(1)D Manholes
Protect all manholes to withstand forces generated by the equipment while installing the
liner.
01/25/2023
148
7-21.3(2) Liner Installation
7-21.3(2)A Inversion Method
The impregnated tube shall be inserted through an existing manhole or other access point
by means of the Manufacturer’s or Assembler’s recommended installation process. The
application of a hydrostatic head, compressed air, or other means shall fully extend the liner
to the next designated manhole or termination point and inflate and firmly adhere the liner
to the pipe wall.
Liner installation shall be in accordance with ASTM F 1216, Section 7.
When inversion is by hydrostatic head, the Contractor shall use methods that control the
installation rate, accounting for the increase in hydrostatic head in pipes that have significant
elevation change. The liner shall be installed at a rate less than 10 feet per minute at all
times.
7-21.3(2)B Pull/Winch Method
The impregnated tube shall be pulled into place within the host pipe with the aid of a power
winch that is equipped with a device to monitor the force and prevent excessive tension and
tube elongation.
The maximum allowable longitudinal elongation, or stretch, of the material shall be one (1)
percent. The longitudinal stretch of the tube shall be gauged by comparing marker on the
fully inserted tube to the actual length of pipe being rehabilitated.
Any hose materials remaining in the installation shall be compatible with the resin system
used, shall bond permanently with the tube, and shall be translucent to facilitate post-
installation inspection. Hose materials that are to be removed after curing shall be of non-
bonding material.
Liner installation shall be in accordance with ASTM 1743, Section 6.
7-21.3(2)C Finished Pipe Liner
The finished lining shall be continuous over the entire length of an installation run and be
free of visual defects such as foreign inclusions, dry spots, pinholes, wrinkles, and de-
lamination. The lining shall be impervious and free of any leakage from the pipe to the
surrounding ground or from the ground to inside the lined pipe.
Any defect, which will or could affect the structural integrity, strength, capacity, or future
maintenance of the installed liners, shall be repaired at the Contractor's expense, in a
manner approved by the Engineer.
Wrinkles in the finished CIPP which cause a backwater of one (1) inch or more or reduce the
hydraulic capacity of the pipe (wrinkles which exceed five (5) percent of the pipe diameter)
are unacceptable and shall be removed and repaired by the Contractor at the Contractor’s
expense. Methods of repair shall be proposed by Contractor and submitted to the Engineer
for review and approval. Where the liner is installed through intermediate manholes, the
Contractor shall cut out the top half of the liner and leave the lower half in the manhole
channel unless doing so would create a hydraulic restriction.
The beginning and end of the CIPP liner shall be cut approximately 1-inch inside the manhole
wall at the inlet and outlet points, and the ends sealed with a resin mixture compatible with
the liner/resin system and shall provide a watertight seal. Sealing material and installation
01/25/2023
149
method shall be submitted to and approved by the Engineer prior to start of construction.
Hydraulic cements and quick-set cement products are not acceptable.
7-21.3(3) Service Connection Restoration
Internally restore by using a pivot-headed CCTV camera and a remote cutting tool to locate
the service connections from inside the lined pipe and cutting a hole matching the service
connection diameter. Provide a hole free from burrs or projections and with a smooth and
crack-free edge. The hole shall be 95 percent minimum of the original service connection
interior diameter. The invert of the reinstated service opening shall match the invert of the
service connection. The Contractor shall ensure that no damage to services occurs during
restoration and shall repair any services connections that are damaged at no additional cost
to the City. Any and all shavings and debris from service connection restoration shall be
captured, removed from the sewer system, and disposed of properly.
Other methods may be used as approved by the Engineer.
7-21.3(4) Testing
7-21.3(4)A Field Testing
Low Pressure Air Test: Mainlines without service connections shall be low pressure air tested
in accordance with Section 7-17 of these specifications.
7-21.3(4)B Post Installation CCTV Inspection
Following installation of the CIPP liner, reinstatement of the existing side sewer laterals and
final trimming of the liner at the manholes/end of culverts, the new liner shall be inspected
for defects using CCTV cameras. The CCTV inspection shall meet the same requirements as
the Pre-Installation Inspection as specified in Section 7-20 of these special provisions. Post
installation CCTV shall include a pan and tilt view of the entirety of each reinstated lateral
circumference.
The post-installation CCTV inspection shall not be conducted until the side sewers have been
reinstated and the cuttings from the reinstatement have been cleaned and removed. CCTV
inspections performed by the Contractor at the time of the side sewer reinstatements will
not be accepted.
7-22 RESIN IMPREGNATED FABRIC CIPP
Section 7-22 is a new section:
7-22.1 Description
This Section specifies rehabilitation of pipelines by the installation of resin-impregnated
fabric liners.
7-22.1(1) Related Work Specified Elsewhere
General Specifications for Cured In Place Pipe (CIPP), Section 7-21.
7-22.2 Materials
7-22.2(1) Cured in Place Pipe Liner
The CIPP shall consist of one or more layers of flexible needled felt or an equivalent non-
woven material, or a combination of non-woven and woven materials capable of carrying
resin, withstanding installation and curing pressures, as required in ASTM F 1216, Section 5;
ASTM F 1743, Section 5; and ASTM D 5813, Sections 5, 6, and 8.
Seams in the CIPP shall be stronger than the non-seamed felt.
01/25/2023
150
7-22.2(2) Resin
The resin shall be a chemically resistant isopthalic based polyester thermoset resin and
catalyst system, or epoxy resin and hardener that is compatible with the installation process.
Vinyl Esters may be used however, they shall only be used when specifically called for by the
Engineer. The resin should be able to cure both in the presence, and without the presence
of water, and the initiation temperature for cure should be less than 180 degrees Fahrenheit.
When properly cured the resin liner system shall meet the structural and chemical resistance
requirements of ASTM F1216 and ASTM F1743.
The activated resin shall contain a colorant compatible with the resin, organic peroxides and
the installation and curing process, such as CreaNova® CHROMA CHEM 844-7260 Phthalo-
Blue, or equivalent, at a level of 0.01-0.035 % by the weight of the resin. The colorant shall
be added concurrently with the organic peroxide activator solution, or immediately after
adding it to the resin, to serve as a multi-purpose visual quality assurance indicator.
7-22.2(3) Physical Properties
The wall color of the interior pipe surface of the CIPP after installation shall be a light
reflective color.
7-22.3(4) Material Testing
Provide certified test results of the properties of the cured lining material from a restrained
sample of the actual installed CIPP at a minimum of one location per each liner insertion
setup. The cured CIPP shall be sampled and tested for flexural strength and flexural modulus
in accordance with the requirements of ASTM D790.
Liner thickness shall be determined at a minimum of three (3) locations on the sample using
a method of measurement accurate to the nearest 0.005 inch. Wall thickness of samples
shall be determined as described in ASTM F1743, Section 8.1.6. The minimum wall thickness
at any point shall not be less than 87-1/2 percent of the design thickness.
7-22.3 Construction Requirements
7-22.3(1) Preparation
7-22.3(1)A Cleaning
Clean and prepare pipe per CIPP Manufacturer’s or Assembler’s requirements.
7-22.3(2) Installation
7-22.3(2)A Resin Impregnation
The quantity of resin used for the fabric tube impregnation shall be sufficient to fill the
volume of all voids in the fabric tube material with additional allowances for polymerization
shrinkage and the loss of resin through cracks and irregularities in the host pipe wall.
A vacuum impregnation process shall be used. To insure thorough resin saturation
throughout the length of the felt tube the level of the vacuum and the speed of the resin
advance shall be coordinated so that white spots (dry areas) at the inside surface of the
flexible membrane shall be small, shallow, less than 10% of the fabric tube wall thickness or
3-mm, whichever is less, and be less than 1% of the volume of the resin per unit length.
A roller system shall be used to uniformly distribute the resin throughout the fabric tube.
The roller gap dimension shall be calculated by a method that determines the correct volume
of resin/felt per foot contained within the confining perimeter of the flexible membrane.
The "wet-out" fabric tube shall meet ASTM F 1216, 7.2 or ASTM F 1743, 6.2 as applicable,
and shall have a uniform thickness and excess resin distribution that when compressed at
installation pressures will meet or exceed the design thickness after cure.
01/25/2023
151
No dry or unsaturated layers shall be acceptable upon visual inspection as evident by color
contrast between the felt fabric and the activated resin containing a colorant.
The person in charge of the "wet-out" process shall complete and sign a "wet-out" sheet for
each liner to be delivered to the site. The certified "wet-out" sheet shall include, but is not
limited to, "wet-out" date, resin identification, fabric tube length, diameter, and thickness.
The Contractor must submit to the Engineer the signed "wet-out" sheet for each liner
delivered to the site. Additionally, the Contractor shall submit a sample "wet-out" sheet from
a previous job for the Engineer's review prior to the start of the "wet-out" process for the
current project.
The Owner reserves the right to inspect all phases of production and testing of materials,
from manufacturing, shipping, "wet-out", installation, and cure, to finished product
Liners installed in pipe segments that contain a vertical or horizontal curve shall utilize the
inversion method only.
7-22.3(2)B Water, Air or Steam Curing
After placement of the liner is complete, provide a suitable heat source and distribution
equipment. The equipment shall be capable of circulating hot water, air, and/or steam
throughout the lined section in accordance with the Manufacturer’s or Assembler’s
recommendations to raise the temperature uniformly above the temperature required to
affect a resin cure. This temperature shall be determined by the Manufacturer or Assembler
based on the resin/hardener system employed.
The heat source shall be fitted with continuous monitoring thermocouples to measure and
record the temperature of the incoming and outgoing water, steam, and/or air supply.
Water, steam, or air temperature during the cure period shall meet the requirements of the
resin Manufacturer or Assembler as measured and recorded at the heat source inflow and
outflow return lines.
Provide standby equipment to maintain the heat source supply. The temperature during
the cure shall not be less than 130 degrees Fahrenheit at the boundary between the pipe
wall and the liner unless otherwise directed by the Manufacturer or Assembler to meet resin
system requirements.
Temperature shall be maintained during the curing period as recommended by the resin
Manufacturer or Assembler and shall follow the heating schedule supplied by the
Manufacturer or Assembler.
A data logger shall record temperature, pressure, and time during activation, heating, and
curing.
7-22.3(2)C Cool Down
Cool the liner down to temperature specified by Manufacturer or Assembler following the
cure period for duration specified by Manufacturer or Assembler, prior to relieving static
head.
Care shall be taken to ensure that a vacuum is not induced which could damage the new
CIPP during the release of head on the new CIPP.
A data logger shall record temperature, pressure, and time during cool down.
7-23 RESIN IMPREGNATED FIBERGLASS CIPP
Section 7-23 is a new section:
01/25/2023
152
7-23.1 Description
Contractor shall provide and install a resin impregnated fiberglass material tube with a
plastic-coated wearing surface in all sewers identified for CIPP lining in accordance with
ASTM F 1216 and ASTM F 2019.
7-23.1(1) Related Work Specified Elsewhere
General Specifications for Cured In Place Pipe (CIPP), Section 7-21.
7-23.1(2) Reference Specifications, Codes, and Standards
The following documents form a part of this specification to the extent stated herein and
shall be the latest editions thereof. Where differences exist between codes and standards,
the one affording the greatest protection shall apply, as determined by the City.
7-23.1(3) CIPP Liner Samples
The Contractor shall prepare samples of the installed CIPP liner for subsequent testing of its
physical properties. Samples shall be prepared and tested using the flat plate sampling
method in accordance with the procedures in Section 8.1 of ASTM F 1216 or ASTM F 2019,
as is applicable. The sample will be constructed on the same materials (tube and
resin/catalyst) as is used for that given liner installation. The flat plate sample shall be large
enough to provide five sample specimens for each Short Term Flexural (Bending) properties
as per ASTM D 790 and ASTM D 638 respectively.
The cured sample shall be tested by an independent testing laboratory, as recommended by
the CIPP liner manufacturer, and approved by the Engineer, for the bending and tensile
properties, as per ASTM D 790 and ASTM D 638 respectively. Final payment will not be made
until test results are received. The Contractor shall be responsible for any deviation from
the specified physical properties and those evaluated through testing. Failure to meet the
specified physical properties will result in the CIPP liner being considered defective work
which will be handled in accordance with Section 1-05 of the standard specifications. The
Contractor shall be responsible for all costs associated with the testing of the liner physical
properties.
Reference Title
ASTM D 543 Test Method for Resistance of Plastics to Chemical Reagents
ASTM D 578 Standard Specification Glass Fiber Strands
ASTM D 638 Test Method for Tensile Properties of Plastics
ASTM D 790 Flexural Properties of Unreinforced and Reinforced Plastics and
Electrical Insulating Materials
ASTM D 883 Definitions and Terms Relating to Plastics
ASTM D 1600 Abbreviations, Acronyms, and Codes for Terms Relating to Plastics
ASTM F 412 Definitions of Terms relating to Plastic Piping Systems
ASTM F 1216
Rehabilitation of Existing Pipelines and Conduits by Inversion and Curing
of a Resin Impregnated Tube
ASTM F 2019
Standard Practice for Rehabilitation of Existing Pipelines and Conduits
by the Pulled in Place Installation of Glass Reinforced Plastic (GRP)
Cured-in-Place Thermosetting Resin Pipe (CIPP)
01/25/2023
153
The above-stated sampling shall be performed for each separate installation of CIPP. For
example: one flat plate sample from each individual pipeline liner installed.
The wall thickness of the material tube shall be ordered to the next standard 1.0 mm
incremental thickness above the minimum calculated design thickness. Unless otherwise
specified to provide for excess resin migration, the gap thickness of the wetting-out
equipment shall be sized to allow an excess of 5 to 10 percent resin to pass during
impregnation. The minimum wall thickness shall be determined at a minimum of three
locations on a cut section of the CIPP flat plate sample using a method of measurement
accurate to the nearest 0.005 inch.
7-23.1(4) CIPP Liner Handling
Contractor shall exercise adequate care during transportation, handling, and installing to
ensure the CIPP material is not torn, cut, or otherwise damaged. If any parts of the CIPP
materials becomes torn, cut, or otherwise damaged before or during insertion, it shall be
repaired or replaced in accordance with the manufacturer’s recommendations and approval
by the Engineer before proceeding further, and at the Contractor’s expense.
7-23.2 Materials
7-23.2(1) General Specifications
All materials and installation procedures provided by the Contractor for use in the CIPP
installation process shall be equal to or exceed the requirements of Sections 5 and 7 of ASTM
F 1216 or ASTM F 2019 Section 5 and 6, as is applicable.
Contractor shall be responsible for control of all material and process variables to provide a
finished CIPP possessing the minimum properties specified in ASTM F 1216 or ASTM F 2019,
as is applicable and supplemented herein.
7-23.2(2) Chemical Resistance
The chemical resistance tests should be completed in accordance with Test Method ASTM D
543. Exposure should be for a minimum of one month at 73.4 degrees F. During this period,
the CIPP test specimens should lose no more than 20 percent of their initial flexural strength
and flexural modulus when tested in accordance with Section 8 of ASTM F 1216 or ASTM F
1743, whichever is applicable.
The Contractor shall be responsible for all costs associated with the chemical resistance
tests.
Proof of meeting these requirements shall be provided to the Engineer for approval at least
ten (10) days prior to commencement of work.
7-23.2(3) Component Properties
The fiberglass tubing shall be made of non-corrosion material and shall be free from tears,
holes, cuts, foreign materials and other surface defects.
The physical properties apply to CIPP manufactured polyester or vinylester resin. Resins
should be appropriate for conditions encountered.
7-23.2(4) Finished and Cured CIPP Liner Properties
The physical properties of the cured CIPP shall have minimum initial test values as given in
Section 7-21. Properties for these or any other enhanced resins shall be substantiated with
test data.
7-23.2(5) Dimensions
Contractor shall make allowances in determining the in-liner tube length and circumference
for stretch during installation and shrinkage during curing. The minimum length shall be that
01/25/2023
154
which continuously spans the distance from the center of the inlet manhole to the center of
the outlet manhole. The Contractor shall verify the lengths in the field before the in-liner
tube is cut and impregnated. Individual installation runs may include one or more manhole-
to-manhole sections as approved by the Engineer. Installation of the liner shall be through
existing or new manholes. Excavation for liner insertion shall not be permitted except to
replace the manhole cones, if necessary and/or required.
The diameter of the existing pipes may be larger than the nominal inside diameter. It is the
Contractor’s responsibility to determine the required diameter of the liner.
The maximum wall thickness shall be at least the calculated design thickness, or the
minimum specified, to increase the diameter only as much as necessary.
7-23.3 Construction Requirements
7-23.3(1) Installation Procedures
It is forbidden to “wet-out” in-liner at the construction site because of external influences
such as heat, no possibilities to control vacuum and correct mixture of resin.
The Contractor shall ensure that the pressure inside of the CIPP tube exceeds the outside
pressure due to groundwater.
7-23.3(1)A Installation Process
The liner will be installed by the pull/winch method.
The Contractor shall ensure that at no time resin can come in contact to the groundwater
and cause environmental issues. Preparing the old pipe or inversion of a pre-liner is part of
the installation and is included without any additional costs.
Before pulling the in-liner in, a protective foil shall be installed. The in-liner tube shall be
impregnated with resin and lowered into the manhole. The tube shall then be pulled into
position within the existing pipe with the aid of a power winch that is equipped with a device
to monitor the force and prevent excessive tension and tube elongation as determined by
the liner manufacturer. The pipe shall then be inflated with air. The in-liner has to be
inspected immediately before starting the curing process.
7-23.3(1)B Curing
Pre-curing video inspection of the inflated liner must be recorded, and the entire length of
the liner must be recorded including the liner section that the light chain occupies at any one
time. Two cameras must be located on the light chain, one on the front and one on the rear
of the light chain to ensure the entire length of the liner has been properly inflated. Curing
must be done under UV – Light only. The curing process shall follow a step cure or similar
approach recommended by the manufacturer and approved by the Engineer, and shall be
held at the top step for an adequate length of time as determined by the liner manufacturer
to ensure that the design physical properties are attained.
Pressure, temperature and curing process shall be monitored by both, computer and video
at any time as determined by the liner manufacturer.
01/25/2023
155
8-01 EROSION CONTROL AND WATER POLLUTION CONTROL
8-01.3 Construction Requirements
8-01.3(1) General
Section 8-01.3(1) is SUPPLEMENTED with the following:
(******)
The Contractor shall provide for all temporary site access and shall maintain vehicular site
access at all times. 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.
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 workday. Debris shall be removed from roads by
shoveling or sweeping. Street washing shall be allowed only after debris has been removed
in this manner.
The Contractor shall take all necessary precautions to prevent sediment from construction
activities from entering into storm water systems or natural waterways from being
transported away from the construction area by storm water.
8-01.3(1)A Submittals
Section 8-01.3(1)A is SUPPLEMENTED with the following:
(******)
The Temporary Erosion and Sedimentation Control (TESC) elements shown on the Plans
are the minimum requirements for the anticipated site conditions. The Contractor shall
add additional 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.
8-02 ROADSIDE RESTORATION
8-02.3(4)A Topsoil Type A
Section 8-02.3(4)A is supplemented with the following:
(******)
The contractor shall provide a material submittal for topsoil prior to use.
8-02.3(16)A Lawn Installation
Section 8-02.3(16)A has been supplemented with the following:
(******)
8-02.3(16)A1 QUALIFICATIONS OF WORKMEN
Provide at least one person who shall be present at all times during execution of the Work
and who shall be thoroughly familiar with the type of materials being installed and the best
methods for their installation and who shall direct all work performed under this section.
8-02.3(16)A2 Submittals
8-02.3(16)A2a Certification of Material
1. Include seed mix percentages, purity, germination rates, weed experience, and date
01/25/2023
156
tested for the preceding. Include complete data on source, size and quality.
2. Supply on-site 12” x 12” sample of each sod specified for inspection and approval in
advance by the City.
3. Supply Grower’s written recommendations for fertilizer type, rate of application, and
frequency.
4. All certificates required by law shall accompany shipments.
5. Upon completion of the installation and prior to final inspection, deliver all
certificates to the Engineer.
8-02.3(16)A2b Manufacturer’s Certificates of Conformance
1. Supply for Certificates of Conformance for fertilizer being used for the project.
8-02.3(16)A2c Schedule for Installation
1. The Contractor shall coordinate all work with the City and submit a watering plan for
the Establishment Period.
8-02.3(16)A3 Product Handling
Deliver all items to the site in their original containers, with all labels intact and legible, at
the time of the City’s inspection. Coordinate delivery and installation of sod to ensure sod is
installed immediately upon delivery.
Use all means necessary to protect new lawn areas before, during, and after installation and
to protect the installed work and materials of all other trades.
In the event of damage or rejection, immediately make all repairs and replacements
necessary for the approval of the Inspector and at no additional cost to the City.
8-02.3(16)A4 Site Information
If sod is stored onsite, preserve and protect all sod on site prior to and during installation.
Protect from wind, drought, unusual weather and vandalism. Store all sod on site within
limits of work.
Protect adjacent property, public walks, curbs and pavement from damage. Do not block
public access routes with plant material.
8-02.3(16)A5 Sod
The Contractor shall provide sod to all new lawn areas and to those lawn areas requiring
restoration from the Contractor’s operations. Sod shall conform to section 9-14.6(8) as
shown in the Special Provisions.
8-02.3(16)A5a Other Materials
All other materials not specifically described but required for a complete and proper planting
installation, shall be selected by the Contractor subject to the approval of the Engineer.
8-02.3(16)A6 Execution
Prior to all work of this section, carefully inspect the installed work of all other trades and
verify that all such work is complete to the point where this installation may properly
commence. Verify that lawn installation may be completed in accordance with the original
design and the referenced standards. In the event of discrepancy, immediately notify the
Engineer for specific instructions.
01/25/2023
157
8-02.3(16)A6a Installation Preparation
1. Prepare subgrade in all lawn areas by scarifying to a 8” minimum depth and removing
rocks and debris over 1” in diameter. Subgrade soils should be free-draining and
without any impervious soils or other materials harmful to plant growth. Notify the
Inspector of any subgrade conditions deleterious to plant growth.
2. Spread topsoil to a minimum depth of 6” after settlement in all lawn areas.
3. Thoroughly rototill topsoil to a minimum depth of 6 inches.
4. Fine grade per Contract Specifications in turf areas as indicated on drawings. Rake
entire surface to conform to site grading. Grade edges to 1” below adjacent paved
surfaces to provide a smooth transition. Roll as necessary to firm grade to satisfaction
of the Inspector.
5. Apply fertilizer to the prepared lawn areas at rates recommended by sod grower and
lightly rake to incorporate into the soil.
8-02.3(16)A6b Sod Installation
1. Moisten sod bed and roll lightly for compaction.
2. Lay sod strips per supplier’s instructions. Tightly butt joints, trim edges to conform
to smooth curves and straight lines of pavement. Sod is to be flush with paved
surfaces after settlement. Avoid gaps and overlaps and stagger sod joints in a brick-
like fashion.
3. Remove any bumps, undulations, or low-high spots with a light rolling.
4. Water daily for a minimum of two weeks to prevent dehydration.
5. Protect all turf areas by erecting temporary fences, barriers, signs, etc. as necessary
to prevent trampling.
6. Do not work in, over, or adjacent to planting areas without proper protection and
safeguards.
8-02.3(16)B Lawn Establishment
Section 8-02.3(16)B has been deleted and replaced with the following:
8-02.3(16)B1 Lawn Establishment and Final Acceptance
The Contractor shall maintain all new lawn areas in this project; shall be responsible for the
survival of turf in acceptable condition and shall maintain all new lawn areas in a neat and
orderly fashion until Final Acceptance of the project by the City. The period for Final
Acceptance shall be no sooner than the second mowing. The Contractor will be held
responsible for all damage or loss caused by his inattention or carelessness. The Contractor
shall repair damage caused by traffic, vandalism, weather or other outside causes.
8-02.3(16)B2 Establishment Period
The Establishment Period will commence on the date of Preliminary Acceptance and will
extend to Substantial Completion or Final Acceptance by the City of landscape work,
whichever is later. Maintenance during this period will include:
1. Watering: Water areas of new turf so they receive adequate water for survival of the
plant in a healthy position.
01/25/2023
158
2. Lawns shall be fertilized every six weeks from March through September per
Grower’s written recommendations. Lawns shall be maintained weed-free.
3. Lawns are to be mowed weekly or as needed to maintain a neat appearance. All grass
clippings shall be removed from the site. Maximum height of lawn shall not exceed
three inches.
4. Protect all lawn areas against damage, including erosion and trespassing, by providing
and maintaining proper safeguards.
5. Debris Control: Debris control shall be accomplished in all landscaped lawn areas on
a regular basis, at least weekly or more often where necessary. This will include leaf
fall control in Fall period. Policing for paper and litter in all areas shall be conducted
at least weekly. During the Fall period leaves, windblown into gutters and catch
basins, are considered as litter and shall be removed as debris.
8-02.3(16)B3 Guarantee
All new turf areas shall be guaranteed by the Contractor to be in a healthy condition for a
period of one year from the date of Final Acceptance.
8-02.3(16)B4 Final Acceptance
Acceptance of lawn planting as specified shall be based on a uniform stand of grass and a
uniform grade at the time of final inspection.
Final inspection of the work of the Section will be made at the time of the Final Inspection
of the entire project or earlier, if approved by the Engineer. A final punch list will be issued.
Final Acceptance of the new turf areas which are the responsibility of the Contractor will be
contingent upon Final Acceptance of the entire project or at the determination of the City if
earlier than Final Acceptance of the entire project.
8-13 MONUMENT CASES
8-13.1 Description
Section 8-13.1 is revised and supplemented with the following:
(******)
This Work shall consist of furnishing and placing monument cases and covers, in accordance
with the Standard Plans and these Specifications, in conformity with the lines and locations
shown in the Plans or as staked by the Engineer or by the Contractor supplied Surveyor.
8-13.3 Construction Requirements
Paragraphs 2 and 3 of Section 8-13.3 is revised and supplemented with the following:
(******)
The monument will be furnished and set by the Contractor supplied Surveyor.
When existing monuments will be impacted by a project, the Contractor shall be responsible
for assuring that a registered surveyor references the existing monuments prior to
construction. After construction is complete, the monuments shall be re-established by the
Surveyor in accordance with RCW58.09.130.
8-13.4 Measurement
Section 8-13.4 is supplemented with the following:
(******)
All costs for surveying and resetting existing monuments impacted by construction shall be
considered incidental to the Contract unless specifically called out to be paid as a bid item.
8-13.5 Payment
Section 8-13.5 is supplemented with the following:
(******)
01/25/2023
159
Resetting an existing monument impacted by construction shall be incidental unless
included as a pay item in the Schedule of Prices.
8-14 CEMENT CONCRETE SIDEWALKS
8-14.3(4) Curing
Section 8-14.3(4) is replaced with:
The curing materials and procedures outlined in Section 5-05.3(13) of the Standard
Specifications shall prevail, except that white pigmented curing compound shall not be used
on sidewalks. The curing agent shall be applied immediately after brushing and be
maintained for a period of 5 days.
The Contractor shall have readily available sufficient protective covering, such as waterproof
paper or plastic membrane, to cover the pour of an entire day in the event of rain or other
unsuitable weather. During the curing period, all traffic, both pedestrian and vehicular, shall
be excluded. Vehicular traffic shall be excluded for such additional time as the Engineer may
specify.
The Contractor shall be responsible for barricading, patrolling, or otherwise protecting the
newly placed concrete to prevent damage. Damaged, vandalized, discolored, stained, or
unsightly concrete shall be removed and replaced at the expense of the Contractor.
8-14.4 Measurement
Section 8-14.4 is supplemented by adding the following:
(******)
When the Contract contains a pay item for "Curb Ramp, Cement Concrete," the per each
measurement shall include all costs for the complete installation per the Plans and standard
details including expansion joint material, curb and gutter and ramped sidewalk section.
Sawcutting, removal and disposal of excavated materials including existing pavement and
sidewalk, crushed surfacing base materials and all other Work, materials and equipment
required per Section 8-14, shall be included in the per each price for "Curb Ramp, Cement
Concrete" unless any of these other items are listed and specified to be paid as separate pay
items.
If the Contract does not provide a pay item for "Curb Ramp, Cement Concrete," but the Plans
call for such installation, then quantities shall be measured with and paid for under the bid
items for Curb and Gutter and for Cement Concrete Sidewalk. When curb ramps are to be
constructed of asphalt concrete, the payment shall be included in the pay item for
"Miscellaneous and/or Driveway Asphalt Concrete."
8-17 IMPACT ATTENUATOR SYSTEMS
8-17.5 Payment
Section 8-17.5 is supplemented with the following:
(******)
If no pay item is included for temporary impact attenuators, then all costs to provide and
install shall be considered a part of the pay item for "Temporary Traffic Control."
8-20 ILLUMINATION, TRAFFIC SIGNAL SYSTEMS, AND ELECTRICAL
8-20.2(1) Equipment List and Drawings
(******)
Paragraph four of Section 8-20.2(1) is revised and supplemented with the following:
The Contractor shall submit for approval six sets of shop drawings for each of the following
types of standards called for on this project:
1. Light standards with or without pre-approved Plans.
2. Signal standards with or without pre-approved Plans.
01/25/2023
160
3. Combination Signal and lighting standards.
4. Metal Strain Poles.
Paragraph five of Section 8-20.2(1) is deleted.
Paragraph six of Section 8-20.2(1) is deleted.
Section 8-20.2(1) is supplemented with the following:
The Contractor also shall submit either on the signal standard shop drawings or attached to
the signal standard shop drawings all dimensions to clearly show the specific mast arm
mounting height and signal tenon locations for each signal pole to be installed.
8-22 PAVEMENT MARKING
8-22.1 Description
The following item in Section 8-22.1 is revised with the following:
(******)
Crosswalk Stripe
A SOLID WHITE line, 8 inches wide and 10-feet long, installed parallel to another crosswalk
stripe and parallel to the direction of traffic flow and centered in pairs on lane lines and the
center of lanes. See detail sheet.
Skip Center Line (Replacement)
A BROKEN YELLOW line 4 inches wide. The broken or “skip” pattern shall be based on a 24-
foot unit consisting of a 9-foot line and a 15-foot gap. Skip center strip is used as
centerline delineation on two-lane or three-lane, two-way highways.
Double Yellow Center Line (Replacement)
Two SOLID YELLOW lines, each 4 inches wide, separated by a 4-inch space. Double yellow
center stripe is used as centerline delineation on multilane, two-way highways and for
channelization.
Approach Line (New)
A SOLID WHITE line, 8 inches wide, used to separate left and right turning movements from
through movements, to separate high occupancy vehicle lanes from general-purpose lanes,
for islands, hash marks, and other applications. Hash mark stripes shall be placed on 45-
degree angle and 10 feet apart.
Lane Line (Replacement)
A BROKEN WHITE line, 4 inches wide, used to delineate adjacent lanes traveling in the
same direction. The broken or “skip” pattern shall be based on a 24-foot unit consisting of
a 9-foot line and a 15-foot gap.
Two Way Left Turn Line (Replacement)
A SOLID YELLOW line, 4 inches wide, with a BROKEN YELLOW line, 4 inches wide, separated
by a 4-inch space. The broken or “skip” pattern shall be based on a 24-foot unit consisting
of a 9-foot line and a 15-foot space. The solid line shall be installed to the right of the
broken line in the direction of travel.
Crosswalk Line (Replacement)
A SOLID WHITE line, 8 inches wide and 10 feet long, installed parallel to another crosswalk
stripe and parallel to the direction of traffic flow and centered in pairs on lane lines and the
center of lanes. See detail sheet.
Stop Line (Replacement)
A SOLID WHITE line 12, 18, or 24 inches wide as noted on the Contract Plans.
01/25/2023
161
8-22.3(5) Installation Instructions
Section 8-22.3(5) is revised with the following:
(******)
A manufacturer’s technical representative need not be present at the initial material
installation to approve the installation procedure.
8-23 TEMPORARY PAVEMENT MARKINGS
8-23.5 Payment
Section 8-23.5 is supplemented with the following:
(******)
If no pay item is included in the Contract for installation, or for removal of temporary pavement
markings, then all costs associated with these items are considered incidental to other items in the
Contract or included under "Temporary Traffic Control," if that item is included as a bid item.
01/25/2023
162
9-03 AGGREGATES
9-03.8 Aggregates for Hot Mix Asphalt
9-03.8(7) HMA Tolerances and Adjustments
Item 1 is deleted and replaced with:
(******)
1. Job Mix Formula Tolerances. After the JMF is determined as required in 5-04.3(7)A,
the constituents of the mixture at the time of acceptance shall conform to the following
tolerances:
Nonstatistical Commercial
Evaluation Evaluation
Aggregate, percent passing
1”, ¾”, ½”, and 3/8” sieves r6% r8%
U.S. No. 4 sieve r6% r8%
U.S. No. 8 sieve r6% r8%
U.S. No. 16 sieve r4% r6%
U.S. No. 30 sieve r4% r6%
U.S. No. 50 sieve r4% r6%
U.S. No. 100 sieve r3% r5%
U.S. No. 200 sieve r2.0% r3.0%
Asphalt Binder r0.5% r0.7%
VMA 1.5% below minimum value in 9-03.8(2)
VFA minimum and maximum as listed in 9-03.8(2)
Va 2.5% minimum and 5.5% maximum
These tolerance limits constitute the allowable limits as described in Section 1-06.2. The
tolerance limit for aggregate shall not exceed the limits of the control point’s section, except
the tolerance limits for sieves designated as 100% passing will be 99-100.
9-03.22 Cement-based Grout for Abandoning Existing Utilities (Additional Section)
Section 9-03.22 is a new section:
(******)
The Contractor shall submit a mix proposal that has flow characteristics appropriate for filling
a utility pipeline. The mix proposal for “Cement-base Grout for Abandoning Existing Utilities”
shall be approved by the Engineer prior to commencing work on this item.
Cement-based Grout for Abandoning Existing Utilities shall be equal to a 1-sack mix and the
materials shall conform to the following:
Cement: This material shall be Portland cement as specified in section 9-01.
Aggregate: This material shall meet the requirements for fine aggregate as specified in
section 9-03.1.
Water: Water shall conform to the provisions of Section 9-25.1.
Minimum Strength: 100 psi
9-05 DRAINAGE STRUCTURES, CULVERTS, AND CONDUITS
9-05.4 Steel Culvert Pipe and Pipe Arch (RC)
Section 9-05.4 is revised with the following:
(******)
Steel culvert pipe and pipe arch shall meet the requirements of AASHTO M 36, Type I and
Type II. Welded seam aluminum coated (aluminized) corrugated steel pipe and pipe arch with
metallized coating applied inside and out following welding is acceptable and shall be asphalt
treatment coated.
01/25/2023
163
9-05.7(2) Reinforced Concrete Storm Sewer Pipe (RC)
Section 9-05.7(2) is replaced by the following:
(******)
Reinforced Concrete Storm Sewer pipe shall conform to the requirements of ASTM C-76 and
shall be Class IV. Cement used in the manufacture of reinforced concrete pipe shall be Type
II in conformance with ASTM C150. No admixture shall be used unless otherwise specified.
9-05.7(2)A Basis for Acceptance (RC)
Section 9-05.7(2)A is supplemented with the following:
(******)
All pipe shall be subject to (1) a three-edge-bearing strength (D-load) test in accordance with
ASTM C76; and (2) a hydrostatic test of rubber gasket joints in accordance with ASTM C361
or AWWA C302 except test pressure shall be 5 psi.
9-05.7(3) Concrete Storm Sewer Pipe Joints (RC)
Section 9-05.7(3) is replaced by the following:
(******)
Joint assembly design shall be reinforced concrete bell and spigot type incorporating a fully
retained single rubber gasket in accordance with ASTM C361 or AWWA C302. Rubber gasket
material shall be neoprene.
9-05.7(4) Testing Concrete Storm Sewer Pipe Joints (RC)
Section 9-05.7(4) is supplemented with the following:
(******)
Hydrostatic testing of rubber gasket joints shall be performed in accordance with ASTM C361
or AWWA C302 except test pressure shall be 5 psi.
9-05.9 Steel Spiral Rib Storm Sewer Pipe (RC)
Section 9-05.9 is replaced with:
(******)
The manufacturer of spiral rib storm sewer pipe shall furnish the Engineer a Manufacturer's
Certificate of Compliance stating that the materials furnished comply in all respects with
these Specifications. The Engineer may require additional information or tests to be
performed by the Contractor at no expense to the City.
Unless otherwise specified, spiral rib storm sewer pipe shall be furnished with pipe ends cut
perpendicular to the longitudinal axis of the pipe. Pipe ends shall be cut evenly. Spiral rib
pipe shall be fabricated either by using a continuous helical lock seam or a continuous helical
welded seam paralleling the rib.
Steel spiral rib storm sewer pipe shall be manufactured of metallic coated (aluminized or
galvanized) corrugated steel and inspected in conformance with Section 9-05.4. The size,
coating, and metal shall be as shown in the Plans or in the Specifications.
For spiral rib storm sewer pipe, helical ribs shall project outwardly from the smooth pipe wall
and shall be fabricated from a single thickness of material. The ribs shall be essentially
rectangular and shall be 3/4 inch plus two times the wall thickness (2t) plus or minus 1/8
inch (measured outside to outside) and a minimum of 0.95 inch high (measured as the
minimum vertical distance from the outside of pipe wall immediately adjacent to the
lockseam or stiffener to the top surface of rib). The maximum spacing of the ribs shall be
11.75 inches center to center (measured normal to the direction of the ribs). The radius of
bend of the metal at the corners of the ribs shall be a minimum of 0.10 inch and a maximum
of 0.17 inch. If the sheet between adjacent ribs does not contain a lockseam, a stiffener shall
be included midway between ribs, having a nominal radius of 0.25 inch and a minimum
height of 0.20 inch toward the outside of the pipe. Pipe shall be fabricated with ends that
can be effectively jointed with coupling bands.
When required, spiral rib or narrow pitch spiral rib pipe shall be bituminous treated or paved.
01/25/2023
164
The bituminous treatment for spiral rib pipe shall conform to the requirements of Sections
9-05.4(3) and 9-05.4(4).
For narrow pitch spiral rib sewer pipe, the helical ribs shall project outwardly from the
smooth pipe wall and shall be fabricated from a single thickness of material. The ribs shall
be .375 inch + 1/8 inch wide (measured outside to outside) and a minimum of .4375 inch
high (measured as the minimum vertical distance of ribs shall be 4.80 inches center to center
(measured normal to the direction of the ribs). The radius of bend of the metal at the corners
of the ribs shall be 0.0625 inch with an allowable tolerance of + 10 percent.
9-05.12 Polyvinyl Chloride (PVC) Pipe
Section 9-05.12(3) is a new additional section:
(******)
Gravity sewer pipe shall be as specified herein and as shown on the Plans. The Contractor
shall provide one electronic copy of the pipe manufacturer’s technical literature including
tables of dimensional tolerances to the Engineer. Any pipe found to have dimensional
tolerances in excess of those prescribed or having defects, which prevent adequate joint
seal or any other damage, shall be rejected. If requested by the Engineer, not less than
three nor more than five lengths of pipe for each size, selected from stock by the Engineer,
shall be tested as specified for maximum dimensional tolerance or the respective pipe.
Materials shall meet the requirements of the following sections:
PVC sewer pipe – Section 9-05.12(1)
PVC (C900/C905) sewer pipe – Section 9-30.1(5)A
All pipe shall be clearly marked with type, class, and thickness. Lettering shall be legible and
permanent under normal conditions of handling and storage.
9-05.13 Ductile Iron Sewer Pipe
Section 9-05.13(1) is a new section:
(******)
9-05.13(1) Ductile Iron Pipe Casing
Zinc coated ductile iron pipe for pipe casing shall be Class 50, coated with 200 g/m2 pure
metallic zinc coating in accordance with ISO 8179-1, with a standard asphaltic topcoat in
accordance with AWWA C-151. Pipe shall be marked with the word ‘zinc’ in addition to the
markings required by AWWA C-151. Scratches in the coating that occur during shipping or
installation shall be repaired with a zinc-rich touch-up paint in accordance with ISO 8179 as
directed by the engineer.
9-05.14 ABS Composite Sewer Pipe
Section 9-05.14 is deleted in its entirety
(******)
9-05.17 Aluminum Spiral Rib Storm Sewer Pipe
Section 9-05.17 is replaced with:
(******)
Unless otherwise specified, spiral rib storm sewer pipe shall be furnished with pipe ends cut
perpendicular to the longitudinal axis of the pipe. Pipe ends shall be cut evenly. Spiral rib
pipe shall be fabricated by using a continuous helical lock seam with a seam gasket.
For spiral rib storm sewer pipe, helical ribs shall project outwardly from the smooth pipe wall
and shall be fabricated from a single thickness of material. The ribs shall be 3/4 inch wide by
3/4 inch deep with a nominal spacing of 7-1/2 inches center to center. Pipe shall be
fabricated with ends that can be effectively jointed with coupling bands.
01/25/2023
165
For narrow pitch spiral rib storm sewer pipe, helical ribs shall project outwardly from the
smooth pipe wall and shall be fabricated from a single thickness of material. The ribs shall
be 0.375 inch + 1/8 inch wide (measured outside to outside) and a minimum spacing of ribs
shall be 4.80 inches center to center (measured normal to the direction of the ribs). The
radius of bend of the metal at the corners of the ribs shall be 0.0625 inch with an allowable
tolerance of + 10 percent.
For wide pitch spiral rib storm sewer pipe, helical ribs shall project outwardly from the
smooth pipe wall and shall be fabricated from a single thickness of material. The ribs shall
be 3/4 inch + 1/8 inch wide (measured outside to outside) and a minimum of 0.95 inch high
(measured as the minimum vertical distance from the outside of pipe wall to top surface of
the rib). The maximum spacing of ribs shall be 11.75 inches center to center (measured
normal to the direction of the ribs). The radius of bend of the metal at the corners of the
ribs shall be 0.0625 inch with an allowable tolerance of + 10 percent.
9-05.20 Corrugated Polyethylene Storm Sewer Pipe (CPEP)
Section 9-05.19 is replaced with the following:
(******)
9-05.20(1) Description
Corrugated Polyethylene Pipe (CPEP) shall be corrugated high-density polyethylene pipe with
smooth internal wall manufactured by Advanced Drainage Systems (ADS), or approved
equivalent.
9-05.20(2) Pipe Material and Fabrication
CPEP shall be in conformance with the latest version of ASTM F 667 or AASHTO M 294, Type
S.
9-05.20(3) Fittings and Gaskets
Fittings shall be gasketed PVC fittings. Gaskets shall conform to ASTM F 477. Fittings shall
conform to ASTM F 1536 or ASTM D 3212. Fittings shall be manufactured by Nyloplast USA,
Inc., or approved equivalent.
9-05.20(4) Installation
Pipe and fittings shall be installed per the manufacturer's recommendations. Lubricate
gasket and fitting socket with manufacturer-approved lubricant prior to pushing pipe into
fitting.
9-05.23 High Density Polyethylene Piping
Paragraph 4 of Section 9-05.23 is deleted and replaced as follows:
(******)
The joints shall be welded by butt fusion only, by operators who have successfully
completed a butt fusion training course sponsored by the pipe manufacturer. A written
copy of such training certification shall be provided to the Engineer. The joints shall be
watertight and pressure testable to the requirements of ASTM D3212. Bead projections on
the inside of the pipe shall be removed. All personnel directly involved with installing HDPE
pipe shall receive training for handling and installing HDPE pipe in accordance with AWWA
M-55. Pipe and fittings shall be carefully examined for cracks, gouges, cuts, discontinuities,
or other defects immediately before installation and all defective pipe and fittings shall be
removed.
9-05.24 Polypropylene Culvert Pipe, Polypropylene Storm Sewer Pipe, and Polypropylene
Sanitary Sewer Pipe
This sections content is deleted and replaced with the following:
(******)
01/25/2023
166
All joints for polypropylene pipe shall be made with a bell/bell or bell and spigot coupling and shall
conform to ASTM D 3212 using elastomeric gaskets conforming to ASTM F 477. All gaskets shall be
factory installed on the pipe in accordance with the producer’s recommendations.
Qualification for each producer of polypropylene storm sewer pipe requires joint system
conformance to ASTM D 3212 using elastomeric gaskets conforming to ASTM F 477 and a formal
quality control plan for each plant proposed for consideration.
A Manufacturer’s Certificate of Compliance shall be required and shall accompany the materials
delivered to the project. The certificate shall clearly identify production lots for all materials
represented. The Contracting Agency may conduct verification tests of pipe stiffness or other
properties it deems appropriate.
This section is supplemented with the following new sub-sections:
9-05.24(1) Polypropylene Culvert Pipe and Storm Sewer Pipe
Polypropylene culvert and storm sewer pipe shall conform to the following requirements:
1. For dual wall pipe sizes up to 30 inches: ASTM F2736.
2. For triple wall pipe sizes from 30 to 60 inches: ASTM F2764.
3. For dual wall profile pipe sizes 36 to 60 inches: AASHTO MP 21, Type S or Type D.
4. Fittings shall be factory welded, injection molded or PVC.
9-05.50 Manholes
Section 9-05.50(2) is supplemented with the following:
(******)
Pre-approved details meeting the requirements of the City or WSDOT may be used for this
project without submitting calculations indicating compliance with the design criteria. The
Contractor shall provide shop drawings detailing the product and specifying the pre-
approved detail(s) to be used and their locations along with supporting documentation.
In instances where pre-approved details are not available, calculations shall be submitted
together with the Shop Drawings. Calculations shall show all dimensions, location and type
of lifting inserts, details of reinforcement, connection embeds, joints, covers, or hatches,
ladders and grating in accordance with the Contract requirements. Calculations shall clearly
list the design criteria used by the manufacturer and indicate the loads imposed on the
structure, including magnitude, direction, and location. Calculations shall be stamped by a
registered Structural Engineer in the State of Washington.
Manholes deeper than 25 feet shall be designed using the following minimum design criteria:
x Soil Unit Weight: 130 pcf x At-rest Earth Pressures Coefficient (Ko): 0.50 x At-rest Lateral Earth Pressure Above Groundwater Table: 65 pcf x At-rest Lateral Earth Pressure Below Groundwater Table: 65 pcf x Design Depth of Groundwater Below Grade: 6 feet x Lateral Uniform Pressure (Non-yielding Structures): 125 pcf
9-05.52 Dense Foam
Section 9-05.52 is a New Section as follows:
(******)
Dense foam shall be Ethafoam HS 600 high dens ity, polyethylene foam, as manufactured by
Dow Chemical Company, or approved equivalent.
01/25/2023
167
9-08 PAINTS AND RELATED MATERIALS
9-08.8 Manhole Coating System Products
Section 9-08.8 is a new section and subsections:
(******)
9-08.8(1) Coating Systems Specification
A. High Solids Urethane
Coating System: C1
Coating Material: High Solids Urethane
Surfaces: Concrete
Surface Preparation: In accordance with SSPC SP-7
(Sweep or brush off blast)
Application: Shop: The drying time between
coats shall not exceed 24 hours in
any case
System Thickness: 6.0 mils dry film
Coatings: Primer: One coat of Wasser MC-
Aroshield high solids urethane (2.0
DFT) Finish: Two or more coats of
Wasser MC-Aroshield (min. 4.0 DFT)
Color: White
9-14 EROSION CONTROL AND ROADSIDE PLANTING
9-14.1(1) Topsoil Type A
Section 9-14.1(1) is supplemented with the following:
(******)
Planting soil / topsoil shall consist of loose, moderately well-drained, friable soil of sandy
loam texture, free of ice, snow and rubbish with no admixture of refuse or material toxic to
plant growth. Soil shall be reasonably free of stones, lumps, roots, and weeds or similar
objects. Topsoil should be fertile and free flowing (pulverized). Topsoil shall be Mycorrhizae
inoculated.
Topsoil shall meet the following parameters:
Parameter Range
pH 6.7-7.5
Moisture Content 25%-55%
Soluble Salts 2.5 mmhos/(dS)
Coarse Sand 50%max (by weight)
Clay 25%max (by weight)
Silt 15%max (by weight)
Organic matter 10%max (by weight)
9-14.6(8) Sod
Section 9-14.6(8) is supplemented with the following:
(******)
Sod shall be nursery-grown (farm-grown) under climatic conditions similar to or hardier than
those at the site. Sod shall have normal habit of growth and be healthy, vigorous and free of
disease, insects, insect eggs and larvae. Sod material shall meet or exceed the specification
of Federal, State and local laws requiring inspection for plant disease and insect control.
Sod: Non-net “Premium Shadow Master” Sod Mixture from Emerald Turfgrass Farms, Inc.,
01/25/2023
168
Sumner, WA, Ph: 253 838 9911 or 425 641 0608, or approved equal. Approved equal must
be from a local grower and be established in growing sod in sandy loam soils. Sod grown in
heavy clay soils is not acceptable. All required certifications apply for “approved equal”. Sod
shall contain 65% perennial turf-type ryegrass by weight and 35% hard fescue by weight.
9-23 CONCRETE CURING MATERIALS AND ADMIXTURES
9-23.9 Fly Ash (RC)
Section 9-23.9 is revised with the following:
(******)
Fly ash shall not be used around water lines.
9-30 WATER DISTRIBUTION MATERIALS
9-30.1 Pipe
Section 9-30.1 is supplemented and revised with the following:
(******)
All materials for water distribution and transmission shall be new and undamaged. Prior to
ordering any pipe and fittings to be used in a potable water supply, the Contractor shall
submit the material source as required by Section 1-06.1 of the Standard Specifications. All
direct and indirect drinking water system components which come in contact with potable
water shall have National Sanitation Foundation (NSF) certification. All pipe and fittings shall
be clearly marked with the manufacturer’s name, type, class, and thickness as applicable and
shall be marked on the component at the place of manufacture. Marking shall be legible and
permanent under normal conditions of handling and storage.
9-30.1(1) Ductile Iron Pipe
Section 9-30.1(1) is revised with the following:
(******)
1. Ductile iron pipe shall be centrifugally cast in 18 or 20 foot nominal lengths and meet
the requirements of AWWA C151. Ductile iron pipe shall have a double thick cement
mortar lining and a 1-mil thick seal coat meeting the requirements of AWWA C104.
Ductile iron pipe shall be minimum Standard Thickness Class 52 or the thickness class
as shown in the Plans. Flanged ductile iron pipe shall be Class 53 per AWWA C115.
2. Non-restrained joint shall be rubber gasket, push-on type joint (Tyton) or mechanical
joint (M.J.) conforming to AWWA C111, unless otherwise specified.
3. Restrained joints shall be as specified in Section 9-30.2(6).
4. Flanged joints shall conform to ANSI B16.1, class 125 drilling pattern, rated for 250
psi working pressure. Flanged ductile iron pipe shall be Class 53 per AWWA C 115.
Thicker Classes are acceptable.
The Contractor shall furnish certification from the manufacturer of the pipe and gasket being
supplied that the inspection and all of the specified tests have been made and the results
thereof comply with the requirements of the above referenced standards.
9-30.1(2) Polyethylene Encasement
Section 9-30.1(2) is supplemented and revised with the following:
(******)
Polyethylene encasement (plastic film wrap) shall be eight mil polyethylene, tube type
conforming to AWWA C105. All ductile iron pipes and fittings shall be installed with a
polyethylene encasement, tube-type and in black color.
01/25/2023
169
9-30.2 Fittings
9-30.2(1) Ductile Iron Pipe
Section 9-30.2(1) is supplemented and revised with the following:
(******)
Fittings for ductile iron pipe shall be ductile iron conforming to AWWA C110, and AWWA
C111 or AWWA C153 and shall be cement-lined conforming to AWWA C104. All water main
fittings shall be ductile iron, short body, cement lined and for pressure rating of 350 psi for
mechanical joint fittings and 250 psi for flange joint fittings, unless otherwise specified.
Metal thickness and manufacturing process shall conform to applicable portions of
ANSI/AWWA C110/A21.10. Mechanical joint, ductile iron, compact fittings 24 inches and less
shall conform to ANSI A21.53 (AWWA C153). Flanged fittings, cast or ductile iron, shall
conform to ANSI B16.1, class 125 drilling pattern.
Ductile iron fittings include: tees, crosses, wyes, bends, adapters, sleeves, plugs, caps, offsets,
reducers, and ells.
Rubber gaskets for push-on joints (Tyton) or mechanical joint (M.J.) shall conform to ANSI
A21.11 / AWWA C111. Gasket materials for flange joints shall be neoprene, Buna N,
chlorinated butyl, or cloth-inserted rubber suitable for pressurized water service purposes.
Type of connections shall be specified as push-on joint (Tyton), mechanical joint (M.J.),
plain end (P.E.), flanged (FL), restrained joint (RJ) and threaded.
Sleeves less than 12 inches in diameter shall be 12 inches minimum length and shall be
mechanical joint. Sleeves greater than 12 inches in diameter shall be of the long body type
and shall be 15 inches minimum length and shall be mechanical joint.
Where ductile iron pipe is to be joined to existing cast iron pipe of the same nominal size and
the outside diameter of the existing cast iron pipe is 0.05 inches or less from the outside
diameter of the ductile iron pipe being joined, the pipe shall be joined with a mechanical
joint sleeve.
Where ductile iron pipe is to be joined to existing cast iron pipe of the same nominal size and
the outside diameter of the existing cast iron pipe conforms to AWWA 1908 classifications A,
B, C, D, or F, the pipe shall be joined with a transition mechanical joint sleeve having a single-
piece casting. Threaded pipe and flanges combinations shall not be used.
Bolts in piping and fittings shall be malleable iron, Cor-ten or stainless steel. Bolts and nuts
for flanged pipe and fittings shall conform in size and length with ANSI/AWWA C111/A21.11.
Stainless steel bolts shall meet the requirements of ASTM A-307, Grade A. Shackle rods shall
be Cor-ten or stainless steel all thread 316SS. Stainless steel nuts and bolts shall be type
316SS.
Contractor shall provide Manufacturer’s Certificate of Compliance in accordance with
Section 1-06.3 Manufacturer’s Certificate of Compliance of the Standards Specifications for
all fittings and bolts to be used.
9-30.2(2) Galvanized Iron Pipe
Section 9-30.2(2) is a new section and shall read as follows:
(******)
Where galvanized iron pipe is specified, the pipe shall be standard weight, Schedule 40, steel
pipe per Standard Specifications for black and hot-dipped, zinc coated (galvanized) welded
and seamless steel pipe for ordinary uses (ASTM A-120). Fittings shall be screwed malleable
iron galvanized per ANSI B16.3.
9-30.2(3) Steel Casing Pipe
Section 9-30.2(3) is a new section and shall read as follows:
(******)
01/25/2023
170
Steel casing shall be black steel pipe conforming to ASTM A 53. Before installation, coat
casing exterior with shop-applied anticorrosive coating conforming to AWWA C210.
Minimum coating thickness shall be 16 mils dry film thickness (DFT); however, thickness shall
not exceed manufacturer’s recommended thickness. Coating type shall be a polyamide
epoxy-coal tar equal to Tnemec Hi-Build Theme-Tar, Series 46H-413.
Casing wall thickness shall be 0.250 inch for casings 24 inches or less in diameter and 0.375
inch for casings over 24 inches in diameter.
Carrier pipe for water main shall be Restrained Joint Ductile Iron, Class 52.
9-30.2(4) Spacers and Seals for Steel Casing Pipe
Section 9-30.2(4) is a new section and shall read as follows:
(******)
Casing spacers shall be “centered positioning” type bands at least 12 inch in width and shall
be either stainless steel or heavy-duty fusion bonded epoxy coated steel. Runners shall be
2-inch-wide glass reinforced plastic securely bonded to the spacer and shall be aligned on
the spacer along the axis of insertion of the water main into the casing pipe. Runner length
shall approximate the width of the spacer. Securing the spacer to the water main shall be in
accordance with the manufacturer’s instruction. The height of the risers and runners
combined shall be sufficient to keep the carrier pipe bell, couplings, or fittings at least 0.75
inch from the casing pipe wall at all times and provide at least 1-inch clearance between the
runners and the top of the casing wall, to prevent jamming during installation.
Acceptable spacers and end seals manufacturers are Pipeline Seal and Insulator model S12G-
2 for stainless steel and model C12G-2, C8G-2 for fusion-bonded and coated steel, Cascade
Waterworks Mfg. Co., Advance Products & Systems, Inc. or approved equal.
9-30.2(6) Restrained Joint Pipe and Fittings
Section 9-30.2(6) including title is deleted and replaced with the following:
(******)
Restrained joints (RJ) ductile iron pipe and fittings, where required on the plans, shall be
flexible after assembly and be able to be disassembled. Restrained joints shall meet the
following criteria:
1. The restrained joint shall have a positive metal to metal contact locking system
without the use of gripping teeth. Gaskets for push-on joint pipe with integrally
molded steel or metal teeth or locking segments shall not be allowed as substitutes
for restrained-joint pipes.
2. The joint restraint system for the pipe shall be the same as the joint restraint system
for the pipe fittings, except as provided in item 4 below.
3. The joint restraint system for the pipe shall be boltless.
4. Where restrained joint fittings required on the plans cannot be furnished or where
restrained jointed fittings are required in areas that are known to be subject to
location adjustments, the Contractor may submit a lay plan showing mechanically
jointed fittings with wedge restraint glands for approval. Mechanically jointed pipe
with wedge restraint glands shall not be substituted for restrained joint pipe.
Wedge Restraint Glands
Wedge restraint glands shall conform to AWWA C111, ASTM A 536-80 Grade 65-42-12. All
bolts and wedges shall be ductile iron. Wedge shall be heat-treated to a minimum 370 BHN.
Wedge restraint glands shall be rated for 350 psi for pipe 12 inch in diameter and smaller.
9-30.2(7) Bolted, Sleeve-Type Couplings for Plain End Pipe
Section 9-30.2(7) is revised with the following:
(******)
Transition couplings, reducing couplings, transition reducing couplings, sleeves, flexible
couplings for water main shall be compression type by pipe manufacturer: Romac or Ford or
approved equal. Bolts and nuts shall be high strength, low alloy steel, corrosion resistant per
01/25/2023
171
AWWA C111. Stainless steel bolts require anti-seize compound. Heavy hex nuts shall be
used.
The long body pattern with a minimum center ring or center sleeve length of 12-inches for
pipe less than 12 inches in diameter and equal to or greater than the pipe diameter for pipe
greater than 12 inches in diameter. Solid sleeves (greater than 12-inch diameter) shall be a
15-inch minimum length.
9-30.3 Valves
Section 9-30.3 is supplemented and revised with the following:
(******)
The valves shall be a standard pattern of a manufacturer whose products are approved by
the Engineer and shall have the name or mark of the manufacturer, year valve casting was
made, size and working pressure plainly cast in raided and legible letters on the valve body.
All valves shall be NSF approved and valve bodies shall be ductile iron. All valves shall be
stamped with “NSF APPROVED” and “DI”.
Where a valve is required to operate in a higher-pressure environment than the Class of valve
specified in Section 9-30.3, the class of valve shall be as specified in the Contract.
9-30.3(1) Gate Valves (3 inches to 16 inches)
Section 9-30.3(1) is supplemented and revised with the following:
(******)
All valve material shall be new and undamaged. Unless otherwise approved by the Engineer,
the same manufacturer of each item shall be used throughout the work.
All gate valves shall be ductile iron body, bronze mounted, resilient seat, non-rising stem and
shall be equipped with a standard two (2) inch square operating nut and O-ring stem seals.
Valves shall open counterclockwise when viewed from above. Valves shall be designed for a
minimum water operating pressure of 200 PSI.
Resilient seated gate valves shall be manufactured to meet or exceed the requirements of
AWWA Standard C-509 and C-515 latest revisions.
Valve ends shall be mechanical joints, flanged joints or mechanical by flanged joints as shown
on the project plans. Where restrained joints are called out, valve ends shall be flanged with
appropriate flange by restrained joint adapters.
All gate valves shall include an 8" x 24" cast iron gate valve box and extensions, as required.
A valve stem extension is required where the valve operating nut is more than 3 feet below
finished grade. Valve stem extensions are to be a minimum of 1 foot with only one extension
per valve in shall be installed in accordance to the City of Renton standard plans.
Acceptable gate valves are Clow, M & H/Kennedy, American Flow Control (ACIPCo),
Pratt/Mueller, US Metroseal or approved equal in sizes 16 inches and less.
Approval of valves other than models specified shall be obtained prior to bid opening.
9-30.3(3) Butterfly Valves
Section 9-30.3(3) is supplemented and revised with the following:
(******)
In addition to the requirements of section 9-30.3, water main butterfly valves shall conform
to AWWA C504 and shall be Class 150B. The valve shall be short-body type and shall have
flanged ends. Flanged ends shall be sized and drilled in conformance with ANSI B16.1 Class
125. Valve shall be suitable for direct bury and shall have a stem extension with AWWA 2-
inch square operating nut and suitable valve box. All butterfly valves bodies and discs shall
be ductile iron.
The butterfly valves shall be manufactured by Henry Pratt Company, Mueller, DeZurick,
01/25/2023
172
Mosser Valve Division of Olsen Technologies, Dresser 450, Pratt Groundhog or approved
equal.
9-30.3(4) Valve Boxes
Section 9-30.3(4) is supplemented and revised with the following:
(******)
Valve boxes shall be installed on all buried valves. The box and lid shall be cast iron, 2-piece
slip type with cast iron extension as necessary, conforming to the City of Renton latest
standard plans. The cover shall have the word “WATER” cast in it and shall have cast-iron
“ears” installed in the direction of the main. Valve box extension pieces shall be provided for
valves with groundcover in excess of the depth of the standard valve box.
Acceptable manufacturers of valves boxes and covers are Olympic Foundry, Inc., EJCO, Rich
(Varnish Casting Corp.)
9-30.3(5) Valve Marker Posts
Section 9-30.3(5) is supplemented and revised with the following:
(******)
Valve markers shall be Carsonite composite utility marker .375"x 6'-0" or approved equal
with blue label "water”. The valve markers shall be installed in conformance with the City of
Renton Standard Plans.
9-30.3(6) Valve Stem Extensions
Section 9-30.3(6) is supplemented and revised with the following:
(******)
Valve stem extensions shall have a 2-inch square operating nut and self-centering
rockplate. A valve stem extension is required where the valve operating nut is more than 3
feet below finished grade. Valve stem extensions are to be a minimum of 1 foot with only
one extension per valve in shall be installed in accordance to the City of Renton standard
plans.
9-30.3(7) Combination Air Release/Air Vacuum Valves
Section 9-30.3(7) is supplemented and revised with the following:
(******)
Combination air release/air vacuum valves shall comply with the requirements of
ANSI/AWWA C512. Air and vacuum release valves shall be APCO No. 143C- Valve and Primer
Corp, "Heavy-Duty," combination air release valve, Val-Matic No. 201C, Crispin UL10 or
approved equal. Installation shall be per the City of Renton Standard Details, latest revision.
Piping and fitting shall be copper or brass. Location of the air release valve as show on the
plans is approximate. The installation shall be set at the actual high point of the line.
9-30.3(8) Tapping Sleeve and Valve Assembly
Section 9-30.3(8) is supplemented and revised with the following:
(******)
Tapping sleeves shall be cast iron, ductile iron, or epoxy coated steel. Bolt and nuts shall be
Cor-Ten or stainless steel.
9-30.3(9) Blow-Off Assembly
Section 9-30.3(9) is a new section:
(******)
Installation of blow-off assembly shall be per City of Renton Standard Details, latest revision.
Pipe and fittings shall be galvanized. Blow-off assembly shall be installed at location(s) shown
on the plans. Temporary blow-off assembly on new dead-end water main shall be installed
at location shown on the plans. Temporary blow-off assemblies for testing and flushing of
the new water mains will not be included under this item and shall be considered incidental
to the contract and no additional payment shall be made.
01/25/2023
173
9-30.5 Hydrants
Section 9-30.5 is supplemented and revised with the following:
(******)
Fire hydrants shall conform to AWWA C502 and shall be of standard manufacture and of a
pattern approved by the City of Renton. The name or mark of the manufacturer, size of the
valve opening, and year made shall be plainly cast in raised letters on the hydrant barrel to
be visible after the hydrant is installed.
Hydrants of the following manufacture and pattern have been approved by the City of
Renton.
Clow Medallion, M&H 929, Mueller Centurion Model A-423, Waterous Pacer, American
Darling Model B-62B, Kennedy K81D Guardian, East Jordan WaterMaster 5CD250.
9-30.5(1) End Connections
Section 9-30.5(1) is revised with the following:
(******)
Hydrant end connections shall be mechanical joint connection unless otherwise specified in
the description of the bid of proposal.
9-30.5(2) Hydrant Dimensions
Section 9-30.5(2) is replaced with the following:
(******)
Fire hydrants shall have a valve opening with minimum diameter of 5-1/4 inches, “O” ring
stem seal, two 2-1/2 inches National Standard Thread (N.S.T.) hose nozzle connections, one
4-inches pumper port connection with City of Seattle standard threats and with a 4.875”
Seattle thread x 5” Storz adapter attached with a 1/8” stainless steel cable. The shoe
connection and hydrant connection inside pipe size and auxiliary gate valve shall be 6 inches,
mechanical joint with lugs. The operating nut and port cap nuts are 1-1/4-inch pentagonal.
Hydrant restraint system shall be two 3/4-inch diameter Cor-Ten steel shackle rods with a
poured in place concrete thrust block behind the hydrant shoe. If a wedge restraint system
is used in lieu of shackle rods, mechanical joint pipe shall be used. Hydrants shall be
provided with a breakaway flange assembly and be equipped with breaking devices at the
sidewalk.
The hydrant curb stand section of the hydrant that is above ground including all exposed
surfaces of the breakaway flange shall be painted with 2 field coats of paint Kelly-Moore
Luxlite or approved equal in Safety Yellow color.
Fire hydrants shall be installed per City of Renton Standard Details for fire hydrants, latest
revisions.
9-30.6 Water Service Connections (2 Inches and Smaller)
9-30.6(3) Service Pipes
9-30.6(3)B Polyethylene Pipe
Section 9-30.6(3)B is revised to read as follows:
(******)
Polyethylene pipe shall not be used.
9-30.6(4) Service Fittings
Section 9-30.6(4) has been revised with the following:
(******)
Fittings used for copper tubing shall be compression type with gripper ring.
01/25/2023
174
9-30.6(5) Meter Setters
Section 9-30.6(5) has been supplemented with the following:
(******)
Meter setters shall be installed per the City of Renton Standard Details for water meters,
latest revision.
9-30.6(7) Meter Boxes
Section 9-30.6(7) has been supplemented with the following:
(******)
Meter boxes shall be installed per the City of Renton Standard Details for water meters, latest
revision.
TECHNICAL SPECIFICATIONS
CITY OF RENTON
RENTON, WASHINGTON
CONTRACT DOCUMENTS
for the
West Hill Booster Pump Station Improvements Project
PROJECT NO.
WTR-27-04184
VOLUME I OF II
WINTER 2023
BIDDING REQUIREMENTS
CONTRACT FORMS
CONDITIONS OF THE CONTRACT
SPECIFICATIONS
PLANS
THE TECHNICAL SPECIFICATIONS AND PLANS WERE PREPARED UNDER THE DIRECT SUPERVISION OF
THE PROFESSIONAL ENGINEERS IDENTIFIED BELOW.
THE CONTENT OF THIS DOCUMENT, AS A MEANS OF PROFESSIONAL SERVICE, IS PROTECTED BY 17 U.S.C. § 101, ET SEQ. AS
SUCH, IT SHALL NOT BE USED, IN WHOLE OR IN PART, FOR ANY OTHER PROJECT OR PURPOSE WITHOUT WRITTEN
AUTHORIZATION FROM RH2 ENGINEERING. © 2022 RH2 ENGINEERING, INC.
Prepared by:
RH2 Engineering, Inc.
22722 29th Drive SE, Suite 210
Bothell, WA 98021
(425) 951-5400 (p) (425) 951-5401 (f)
Ryan Feskens, PE
Civil/Mechanical
Signed: 11/23/2022
Mark Braaksma, PE
Electrical
Signed: 11/23/2022
Jon Conner, SE
Structural
Signed: 11/23/2022
Chris Roberts, PE
Project Manager
Signed: 11/23/2022
TECHNICAL
SPECIFICATIONS
Table of Contents
Technical Specifications
i
6/24/2022 10:19 AM J:\Data\REN\21-0234\30 Specs\Table of Contents.docx
DIVISION 1 GENERAL .......................................................................................................................................... 1-1
1.10 GENERAL .......................................................................................................................................................... 1-1
1.11.00 Summary of Work ................................................................................................................................ 1-1
1.11.02 Reuse of Documents ............................................................................................................................. 1-1
1.11.03 Electronic Data ..................................................................................................................................... 1-2
1.13 Permits and Licenses ................................................................................................................................. 1-2
1.14 Work Restrictions ...................................................................................................................................... 1-3
1.14.19 Use of Site ............................................................................................................................................ 1-3
1.20 PRICE AND PAYMENT PROCEDURES ........................................................................................................................ 1-3
1.21.29 Quantity Allowances ............................................................................................................................ 1-3
1.21.55 Cost Increases for Materials ................................................................................................................. 1-3
1.25.00 Substitution Procedures ....................................................................................................................... 1-4
1.25.13.10 Substitutions Prior to Bid Opening .................................................................................................. 1-4
1.25.13.15 Substitutions After Contract Execution ........................................................................................... 1-4
1.30 ADMINISTRATIVE ................................................................................................................................................ 1-5
1.31 Project Management and Coordination ................................................................................................... 1-5
1.31.01 Contractor’s Responsibility ................................................................................................................... 1-5
1.31.10 COVID-19 Scheduling Provisions .......................................................................................................... 1-6
1.31.11 COVID-19 Health and Safety Plan ........................................................................................................ 1-7
1.31.19 Progress Meetings................................................................................................................................ 1-8
1.32.13 Scheduling of Work .............................................................................................................................. 1-9
1.32.16 Construction Progress Schedule ......................................................................................................... 1-10
1.32.29 Periodic Work Observation ................................................................................................................ 1-11
1.33 Submittals ............................................................................................................................................... 1-11
1.33.23 Shop Drawings, Product Data, and Samples ...................................................................................... 1-11
1.40 QUALITY REQUIREMENTS ................................................................................................................................... 1-13
1.42.19 Reference Standards .......................................................................................................................... 1-13
1.43.20 Warranty ............................................................................................................................................ 1-13
1.45.16 Field Quality Control Procedures ........................................................................................................ 1-14
1.50 TEMPORARY FACILITIES AND CONTROLS ................................................................................................................ 1-15
1.51 Temporary Utilities.................................................................................................................................. 1-15
1.52.20 Locks and Keys ................................................................................................................................... 1-15
1.54 Construction Aids .................................................................................................................................... 1-16
1.55.26 Traffic Control .................................................................................................................................... 1-16
1.60 PRODUCT REQUIREMENTS .................................................................................................................................. 1-16
1.61.31 Integrated (or Package) Products ...................................................................................................... 1-16
1.70 EXECUTION AND CLOSEOUT REQUIREMENTS .......................................................................................................... 1-16
1.71 Examination and Preparation ................................................................................................................. 1-17
1.71.23.16 Construction Surveying ................................................................................................................. 1-17
1.74 Cleaning and Waste Management ......................................................................................................... 1-17
1.74.13 Progress Cleaning ............................................................................................................................... 1-17
1.74.23 Final Cleaning ..................................................................................................................................... 1-17
1.75 Starting and Adjusting ............................................................................................................................ 1-18
1.75.16 Startup Procedures ............................................................................................................................. 1-18
Table of Contents
Technical Specifications
ii
6/24/2022 10:19 AM J:\Data\REN\21-0234\30 Specs\Table of Contents.docx
1.75.16.10 Startup .......................................................................................................................................... 1-18
1.75.16.12 Startup and Testing Coordination ................................................................................................. 1-19
1.75.16.20 Testing ........................................................................................................................................... 1-20
1.75.16.22 Scheduling of Owner Review for Testing ....................................................................................... 1-20
1.75.16.32 Pump Testing ................................................................................................................................ 1-21
1.75.16.40 Electrical and Control Systems Testing ......................................................................................... 1-21
1.78 Closeout Submittals ................................................................................................................................ 1-22
1.78.23 Operation and Maintenance Data ..................................................................................................... 1-22
1.78.39 Project Record Documents ................................................................................................................. 1-24
1.79 Demonstration and Training ................................................................................................................... 1-24
1.79.10 Training .............................................................................................................................................. 1-24
1.80 PERFORMANCE REQUIREMENTS .......................................................................................................................... 1-2 4
1.81 Facility Performance Requirements ........................................................................................................ 1-24
1.81.30 Seismic Restraint and Anchorage ....................................................................................................... 1-24
1.81.40 Pressure Ratings ................................................................................................................................. 1-25
1.81.45 Location Designations ........................................................................................................................ 1-26
1.81.50 Materials in Contact with Drinking Water ......................................................................................... 1-26
DIVISION 2 SITEWORK ........................................................................................................................................ 2-1
2.00 GENERAL .......................................................................................................................................................... 2-1
2.05 Common Work for Exterior Improvements ............................................................................................... 2-1
2.07 Geotechnical Investigations ...................................................................................................................... 2-2
2.08 Special Inspections for Earth Work ........................................................................................................... 2-2
2.10 SITE PREPARATION.............................................................................................................................................. 2-2
2.10.2 Clearing and Grubbing ........................................................................................................................... 2-2
2.10.5 Temporary Access Roads........................................................................................................................ 2-3
2.11 Earthwork Materials ................................................................................................................................. 2-4
2.11.1 Common Work for Earthwork Materials ................................................................................................ 2-4
2.11.2 General Fill ............................................................................................................................................. 2-4
2.11.3 Structural Fill .......................................................................................................................................... 2-5
2.11.7 Gravel Base Course ................................................................................................................................ 2-5
2.11.8 Gravel Top Course .................................................................................................................................. 2-6
2.11.20 Geotextile Fabric .................................................................................................................................. 2-6
2.12 Road Surfacing .......................................................................................................................................... 2-7
2.12.3 Hot Mix Asphalt (HMA) / Asphalt Concrete Pavement (ACP) ................................................................ 2-7
2.13 Tree and Shrub Preservation ..................................................................................................................... 2-7
2.13.3 Selective Tree and Shrub Removal ......................................................................................................... 2-8
2.20 EARTH MOVING ................................................................................................................................................. 2-8
2.23 Excavation ................................................................................................................................................. 2-8
2.25 Temporary Erosion and Sedimentation Control ........................................................................................ 2-9
2.25.4 Temporary Storm Water Pollution Control ............................................................................................ 2-9
2.30 SITE IMPROVEMENTS......................................................................................................................................... 2-10
2.31 Fencing and Gates ................................................................................................................................... 2-10
2.31.1 Common Work for Fencing .................................................................................................................. 2-10
2.31.2 Temporary Construction Security Fence ............................................................................................... 2-10
Table of Contents
Technical Specifications
iii
6/24/2022 10:19 AM J:\Data\REN\21-0234\30 Specs\Table of Contents.docx
2.31.3 Chainlink Fence .................................................................................................................................... 2-11
2.50 EXCAVATION SUPPORT AND PROTECTION .............................................................................................................. 2-14
2.51 Contractor Designed Shoring .................................................................................................................. 2-14
2.60 CONTAMINATED & WASTE MATERIALS HANDLING ................................................................................................. 2-15
2.60.2 Waste Material Control ....................................................................................................................... 2-15
2.61 Contaminated Materials ......................................................................................................................... 2-16
2.61.2 Toxic Spill or Release Contact Requirements........................................................................................ 2-16
2.90 LANDSCAPING .................................................................................................................................................. 2-16
2.90.1 Common Work for Landscaping ........................................................................................................... 2-16
2.90.2 Landscape Grading .............................................................................................................................. 2-19
2.90.3 Soil Amendments ................................................................................................................................. 2-20
2.90.3.1 Commercial Fertilizer ........................................................................................................................ 2-20
2.90.3.3 Mulch ................................................................................................................................................ 2-20
2.90.3.4 Mulch and Amendments - Post-Construction Soil Quality and Depth (Source: 2019 Stormwater
Management Manual for Western Washington) ........................................................................................... 2-21
2.90.10 Topsoil ................................................................................................................................................ 2-23
2.90.11 Hydroseed .......................................................................................................................................... 2-24
2.90.20 Landscape Accessories ....................................................................................................................... 2-26
2.90.21 Erosion Control Matting ..................................................................................................................... 2-26
DIVISION 3 CONCRETE ........................................................................................................................................ 3-1
3.00 GENERAL .......................................................................................................................................................... 3-1
3.05 Common Work for Concrete...................................................................................................................... 3-1
3.06 Maintenance of Concrete .......................................................................................................................... 3-3
3.06.30.71 Resurfacing of Cast-in-Place Concrete ............................................................................................ 3-3
3.10 FORMING AND ACCESSORIES................................................................................................................................. 3-4
3.11 Formwork .................................................................................................................................................. 3-4
3.11.13 Structural Cast in Place Forming .......................................................................................................... 3-5
3.15 Concrete Accessories ................................................................................................................................. 3-5
3.15.02 Premolded Joint Filler ........................................................................................................................... 3-6
3.15.19 Concrete Anchors ................................................................................................................................. 3-6
3.20 REINFORCING .................................................................................................................................................... 3-7
3.21 Reinforcement Bars ................................................................................................................................... 3-7
3.21.11 Plain Steel Reinforcement Bars ............................................................................................................ 3-7
3.30 CAST-IN-PLACE CONCRETE ................................................................................................................................... 3-8
3.30.05 Common Work for Cast in Place Concrete ........................................................................................... 3-8
3.31 Structural Concrete ................................................................................................................................. 3-10
3.31.30 Thrust Blocks, Driveways, Curb, Gutter, Sidewalks, Equipment Pads, and Fence Posts ..................... 3-10
3.31.34 Retaining Walls .................................................................................................................................. 3-11
3.35 Concrete Finishing ................................................................................................................................... 3-11
3.35.05 Common Work for Surface Finishing .................................................................................................. 3-11
3.35.50 Ordinary Wall Finish ........................................................................................................................... 3-11
3.35.54 Floated Finish ..................................................................................................................................... 3-12
3.35.56 Light Brush Finish ............................................................................................................................... 3-12
3.35.58 Sacked Wall Finish .............................................................................................................................. 3-13
Table of Contents
Technical Specifications
iv
6/24/2022 10:19 AM J:\Data\REN\21-0234\30 Specs\Table of Contents.docx
3.39 Concrete Curing ....................................................................................................................................... 3-13
3.60 GROUTING ...................................................................................................................................................... 3-13
3.62 Non-Shrink Grouting ............................................................................................................................... 3-13
3.62.13 Non-Metallic Non-Shrink Grout.......................................................................................................... 3-13
DIVISION 4 MASONRY (NOT USED) ..................................................................................................................... 4-1
DIVISION 5 METALS ............................................................................................................................................ 5-1
5.00 GENERAL .......................................................................................................................................................... 5-1
5.05 Common Work for Metals ......................................................................................................................... 5-1
5.05.23 Bolts and Other Connectors For Structural Elements ........................................................................... 5-4
5.50 METAL FABRICATIONS ......................................................................................................................................... 5-5
5.51 METAL STAIRS ................................................................................................................................................... 5-5
5.51.05 Common Work for Stairs ...................................................................................................................... 5-5
5.51.19 Metal Grating Stairs ............................................................................................................................. 5-5
5.52 METAL RAILINGS ................................................................................................................................................ 5-5
5.52.05 Common Work for Railings .................................................................................................................. 5-6
5.53 METAL GRATINGS............................................................................................................................................... 5-7
5.53.05 Common Work for Gratings ................................................................................................................. 5-7
5.53.13 Bar Gratings ......................................................................................................................................... 5-8
DIVISION 6 WOOD, PLASTICS, AND COMPOSITES (NOT USED) ............................................................................ 6-1
DIVISION 7 THERMAL AND MOISTURE PROTECTION .......................................................................................... 7-1
7.00 GENERAL .......................................................................................................................................................... 7-1
7.05 Common Work for Thermal and Moisture Protection............................................................................... 7-1
7.60 FLASHING AND SHEET METAL ............................................................................................................................... 7-1
7.61 Sheet Metal Roofing .................................................................................................................................. 7-2
7.61.05 Common Work for Metal Roofing ........................................................................................................ 7-2
7.61.13 Standing Seam Sheet Metal Roofing .................................................................................................... 7-4
7.62 Sheet Metal Flashing and Trim ................................................................................................................. 7-5
DIVISION 8 OPENINGS (NOT USED) ..................................................................................................................... 8-1
DIVISION 9 FINISHES ........................................................................................................................................... 9-1
9.00 GENERAL .......................................................................................................................................................... 9-1
9.90 PAINTING AND COATING ...................................................................................................................................... 9-1
9.90.05 Common Work for Painting and Coating ............................................................................................. 9-1
9.90.13 Unpainted Items ................................................................................................................................... 9-5
9.91.13 Exterior or Damp Environment Painting .............................................................................................. 9-6
9.91.13.02 – System 1 - Powder Coating for Steel and Aluminum Handrail and Other Architectural
Features ............................................................................................................................................................ 9-6
9.91.13.12 - System 2: Metals - Metal in Contact with Concrete, Masonry or Dissimilar Metals. .................... 9-7
9.91.13.13 - System 3: Ferrous Metal Pipe and Supports including Steel, Cast Iron, and Ductile Iron
(Exposed Indoors and Outdoors). ...................................................................................................................... 9-8
9.91.33.01 - System 4: Metals in Contact with Drinking Water (Steel pipe, pump can interior, pump
discharge head interior, pump column pipe) .................................................................................................... 9-9
Table of Contents
Technical Specifications
v
6/24/2022 10:19 AM J:\Data\REN\21-0234\30 Specs\Table of Contents.docx
9.97.23.14 Concrete Sidewalk/Driveway/Entrance Sealer .............................................................................. 9-11
9.99.33 Specialty Metal Coatings .................................................................................................................... 9-11
9.99.33.07 – System 5: Vertical turbine pump bowls, pump impellor casing interior (Submerged, Potable
Water) ............................................................................................................................................................. 9-11
9.99.34 Special Painting .................................................................................................................................. 9-12
9.99.34.01 – System 6: Booster Pump Station Structure (Internal/External) .................................................. 9-12
DIVISION 10 SPECIALTIES .................................................................................................................................. 10-1
10.00 GENERAL ...................................................................................................................................................... 10-1
10.05 Common Work for Specialties ............................................................................................................... 10-1
10.06.10 Schedules for Signage ...................................................................................................................... 10-1
10.10 INFORMATION SPECIALTIES ............................................................................................................................... 10-2
10.14.23 Panel Signage ................................................................................................................................... 10-2
DIVISION 11 EQUIPMENT .................................................................................................................................. 11-1
11.00 GENERAL ...................................................................................................................................................... 11-1
11.05 Common Work for Equipment .............................................................................................................. 11-1
11.10 PUMPS ......................................................................................................................................................... 11-1
11.10.05 Common Work for Pumps ................................................................................................................ 11-1
11.11.13 Temporary Pumping System .......................................................................................................... 11-10
11.11.2 Vertical Turbine Pumps .................................................................................................................... 11-10
11.19 Pump Anchor Bolts .............................................................................................................................. 11-13
11.20 PUMP MOTORS ........................................................................................................................................... 11-14
11.20.01 Common Work for Pump Motors ................................................................................................... 11-14
11.21 Non-Submerged Pump Motors ........................................................................................................... 11-21
11.60 TREATMENT EQUIPMENT ............................................................................................................................... 11-21
11.64 Water Treatment Chemical Systems Equipment................................................................................. 11-21
11.64.13.05 Common Work for Chemical Feed Equipment .......................................................................... 11-21
11.64.13.11 Valveboard ................................................................................................................................ 11-23
11.90 OTHER EQUIPMENT ...................................................................................................................................... 11-24
11.95 Heating, Ventilating, and Air-Conditioning ......................................................................................... 11-24
11.95.05 Common Work for HVAC ................................................................................................................ 11-24
11.95.80 Decentralized HVAC Equipment ..................................................................................................... 11-24
11.95.83.33 Radiant Space Heaters .............................................................................................................. 11-24
DIVISION 12 FURNISHINGS (NOT USED) ............................................................................................................ 12-1
DIVISION 13 SPECIAL CONSTRUCTION (NOT USED) ........................................................................................... 13-1
DIVISION 14 CONVEYING SYSTEMS (NOT USED) ............................................................................................... 14-1
DIVISION 15 MECHANICAL ................................................................................................................................ 15-1
15.00 GENERAL ...................................................................................................................................................... 15-1
15.05 Common Work for Mechanical ............................................................................................................. 15-1
15.13 Above Grade Mechanical Installation ................................................................................................... 15-3
15.13.02 Exposed Piping Installation .............................................................................................................. 15-3
15.18.03 Valve Testing .................................................................................................................................... 15-4
Table of Contents
Technical Specifications
vi
6/24/2022 10:19 AM J:\Data\REN\21-0234\30 Specs\Table of Contents.docx
15.20 PIPE AND FITTINGS ......................................................................................................................................... 15-5
15.21 Common Work for Pipe and Fittings ..................................................................................................... 15-5
15.21.02 Shackle (Threaded Rod) Restraints .................................................................................................. 15-5
15.22 Metal Pipe and Fittings ......................................................................................................................... 15-7
15.22.02 Ductile Iron Pipe and Fittings ........................................................................................................... 15-7
15.22.06 Copper Pipe and Fittings .................................................................................................................. 15-9
15.22.08 Brass/Bronze Pipe and Fittings ...................................................................................................... 15-10
15.23 Non-Metal Pipe and Fittings ............................................................................................................... 15-10
15.23.05 PVC Pipe and Fittings – Solvent Weld ............................................................................................ 15-10
15.30 VALVES ....................................................................................................................................................... 15-11
15.31 Common Work for Valves ................................................................................................................... 15-11
15.32 Isolation Valves ................................................................................................................................... 15-12
15.32.03 Butterfly Valves Class 150 .............................................................................................................. 15-12
15.32.04 Butterfly Valves Class 250 .............................................................................................................. 15-13
15.34 Pilot-Operated Control Valves ............................................................................................................. 15-14
15.34.01 Common Work for Pilot-Operated Control Valves ......................................................................... 15-14
15.34.20 Booster Pump Control Valves - Pilot-Operated .............................................................................. 15-15
15.40 PIPING SPECIALTIES ....................................................................................................................................... 15-15
15.40.03 Pipe, Valve, and Conduit Supports ................................................................................................. 15-15
15.60 PRESSURE MEASUREMENT ............................................................................................................................. 15-19
15.60.01 Common Work for Pressure Measurement .................................................................................... 15-19
45061 Pressure Gauges ................................................................................................................................. 15-19
DIVISION 16 ELECTRICAL ................................................................................................................................... 16-1
16.00 GENERAL ...................................................................................................................................................... 16-1
16.05 Common Work for Electrical ................................................................................................................. 16-1
16.10 ELECTRICAL SITE WORK ................................................................................................................................... 16-7
16.10.1 Common Work for Electrical Site Work .............................................................................................. 16-7
16.10.2 Underground Marking Tape (Detectable Type) ................................................................................. 16-8
16.15 Grounding and Bonding for Electrical Systems ..................................................................................... 16-8
16.20 UTILITY SERVICE ........................................................................................................................................... 16-10
16.21 Electrical Service.................................................................................................................................. 16-10
16.21.2 Electrical Utility Meter Enclosure ..................................................................................................... 16-11
16.21.4 Circuit Breaker Service Disconnect Switch........................................................................................ 16-11
16.30 BASIC PANEL EQUIPMENT AND DEVICES ............................................................................................................ 16-12
16.31 Operating and Indicating Devices ....................................................................................................... 16-12
16.31.1 Digital Power Meter ......................................................................................................................... 16-12
16.31.2 Run Time Meters .............................................................................................................................. 16-13
16.31.3 Start Count Meters ........................................................................................................................... 16-13
16.31.4 Indicating Lights ............................................................................................................................... 16-14
16.31.5 Selector Switch ................................................................................................................................. 16-14
16.31.6 Pushbuttons ..................................................................................................................................... 16-15
16.32 Panel Relays ........................................................................................................................................ 16-16
16.32.1 Control Relays .................................................................................................................................. 16-16
16.32.3 Time Delay Relays ............................................................................................................................ 16-16
Table of Contents
Technical Specifications
vii
6/24/2022 10:19 AM J:\Data\REN\21-0234\30 Specs\Table of Contents.docx
16.35 Control Panel Accessories ................................................................................................................... 16-17
16.35.1 Terminal Blocks ................................................................................................................................ 16-17
16.35.2 Nameplates ...................................................................................................................................... 16-17
16.36.1 Surge Protection Device (SPD) .......................................................................................................... 16-18
16.40 LOW VOLTAGE MOTOR CONTROL EQUIPMENT .................................................................................................. 16-19
16.41.1 Motor Control Center ....................................................................................................................... 16-19
16.45 Variable Frequency Drive .................................................................................................................... 16-25
16.50 PANELBOARDS ............................................................................................................................................. 16-40
16.52 Panelboards ........................................................................................................................................ 16-40
16.55 Switches and Protective Devices ......................................................................................................... 16-44
16.55.1 Common Work for Switches and Protective Devices ........................................................................ 16-44
16.55.16 Molded Case Circuit Breakers ........................................................................................................ 16-45
16.55.17 Instantaneous Magnetic Trip Breakers .......................................................................................... 16-45
16.60 CONDUCTORS .............................................................................................................................................. 16-45
16.61 Low Voltage Wire and Cable ............................................................................................................... 16-45
16.63 Signal Cable ......................................................................................................................................... 16-48
16.70 RACEWAYS, BOXES, AND FITTINGS ................................................................................................................... 16-49
16.71 Raceways ............................................................................................................................................ 16-49
16.72 Boxes and Enclosures .......................................................................................................................... 16-52
16.72.2 Outlet and Junction Boxes ................................................................................................................ 16-52
16.72.3 Watertight Enclosures ...................................................................................................................... 16-53
16.75 Wiring Devices .................................................................................................................................... 16-54
16.75.1 Common Work for Wiring Devices ................................................................................................... 16-54
16.75.2 Receptacles ...................................................................................................................................... 16-55
16.75.3 Line Voltage Switches ...................................................................................................................... 16-55
16.75.4 HOA (Hand-Off-Auto) Lighting Switches .......................................................................................... 16-56
16.75.5 Plates................................................................................................................................................ 16-56
16.85 Lighting ............................................................................................................................................... 16-57
16.85.1 Common Work for Lighting Fixtures ................................................................................................ 16-57
16.85.2 Lamps ............................................................................................................................................... 16-57
16.85.3 Fixtures ............................................................................................................................................. 16-58
16.90 POWER GENERATION .................................................................................................................................... 16-58
16.91 Engine Generator ................................................................................................................................ 16-58
16.91.2 Diesel Engine Generator Set ............................................................................................................. 16-58
16.92 Transfer Switches ................................................................................................................................ 16-71
16.92.2 Automatic Transfer Switch ............................................................................................................... 16-71
16.95 Testing ................................................................................................................................................. 16-73
16.95.1 Common Work for Testing ............................................................................................................... 16-73
16.95.3 Conductor Test Report ..................................................................................................................... 16-76
16.95.4 Ground Electrode Resistance Test Report ........................................................................................ 16-77
DIVISION 17 AUTOMATIC CONTROL ................................................................................................................. 17-1
17.00 GENERAL ...................................................................................................................................................... 17-1
17.05 Common Work for Automatic Control .................................................................................................. 17-1
17.06 Control System Integrator ..................................................................................................................... 17-7
Table of Contents
Technical Specifications
viii
6/24/2022 10:19 AM J:\Data\REN\21-0234\30 Specs\Table of Contents.docx
17.07 Control System Programmer (Control System Programmer Contracted Directly by Owner) .............. 17-10
17.08 System Description .............................................................................................................................. 17-10
17.10 PANELS....................................................................................................................................................... 17-12
17.12 Equipment Panels................................................................................................................................ 17-12
17.20 PANEL COMPONENTS .................................................................................................................................... 17-13
17.20.3 Terminal Blocks ................................................................................................................................ 17-14
17.21 Power Supply and Protection .............................................................................................................. 17-14
17.21.2 Normal Power Supply ....................................................................................................................... 17-14
17.21.3 Backup Power Supply ....................................................................................................................... 17-15
17.21.5 Line Protection Units – Low Current ................................................................................................. 17-15
17.21.6 Line Protection Units – High Current ................................................................................................ 17-16
17.22 Wire and Cable .................................................................................................................................... 17-16
17.22.2 Wiring .............................................................................................................................................. 17-17
17.22.3 Cables ............................................................................................................................................... 17-17
17.24 Switches and Relays ............................................................................................................................ 17-17
17.24.2 Selector Switch ................................................................................................................................. 17-17
17.24.3 Pushbuttons ..................................................................................................................................... 17-18
17.24.4 Panel Relays ..................................................................................................................................... 17-18
17.25 Indicating Lights and Readouts ........................................................................................................... 17-20
17.25.2 Pilot Lights ........................................................................................................................................ 17-20
17.25.5 Run Time Meters .............................................................................................................................. 17-20
17.25.6 Operational Counters ....................................................................................................................... 17-21
17.30 INTELLIGENT CONTROL UNITS ......................................................................................................................... 17-2 1
17.31.2 Programmable Logic Controller (PLC) System .................................................................................. 17-21
17.33 Network Equipment and Computers ................................................................................................... 17-24
17.33.1 Industrial Network Equipment ......................................................................................................... 17-24
17.50 SENSORS AND CONTROLS ............................................................................................................................... 17-25
17.50.1 Common Work for Sensors and Controls ......................................................................................... 17-25
17.51 Emergency Sensors and Controls ........................................................................................................ 17-26
17.51.2 Smoke Detectors .............................................................................................................................. 17-26
17.51.3 Intrusion Motion Detector ............................................................................................................... 17-27
17.51.4 Intrusion Alarm Switch ..................................................................................................................... 17-27
17.51.5 Operator in Trouble (Panic) Alarm Button ....................................................................................... 17-28
17.52 Pressure and Level Sensors and Controls ............................................................................................ 17-28
17.52.2 Flood Liquid Level Switches .............................................................................................................. 17-28
17.52.5 Pressure Switches ............................................................................................................................. 17-29
17.53 Environmental Sensors and Controls .................................................................................................. 17-29
17.53.2 Wall-Mounted Cooling Thermostat ................................................................................................. 17-29
17.53.3 Wall-Mounted Heating Thermostat ................................................................................................. 17-30
17.90 TESTING, STARTUP, AND TRAINING .................................................................................................................. 17-30
17.90.1 Common Work for Testing, Startup, and Training ........................................................................... 17-30
17.91 Tests and Inspections .......................................................................................................................... 17-32
17.92 Startup ................................................................................................................................................ 17-35
17.93 Training ............................................................................................................................................... 17-36
17.94 Documentation ................................................................................................................................... 17-36
Table of Contents
Technical Specifications
ix
6/24/2022 10:19 AM J:\Data\REN\21-0234\30 Specs\Table of Contents.docx
17.94.2 Operations and Maintenance Manuals ........................................................................................... 17-36
DIVISION 18 MEASUREMENT AND PAYMENT ................................................................................................... 18-1
18.0 GENERAL ........................................................................................................................................................ 18-1
Bid Item 1 – Mobilization, Demobilization, Site Preparation, and Cleanup – Lump Sum ................................ 18-1
Bid Item 2 – Minor Changes – Estimated ........................................................................................................ 18-2
Bid Item 3 – Construction Surveying, Staking, and As-Built Drawings – Lump Sum ....................................... 18-3
Bid Item 4 – Temporary Traffic Control – Lump Sum ...................................................................................... 18-3
Bid Item 5 – Temporary Erosion and Sediment Control (TESC) and Implementation – Lump Sum ................. 18-4
Bid Item 6 – Trench and Excavation Safety Systems – Lump Sum .................................................................. 18-5
Bid Item 7 – Dewatering System – Lump Sum ................................................................................................ 18-5
Bid Item 8 – Removal and Replacement of Unsuitable Foundation Materials – Ton ...................................... 18-5
Bid Item 9 – Landscape Restoration – Lump Sum ........................................................................................... 18-6
Bid Item 10 – Site Work – Lump Sum .............................................................................................................. 18-6
Bid Item 11 – Structural Work – Lump Sum .................................................................................................... 18-7
Bid Item 12 – Finishes – Lump Sum ................................................................................................................. 18-7
Bid Item 13 – Pumps and Motors – Lump Sum ............................................................................................... 18-8
Bid Item 14 – Mechanical Work – Lump Sum ................................................................................................. 18-9
Bid Item 15 – Electrical Work – Lump Sum ................................................................................................... 18-10
Bid Item 16 – Automatic Control – Lump Sum .............................................................................................. 18-11
Bid Item 17 – Testing, Startup, and Training – Lump Sum ............................................................................ 18-12
1-1
J:\Data\REN\21-0234\30 Specs\1 General.docx 11/23/22 4:34 AM
© 2022 RH2 Engineering, Inc.
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 “Related Sections” shall be read as integral to the
specification as if they were fully detailed within. All work and materials described in such
sections shall be provided and performed by the Contractor.
1.11.00 Summary of Work
[CSI 01 11 00]
The West Hill Booster Pump Station Improvements consists of various mechanical, structural,
electrical, and site improvements at the existing Booster Pump Station:
x The mechanical improvements include the following but are not limited to, replacing
the fire flow diesel pump and existing domestic pumps, reuse of an existing domestic
pump as an additional pump, improving heating, ventilation, and air conditioning
(HVAC), and installation of related appurtenances.
x The structural improvements include the following but are not limited to, the
installation of a generator structure, retaining wall, visual and security fencing, and
foundation pad.
x The electrical improvements include the following but not are limited to emergency
generator installation and its ancillary equipment, modifying and replacing the existing
motor control center, telemetry panel and other components as shown on the Plans.
Additionally, a temporary pump control panel will be required to maintain pump
station operation throughout construction.
x The site improvements include the following but not are limited to installation of a
temporary construction entrance, excavation, grading, backfill, restoration,
construction of an asphalt driveway, and landscaping.
1.11.02 Reuse of Documents
[CSI 01 11 30]
Contractor and any Subcontractor or Supplier shall not:
1. Have or acquire any title to or ownership rights in any of the Drawings, Specifications, or
other documents (or copies of any thereof) prepared by or bearing the seal of Engineer or
its consultants, including electronic media editions; or
2. Reuse any such Drawings, Specifications, other documents, or copies thereof on
extensions of the Project or any other project without written consent of Owner and
Engineer and specific written verification or adaptation by Engineer.
City of Renton Winter 2023
West Hill Booster Pump Station Improvements Division 1
1-2
J:\Data\REN\21-0234\30 Specs\1 General.docx 11/23/22 4:34 AM
© 2022 RH2 Engineering, Inc.
3. The prohibitions of this Paragraph will survive final payment, or termination of the
Contract. Nothing herein shall preclude Contractor from retaining copies of the Contract
Documents for record purposes.
1.11.03 Electronic Data
[CSI 01 31 26]
1. Unless otherwise stated in the Supplementary Conditions, the data furnished by Owner to
Contractor, or by Contractor to Owner, that may be relied upon are limited to the printed
copies (also known as hard copies). Files in electronic media format of text, data, graphics,
or other types are furnished only for the convenience of the receiving party. Any
conclusion or information obtained or derived from such electronic files will be at the
user’s sole risk. If there is a discrepancy between the electronic files and the hard copies,
the hard copies govern.
2. Because data stored in electronic media format can deteriorate or be modified
inadvertently or otherwise without authorization of the data’s creator, the party receiving
electronic files agrees that it will perform acceptance tests or procedures within 30 days,
after which the receiving party shall be deemed to have accepted the data thus transferred.
Any errors detected within the 30-day acceptance period will be corrected by the
transferring party.
3. When transferring documents in electronic media format, the transferring party makes no
representations as to long term compatibility, usability, or readability of documents
resulting from the use of software application packages, operating systems, or computer
hardware differing from those used by the data’s creator.
4. Computer Aided Design (CAD) files may be made available to the Contractor upon
request, but only at the discretion of the Engineer. This includes AutoCAD™, Civil3D™,
or other similar file types. If CAD files are provided, no level of accuracy is implied or
should be assumed unless the Engineer expressly states a level of accuracy. CAD files by
nature include extraneous information used to develop the drawings but are not part of
the final design. Any use of CAD files is solely at the Contractor’s risk and neither the
Engineer nor the Owner take responsibility for interpretations by the Contractor, missing
information, or inaccurate information.
1.13 Permits and Licenses
[CSI 01 41 26]
The Contractor shall acquire all necessary permits, including, but may not be limited to, the
following:
x Electrical Permit
x Plumbing Permit
x Mechanical Permit
x Aboveground Tank Installation Permit
The City of Renton Permitting Fee Schedules are available at:
City of Renton Winter 2023
West Hill Booster Pump Station Improvements Division 1
1-3
J:\Data\REN\21-0234\30 Specs\1 General.docx 11/23/22 4:34 AM
© 2022 RH2 Engineering, Inc.
https://edocs.rentonwa.gov/Documents/DocView.aspx?id=9552123&dbid=0&repo=CityofRenton&cr=1
A copy of permits the Owner has acquired are available at the Owner’s office for examination
by bidders. Construction shall conform to the requirements of these permits and all other
permits issued for this project. Permits the Owner will acquire after the bid opening will be
made available when received by the Owner.
1.14 Work Restrictions
[CSI 01 14 00]
1.14.19 Use of Site
[CSI 01 14 19]
The Contractor shall not perform work activities, store materials or equipment, move
equipment through, or disturb in any way the areas outside the “Building Construction
Limits”, “Utility Construction Limits” and “Landscaping Construction Limits”, shown unless
approved by the Owner in writing.
Building construction limits may be occupied throughout the duration of the contract.
Landscaping construction limits have been defined to provide additional working area for
backfilling, grading, compacting, and landscaping construction activities that are to be
performed in conjunction with the project.
The Contractor shall provide, maintain, and adjust erosion control fencing, surface covering,
and sediment traps for storm-water runoff as shown on the plans prior to beginning any work
activities within this area.
1.20 PRICE AND PAYMENT PROCEDURES
[CSI 01 20 00]
1.21.29 Quantity Allowances
[CSI 01 21 29]
If more or fewer materials are needed when the construction quantity is within plus or minus
25 percent of the bid quantity, costs for restocking of unused materials, or handling and
delivery costs on additional materials shall be incidental to the bid price and no additional
payment will be made.
1.21.55 Cost Increases for Materials
[CSI 01 21 55]
There will be no allowance for additional payment should the cost of any materials go up
during the original contract timeframe, or during any approved contract time extensions. The
Contractor is responsible for securing prices at the time of bid.
City of Renton Winter 2023
West Hill Booster Pump Station Improvements Division 1
1-4
J:\Data\REN\21-0234\30 Specs\1 General.docx 11/23/22 4:34 AM
© 2022 RH2 Engineering, Inc.
1.25.00 Substitution Procedures
[CSI 1 25 00]
Any product or construction method that, in the opinion of the Owner, does not meet these
specifications will be considered a substitution. Substitutions must be approved prior to
incorporation into the project. The Owner has the right to reject any request for substitution.
Incomplete requests will not be reviewed.
Requests shall include an explanation of why the request is being made along with drawings,
details, specifications, and samples sufficient to allow the Owner to evaluate the proposed
substitute. Requests shall include any change necessary in construction methods with a detailed
description and related drawings of the proposed methods. Provide an itemized comparison
of each proposed substitution with the specified product or method. If the Contractor believes
there are no variations from the bid documents, include a statement to that fact in the request
for substitution.
In making a request for a substitution, the Contractor represents that they have investigated
the proposed product or method and has determined that it provides equal or superior form
and function to the product specified. The Contractor shall coordinate incorporation of
accepted substitutions into the work, making changes that may be required for the work to be
completed.
The Contractor waives all claims for additional costs and time related to substitutions. The
Owner reserves the right to charge the Contractor for the Owner’s time required for
incorporating the substitution into the work which may include but not be limited to
observation, requests for information, and commissioning.
No guarantee is made that product model numbers included in the specifications or on the
plans are current at the time of bidding. The bidder shall provide pricing in their proposal for
current versions of discontinued models. If the bidder is uncertain of the correct replacement
model, or feels there is a price discrepancy, the bidder shall request a substitution following
the requirements of section 1.25.13.10 Substitutions Prior to Bid Opening. Requests for price
increases after award will not be accepted.
1.25.13.10 Substitutions Prior to Bid Opening
[CSI 1 25 13 10]
Before opening bids, the Owner may consider written requests from product suppliers or
prime bidders for substitutions. All requests for substitution must be received by Owner a
minimum of 7 working days prior to bid opening. Approval of substitutions will be only by
addendum. The bidder shall include in their proposal all costs for any modifications required
to adopt the substitute.
1.25.13.15 Substitutions After Contract Execution
[CSI 1 25 13 15]
After contract execution, the Owner may consider requests for a substitution of products or
methods in place of those specified. Submit electronically, or two hard copies of each request
for a substitution. Submit requests early enough for the Owner to review the request without
City of Renton Winter 2023
West Hill Booster Pump Station Improvements Division 1
1-5
J:\Data\REN\21-0234\30 Specs\1 General.docx 11/23/22 4:34 AM
© 2022 RH2 Engineering, Inc.
affecting the schedule. The Owner will review with reasonable promptness and will provide a
response within 15 working days after receipt of all information required for the review, unless
the complexity of the proposed substitution requires, in the Owner’s sole opinion, additional
review time.
If the Owner approves a request for substitution, and the Contractor subsequently requests
an alternate substitution for the same or similar work, the Owner reserves the right to charge
the Contractor for the costs required to review the alternate substitution.
1.30 ADMINISTRATIVE
[CSI 01 30 00]
1.31 Project Management and Coordination
[CSI 01 31 00]
1.31.01 Contractor’s Responsibility
[CSI 01 31 01]
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 the subcontractors and
suppliers with all relevant portions of the plans and specifications necessary to bid and
construct the improvements.
Damage to existing utilities or property shall be repaired or replaced by the Contractor at the
discretion of the Owner.
The Contractor and each of the Subcontractors are responsible for coordinating the required
inspections. There are specific requirements for inspection responsibilities and the advance
notice that must be given to minimize construction delays. It is the Contractor’s responsibility
to be familiar with these requirements, include the coordination necessary in this estimate of
project costs and schedule, and to comply with the requirements during construction. Failure
to follow proper inspection and notification procedures may result in on-site work stoppages
and removal or demolition of unapproved structures or systems, all at the Contractor’s
expense. See Starting and Adjusting section 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.
City of Renton Winter 2023
West Hill Booster Pump Station Improvements Division 1
1-6
J:\Data\REN\21-0234\30 Specs\1 General.docx 11/23/22 4:34 AM
© 2022 RH2 Engineering, Inc.
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 is responsible for managing, coordinating, and overseeing its 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.
1.31.10 COVID-19 Scheduling Provisions
Exclusion from Force Majeure. A force majeure event does not include the COVID-19
Pandemic. See Section 2, below, for information on how Contractor shall notify the Owner if
Contractor desires to claim additional Time due to events attributable to the COVID-19
Pandemic.
Waiver. Contractor shall provide notice to the Owner of any delay attributable to the COVID-
19 Pandemic in the manner specified in Section 2. Failure to provide notice to the Owner with
regard to delays attributable to the COVID-19 Pandemic as required by Section 2 constitutes
a waiver of Contractor’s right to later make such a request.
Adjustment of Time for COVID-19.
1. Definitions.
a. “COVID-19” means the novel coronavirus respiratory disease.
b. “COVID-19 Pandemic” means the pandemic declared by the World Health
Organization on March 11, 2020.
c. “Executive Order” means any order signed by a governor restricting or
prohibiting certain activities of businesses, schools, and individuals to mitigate
the spread of COVID-19.
d. “Labor shortage” means a shortage of Contractor’s qualified personnel
because they are on leave due to COVID-19.
e. “Governmental health regulation” means any state or local health regulation
aimed to mitigate the spread of COVID-19, including the social distancing
regulation.
f. “Supply chain disruption” means the Contractor’s inability to obtain goods
used to perform the Work contemplated under the Contract due to
COVID-19.
g. “Time” means any term used to define the duration the Agreement is in effect,
including, but not limited to “Term” or “Contract Time.”
2. Contractor’s Request Required. In the event the Contractor believes that additional
Time is required due to the COVID-19 Pandemic due to delays resulting from a labor
shortage, a supply chain disruption, or mandated compliance with Executive Orders
or governmental health regulations, the Contractor shall submit to the Owner a timely
request for adjustment of Time. A request is presumed to be timely if it occurs within
seven calendar days after the Contractor becomes aware of any delay caused by a
City of Renton Winter 2023
West Hill Booster Pump Station Improvements Division 1
1-7
J:\Data\REN\21-0234\30 Specs\1 General.docx 11/23/22 4:34 AM
© 2022 RH2 Engineering, Inc.
reason stated in this Section. The Owner will only consider requests for adjustment of
Time if the Contractor’s request provides the following information:
a. The date the delay began as a result of the COVID-19 Pandemic.
b. The cause of the delay. The Contractor must identify in the request whether
the delay is due to a labor shortage, a supply chain disruption, or compliance
with an Executive Order or governmental health regulation and the specific
circumstances surrounding the delay.
c. The specific actions and efforts the Contractor is doing to limit the impact of
the delay.
d. The date Contractor expects the delay will end, if known. If not known,
Contractor shall promptly notify the Owner within seven calendar days after
the delay ends.
e. The Owner shall be entitled to request from the Contractor all documentation
necessary to evaluate Contractor’s request for more Time under this Section.
3. Basis for Adjustment of Time. The Owner will consider causes that include delays that
affect the Contractor’s performance of Work directly attributable to the COVID-19
Pandemic such as an Executive Order, a governmental health regulation, a labor
shortage, or a supply chain disruption that could not be mitigated by the Contractor’s
specific actions and efforts, or by the reasonable actions and efforts the Contractor
should have taken, to minimize the delay.
4. Consideration and Response by Owner. The Owner will only consider a Contractor’s
request for additional Time if Contractor supplied all the required information
described in Section 2(b). The Owner will review a properly submitted request for
Time adjustment related to COVID-19, and within a reasonable time, will advise the
Contractor of the Owner’s findings. If the findings determine that Contractor is
entitled to additional Time, then Owner and Contractor shall execute a written change
order extending the Time equal to the length of the actual delay in performance.
Termination. In addition to the termination rights in the Agreement, the Agreement may be
terminated by either party by giving notice as required in the Agreement if: 1) federal or state
laws, regulations, or guidelines are modified or interpreted in a way that the Work under the
Agreement is prohibited; 2) recommendations, declarations or orders by state or local
governments, including local health authorities and local officials, discourage or prohibit the
event or scope of work that was to be performed under the Agreement; or 3) Owner is
prohibited from paying for the work from the planned funding source.
1.31.11 COVID-19 Health and Safety Plan
The Contractor shall prepare a project specific COVID-19 health and safety plan (CHSP)
prior to beginning physical Work.
The Contractor shall update and resubmit the CHSP as the work progresses and new activities
appear on the look ahead schedule. If the conditions change on the project, or a particular
activity, the Contractor shall update and resubmit the CHSP. Work on any activity shall cease
if conditions prevent full compliance with the CHSP.
City of Renton Winter 2023
West Hill Booster Pump Station Improvements Division 1
1-8
J:\Data\REN\21-0234\30 Specs\1 General.docx 11/23/22 4:34 AM
© 2022 RH2 Engineering, Inc.
The CHSP shall address the health and safety of all people associated with the project
including State workers in the field, Contractor personnel, consultants, project staff,
subcontractors, suppliers and anyone on the project site, staging areas, or yards. The plan shall
contain the following minimum elements:
1. The CHSP shall identify all standards, guidance, publications, and sources on which it
is based. Those standards may include references to OHSA, WISHA, and CDC
publications that are current at the time the CHSP is prepared.
2. The CHSP shall identify a responsible individual from the Contractor who is
responsible for implementation of the CHSP. The individual(s) contact information
shall be listed in the CHSP.
3. The CHSP shall specifically identify the project for which it is applicable, and if
applicable, shall address project work areas outside the project limits such as staging
areas or yards.
4. The CHSP shall identify the PPE and administrative and engineered controls necessary
to maintain a safe site. This includes but is not limited to: sanitation resources,
screening stations, safety briefings, controlling access, and personal protective
equipment (PPE) needed to protect workers from COVID-19.
5. The CHSP shall identify measures for screening and managing workers or visitors to
areas identified in the CHSP. The plan shall include procedures should a person exhibit
symptoms of COVID-19.
6. The CHSP shall identify how the plan will be updated as new work activities are added
with each two week look-ahead schedule. The CHSP updates shall identify the number
of workers, crews, work tasks, and the degree of congestion or confinement workers
will experience for the work activities in the two week look-ahead schedule.
7. The CHSP shall include how the Contractor will ensure everyone on the site has been
trained on the CHSP requirements. This includes subcontractors, suppliers, and
anyone on the project site.
The Contractor shall grant full and unrestricted access to the Engineer for CHSP Inspections.
The Engineer (or designee) may conduct periodic compliance inspections on the project site,
staging areas, or yards to verify that any ongoing work activity is following the CHSP plan. If
the Engineer becomes aware of a noncompliance incident either through a site inspection or
other means, the Contractor will be notified immediately (within 1 hour). The Contractor shall
immediately remedy the noncompliance incident or suspend all or part of the associated work
activity. The Contractor shall satisfy the Engineer that the noncompliance incident has been
corrected before the suspension will end.
The written CHSP preparation and implementation shall be considered incidental and
included in the various bid items of this project. No additional compensation shall be made.
1.31.19 Progress Meetings
[CSI 01 31 19 23]
The Contractor shall schedule and hold regular on-site progress meetings at least every two
weeks and at other times as requested by the Owner or as required by progress of the work.
City of Renton Winter 2023
West Hill Booster Pump Station Improvements Division 1
1-9
J:\Data\REN\21-0234\30 Specs\1 General.docx 11/23/22 4:34 AM
© 2022 RH2 Engineering, Inc.
The Contractor, Owner, and all Subcontractors active on the site must attend each meeting.
Virtual meetings, in lieu of on-site meetings, must be requested on an as needed basis and
approved by the Owner.
Contractor to provide an agenda covering the following items at a minimum, as applicable.
1. Review minutes of previous meetings.
2. Review of work progress.
3. Field observations, problems, and decisions.
4. Identification of problems that impede planned schedule.
5. Review of submittals schedule and status of submittals.
6. Review of off-site fabrication and delivery schedules.
7. Maintenance of progress schedule.
8. Corrective measures to regain projected schedules.
9. Planned progress during succeeding work period.
10. Coordination of projected progress.
11. Discussion of upcoming required inspections/approvals.
12. Maintenance of quality and work standards.
13. Effect of proposed changes on progress schedule and coordination.
14. Safety issues relating to work.
15. Other business relating to work.
1.32.13 Scheduling of Work
[CSI 01 32 13]
Refer also to the Completion Time section under the Instructions (or Information) to Bidders.
The Proposal describes the times for Substantial Completion and Physical Completion.
This booster pump station is critical to the City’s operation of this portion of their water
system. As such, the proposed pumping improvements must be installed in phases and
supported by a Contractor provided power supply. Specifically, the Contractor is required to
operate the City’s existing 60HP pump (Bay No. 3 pump) 24 hours per day, 7 days per week
for the duration of time the electrical and control system is being replaced. The relocated and
proposed pumps associated with Pump Bays No. 1 and 2 must be started up, tested, and ready
for commissioning before the pumps in Bays No. 3 and 4 (existing diesel driven pump and
60HP electric pump) are replaced. The existing diesel driven pump will be manually operated
by the City, as needed, to back up the 60HP existing pump (running on Contractor’s provided
power system) which will run for the duration of the project while the proposed pumping
improvements in Bays No. 1 and 2 (including the supporting electrical and controls related
work) are constructed. One 8-hour shutdown of the booster pump station is permissible to
facilitate the installation of the isolation valves (and blind flanges if adjacent piping is not in
place) for Pump Bay No. 1. The Contractor shall arrange the shutdown with the City’s Project
City of Renton Winter 2023
West Hill Booster Pump Station Improvements Division 1
1-10
J:\Data\REN\21-0234\30 Specs\1 General.docx 11/23/22 4:34 AM
© 2022 RH2 Engineering, Inc.
Manager who will perform all additional coordination with the City’s Operations and
Maintenance shops. The City will allow for the station to be isolated from the system on other
occasions to support safe working conditions when installing pumps or making piped
connections. The City will be responsible for supplying fuel to the existing diesel driven pump
in the event that it needs to be operated due to a failure of the temporary pumping and power
supply system.
The Contractor provided power supply shall include the following:
x At least one (1) temporary diesel engine generator sized to supply power to the existing
Pump No. 3 and associated control equipment. The Contractor shall supply diesel
fuel for the temporary generator during the entire period of operation and shall be
responsible for monitoring the fuel level and making sure the generator has fuel at all
times.
x All temporary cabling and conduits necessary for connecting the temporary generator
to the existing Pump no. 3 and associated control equipment.
x Temporary Contractor designed electrical distribution equipment and pump control
panel capable of operating the existing Pump No. 3. Motor starter shall be a soft
starter.
x Temporary alarm monitoring system with backup batteries to alarm the Contractor in
case of a failure to Pump No. 3, the temporary diesel engine generator, or the
temporary control system. Alarm monitoring system shall include a cellular alarm
dialer for remote monitoring and notification of alarms. Contractor shall provide
continuous monitoring 24 hours per day, 7 days per week while the temporary power
supply is operational.
Where the plans or specifications mention notification periods in hours or days, these time
periods are assumed to be working days unless specifically stated otherwise. For example, a
requirement of 48-hours notification for work desired to be performed at 1:00 pm Monday
requires notification be provided no later than 1:00 pm the preceding Thursday.
1.32.16 Construction Progress Schedule
[CSI 01 32 16]
Contractor is responsible for providing an up to date construction schedule with each monthly
pay estimate and at other times as requested by the Owner or as required by progress of the
work. The construction schedule must be a critical path method (CPM) schedule, bar chart,
or other standard schedule format. If the current schedule is still in-line with the previous
schedule, the Contractor shall inform the Owner with each pay estimate. Non-working day
requests shall also be submitted by the Contractor with each monthly pay estimate. Owner
may delay monthly progress payments if Contractor fails to submit updated schedule and non-
working day requests.
The construction progress schedule preparations shall be considered incidental and included
in the various bid items of this project. No additional compensation shall be made.
City of Renton Winter 2023
West Hill Booster Pump Station Improvements Division 1
1-11
J:\Data\REN\21-0234\30 Specs\1 General.docx 11/23/22 4:34 AM
© 2022 RH2 Engineering, Inc.
1.32.29 Periodic Work Observation
[CSI 01 32 29]
The Owner may elect to have a Consultant representative 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 Consultant to address means and methods
issues on site or to direct safety issues on site. The Consultant does not have the authority to
stop the work.
1.33 Submittals
[CSI 01 33 00]
1.33.23 Shop Drawings, Product Data, and Samples
[CSI 01 33 23]
Submittals are required for all items installed on this contract. Address submittals to:
RH2 Engineering, Inc.
22722 29th Drive. SE, Suite 210
Bothell, WA 98021
Attn: Ryan Feskens
Email: rfeskens@rh2.com
Submittals may be provided in electronic format (preferred) or hard copy. Owner reserves the
right to require the Contractor to provide hard-copy submittals at no additional cost to the
Owner. When hard-copy submittals are provided, submit six (6) copies; one set will be
returned to the Contractor after review.
Electronic submittal via email is acceptable, however the Contractor shall 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 shall contain sufficient information on each item to determine if it complies
with the contract requirements. Submittal cutsheets and datasheets shall be annotated by the
Contractor to 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 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 8½-inch by 11-inch, 11-inch by 17-inch, or 22-inch by
34-inch sheets and shall contain the following information:
City of Renton Winter 2023
West Hill Booster Pump Station Improvements Division 1
1-12
J:\Data\REN\21-0234\30 Specs\1 General.docx 11/23/22 4:34 AM
© 2022 RH2 Engineering, Inc.
x Project Name as it appears on the Document Cover.
x Prime Contractor and Applicable Subcontractor.
x RH2 Engineering.
x Owner’s Name
x Applicable Specification and Drawings Reference.
x A stamp or statement that the Contractor has checked the equipment for conformance
with the contract requirements, coordination with other work on the job, and
dimensional suitability.
x A place for the Engineer to respond. (Engineer may elect to respond using the
Engineer’s standard forms.)
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:
1. Drawings, dimensions, and weights.
2. Catalog information.
3. Model number, including descriptions for option and accessory codes.
4. Manufacturer’s specifications.
5. Special handling instructions.
6. Maintenance requirements.
7. Wiring and control diagrams.
8. List of contract exceptions.
For integrated or package systems (see also 1.61.31), the components, shop drawings,
instructions, and other elements may be submitted and reviewed individually. But the initial
submittal must include the complete proposed system, and the final submittal must also be
for the complete system clearly indicating all changes made during the submittal process.
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 submittal 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 deducting up to $200 for
each hour of review time from the next scheduled payment.
The Contractor is responsible for identifying the shop drawings and submittals required for
this project. Specific submittal requirements may be listed in each section of these
City of Renton Winter 2023
West Hill Booster Pump Station Improvements Division 1
1-13
J:\Data\REN\21-0234\30 Specs\1 General.docx 11/23/22 4:34 AM
© 2022 RH2 Engineering, Inc.
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.
1.40 QUALITY REQUIREMENTS
[CSI 01 40 00]
1.42.19 Reference Standards
[CSI 01 42 19]
Work under this contract shall be performed in accordance with applicable sections of the
current Standard Specifications for Road, Bridge and Municipal Construction, Washington,
hereafter referred to as the Standard Specifications.
Certain other referenced standards used in this specification are from the latest editions of:
x City of Renton Construction Administrative Code
x City of Renton Amendments, Additions and Deletions to the International Fire
Code
x City of Renton Amendments to the International Building Code
x IBC International Building Code
x UPC Uniform Plumbing Code
x IMC International Mechanical Code
x IFC International Fire Code
x NEC National Electrical Code
x AWWA American Water Works Association
x ANSI American National Standards Institute
x ASA American Standards Association
x ASTM American Society for Testing and Materials
x WSEC Washington State Energy Code
1.43.20 Warranty
[CSI 01 43 20]
The Contractor shall warrant all work and products for a period of one (1) year following the
warranty start date except for those components and listed warrantees below.
The warranty start date is the date the Owner accepts the completed project by resolution.
Warranty does not cover damage due to misuse by the Owner or conditions outside of the
Owner or Contractor’s control or exceptional events (force majeure) including war, strikes,
floods (water exceeding normal high water mark), rainfall in excess of 100 year storm event,
City of Renton Winter 2023
West Hill Booster Pump Station Improvements Division 1
1-14
J:\Data\REN\21-0234\30 Specs\1 General.docx 11/23/22 4:34 AM
© 2022 RH2 Engineering, Inc.
fire, earthquakes, high winds (over 85 mph for 3 seconds peak gust), freezes below 10 degrees
Fahrenheit (Western Washington), freezes below minus 10 degrees Fahrenheit (Eastern
Washington), governmental restrictions, vandalism, utility power failures, or utility power
surges (unless due to Contractor provided surge suppressor failure). The Contractor has
control over workmanship, third party subcontractors and parts and materials used to
complete the project.
Warranties in addition to this warranty are listed in the following sections:
x Division 2.13 Tree and Shrub Preservation
x Division 2.90.1 Landscaping
x Division 7.05 Common Work for Thermal and Moisture Protection
x Division 11.10. Pumps
x Division 11.20. Pump motors
x Division 16.91. Engine Generator
x Division 17.05 Common Work for Automatic Control and 17.90.1
1.45.16 Field Quality Control Procedures
[CSI 01 45 16]
Unless otherwise noted on the plans or within these specifications, provide 48-hour notice to
the Owner and appropriate reviewing agency for all inspections required. 48-hour notice is
defined as two 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.
x Special Inspections as required per IBC Division 17 and as noted on the drawings
x Any additional inspections required by the Building Department, or other approval
agency
x Soils and crushed rock compaction
x Asphalt materials and compaction
x Paint thickness and finished quality
x Pressure testing
x Water quality testing
City of Renton Winter 2023
West Hill Booster Pump Station Improvements Division 1
1-15
J:\Data\REN\21-0234\30 Specs\1 General.docx 11/23/22 4:34 AM
© 2022 RH2 Engineering, Inc.
1.50 TEMPORARY FACILITIES AND CONTROLS
[CSI 01 50 00]
1.51 Temporary Utilities
[CSI 01 51 00]
The Contractor shall provide and install all necessary water for construction-related fire
protection and utilities required by this contract, or by laws and regulations. Sanitary facilities
adequate for all workers shall comply with all codes and regulations.
At the close of this contract, the Contractor shall pay all utility bills that are outstanding,
remove all temporary electrical, sanitary, gas, telephone and water facilities, and any other
temporary service equipment that may remain. In addition, the Contractor shall arrange for
the transfer of electrical and water accounts to the Owner’s name.
The Contractor shall be responsible for an adequate temporary electrical system. This system
shall be arranged by and all costs paid by the Contractor. The temporary electrical system shall
be sized as necessary to provide continuous electrical service for uninterrupted operation of
the City’s existing 60HP electrically operated pump. The Contractor shall design, provide,
install and operate a temporary pump control panel to operate the 60HP pump. The control
panel shall include all required overcurrent protection, grounding, labeling and motor control.
The panel shall be Contractor-designed and utilize a solid-state soft starter to operate the
pump motor. Upon project startup the Contractor shall uninstall and remove the temporary
pump control panel from the facility.
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.
The cost related to temporary utilities described in this section shall be considered incidental
and included in the various bid items of this project. No additional compensation shall be
made.
1.52.20 Locks and Keys
[CSI 01 52 20]
Contractor shall provide and install dedicated construction locks, or Owner’s standard lock
with removable construction core, for site and facility security during construction. Contractor
shall provide Owner with two construction key(s) for all temporary locks. Owner may “double
lock” any padlocks at their discretion.
All devices requiring locks, including but not limited to doors, gates, access hatches,
convenience hatches, electrical enclosures, etc. shall be configured to match Owner standard
lock and keys. The Contractor shall provide and install the mortise cylinders. The Contractor
shall provide the cores. The Owner uses a Best 1E series mortise cylinder and Best 7-pin
interchangeable core.
If the Owner provides a key to the Contractor for existing Owner locks, the Contractor will
be responsible for the key until returning it to the Owner. If the Contractor loses the key, the
Contractor will pay for re-coring of all Owner locks that use that key.
City of Renton Winter 2023
West Hill Booster Pump Station Improvements Division 1
1-16
J:\Data\REN\21-0234\30 Specs\1 General.docx 11/23/22 4:34 AM
© 2022 RH2 Engineering, Inc.
Locks and keys in this section shall be considered incidental and included in the various bid
items of this project. No additional compensation shall be made.
1.54 Construction Aids
[CSI 01 54 00]
The Contractor or product manufacturer may include work, materials, or components to aid
in shipping, storage, installation, or other work for their convenience. Such items shall be
removed prior to final project acceptance if they may interfere with the operation or
maintenance of permanent work. Some examples include, but are not limited to:
x Lifting eyes: Remove only if a safety concern, obstruction, or directed by Owner.
x Picking holes: Plug holes of buried and exterior items, or if safety concern.
x Intermediate or shipping bracing: Remove and dispose.
x Protective shipping adhesives, coatings, or covers: Remove and clean residue.
The cost related to construction aids in this section shall be considered incidental and included
in the various bid items of this project. No additional compensation shall be made.
1.55.26 Traffic Control
[CSI 01 55 26]
See Section 1-10, Temporary Traffic Control, of the Special Provisions of the Contract.
1.60 PRODUCT REQUIREMENTS
[CSI 01 60 00]
1.61.31 Integrated (or Package) Products
[CSI 01 61 31]
Products specified as integrated or packaged must be administered with a single point of
responsibility from a producer who regularly furnishes such products and is qualified to
address and resolve issues during submittals, fabrication, installation, commissioning, and
operation. These responsibilities will not be transferred to any other party without written
approval by the Engineer. Products that fall under this category may include but are not limited
to the following (when specified as packaged or integrated).
x Motor Control Centers
x Control systems
1.70 EXECUTION AND CLOSEOUT REQUIREMENTS
[CSI 01 70 00]
See section1-03 Award and Execute of Contract, 1-05.11 Final Inspection, and 1-05.12 Final
Acceptance, of Special Provision of the Contract.
City of Renton Winter 2023
West Hill Booster Pump Station Improvements Division 1
1-17
J:\Data\REN\21-0234\30 Specs\1 General.docx 11/23/22 4:34 AM
© 2022 RH2 Engineering, Inc.
1.71 Examination and Preparation
[CSI 01 71 00]
See section 1-02.4 Examination of Plans, Specifications, and Site of work of the WSDOT
Standard Specifications, 1-02.5 Proposal Forms and 1-02.6 Preparation of Proposal of the
Special Provision of the Contract.
1.71.23.16 Construction Surveying
[CSI 01 71 23 16]
The Contractor shall comply with Section 1-11, Renton Surveying Standards, of the Special
Provisions of the Contract.
1.74 Cleaning and Waste Management
[CSI 01 74 00]
1.74.13 Progress Cleaning
[CSI 01 74 13]
All areas impacted by the work shall be restored to at least original condition, unless specifically
identified otherwise in the plans or specifications. All costs are incidental.
If an area of the project will be left idle, or minimal work performed for more than two weeks,
the Contractor shall clean up the area prior to moving. In this context, clean-up means:
stockpiles and materials shall be removed so as not to be obstructions or hazards; surfaces
graded smooth as to their purpose; traffic control systems removed, and traffic restored to the
satisfaction of the local road agency.
1.74.23 Final Cleaning
[CSI 01 74 23
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 non-traffic areas back
track with dozer or excavator and repair to final surface condition including necessary
hydroseed, mulch, and landscaping. Eliminate weeds within the construction area prior to
project closeout.
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.
Remove existing equipment or materials identified in the contract documents or that interfere
with the work. Dispose of all such existing equipment or materials unless the Owner requests
items to be salvaged for their use. Owner has first right of salvage.
City of Renton Winter 2023
West Hill Booster Pump Station Improvements Division 1
1-18
J:\Data\REN\21-0234\30 Specs\1 General.docx 11/23/22 4:34 AM
© 2022 RH2 Engineering, Inc.
Should the Owner identify salvageable items of their property prior to removal, the Contractor
shall protect said items from damage during the work, and will be responsible for reimbursing
the Owner should the Contractor damage the items. In addition, remove the following items,
intact and operational, and set aside for the Owner:
x Pumps/Motors
1.75 Starting and Adjusting
[CSI 01 75 00]
1.75.16 Startup Procedures
[CSI 01 75 16]
1.75.16.10 Startup
[CSI 01 71 16 10]
See the Automatic Control section for control system startup.
Startup shall consist of a simulated operation of all equipment and controls. The purpose of
startup shall be to check that all equipment will function under operating conditions, that all
interlocking controls and sequences are properly set, and that the facility will function as an
operating unit.
Startup shall not occur on a Saturday, Sunday, Monday, Friday, on an Owner recognized
holiday, or the day before or after an Owner recognized holiday unless approved in advance
by the Owner.
Technically qualified product 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
equipment are functioning correctly.
Authorized manufacturer’s representatives shall be provided for the following items:
x Pumps and motors
x Pilot-operated hydraulic control valves
x Variable frequency drives
x Motor control centers (electrician may qualify if approved by manufacturer)
x Field sensors (electrician may qualify if approved by manufacturer)
x Programmable controllers
x Generator
City of Renton Winter 2023
West Hill Booster Pump Station Improvements Division 1
1-19
J:\Data\REN\21-0234\30 Specs\1 General.docx 11/23/22 4:34 AM
© 2022 RH2 Engineering, Inc.
1.75.16.12 Startup and Testing Coordination
[CSI 01 75 16 12]
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 placing of all improvements in service shall consist of three parts: “testing”, “startup”,
and “operation”. Not less than 21 calendar days before the anticipated time for beginning
testing, the Contractor shall notify and submit to the Owner for approval, a complete plan for
the following:
1. Schedules for tests:
A. Telemetry Panel Factory Demonstration Test (at panel shop)
B. Pumps and motors
C. Control system
D. Emergency power system
2. Detailed schedule of procedures for startup.
3. Complete schedule of events to be accomplished during testing.
4. An outline of work remaining under the contract that will be carried out concurrently with
the operation phases.
Failure to provide proper notification to the Owner may lead to liquidated damages if
schedule cannot be maintained . If rescheduling is required because components are not
ready for testing, the notification requirements are reset as needed to provide 21 calendar
days advance notice to reserve the Owner Representatives’ time.
The Contractor shall arrange for all materials, supplies, and labor necessary to efficiently
complete the testing, startup, and operation. Measuring devices must be functional, accurate,
legible, and scaled appropriately for the test. The Owner has the right to reject or require
verification for any measuring device the Owner suspects in its accuracy.
At a minimum, the Contractor shall provide:
x Calibrated pressure gauge(s) (max scale of 120% to 200% of test pressure)
x Air compressor
x Voltmeter
x Amp meter.
x Load Bank (generator testing)
x Sound Level (dB) measuring device (generator testing)
x Pump/motor vibration measuring device (inches per second and inch peak to peak)
City of Renton Winter 2023
West Hill Booster Pump Station Improvements Division 1
1-20
J:\Data\REN\21-0234\30 Specs\1 General.docx 11/23/22 4:34 AM
© 2022 RH2 Engineering, Inc.
Work under other contracts will occur concurrently with this project. The Contractor
shall incorporate the schedules of the other work. Work by others includes:
x SCADA programming and testing: 2 weeks.
1.75.16.20 Testing
[CSI 01 75 16 20]
The Contractor may periodically request preliminary testing for items that must be covered or
tested before other work can proceed. In these cases, do not cover up or test the work 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. All necessary equipment shall be set up and the work given a
preliminary test so that defects may be discovered and repaired prior to calling out the Owner
to witness the test.
Final testing consists of individual tests and checks made on equipment intended to provide
proof of performance, operation, and control in the presence of the Owner. Assure proper
alignment, size, condition, capability, strength, 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 in 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 shall be as necessary to show proper system operation. During testing, the
Contractor shall correct any defective work discovered. Startup shall not begin until all tests
required by these specifications have been completed and approved by the Owner.
Not less than five 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 at no additional cost if said representatives are identified
in these specifications.
Qualified product representatives to be on site for the following equipment, at a minimum:
x Pumps and motors
x Pilot-operated hydraulic control valves
x Generator
x Motor Control Centers
Additional representatives required may be identified elsewhere in these specifications.
1.75.16.22 Scheduling of Owner Review for Testing
[CSI 01 75 16 22]
See Division 1.75.16.10 for scheduling and notification requirements.
City of Renton Winter 2023
West Hill Booster Pump Station Improvements Division 1
1-21
J:\Data\REN\21-0234\30 Specs\1 General.docx 11/23/22 4:34 AM
© 2022 RH2 Engineering, Inc.
The Contractor shall provide notification three working days and two working hours (to
confirm readiness) of the scheduled test(s) to the Owner confirming that the Contractor has
successfully completed all preliminary testing and that all equipment, tools, materials, labor,
subcontractors, manufacturer’s representatives, and all other items required for witnessed
testing are available and fully functional. Failure to provide advance notification and
confirmation or meet any of the testing requirements will constitute a failed test.
A detailed testing schedule shall be provided by the Contractor and updated as needed to be
at least 72 hours ahead of actual testing. If testing requires downtime in order to perform
repairs due to failed test, the Contractor shall pay the Owner in the amount of $200 per hour
per Owner Representative on site (minimum of $400 per scheduled visit) for downtime lasting
longer than 2-hours required to complete repairs to verify the complete construction is ready
for startup and operation. This amount will be deducted from the appropriate bid item that
relates to the finished construction and documented by the Owner at their discretion. The
Contractor must have all systems pre-tested prior to calling the Owner for formal testing.
Schedule shall include control system testing starting on Mondays or Tuesdays so that the
remainder of the week can be used to identify the stability of the control system for the
SCADA system and pump station. Control system testing shall not start on a Thursday, Friday,
or the day before an Owner recognized holiday.
1.75.16.32 Pump Testing
[CSI 01 75 16 32 or 33 08 00]
See the applicable pump sections of these specifications for pump testing requirements.
1.75.16.40 Electrical and Control Systems Testing
[CSI 01 75 16 40 or 25 08 00 or 26 08 00]
See also the applicable electrical sections for electrical system testing.
See also the applicable automation sections for automatic control system testing.
The following is a list of components that shall be tested prior to project completion. This list
is intended as a general guide and is not necessarily complete:
xx Pressure sensors and alarms
x Flow sensors and alarms
x Temperature sensors and alarms
x Smoke alarms
x Intrusion sensors and alarms
x Motion sensors
x HVAC controls
x Local control
x Automatic control
City of Renton Winter 2023
West Hill Booster Pump Station Improvements Division 1
1-22
J:\Data\REN\21-0234\30 Specs\1 General.docx 11/23/22 4:34 AM
© 2022 RH2 Engineering, Inc.
xx Variable speed drives
1.78 Closeout Submittals
[CSI 01 78 00]
1.78.23 Operation and Maintenance Data
[CSI 01 78 23]
Failure to provide acceptable final documentation including operation and maintenance
(O&M) manuals and as-built drawings may result in non-payment of the appropriate bid item
in the schedule of prices.
See also the Automatic Controls section for additional requirements for automatic control
systems manuals. Detailed requirements for specific equipment and systems may also be
included in their respective specification sections.
Remove and preserve all tags and instructions that come packaged with or attached to
equipment. Deliver all such documents to the Owner bound in a three-ring binder or with the
O&M Manual. Insert documents in sleeves if they cannot be punched. Scan all such
documents to Adobe PDF format and provide with the O&M Manual.
Prior to the receipt of payment for more than 90 percent of the work, deliver to the Owner
acceptable manufacturer’s instructions covering equipment and systems O&M procedures, for
coatings furnished under this contract, and any additional items indicated by the Owner.
The operating and maintenance instructions shall include, as a minimum, the following data
for each coating and equipment item:
Products
A. 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.
City of Renton Winter 2023
West Hill Booster Pump Station Improvements Division 1
1-23
J:\Data\REN\21-0234\30 Specs\1 General.docx 11/23/22 4:34 AM
© 2022 RH2 Engineering, Inc.
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 USB flash drive or DVDs utilized in the manufacturer’s instruction program.
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 operations and maintenance manuals shall be in PDF electronic file format. The PDF files
shall be based upon the following types of sources: original PDF files from the manufacturers
and / or PDF files created directly from other electronic file formats such as .doc, .docx, .xls,
.xlsx, or .dwg but not image formats such as .jpg or .TIF. The use of image formats may be
approved, but on a case by case basis. In general, scanning hardcopies into PDF files is not
acceptable. Doing so may be approved, but on a case by case basis.
Use standard page sizes which are:
x 8½ inches by 11 inches
x 11 inches by 17 inches
x 22 inches by 34 inches
Manuals shall be assembled and indexed so that information on each coating and piece of
equipment can be readily found.
At the Owner’s discretion, progress payments for more than 90-percent of the total contract
work may not be made until the O&M manual has been delivered and approved by the Owner.
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 1.43.20 for details regarding required warranties for specific components.
City of Renton Winter 2023
West Hill Booster Pump Station Improvements Division 1
1-24
J:\Data\REN\21-0234\30 Specs\1 General.docx 11/23/22 4:34 AM
© 2022 RH2 Engineering, Inc.
1.78.39 Project Record Documents
[CSI 01 78 39]
Prior to receiving final payment for the work, deliver a complete set of “As-Constructed”
records (also called as-built, or record plans) to the Owner. The Owner has sole discretion to
determine if the records provided are legibly and accurately presented and may request
revisions, which shall be provided by the Contractor at no additional cost. Records shall be
made as follows or as approved by the Owner:
xx Yellow markings or highlights = deleted items
x Red markings = new or modified items
Records shall be provided in PDF format.
Provide “as-constructed” 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.
1.79 Demonstration and Training
[CSI 01 79 00]
1.79.10 Training
[CSI 01 79 10]
See the Automatic Control section for automatic control systems training.
At the time that the facility is ready to be put into operation, the Contractor is to conduct an
operation and maintenance training meeting with the Owner to explain in detail the operation
and maintenance requirements of each of the facility’s components. The training meeting shall
not occur on the same days as a startup.
Operation of the facility shall commence immediately after completion of testing, startup, and
training and after satisfactory repairs and adjustments have been made.
1.80 PERFORMANCE REQUIREMENTS
[CSI 01 80 00]
1.81 Facility Performance Requirements
[CSI 01 81 00]
1.81.30 Seismic Restraint and Anchorage
[CSI 01 81 30]
Contractor shall furnish seismic restraint for all architectural components, equipment, tanks,
machinery, piping, valves, conduit, and other mechanical and electrical components. Seismic
restraint shall be designed to meet IBC (ASCE 7 Chapter 13 – “Seismic Design Requirements
City of Renton Winter 2023
West Hill Booster Pump Station Improvements Division 1
1-25
J:\Data\REN\21-0234\30 Specs\1 General.docx 11/23/22 4:34 AM
© 2022 RH2 Engineering, Inc.
for Nonstructural Components”) code requirements. The following design values shall be
used in calculating seismic forces:
Ip = 1.5 Sds = 1.161 Seismic Design Category = D
A complete seismic restraint system shall be provided including struts, straps, bolts, nuts,
washers, etc. as required for secure attachment to foundations, pads, ceilings, floors, and/or
walls.
Contractor shall submit either of the following in accordance with ASCE 7, 13.2.1 for all
components:
1. Project-specific design and documentation prepared and submitted by a registered design
professional.
2. Submittal of the manufacturer’s certification that the component is seismically qualified
by
a. Analysis
b. Testing in accordance with the alternative set forth in ASCE 7, Section 13.2.5.
c. Experience data in accordance with the alternative set forth in ASCE 7, Section 13.2.6.
Special Certifications are required for the following systems for Seismic Design Categories C,
D, E, and F. Systems shall be certified in accordance with ASCE 7, 13.2.2.
1. Mechanical and electrical equipment that must remain operable following the design
earthquake. All mechanical and electrical equipment installed under this project falls under
this category.
2. Components with hazardous contents.
All materials and fabrication shall be as required in these specifications. Contractor shall
submit this information to the Owner for review prior to fabrication and installation.
Install seismic restraints when called for in the contract or recommended by the product
manufacturer. Install in accordance with the manufacturer’s requirements as applicable.
Seismic restraint systems shall be installed so as not to interfere with normal operations and
maintenance of the equipment and other components as shown on the plans. Interference
with normal operations and maintenance shall be as determined by the Owner. Drilled-in
anchors for non-rotating equipment shall be Concrete Anchors unless otherwise specified.
1.81.40 Pressure Ratings
[CSI 01 81 40]
Equipment Type or Function Working
Pressure
Test
Pressure
Suction 70 psi 250 psi
Discharge 215 psi 365 psi
City of Renton Winter 2023
West Hill Booster Pump Station Improvements Division 1
1-26
J:\Data\REN\21-0234\30 Specs\1 General.docx 11/23/22 4:34 AM
© 2022 RH2 Engineering, Inc.
Working Pressure: Manufacturer’s rating of maximum pressure during extended operation.
Test Pressure: Maximum pressure during project specific testing.
1.81.45 Location Designations
[CSI 01 81 45]
The following location designations shall be used except where otherwise noted on the plans:
Dry Locations: Indoor continually dry areas including office, laboratory, blower, and
electrical rooms.
Wet Locations: All locations exposed to the weather, whether under a roof or not, or within
channels, basins or tanks.
Damp Locations: Process areas; areas containing pumps, valves, and major piping; all spaces
wholly or partially underground, or having a wall or ceiling forming part of a channel or tank,
unless otherwise designated on the Plans. Any areas which do not fall within the definitions
for dry, wet, or corrosive shall be considered damp.
Corrosive Locations: Areas where chlorine gas under pressure, sulfuric acid, or liquid
polymer are stored or processed, sewer wetwells and sewer manholes.
Immersed or Submerged Locations: Areas which are periodically, or continuously
submerged in, or contain a liquid.
1.81.50 Materials in Contact with Drinking Water
[CSI 01 81 50]
All devices, components, and materials substantially in contact with potable water shall be
certified by NSF International to comply with NSF/ANSI 61 (leachable materials) and
NSF/ANSI 372 (lead content). Certification of compliance shall be supplied in writing at the
time of the submittal process. See exceptions in WAC 246-290-220(1).
2-1
\\corp.rh2.com\dfs\Projects\Data\REN\21-0234\30 Specs\2 Sitework.docx 11/22/22 10:59 AM
© 2022 RH2 Engineering, Inc.
Division 2
Sitework
2.00 GENERAL
[CSI 32 00 00]
Sections in these specifications titled “Common Work for . . .” shall apply to all following
subsections whether directly referenced or not.
2.05 Common Work for Exterior Improvements
[CSI 32 05 00]
This division covers the work 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:
x Erosion and Sedimentation Control Plan
x Erosion Control Fence Fabric
x Erosion Control Mat
x Shoring Plan and Calculations
x Dump Site Permits
x General Fill
x Structural Fill
x Crushed Surfacing
x Rock; Rip Rap; Quarry Spalls
x Paving
x Hydroseed
x Fencing
x Fertilizers
x Topsoil
x Anti-Desiccant
Other items listed in this section or required by the Owner.
City of Renton Winter 2023
West Hill Booster Pump Station Improvements Division 2
2-2
\\corp.rh2.com\dfs\Projects\Data\REN\21-0234\30 Specs\2 Sitework.docx 11/22/22 10:59 AM
© 2022 RH2 Engineering, Inc.
2.07 Geotechnical Investigations
[CSI 02 32 00]
An exploration of subsurface soil and groundwater conditions at the project site were
performed by RH2 Engineering, Inc. The results of the investigation are included in this
document as an appendix.
2.08 Special Inspections for Earth Work
[CSI 31 08 20]
Part 3 – Execution
Field Quality Control
Special inspections including visual, probing of subgrade, and compaction effort (nuclear
densometer or probe) are required for the following locations:
x Road and parking area fill and native subgrade (visual, probe, and nuclear densometer
testing if found necessary by the Owner)
x Crushed surfacing under roads, parking areas, and structures (visual, probe, and nuclear
densometer testing)
x Native (and fill if any) subgrade of vaults, footings, foundations, and floors (visual and
probe)
Areas where fill (either native or non-native) is being placed shall be tested for compaction
compliance by a special inspector. The Owner will pay for 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 two (2) full working days 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.
2.10 SITE PREPARATION
2.10.2 Clearing and Grubbing
[CSI 31 11 00]
Part 3 - Execution
Construction
Clearing and grubbing shall be performed by the Contractor to remove and dispose of
unwanted debris, vegetative matter, and other items noted on the Plans within the
construction limits and shall conform to Section 2-01 of the WSDOT Standard Specifications.
City of Renton Winter 2023
West Hill Booster Pump Station Improvements Division 2
2-3
\\corp.rh2.com\dfs\Projects\Data\REN\21-0234\30 Specs\2 Sitework.docx 11/22/22 10:59 AM
© 2022 RH2 Engineering, Inc.
Protect trees and tree roots, structures and foundations, utilities, fences, and all other existing
improvements not being removed regardless if shown to be protected on the Plans.
Remove and relocate permanent improvements that are within the construction limits, such
as mailboxes and traffic signs. Locate mailboxes to preserve mail service during construction.
Return facilities to original location, or plan location, at completion of local work.
Do not remove organic material including plants, grasses, trees, and native topsoil unless
directed on the Plans. Where the Contractor is allowed to clear areas to facilitate construction
but is not required to, restore any areas disturbed by construction to existing or better
condition including matching surface restoration with seed, sod, or plantings as shown in
adjacent areas required to be modified by the Plans.
2.10.5 Temporary Access Roads
[CSI 01 55 13]
Part 1 - General
Summary
Provide temporary site access and maintain vehicular site access at all times. Access shall be
of a quality to permit Contractor’s forces and outside inspector’s safe and convenient
ingress/egress. Unless specifically provided for in other bid items, the cost of building and
maintaining construction access shall be incidental with no separate payment. 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
Maintain all construction accesses during construction. The cost of such maintenance is
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 is incidental to the bid price.
Cleaning
Wherever construction vehicle access routes intersect paved roads, make provisions to
minimize the transport of sediment onto the paved road. 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 needed to remove
materials.
If sediment or other debris is transported onto a paved road surface, clean the road thoroughly
by the end of the workday. Remove debris from roads by shoveling or sweeping. Street
washing will be allowed only after debris has been removed in this manner.
City of Renton Winter 2023
West Hill Booster Pump Station Improvements Division 2
2-4
\\corp.rh2.com\dfs\Projects\Data\REN\21-0234\30 Specs\2 Sitework.docx 11/22/22 10:59 AM
© 2022 RH2 Engineering, Inc.
2.11 Earthwork Materials
2.11.1 Common Work for Earthwork Materials
[CSI 31 05 00]
Part 1 - General
Acceptance at Site
Owner will 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 will be paid based on the Owners judgement of percentage completed.
Part 2 - Products
Source Quality Control
All imported fill material shall be free of hydrocarbons (e.g. gasoline, diesel, oil, etc.),
pesticides, herbicides, hazardous volatile organic compounds (VOCs) and synthetic organic
chemicals (SOCs). Provide certification to the Owner that the fill is free of these chemicals.
2.11.2 General Fill
[CSI 31 23 23.51]
Part 1 – General
Summary
All fill not specifically defined as another type shall be “General Fill”.
References
Section 9-03.14(3) Common Borrow of the WSDOT Standard Specifications.
Part 2 – Products
Components
General fill shall be soil free of organics, debris, and other deleterious materials, with no
individual particles having a maximum dimension larger than 5 inches. The moisture content
of the material and weather conditions at the time of placement will be used to determine the
suitability of native materials for backfill as general fill.
Part 3 – Execution
Installation/Construction
Compact general fill in uniform layers not exceeding 12 inches in loose thickness and to at
least 90 percent maximum dry density based on the ASTM D-1557 (modified) test procedure
or 95 percent maximum dry density based on the ASTM D-698 (standard) test procedure.
City of Renton Winter 2023
West Hill Booster Pump Station Improvements Division 2
2-5
\\corp.rh2.com\dfs\Projects\Data\REN\21-0234\30 Specs\2 Sitework.docx 11/22/22 10:59 AM
© 2022 RH2 Engineering, Inc.
2.11.3 Structural Fill
[CSI 31 23 23.52]
Part 1 – General
Summary
All fill placed below 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. Take particular care to maintain the integrity of the design
by using structural fill where shown.
References
Where free draining material for structural fill is required as indicated on the Plans or needed
to maintain compaction in adverse weather conditions, it shall conform with Section 9-
03.14(1), “Gravel Borrow” of the WSDOT Standard Specifications.
Structural fill for foundation subgrades, or where free drainage is not required through the
structural fill shall conform with 9-03.14(2) “Select Borrow” of the WSDOT Standard
Specifications.
Part 2 – Products
Components
When structural fill will be used around pipes, 100-percent of the material shall pass a 1-inch
sieve.
Structural fill shall be soil free of organics, debris, and other deleterious materials. Native on-
site materials shall not be used as structural fill.
Part 3 – Execution
Installation/Construction
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 or 98 percent of its
maximum dry density based on the ASTM D-698 (standard) test procedure.
2.11.7 Gravel Base Course
[CSI 32 11 23.10]
Part 1 – General
Summary
All fill placed directly under and against paving, foundations, and structures shall be “Gravel
Base Course” unless otherwise called out on the Plans.
City of Renton Winter 2023
West Hill Booster Pump Station Improvements Division 2
2-6
\\corp.rh2.com\dfs\Projects\Data\REN\21-0234\30 Specs\2 Sitework.docx 11/22/22 10:59 AM
© 2022 RH2 Engineering, Inc.
References
Aggregate for gravel base course under structures, and foundations shall conform to Section
9-03.10 Aggregate for Gravel Base or 9-03.9(3) Crushed Surfacing Base Course of the
WSDOT Standard Specifications.
Aggregate for gravel base course under roadways, paved areas, sidewalks, and for gravel areas
shall conform to Section 9-03.9(3) Crushed Surfacing Base Course of the WSDOT Standard
Specifications.
2.11.8 Gravel Top Course
[CSI 32 11 23.11]
Part 1 – General
Summary
Gravel travelled surfaces shown on the Plans shall be “Gravel Top Course”. Gravel top course
may also be required directly under paving by the road jurisdiction or if shown on the plans.
References
Aggregate for gravel top course shall conform to Section 9-03.9(3) Crushed Surfacing Top
Course and Keystone of the WSDOT Standard Specifications.
2.11.20 Geotextile Fabric
[CSI 31 32 19.16 or 31 34 19.16]
Part 1 – General
Delivery, Storage, and Handling
Ship, store, place, overlap, and secure fabric based on manufacturer requirements.
Part 2 – Products
Materials
Chose geotextile fabric to meet the requirements based on place and purpose of use.
Geotextile fabric called out on the Plans to separate drain rock or French drains from
surrounding soils shall be equal to Tencate Mirafi 140N.
Geotextile fabric placed between quarry spalls and fill to separate soil fines shall be equal to
Tencate Mirafi 160N.
Geotextile fabric called out to drain behind a wall without the use of drain rock shall be equal
to Tencate Mirafi G100W.
Geotextile fabric for embankment stabilization shall be equal to Mirafi Miramat TM8.
Geotextile fabric placed below crushed rock in road subgrade shall be equal to Tencate Mirafi
500X.
City of Renton Winter 2023
West Hill Booster Pump Station Improvements Division 2
2-7
\\corp.rh2.com\dfs\Projects\Data\REN\21-0234\30 Specs\2 Sitework.docx 11/22/22 10:59 AM
© 2022 RH2 Engineering, Inc.
Other locations may require a specialized geotextile fabric and if so shall either be identified
in the Plans or geotechnical report.
2.12 Road Surfacing
[CSI 32 10 00]
2.12.3 Hot Mix Asphalt (HMA) / Asphalt Concrete Pavement
(ACP)
[CSI 32 12 16]
Part 1 – General
References
HMA used for road paving and patching shall comply with Section 5-04 of the WSDOT
Standard Specifications for HMA Class ½-inch. HMA used for driveways and parking lots
shall be HMA Class ½-inch PG 64-22. Furnish, place, spread, and compact to the thickness
shown on the Plans.
2.13 Tree and Shrub Preservation
[CSI 32 01 90.33]
Part 1 - General
Warranty
Trees or shrubs to be protected that become damaged or die within one year of acceptance
shall be remedied or replaced by the Contractor at the discretion of the Owner with plants of
the same species and size.
Part 3 – Execution
Installation/Construction
Individual trees and areas shown to remain shall be protected by high visibility construction
fence.
Install silt and high visibility fencing before site preparation, grading and clearing and grubbing
operations. Under no circumstances shall the Contractor, for convenience, or ease of
construction, or any other reason not approved by the Owner, remove existing trees that are
not designated to be removed.
No work may commence until protective fencing is in place and approved by Owner’s
Representative. Prior to installation, stake the location of protection fencing for approval by
the Owner. Location stakes or marking shall be placed not greater than 20 (twenty) feet on
center.
Fencing shall be constructed and located to protect vegetation from physical or chemical
damage, flame, smoke, heat, and damage to, or compaction of roots.
City of Renton Winter 2023
West Hill Booster Pump Station Improvements Division 2
2-8
\\corp.rh2.com\dfs\Projects\Data\REN\21-0234\30 Specs\2 Sitework.docx 11/22/22 10:59 AM
© 2022 RH2 Engineering, Inc.
Construction access, vehicle or equipment parking, material storage or material disposal will
not be allowed within drip lines of existing trees to remain.
Excavate within drip line of trees only where shown. Where trenching for utilities is required
within drip line, tunnel under or around roots by methods that do not tear or compromise the
health of the roots. Do not cut main lateral roots or tap roots.
Where pruning is shown on the plans, or allowed by the Owner, cut branches with sharp and
clean pruning instruments and do not break or chop. Prune flush with trunk surface.
Field Quality Control
The Contractor shall notify the Owner prior to cutting roots over 4 inches in diameter. Treat
cut roots over 1-inch in diameter and cut branches 2-inch and larger with asphaltic pruning
paint.
2.13.3 Selective Tree and Shrub Removal
[CSI 31 13 13]
Part 3 – Execution
Installation/Construction
Trees and shrubs which are to be removed and disposed of according to all applicable laws
and regulations as indicated on Plans shall be removed completely including roots, stumps,
branches, and stems, or as directed by Owner unless shown otherwise on the Plans.
2.20 EARTH MOVING
[CSI 31 20 00]
2.23 Excavation
[CSI 31 23 16]
Part 1 – General
Summary
Excavate as necessary to construct the improvements shown.
Part 2 – Products
Materials
Remove all excavated material from the project site unless approved as backfill 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 excavated material unsuitable for backfill
requiring the material to be removed from the project site.
City of Renton Winter 2023
West Hill Booster Pump Station Improvements Division 2
2-9
\\corp.rh2.com\dfs\Projects\Data\REN\21-0234\30 Specs\2 Sitework.docx 11/22/22 10:59 AM
© 2022 RH2 Engineering, Inc.
Part 3 – Execution
Installation/Construction
Excavation includes 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. Excavation includes utility excavation, structural
excavation, and grading excavation.
Perform utility excavation to the depths necessary to complete the utility work shown.
Perform structural excavation to the limits shown and established by the Owner. Extend the
base of the excavation laterally a minimum of 2 feet beyond the structure unless specified
otherwise on Plans.
Excavated material may be stockpiled on-site as space allows. Temporary stockpiling of
excavated material will not be permitted outside the construction limits at any time.
Examination
The Owner will evaluate the base of the excavation 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
Perform excavation required by the Owner that is beyond the depth shown, per the direction
of the Owner. The Contractor will be reimbursed for additional excavation as specified in
Division 18, “Measurement and Payment” or by force account if not specified.
2.25 Temporary Erosion and Sedimentation Control
[CSI 01 57 13]
2.25.4 Temporary Storm Water Pollution Control
[CSI 01 57 23]
Part 3 – Execution
Field Quality Control
The Contractor shall be responsible for meeting all construction stormwater discharge water
quality requirements including State of Washington (WAC 173-220-020), City of Renton
Surface Water Design Manual requirements regardless of weather conditions.
If the project is fined by the permitting authority, that fine shall be paid by the Contractor at
no additional cost to the Owner.
City of Renton Winter 2023
West Hill Booster Pump Station Improvements Division 2
2-10
\\corp.rh2.com\dfs\Projects\Data\REN\21-0234\30 Specs\2 Sitework.docx 11/22/22 10:59 AM
© 2022 RH2 Engineering, Inc.
2.30 SITE IMPROVEMENTS
[CSI 32 30 00]
2.31 Fencing and Gates
[CSI 32 31 00]
2.31.1 Common Work for Fencing
[CSI 32 31 05]
Part 1 – General
Related Sections
x Division 1.16 Locks and Keys
x Division 3 Concrete
x Division 10.14.23 Panel Signage
x Division 11.40.2 Man Access Gate
Part 3 – Execution
Preparation
Clear the area along the fence path, remove surface irregularities and grade earth smooth and
continuous prior to fence installation.
2.31.2 Temporary Construction Security Fence
[CSI 01 56 26]
Part 1 – General
Related Sections
x Division 10.14.23 Panel Signage
Part 2 – Products
Materials
Provide warning signage at the site entrance for the duration of the project. Sign(s) to be no
smaller than 2-feet square with language of (or similar) “Construction Site, No Trespassing”.
Chain link shall be 13-gauge minimum. Top and bottom wire shall be used for fencing with
posts directly driven into the ground. Top and bottom rail shall be used for modular fencing
using concrete block bases.
Provide padlocks for all gates and least two keys to the Owner.
City of Renton Winter 2023
West Hill Booster Pump Station Improvements Division 2
2-11
\\corp.rh2.com\dfs\Projects\Data\REN\21-0234\30 Specs\2 Sitework.docx 11/22/22 10:59 AM
© 2022 RH2 Engineering, Inc.
Part 3 – Execution
Installation/Construction
Provide a 6-feet tall temporary construction fence surrounding the construction site. Space
fence posts at a maximum of 12 feet on center. Maintain fence during construction and secure
fence after each workday. Install posts securely directly into the ground or set in temporary
concrete base blocks. Attach chain link securely to the fence posts. The construction fence
may be used in combination with the permanent fence provided that the fence is continuous
around the site perimeter.
Clearing limit identification fencing shall not be considered a Temporary Construction
Security Fence.
2.31.3 Chainlink Fence
[CSI 32 31 13]
Part 1- General
Summary
This section describes the requirements for the chainlink fence located as shown and detailed
on the Plans and these specifications.
Related Sections
x Division 2.31.1 Common Work for Fences
x Division 3.31.30 Fence Posts
References
Chainlink Fence Manufacturers Institute Product Manual Specifications
WSDOT Standard Specifications Section 8-12
ASTM F626, A392, A817, F668, F1043, F1083, A121, F567
Submittals
Galvanizing information, steel quality standards, hardware quality standards.
Dimensional drawings including details, finishes, accessories and foundations.
Color coating samples if option is chosen by the Owner.
Part 2 - Products
Materials
Obtain chain link fences and gates, including accessories, fittings, and fastenings, from a single
source.
Chain-Link (woven wire fabric) fencing shall be commercial grade, as detailed on the Plans
and in accordance with Section 8-12 of the WSDOT Standard Specifications except as
modified herein.
City of Renton Winter 2023
West Hill Booster Pump Station Improvements Division 2
2-12
\\corp.rh2.com\dfs\Projects\Data\REN\21-0234\30 Specs\2 Sitework.docx 11/22/22 10:59 AM
© 2022 RH2 Engineering, Inc.
Components
Fence Fabric: Polymer coated galvanized wire: ASTM F668 class 2b, fused and adhered.
Size: Helically wound and woven to height of as indicated on drawings with 2-inch diamond
mesh and core wire gauge of 9. Polymer coating gauge of 8, if required, shall not be included
in the wire size measurement.
Selvage of fabric: knuckled at top and twisted at bottom unless noted otherwise on the Plans.
Steel Fence Framework: Steel pipe - Type I: ASTM F1043 Group IC; minimum yield strength
of 50,000 psi. Outside diameter (OD) sizes as shown on the Plans. Type B external coating,
hot dip galvanized zinc 0.9 oz/ ft² with a clear polymeric overcoat, Type D interior 90% zinc-
rich coating having a minimum thickness of 0.30 mils.
Steel Fence Framework Coating: Polymer coated pipe shall have a PVC or polyester coating
fused and adhered to the exterior zinc coating of the galvanized pipe in accordance with ASTM
F1043; minimum thickness of the PVC coating shall be 10-mils, for polyester 3 mils.
Accessories
Chain link fence accessories per ASTM F626 Provide items required to complete fence system.
Galvanize each ferrous metal item and finish to match framing.
Post caps: Formed steel weather tight closure cap for pipe posts. Provide one cap for each
post. Cap to have provision for barbed wire when necessary.
Top rail and rail ends: Pressed steel per ASTM F626, for connection of rail and brace to
terminal posts.
Top rail sleeves: 6-inch (178 mm) expansion sleeve with a minimum 0.137-inch wire diameter
and 1.80-inch length spring, allowing for expansion and contraction of top rail.
Wire ties: 9-gauge galvanized steel wire for attachment of fabric to line posts. Thirteen gauge
for rails and braces.
Brace and tension (stretcher bar) bands: Pressed steel, minimum 300-degree profile curvature
for secure fence post attachment.
Tension (stretcher) bars: One piece lengths equal to 2 inches less than full height of fabric
with a minimum cross-section of 3/16 inch by ¾-inch. Provide tension (stretcher) bars where
chain link fabric meets terminal posts.
Tension wire (used when top rails are not required): Polymer Steel Tension Wire ASTM F1664
class 2B, fused and adhered, 6 gauge, with tensile strength of 75,000 psi. Hog ties are
permissible.
Tie rod, truss rods, and tightener: Steel rods with minimum diameter of ⅜-inch. Capable of
withstanding a tension of minimum 2,000 lbs.
Barbed wire: ASTM A121 Class 3, zinc coated steel wire double-strand, 14 gauge twisted line
wire with galvanized steel, 4 point barbs spaced approximately 5 inches on center.
Barbed wire supporting arms: Pressed steel arms with provisions for attaching three rows of
barbed wire. Arms shall withstand 250 lb. downward pull at the outermost end of arm without
City of Renton Winter 2023
West Hill Booster Pump Station Improvements Division 2
2-13
\\corp.rh2.com\dfs\Projects\Data\REN\21-0234\30 Specs\2 Sitework.docx 11/22/22 10:59 AM
© 2022 RH2 Engineering, Inc.
failure. Provide three strands single arm. Provide intermediate arms with hole for passage of
top rail.
Nuts and bolts to be galvanized.
Privacy Slats: FIN/SLAT “1000” self-locking slats. All slats are manufactured from a
combination of color pigments, quality high density virgin polyethylene with ultraviolet
inhibitors.
Finishes
Colors shall be available for owner selection including dark green, olive green, brown, and
black in compliance with ASTM F934. All fence components shall be coated including mesh,
posts, caps, clips, and rails.
Fabrication
Fence frames that require welding shall be hot dipped galvanized in the shop unless approved
otherwise by the Owner.
Part 3 - Execution
Installers
Installers shall have a minimum of two years of experience. References from three previous
projects shall be submitted for review during shop drawing submittal.
Examination
Verify areas to receive fencing are completed to final grades and elevations.
Ensure property lines and legal boundaries of work are clearly established.
Perform complete utility locates within the areas of fencing to verify conflicting utilities. Fence
posts may require adjustment to avoid utilities by a minimum of 2-feet.
Installation/Construction
Chainlink Fence Framing Installation:
A. Install chain link fence in accordance with ASTM F567 and manufacturer’s instructions.
B. Locate terminal post at each fence termination and change in horizontal or vertical
direction of 30 degrees or more.
C. Space line posts uniformly at 10-feet on center maximum and to avoid utilities by 2-feet
minimum.
D. Concrete set terminal and gate posts: Drill holes in firm, undisturbed or compacted soil.
Trowel finish around post. Slope to direct water away from posts. Footings shall be sized
per schedule on the Plans.
E. Check each post for vertical and top alignment and maintain in position during placement
and finishing operations.
City of Renton Winter 2023
West Hill Booster Pump Station Improvements Division 2
2-14
\\corp.rh2.com\dfs\Projects\Data\REN\21-0234\30 Specs\2 Sitework.docx 11/22/22 10:59 AM
© 2022 RH2 Engineering, Inc.
F. Bracing: Install horizontal pipe brace at mid-height for fences 8-feet tall and over, on each
side of terminal posts. Firmly attach with fittings. Install diagonal truss rods at these points.
Adjust truss rod, ensuring posts remain plumb.
G. Tension wire: If shown on the Plans, install tension wire before stretching fabric and attach
to each post with ties. Secure tension wire to fabric with 12½ gauge hog rings 24 inches
O.C.
H. Top rail: If shown on the Plans, install lengths, 21-feet. Connect joints with sleeves for
rigid connections for expansion/contraction.
I. Brace Rails for fabric height 7-feet and over. Install brace rails between terminal posts and
adjacent line posts with fittings and accessories. Install brace rails at each gate post and
each corner post with angle change exceeding 30 degrees.
J. Bottom Rails: If shown on the Plans install bottom rails between posts with fittings and
accessories.
Chain Link Fabric Installation
A. Fabric: Install fabric on side facing outward from site and attach so that fabric remains in
tension after pulling force is released. Leave no more than 3-inches between finish grade
and bottom selvage. Attach fabric with wire ties to line posts and tension wire at 15-inches
on center and to rails and horizontal braces at 24-inches on center.
B. Tension (stretcher) bars: Pull fabric taut; thread tension bar through fabric and attach to
terminal posts with bands or clips spaced maximum of 15-inches on center. Hog ties are
allowed.
Accessories
A. Tie wires: Bend ends of wire to minimize hazard to persons and clothing.
B. Fasteners: Install nuts on side of fence opposite fabric side for added security.
C. Slats: Install slats in accordance with manufacturer’s instructions.
2.50 EXCAVATION SUPPORT AND PROTECTION
[CSI 31 50 00]
2.51 Contractor Designed Shoring
[CSI 31 50 10]
Part 1 - General
Summary
Where shoring, sheet piling, sheeting, bracing, lagging, or other supports are necessary to
prevent cave-ins or damage to existing structures, it is the responsibility of the Contractor to
design, furnish, place, maintain, and remove supports in accordance with applicable laws,
codes, and safety requirements.
City of Renton Winter 2023
West Hill Booster Pump Station Improvements Division 2
2-15
\\corp.rh2.com\dfs\Projects\Data\REN\21-0234\30 Specs\2 Sitework.docx 11/22/22 10:59 AM
© 2022 RH2 Engineering, Inc.
References
Chapter 296-155 of WAC, “Safety Standards for Construction Work, Part N, Excavation,
Trenching, and Shoring”.
OSHA
Quality Assurance
Where the Contractor is required to provide the shoring design, it shall be prepared by a
competent person as defined by WAC 296-155-650. Before beginning any excavation that is
governed by the shoring requirements, the Contractor shall submit their stamped shoring plan
and calculations to the Owner for approval. The stamp must be present on all Plans and
calculations, and all submittals must be approved by the Owner prior to starting work.
Part 3 - Execution
Installation/Construction
Design, planning, installation, and removal of sheeting, shoring, sheet piling, lagging, and
bracing shall maintain the undisturbed state of soil below and adjacent to excavation.
2.60 CONTAMINATED & WASTE MATERIALS HANDLING
2.60.2 Waste Material Control
[CSI 01 74 19]
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.
Follow all requirements and guidelines of the Puget Sound Air Pollution Control Agency
(PSAPCA) and other associated agencies.
Part 3 – Execution
Installation/Construction
The Contractor shall take precautions to warn, protect, and prevent the public from all hazards
that exist on site due to demolition or construction operations. Surround stockpiled debris
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. Collect and clean surface water runoff that is contaminated with site
debris, silt, or other material that adversely affects water quality prior to discharge. On-site
collection ponds may not be used to keep silt laden water from entering the storm water
collection system.
City of Renton Winter 2023
West Hill Booster Pump Station Improvements Division 2
2-16
\\corp.rh2.com\dfs\Projects\Data\REN\21-0234\30 Specs\2 Sitework.docx 11/22/22 10:59 AM
© 2022 RH2 Engineering, Inc.
Do not use water to control dust when its use may create hazardous or objectionable
conditions such as ice formation, flooding, or pollution.
Minimize the amount of dust and other airborne particles caused by any demolition,
excavation, stockpiling, or removal activities. Implement dust control measures 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. Remove water runoff accumulation from the site prior to project completion.
Cleaning
Keep the construction area clean and orderly. 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, roofing
splashes, or other marks or defects. Upon completion, restore site and 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
[CSI 02 61 40]
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 Owner’s
representative. Spills shall be monitored, contained, and cleaned up to applicable codes at the
Contractor’s expense.
2.90 LANDSCAPING
[CSI 32 90 00]
2.90.1 Common Work for Landscaping
[CSI 32 90 05]
Part 1 – General
Submittals
In addition to Division 2.05, provide the following information.
x Composition of compost.
x Written maintenance instructions recommending proper procedures for maintenance
of plant materials.
City of Renton Winter 2023
West Hill Booster Pump Station Improvements Division 2
2-17
\\corp.rh2.com\dfs\Projects\Data\REN\21-0234\30 Specs\2 Sitework.docx 11/22/22 10:59 AM
© 2022 RH2 Engineering, Inc.
x Top Soil - Submit the data for topsoil to be used as determined by an approved
testing lab. Data shall include percentage of organic content as determined by
incineration process and recommendations on type and quality of additives required
to establish satisfactory pH factor, organic content, and supply of nutrients to bring
the soil to a satisfactory level for planting.
x Nursery Material Plant Lists with quantities and sizes (pot volume and/or tree
height)
x Planting schedule, indicating approximate planting date.
Delivery, Storage, and Handling
Deliver fertilizers in original, unopened and undamaged containers that list weight, analysis.
and name of manufacturer. Store in such a manner as to prevent wetting and deterioration.
Take all precautions customary in good trade practice in preparing plants for transplanting.
Spray deciduous plants in foliage with an approved “Anti-Desiccant” immediately after
digging to prevent dehydration. Dig, pack, transport, and handle plants with care to ensure
protection against injury. If plants cannot be planted immediately upon delivery, properly
protect them with soil, wet peat moss, or in a manner acceptable to the Owner. Water plantings
as necessary to keep them alive and in healthy condition. Provide dry, loose topsoil for planting
bed mixes.
Project/Site Conditions
Prevent damage to existing features, pavement, utility lines, areas to receive planting and other
features remaining as part of final landscaping and/or site improvements.
Quality Assurance
The Contractor, with the approval of the Owner will select a qualified testing laboratory to
test and inspect operations under this Section at the Contractor’s expense. Notify testing
laboratory of times for inspections.
Notify Owner if any undesirable conditions are met during construction so that supplemental
recommendations can be made.
Comply with sizing and grading standards of the latest edition of “American Standard for
Nursery Stock.” A plant shall be dimensioned as it stands in its natural position.
Warranty
Warrant trees, shrubs and ground cover for the period as stated in the Warranty section of
Division 1 against defects including death and unsatisfactory growth, except for defects
resulting from negligence by Owner, abuse or damage by others or unusual phenomena or
incidents beyond the Contractor’s control.
Replace, in size and kind and in accordance with the Plans and Specifications, all plants that
are dead or, as determined by the Owner, in an unhealthy or unsightly condition, or have lost
their natural shape due to dead branches or other causes due to the Contractor's negligence.
Such replacement(s) will be at Contractor’s expense.
City of Renton Winter 2023
West Hill Booster Pump Station Improvements Division 2
2-18
\\corp.rh2.com\dfs\Projects\Data\REN\21-0234\30 Specs\2 Sitework.docx 11/22/22 10:59 AM
© 2022 RH2 Engineering, Inc.
Warranty shall not include damage or loss of trees, plants, or ground covers caused by fires,
unusual floods, freezing rains, lightning storms, sustained winds over 75 miles per hour, or
other catastrophic “Acts of God”. Winter kill caused by extreme cold and severe winter
conditions not typical of planting area, unanticipated acts of vandalism or negligence on the
part of the Owner and damage caused by wildlife, shall not be covered under this warranty.
Maintenance
The plant establishment period is 365 days.
Maintenance of landscaping installed as part of this contract is fully the responsibility of the
Contractor during the plant establishment period.
During the plant establishment period, it shall be the Contractor’s responsibility to ensure the
continued growth of all plant materials. This care shall include, but not be limited to, the
following: labor and materials necessary for removal of foreign materials, weeds, dead or
rejected plant materials and lawn; the replacement of all unsatisfactory plant materials planted
under this Contract in kind and size; and fertilizing to maintain a healthy growing condition
and visually pleasing site.
Water trees, plants, and groundcover within the first 24 hours of initial planting, and in
sufficient amounts thereafter to keep plant materials in a healthy growing condition.
Provide maintenance reports to Owner’s Authorized Representative monthly, indicating
procedures, fertilizing, defective material, etc.
Part 2 – Products
Materials
A complete list of plants, including a schedule of sizes, quantities and other requirements is
shown on the Plans. If quantity discrepancies or material omissions occur in the plant materials
list, the planting Plans shall govern.
All plants shall be nursery grown under climatic conditions similar to those in the project locale
for a minimum of 2 years or transplanted from on-site. All potted plants shall be grown in the
containers in which they are sold for a minimum of one year.
Stock furnished shall be at least the minimum size indicated. Larger stock is acceptable, at no
additional cost, providing that the larger plants will not be cut back to size indicated. Provide
plants indicated by two measurements so that only a maximum of 25 percent are of the
minimum size indicated and 75 percent are of the maximum size indicated.
Part 3 – Execution
Examination
Examine proposed planting areas and conditions of installation. Do not start planting work
until unsatisfactory conditions are corrected and approved by the Owner’s Authorized
Representative.
Notify Owner’s Authorized Representative at least 7 working days prior to installation of plant
material.
City of Renton Winter 2023
West Hill Booster Pump Station Improvements Division 2
2-19
\\corp.rh2.com\dfs\Projects\Data\REN\21-0234\30 Specs\2 Sitework.docx 11/22/22 10:59 AM
© 2022 RH2 Engineering, Inc.
The Owner will make final inspection to determine acceptance of planted areas, upon
Contractor’s request. Provide notification at least 10 working days before requested inspection
date. Planted areas will be accepted, provided all requirements, including maintenance, have
been complied with and plant materials are alive and in a healthy, vigorous condition after
final acceptance of the project.
Upon one year after Substantial Completion, the Owner will assume plant maintenance.
Installation
All areas with landscape plants (not including sod/grass/hydroseed areas) shall be covered
with weed barrier fabric to a minimum width of 2 feet past all plants. See section 2.90.20. Cut
holes for plantings just large enough to accommodate growth. Place drip lines on top of fabric.
Repair/Restoration
Replace all dead plant materials within thirty (30) days of discovery.
Re-set settled plants to proper grade and position. Restore planting saucer and adjacent
material and remove dead material.
Tighten and repair guy wires and stakes as required.
Correct defective work as soon as possible after deficiencies become apparent and weather
and season permit.
Field Quality Control
Provide plant material record Plans legibly recording actual construction indicating horizontal
and vertical locations, referenced to permanent surface improvements. Identify field changes
of dimension and detail any changes.
Cleaning
During landscape work, keep adjacent areas clean and work area in an orderly condition.
Perform cleaning during installation of the work and upon completion of the work. Remove
from site all excess materials, soil, debris, and equipment as instructed by Owner. Repair
damage resulting from planting operations.
Remove temporary irrigation systems when no longer needed and approval by the Owner.
2.90.2 Landscape Grading
[CSI 32 91 19]
Part 3 – Execution
Installation/Construction
Perform fine grading within Contract limits, including adjacent transition areas, to new
elevations, levels, profiles and contours indicated. Provide subgrade surfaces parallel to
finished surface grades, unless specified otherwise. Provide uniform levels and slopes between
new elevations and existing grades. All fills required to achieve subgrades shall be compacted
per requirements of the fill type as noted above. For landscaping areas, all fill shall be
City of Renton Winter 2023
West Hill Booster Pump Station Improvements Division 2
2-20
\\corp.rh2.com\dfs\Projects\Data\REN\21-0234\30 Specs\2 Sitework.docx 11/22/22 10:59 AM
© 2022 RH2 Engineering, Inc.
compacted between 80 to 85 percent of modified proctor (ASTM D-1557) unless noted
otherwise on the Plans.
Perform grading, within branch spread of existing trees scheduled to remain, by hand methods
to elevations indicated. Cut roots cleanly to depth 3 inches below proposed finish grade. Treat
cut roots over 1-inch in diameter with asphaltic pruning paint.
2.90.3 Soil Amendments
2.90.3.1 Commercial Fertilizer
[CSI 32 93 10]
Part 2 – Products
Materials
Each tree and shrub shall receive “AgSafe Tabs” (or equal). Plant tablets at the time of planting
at the following rate:
Plant Size Tablet Size No. of Tablets
Gallon 10 gram 1-2
Gallon 21 gram 2-3
Cal. Inch of tree 21 gram 2 per inch
Height of tree 21 gram 2 per foot of height
For application to tree/shrub/groundcover beds three months after initial planting:
Provide fertilizer with not less than 18-percent total nitrogen, 8-percent available phosphoric
acid and 9-percent total potash.
P and K to come from Controlled Release Polymer Coated-based nitrates.
2.90.3.3 Mulch
[CSI 32 91 13.16]
Part 2 – Products
Materials
Mulch for slopes less than 2H:1V: Shredded plant waste as described above or commercially
available straw. Straw shall not include Reed Canary grass.
Mulch for slopes 2H:1V or steeper: Nutramulch compost or approved equal. Mulch shall meet
the minimum MUM Standards established by the Washington State Department of Ecology
per WAC 175-304-300 and 400.
Part 3 – Execution
Installation
Plant Waste or Straw: Spread to a uniform thickness of 2-inches in thickness unless otherwise
shown on the Plans. Blend into the soil.
City of Renton Winter 2023
West Hill Booster Pump Station Improvements Division 2
2-21
\\corp.rh2.com\dfs\Projects\Data\REN\21-0234\30 Specs\2 Sitework.docx 11/22/22 10:59 AM
© 2022 RH2 Engineering, Inc.
Nutramulch: Premix with soil at 1/3 mulch to 2/3 soil ratio for 3-inch depth or apply 1.5-inch
depth and till into the soil.
2.90.3.4 Mulch and Amendments - Post-Construction Soil
Quality and Depth (Source: 2019 Stormwater Management
Manual for Western Washington)
[CSI 32 91 13.16]
Part 1 – General
Soil Retention
Retain, in an undisturbed state, the duff layer and native topsoil to the maximum extent
practicable. In any areas requiring grading, remove and stockpile the duff layer and topsoil on
site in a designated, controlled area, not adjacent to public resources and critical areas, to be
reapplied to other portions of the site where feasible.
Soil Quality
All areas subject to clearing and grading that have not been covered by impervious surface,
incorporated into a drainage facility or engineered as structural fill or slope shall, at project
completion, demonstrate the following:
1) A topsoil layer with a minimum organic matter content of 10% dry weight in planting
beds, and 5% organic matter content in turf areas, and a pH from 6.0 to 8.0 or matching
the pH of the undisturbed soil. The topsoil layer shall have a minimum depth of eight
inches except where tree roots limit the depth of incorporation of amendments needed
to meet the criteria. Subsoils below the topsoil layer should be scarified at least 4 inches
with some incorporation of the upper material to avoid stratified layers, where feasible.
2) Mulch planting beds with 2 inches of organic material.
3) Use compost and other materials that meet the following organic content requirements:
a) The organic content for “pre-approved” amendment rates can be met only using
compost meeting the Compost for Post-Construction Soil Quality and Depth listed
below.
b) Calculated amendment rates may be met through use of composted material meeting
(a.) above; or other organic materials amended to meet the carbon to nitrogen ratio
requirements, and not exceeding the contaminant limits identified in Table 220-B,
Testing Parameters, in WAC 173-350-220.
The resulting soil should be conducive to the type of vegetation to be established.
Compost for Post-Construction Soil Quality and Depth
To ensure that the BSM will support healthy plant growth and root development, contribute
to biofiltration of pollutants, and not restrict infiltration when used in the proportions cited
herein, the following compost standards are required.
• Meets the definition of “composted material” in WAC 173-350-100 and complies
with testing parameters and other standards in WAC 173-350-220.
City of Renton Winter 2023
West Hill Booster Pump Station Improvements Division 2
2-22
\\corp.rh2.com\dfs\Projects\Data\REN\21-0234\30 Specs\2 Sitework.docx 11/22/22 10:59 AM
© 2022 RH2 Engineering, Inc.
x Produced at a composting facility that is permitted by the jurisdictional health
authority. Permitted compost facilities in Washington are included in a spreadsheet
titled Washington composting facilities and material types – 2017 at the following
web address: https://ecology.wa.gov/Waste-Toxics/Reducing-recycling-
waste/Organic-materials/Managing-organics-compost
• The compost product must originate a minimum of 65 percent by volume from
recycled plant waste comprised of “yard debris,” “crop residues,” and “bulking
agents” as those terms are defined in WAC 173-350-100. A maximum of 35 percent
by volume of “post-consumer food waste” as defined in WAC 173-350-100,
including biosolids or manure, may be substituted for recycled plant waste.
• Stable (low oxygen use and CO2 generation) and mature (capable of supporting
plant growth) by tests shown below. This is critical to plant success in bioretention
soil mixes.
• Moisture content range: no visible free water or dust produced when handling the
material.
• Tested in accordance with the U.S. Composting Council “Test Method for the
Examination of Compost and Composting” (TMECC), as established in the
Composting Council’s “Seal of Testing Assurance” (STA) program. Most Washington
compost facilities now use these tests.
• Screened to the following size gradations for Fine Compost when tested in accordance
with TMECC test method 02.02-B, Sample Sieving for Aggregate Size Classification.”
• Fine Compost shall meet the following gradation by dry weight:
o Minimum percent passing 2”: 100%
o Minimum percent passing 1”: 99%
o Minimum percent passing 5/8”: 90%
o Minimum percent passing ¼”: 75%
• pH between 6.0 and 8.5 (TMECC 04.11-A). “Physical contaminants” (as defined
in WAC 173-350-100) content less than 1% by weight (TMECC 03.08-A) total,
not to exceed 0.25 percent film plastic by dry weight.
• Organic matter content of 40% to 65% (TMECC 05.07-A “Loss on Ignition)
• Soluble salt content less than 4.0 dS/m (mmhos/cm) (TMECC 04.10-A
“Electrical Conductivity, 1:5 Slurry Method, Mass Basis”)
• Maturity indicators from a cucumber bioassay (TMECC 05.05-A “Seedling
Emergence and Relative Growth) must be greater than 80%for both emergence
and vigor”)
• Stability of 7 mg CO2-C/g OM/day or below (TMECC 05.08-B “Carbon
Dioxide Evolution Rate”)
• Carbon to nitrogen ratio (TMECC 05.02A “Carbon to Nitrogen Ratio” which
uses 04.01 “Organic Carbon” and 04.02D “Total Nitrogen by Oxidation”) of less
City of Renton Winter 2023
West Hill Booster Pump Station Improvements Division 2
2-23
\\corp.rh2.com\dfs\Projects\Data\REN\21-0234\30 Specs\2 Sitework.docx 11/22/22 10:59 AM
© 2022 RH2 Engineering, Inc.
than 25:1. The C:N ratio may be up to 35:1 for plantings composed entirely of
Puget Sound Lowland native species and up to 40:1 for coarse compost to be
used as a surface mulch (not in a soil mix).
Part 3 - Execution
Implementation Options
The Soil Quality guidelines listed above can be met by using one of the methods listed below:
1. Leave undisturbed native vegetation and soil and protect from compaction during
construction.
2. Amend existing site topsoil or subsoil either at default “pre-approved” rates, or at
custom calculated rates based on tests of the soil and amendment.
3. Stockpile existing topsoil during grading and replace it prior to planting. Stockpiled
topsoil must also be amended if needed to meet the organic matter or depth
requirements, either at a default “pre-approved” rate or at a custom calculated rate.
4. Import topsoil mix of sufficient organic content and depth to meet the requirements.
More than one method may be used on different portions of the same site. Soil that already
meets the depth and organic matter quality standards, and is not compacted, does not need to
be amended.
2.90.10 Topsoil
[32 91 19.20]
Part 2 – Products
Materials
Protect existing topsoil in seeding/planting areas or remove and stockpile for later use.
Existing topsoils that are contaminated or degraded due to the Contractor’s activities shall be
replaced by the Contractor at no cost to the Owner.
Import topsoil shall be naturally occurring surface soil with a maximum sand content of
60 percent. Topsoil shall have no evident rocks or debris over ½-inch Acidity pH range shall
be between 5.0 and 6.5. Organic matter content shall be 10 to 20 percent by dry weight. Add
dolomite limestone, if required, to obtain pH. Limestone, if used, shall be finely ground,
passing a minimum of 90 percent through the U.S. Standard No. 8 sieve and 20 percent
through the U.S. Standard No. 100 sieve. Add approved nutrients, if required, to bring
nutrients to a satisfactory level for planting as recommended by a qualified testing laboratory
(exclude nitrogen, potassium, and phosphorus).
Part 3 – Execution
Installation
In planter areas, soil excavated shall be mixed with organic compost in a ratio of 1/3 organic
compost to 2/3 sandy loam.
City of Renton Winter 2023
West Hill Booster Pump Station Improvements Division 2
2-24
\\corp.rh2.com\dfs\Projects\Data\REN\21-0234\30 Specs\2 Sitework.docx 11/22/22 10:59 AM
© 2022 RH2 Engineering, Inc.
In seeding areas, place topsoil and rake or blade to a smooth, consistent surface. Do not
compact. Install 2-inch depth topsoil unless specified otherwise on the plans or within the
specific seeding/planting specification section.
Dispose of excess soil per the Owner’s instructions.
2.90.11 Hydroseed
[CSI 32 92 19.16]
Part 1 – General
Related Sections
x Division 2.90.21 Erosion Control Matting
Scheduling
Apply hydroseed within the optimum seeding windows whenever possible. Hydroseed may
be used for temporary erosion control only with the approval of the Owner. Time construction
practices to minimize bare, cleared, and excavated areas so that surfaces are hydroseeded and
seed germinates and grows stabilizing surfacing as soon as possible. The optimum seeding
windows are April 1 through June 30 and September 1 through October 1. Seeding that occurs
between July 1 and August 30 will require irrigation until 75 percent grass cover is established.
Seeding that occurs between October 1 and March 30 will require a mulch layer 2-inches thick
until 75 percent grass cover is established.
Maintenance
Provide temporary irrigation, mulch or plastic sheeting (plastic sheeting for short term
protection only, 7 days maximum) to hydroseeded areas as required for establishment and to
protect the seed from construction activities at no additional cost to the Owner.
Part 2 – Products
Materials
Hydroseed applications shall include a minimum of 1,500 pounds per acre of mulch with
3 percent tackifier. Mulch may be made up of 100-percent: cottonseed meal; fibers made of
wood, recycled cellulose, hemp, and kenaf; compost; or blends thereof. Tackifier shall be
plant-based, such as guar or alpha plantago, or chemical-based such as polyacrylamide or
polymers. Mulch or tackifier product used shall be installed per manufacturer’s instructions.
Areas that have seed applied by hand shall have a minimum 2-inch thick layer of compost-
based mulch or 1-inch layer of topsoil. Slow-release fertilizers shall be used. Fertilizer shall not
be agitated more than 20 minutes in the hydromulch machine before it is to be used.
On 2:1 slopes and less, Bonded Fiber Matrix (BFM) or Mechanically Bonded Fiber Matrix
(MBFM) products may be used in lieu of erosion control mat. BFM/MBFM products are
applied with approximately 10 percent tackifier. BFM/MBFM shall be allowed to cure 24-36
hours before rainfall and shall not be installed on wet or saturated soils.
Western Washington Hydroseed Mix
Install seed, fertilizer, and mulch for hydroseed mix at the following application rates:
City of Renton Winter 2023
West Hill Booster Pump Station Improvements Division 2
2-25
\\corp.rh2.com\dfs\Projects\Data\REN\21-0234\30 Specs\2 Sitework.docx 11/22/22 10:59 AM
© 2022 RH2 Engineering, Inc.
Seed 180 pounds per acre
Fertilizer 90 pounds per acre, 10-4-6 Nitrogen-Phosphorus-Potassium (N-P-K)
Mulch 1,500 pounds per acre
BFM/MBFM 3,000 pounds per acre (for 2:1 slopes and steeper)
Part 3 – Execution
Preparation
Install 2-inches of import topsoil over areas that will be seeded.
The seedbed should be firm and rough. All soil should be roughened regardless of slope. If
compaction is required, slopes must be track walked before seeding. Backblading or
smoothing of slopes greater than 4:1 is not permitted if they are to be seeded.
Installation
All disturbed surfaces within the project not otherwise covered by asphalt, gravel, quarry spalls,
concrete, or other plant material/landscape items shall be hydroseeded, except ditches and
swales may have seed applied by hand. Apply seed prior to installing erosion control blankets.
Field Quality Control
These specifications are the minimum requirements for the anticipated conditions. The
Contractor is responsible to ensure seeded areas establish ground cover and to provide any
additional measures necessary to establish ground cover in seeded areas. Any seeded areas that
fail to establish at least 75-percent cover (100-percent cover for areas that receive sheet or
concentrated flows) shall be reseeded at no additional cost to the Owner.
Provide a temporary irrigation system until growth is established if hydroseeding is applied
between April 1st and October 1st in Western Washington or Oregon, or for any work at any
time in Eastern Washington. Remove temporary irrigation systems when no longer required.
Ditch/Pond Seed Mix
Name Proportion by Weight % Purity % Germination
Tall or Meadow Fescue 75-80% 98% 90%
Seaside/Creeping Bentgrass 10-15% 92% 85%
Redtop Bentgrass 5-10% 90% 80%
All Other Areas Seed Mix
Name Proportion by Weight % Purity % Germination
Redtop or Oregon Bentgrass 20% 92% 85%
Red fescue 70% 98% 90%
White Dutch Clover 10% 98% 90%
City of Renton Winter 2023
West Hill Booster Pump Station Improvements Division 2
2-26
\\corp.rh2.com\dfs\Projects\Data\REN\21-0234\30 Specs\2 Sitework.docx 11/22/22 10:59 AM
© 2022 RH2 Engineering, Inc.
2.90.20 Landscape Accessories
[CSI 32 94 00]
Part 2 – Products
Materials
Stakes and guys shall be made from new hardwood, treated softwood, or redwood, free of
knot holes and other defects. Provide and install wire ties and guying hose as shown on Plans
and as specified for the tree type.
Anti-Desiccant: Protective film emulsion providing a protective film over plant surfaces,
permeable to permit transpiration; mixed and applied in accordance with manufacturer’s
instructions.
Weed Barrier Fabric: 5 oz. minimum (1.6 sf/oz.), woven polypropylene, needle punched
fabric. DeWitt Pro-5 Weed Barrier or approved equal.
Part 3 – Execution
Installation
Anchor weed barrier with 8-gauge (minimum), 6-inch long (minimum) steel anchor pins
spaced no more than 3 feet apart. In areas without wind screening, secure prevailing wind side
of fabric by burying leading edge 3-inches into the soil.
2.90.21 Erosion Control Matting
[CSI 32 91 16.16]
Part 1 - General
Related Sections
x Division 2.90.11 Hydroseed
Submittals
Erosion control matting.
Part 2 – Products
Manufacturers
Erosion control blanket shall be equal to that manufactured by American Excelsior Company,
Arlington, Texas or North American Green of Evansville, Indiana.
Materials
Disturbed areas with slopes 3H:1V to 2H:1V shall be equal to American Excelsior Curlex I or
North American Green S150.
Disturbed areas with slopes 2H:1V to 1.5H:1V shall be equal to American Excelsior Curlex II
or North American Green SC150.
City of Renton Winter 2023
West Hill Booster Pump Station Improvements Division 2
2-27
\\corp.rh2.com\dfs\Projects\Data\REN\21-0234\30 Specs\2 Sitework.docx 11/22/22 10:59 AM
© 2022 RH2 Engineering, Inc.
Swales and storm drainage ponds shall be covered with American Excelsior Curlex I, North
American Green S150, or equal.
Part 3 – Execution
Preparation
Apply hydroseeding prior to the application of the erosion control matting.
Installation
All areas disturbed during construction with final slopes at 3H:1V or steeper as shown on the
plans including swales and storm drainage pond surfaces shall be covered with an erosion
control blanket. Blanket shall be installed per the manufacturer’s written recommendations
including the use of landscape nails as necessary.
3-1
J:\Data\REN\21-0234\30 Specs\3 Concrete.docx 11/23/22 5:23 AM
© 2022 RH2 Engineering, Inc.
Division 3
Concrete
3.00 GENERAL
Sections in these specifications titled “Common Work for . . .” apply to all following
subsections whether directly referenced or not.
3.05 Common Work for Concrete
[CSI 03 05 00]
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:
xx Cement - ASTM C150
x Coarse aggregate - ASTM C33
x Fine aggregate - ASTM C33
x Admixtures - ASTM C494
x Air-entraining admixtures – ASTM C260
x Fly Ash – ASTM C618
Submittals
Submittal information shall be provided to the Owner for the following items:
x Concrete mix design including aggregate gradation and substantiating strength data.
x Admixture Data
x Special placement procedures for hot or cold weather
x Concrete anchors
x Concrete anchor installer certification per ACI/CRSI Adhesive Anchor Installer
Certification Program.
x Schedule of surface finishes
x Rebar mill certifications
x Rebar placement shop drawings
x Grouts
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 ACI
318, Chapter 5. A batch plant inspection may be required, the cost of which shall be paid by
the Contractor. Review of mix submittals by the engineer of record indicates only that
City of Renton Winter 2023
West Hill Booster Pump Station Improvements Division 3
3-2
J:\Data\REN\21-0234\30 Specs\3 Concrete.docx 11/23/22 5:23 AM
© 2022 RH2 Engineering, Inc.
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 percent of the required cement, except where noted.
Mixes
Concrete shall be mixed, conveyed, and proportioned in accordance with IBC section 1905.
The concrete mix shall include the amount of cement, fine and coarse aggregate, including
aggregate gradations, water, and admixtures as well as water cement ratio, slump, concrete
yield, and sustaining strength data in accordance with these specifications, the requirements
of the International Building Code Section 1905, and the requirements of ACI 318.
Finishes
Coat all aluminum in contact with concrete as specified in Division 9.
Part 3 - Execution
Inspection
See Statement of Special Inspections on the Drawings for special inspection requirements.
Provide two (2) full working day 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. All costs for concrete testing shall be the Contractor’s
responsibility and considered as incidental to various bid items. The Engineer shall be
furnished with copies of all inspection reports and test results.
Cylinders used for concrete strength tests shall be 6 by 12. Four by 8 cylinders may be used
for mixes with maximum aggregates less than 1-inch, however the testing lab must apply a
0.94 multiplier to the compressive strength test results unless data acceptable to the Engineer
City of Renton Winter 2023
West Hill Booster Pump Station Improvements Division 3
3-3
J:\Data\REN\21-0234\30 Specs\3 Concrete.docx 11/23/22 5:23 AM
© 2022 RH2 Engineering, Inc.
is presented that would justify a higher multiplier. All mixes utilizing aggregates over 1 inch
shall be tested using 6 by 12 cylinders.
When 4 by 8 cylinders are utilized AASHTO T23 requirements shall be followed, and the
retainer used with neoprene pads when testing for compressive strength shall be constructed
according to ASTM C1231.
The Contractor will coordinate all concrete testing with the testing agency. Costs related to
concrete testing will be considered incidental and included in various bid items.
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.
3.06 Maintenance of Concrete
[CSI 03 01 00]
3.06.30.71 Resurfacing of Cast-in-Place Concrete
[CSI 03 01 30.61]
Part 1 - General
This division covers that work necessary for repairing spalled and damaged concrete. Repair
any areas with deterioration exceeding ½-inch, where rebar is exposed or where directed by
the Owner.
Part 2 - Products
Materials
CONCRETE REPAIR MATERIAL: SikaTop 111 PLUS or equal cement-based repair
mortar. Mortar shall be ANSI/NSF Standard 61 approved if in contact with potable water
and contain a corrosion inhibitor. See Manufacturer’s Literature for primer and auxiliary
products appropriate for use with the repair material.
City of Renton Winter 2023
West Hill Booster Pump Station Improvements Division 3
3-4
J:\Data\REN\21-0234\30 Specs\3 Concrete.docx 11/23/22 5:23 AM
© 2022 RH2 Engineering, Inc.
SILANE SEALER shall be alcohol based, 95 percent silane. No fillers, sterates or paraffins
are allowed. Use DUR A PELL 100 as manufactured by Chemprobe Coating Systems or
equal.
Part 3 - Execution
Preparation
The Contractor shall be familiar with the product and methods and be prepared to discuss
the repair procedure at the Preconstruction Meeting.
High pressure power-wash the exposed structure to remove all loose, delaminated concrete
to sound concrete.
Surface Preparation: Remove loose, delaminated concrete to sound concrete. Where
corrosion of the reinforcement exists, continue bulk removal along the reinforcing steel and
adjacent areas with evidence of corrosion-induced damage Under-cut all exposed reinforcing
steel by a minimum of ¾-inch. The shape of the prepared cavity should be square or
rectangular in shape. The edges of the patches shall be saw-cut perpendicular to the surface
to a minimum depth of ½-inch. Repair area shall be a minimum of ½-inch deep throughout.
Use abrasive blasting to remove residual dust, debris, fractured concrete, and contaminants
that prevent proper bonding. Following abrasive blasting, blow out repair areas with oil-free
compressed air. The final surface texture should be rough with minimum ⅛-inch amplitude.
Treatment of exposed reinforcement: All signs of corrosion should be removed from
exposed reinforcing steel by an abrasive blasting, wire wheel or needle scaler. If the cross-
sectional area of the reinforcing steel has been significantly reduced, the engineer should be
consulted. Prime reinforcing as recommended by the repair material manufacturer.
Installation
Surface Saturation: Saturate surface with potable water. The base concrete shall be in a
saturated surface dry (SSD) condition prior to application of repair material to prevent a
rapid loss of moisture from the repair material and into the substrate.
Mixing and Application of Repair Material: Mixing and application shall be in strict
accordance with the manufacturer’s instructions. Apply the material with adequate pressure
before the bond coat dries. Thoroughly consolidate the repair material into the corners of
the patch and around any exposed reinforcement in the repair zone. If a second lift is
required, thoroughly roughen the surface of the first lift by scoring the soft mortar to
achieve an aggressive finish, similar in profile to the prepared concrete substrate. If the
second lift will not be immediately applied, keep the first lift moist until application of the
second lift. Finish to match existing surface. Cure using curing compound.
Apply silane sealer as specified to exposed surfaces and edges of roof slab.
3.10 FORMING AND ACCESSORIES
[CSI 03 10 00]
3.11 Formwork
[CSI 03 11 00]
City of Renton Winter 2023
West Hill Booster Pump Station Improvements Division 3
3-5
J:\Data\REN\21-0234\30 Specs\3 Concrete.docx 11/23/22 5:23 AM
© 2022 RH2 Engineering, Inc.
3.11.13 Structural Cast in Place Forming
[CSI 03 11 13]
Part 2 – Products
Materials
Unless otherwise directed, coat contact surface of forms with colorless, non-staining, mineral
oil that is free from kerosene, or other approved suitable material, to permit satisfactory
removal of forms without concrete damage. Form-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.
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 ¾-inch chamfer or radius at all exposed corners and edges, unless
specifically stated otherwise on the Plans.
Forms shall remain in place until the concrete has developed sufficient strength to withstand
imposed loads without damage or deflection. Wall and slab forms shall remain in place for a
minimum of 24 hours after completion of the pour. Forms for beams and suspended slabs
shall remain in place for a minimum of 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 ¼-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 ½-inch. Closer tolerances shall
be achieved by the Contractor as necessary to accommodate equipment and other
permanent materials.
3.15 Concrete Accessories
[CSI 03 15 00]
City of Renton Winter 2023
West Hill Booster Pump Station Improvements Division 3
3-6
J:\Data\REN\21-0234\30 Specs\3 Concrete.docx 11/23/22 5:23 AM
© 2022 RH2 Engineering, Inc.
3.15.02 Premolded Joint Filler
[CSI 03 15 30 or 07 91 26]
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 ¾-inch.
3.15.19 Concrete Anchors
[CSI 03 15 19 (cast-in) or 05 05 19 (drilled)]
Part 1 - General
Quality Assurance
Installation of adhesive anchors shall be performed by personnel certified in accordance with
the ACI/CRSI Adhesive Anchor Installer Certification Program. In lieu of certification the
installer shall attend on-site training held by the adhesive manufacturer prior to the
installation of adhesive anchors.
Part 2 - Products
Materials
Concrete Anchors shall be Hilti HIT 500-V3, Simpson SET-XP, or Powers PE1000+
Adhesive Anchors.
Threaded rod shall be stainless steel except in dry locations.
Part 3 - Execution
Installation
Install in accordance with Manufacturer’s recommendations. Special Inspection in
accordance with IBC, Section 17, must be provided. Provide a minimum of 48 hours’ notice
to Engineer prior to starting installation. Concrete anchors shall not be used to resist tension
or fatigue loading without Owner’s evaluation and approval.
Use threaded rod or reinforcing bar as shown on the drawing, and meeting Manufacturer’s
recommendations. Provide minimum embedment as shown. Holes shall be drilled with
carbide-tipped drill bit. Holes shall be cleaned of dust and debris. Adhesive shall be inserted
with a mixing nozzle.
City of Renton Winter 2023
West Hill Booster Pump Station Improvements Division 3
3-7
J:\Data\REN\21-0234\30 Specs\3 Concrete.docx 11/23/22 5:23 AM
© 2022 RH2 Engineering, Inc.
3.20 REINFORCING
[CSI 03 20 00]
3.21 Reinforcement Bars
[CSI 03 21 00]
3.21.11 Plain Steel Reinforcement Bars
[CSI 03 21 11]
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
ASTM A615, Grade 60 shall be permitted if:
(a) The actual yield strength based on mill tests does not exceed fy by more than
18,000 psi; and,
(b) The ratio of actual tensile strength to the actual yield strength is not less than 1.25.
Detailing - ACI 318 and ACI 315
Lap requirements - See schedule on Plans or as required by ACI 318
Tie wire - 16 gauge minimum
Bar supports shall conform to “Bar Support Specification” CRSI Manual of Standard
Practice, MSP-1-80. Provide Class 1, plastic protected bar supports. Use pre-cast concrete
blocks to support bars off ground. Bar supports in water holding and buried structures shall
be non-metallic.
Bar supports for the bottom rebar mat of suspended slabs or beams in water holding
structures must be point supports (chairs or dobbies), not continuous.
Part 3 - Execution
Installation
Reinforcing steel shall be detailed in accordance with ACI 315and 318 and as shown on the
Plans. Lap all reinforcements in accordance with “the reinforcing splice and development
length schedule”. Provide corner bars at all wall and footing intersections. Bend wire bar ties
away from formwork to provide the same concrete clearance as shown on the Plans to the
bars.
City of Renton Winter 2023
West Hill Booster Pump Station Improvements Division 3
3-8
J:\Data\REN\21-0234\30 Specs\3 Concrete.docx 11/23/22 5:23 AM
© 2022 RH2 Engineering, Inc.
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.
3.30 CAST-IN-PLACE CONCRETE
[CSI 03 30 00]
3.30.05 Common Work for Cast in Place Concrete
[CSI 03 30 05]
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 C171 and liquid membrane-forming
compounds shall conform to ASTM C309. 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.
Position embedded items accurately, and support against displacement or movement during
placement.
Fill voids in sleeves, insets, anchor slots, etc., temporarily with readily removable materials to
prevent entry of concrete into voids.
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.
City of Renton Winter 2023
West Hill Booster Pump Station Improvements Division 3
3-9
J:\Data\REN\21-0234\30 Specs\3 Concrete.docx 11/23/22 5:23 AM
© 2022 RH2 Engineering, Inc.
At the beginning of the concrete pour for walls taller than 8 feet, place a 1½ to 2½-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 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 ¾-inch. Chip out rock pockets, holes from
City of Renton Winter 2023
West Hill Booster Pump Station Improvements Division 3
3-10
J:\Data\REN\21-0234\30 Specs\3 Concrete.docx 11/23/22 5:23 AM
© 2022 RH2 Engineering, Inc.
form tie removal, and other defects to solid concrete. Repair defects in accordance with
3.01.30.71.
Curing
See section 3.39.
3.31 Structural Concrete
[CSI 03 31 13]
Part 1 - General
Summary
All concrete shown in the contract documents including below-grade structures, ringwalls,
and all other concrete items not specifically called out otherwise.
Performance Requirements
28-day compressive strength – 4,500 psi minimum
Slump - Without plasticizers; 4 inches for floor and roof slabs. With plasticizers, maximum
9 inches or as desired for placement. Use water reducers as required to achieve slump.
Part 2 - Products
Mixes
Water/cement ratio - 0.40 maximum
Nominal maximum aggregate size – ¾-inch (AASHTO Grading No. 67)
Entrained air ratio – 3.5 percent minimum to 6.5 percent maximum
3.31.30 Thrust Blocks, Driveways, Curb, Gutter, Sidewalks,
Equipment Pads, and Fence Posts
[CSI 03 31 13.10]
Part 1 - General
Summary
All concrete for non-structural applications including thrust blocks, driveways, sidewalks,
equipment pads, and fence post foundations. Structural Concrete may be substituted.
Performance Requirements
28-day compressive strength – 4,500 psi minimum
Part 2 - Products
Mixes
Water/cement ratio - 0.45 maximum
Nominal maximum aggregate size – ¾-inch (AASHTO Grading No. 67)
City of Renton Winter 2023
West Hill Booster Pump Station Improvements Division 3
3-11
J:\Data\REN\21-0234\30 Specs\3 Concrete.docx 11/23/22 5:23 AM
© 2022 RH2 Engineering, Inc.
Entrained air ratio – 3.5 percent minimum to 6.5 percent maximum
3.31.34 Retaining Walls
[CSI 03 31 13.14]
Part 1 - General
Summary
As required for structural concrete.
3.35 Concrete Finishing
[CSI 03 35 00]
3.35.05 Common Work for Surface Finishing
[CSI 03 35 05]
Part 2 - Products
Finishes
Each concrete area that requires finishing shall conform to one of the following
requirements:
x Foundation (exterior) - Ordinary Wall
x Retaining Walls (exterior) - Ordinary Wall
x Slab - Floated
x Exterior Walls - Ordinary Wall
x Equipment Pads - Sacked Wall
x Sidewalks – Light Brushed
Part 3 - Execution
Preparation
Do not place concrete which requires finishing until the materials, tools, and labor necessary
for finishing the wet concrete are on the job and acceptable to the Owner. If rainfall is
possible, tent the work area prior to the pour and maintain protection until the concrete is
cured sufficiently to resist damage.
3.35.50 Ordinary Wall Finish
[CSI 03 35 50]
Part 2 Products
Materials
Ordinary Wall Finish requires the use of like-new forms and linings that will produce a
uniform surface.
City of Renton Winter 2023
West Hill Booster Pump Station Improvements Division 3
3-12
J:\Data\REN\21-0234\30 Specs\3 Concrete.docx 11/23/22 5:23 AM
© 2022 RH2 Engineering, Inc.
Part 3 - Execution
Construction
After points have set sufficiently, grind or fill form marks and pointings to give a smooth
surface even with flat wall surface. Fill all holes greater than ¼-inch with 1:2 mortar floated
to an even, uniform finish.
3.35.54 Floated Finish
[CSI 03 35 54]
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 ¼-inch in 10 feet in any direction. Refloat to a uniform,
smooth, sandy texture immediately after leveling.
3.35.56 Light Brush Finish
[CSI 03 35 56]
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 ¼-inch in 10 feet in any direction. Re-float to a
uniform, smooth, sweat finish concrete.
City of Renton Winter 2023
West Hill Booster Pump Station Improvements Division 3
3-13
J:\Data\REN\21-0234\30 Specs\3 Concrete.docx 11/23/22 5:23 AM
© 2022 RH2 Engineering, Inc.
3.35.58 Sacked Wall Finish
[CSI 03 35 58]
Part 1 – General
References
Provide sacked finish in accordance with Section 6-02.3(14)A of Standard Specifications.
3.39 Concrete Curing
[CSI 03 39 00]
Part 2 - Products
Materials
Curing compounds are not permitted on surfaces that will receive coatings.
Part 3 - Execution
Installation
All concrete shall be water-cured in accordance with ACI 308.1 unless approved in advance
by the Owner. If allowed, curing compound shall be applied immediately after finishing or
form removal. When plastic or burlap covers are used to augment or protect curing, extend
sheeting beyond the edges of the concrete and secure against wind lift. Inspect and adjust
curing systems daily, including over weekends and holidays.
3.60 GROUTING
[CSI 03 60 00]
3.62 Non-Shrink Grouting
[CSI 03 62 00]
3.62.13 Non-Metallic Non-Shrink Grout
[CSI 03 62 13]
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.
Storage and Handling
Stockpile grout to prevent contamination from foreign materials and store admixtures to
prevent contamination or damage from excess temperature change
City of Renton Winter 2023
West Hill Booster Pump Station Improvements Division 3
3-14
J:\Data\REN\21-0234\30 Specs\3 Concrete.docx 11/23/22 5:23 AM
© 2022 RH2 Engineering, Inc.
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 C109-Modified): 3500 psi (24 MPa) at
1 day, 7500 psi (52 MPa) at 28 days.
B. Passes ASTM C1107 as a grade B grout when tested as temperature minimum and
maximums of 45 degrees Fahrenheit to 90 degrees Fahrenheit (8 degrees Celsius to
32 degrees Celsius) at a working time of 30 minutes. Grout must be tested at a fluid
consistency per ASTM C939 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 (ASTM C469): 3.0 x 106 psi
(20.7 GPa) minimum, 3.9 x 106 (27.0 GPa) maximum.
D. Coefficient of Thermal Expansion for fluid consistency (ASTM C531): 7.5 x 10-6/
degrees Fahrenheit maximum (13.5 x 10-6/ degrees Celsius).
E. Flexural strength at 28 days for fluid consistency (ASTM C78): 1300 psi (7.9 MPa).
F. Resistance to rapid freezing – thawing (ASTM C666, Procedure A): 300 cycles- min
RDF 90 percent.
G. Split tensile strength at 28 days at fluid consistency (ASTM C496): 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 MasterFlow 928 or 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 of Engineers Specification for
Non-shrink grout; and ASTM C1107, Grades B and C. General Purpose Non-shrink grout
shall be MasterFlow 713, Dayton Superior 1107 Advantage, or approved equal.
Provide curing compounds as recommended by the grout manufacturer.
Water to be used in mixing the grout shall be potable.
City of Renton Winter 2023
West Hill Booster Pump Station Improvements Division 3
3-15
J:\Data\REN\21-0234\30 Specs\3 Concrete.docx 11/23/22 5:23 AM
© 2022 RH2 Engineering, Inc.
Mixes
Comply with grout manufacturer’s recommendations for mixing procedures.
Adjust water temperature to keep mixed grout temperature in the range of 45 degrees
Fahrenheit (7 degrees Celsius) and 90 degrees Fahrenheit (32 degrees Celsius)
minimum/maximum.
Use cold or iced water to extend working time in hot weather or in large placements.
Use warm water in cold conditions to achieve minimum as mixed temperatures.
Part 3 - Installation
Preparation
Mechanically remove unsound concrete within the limits of the grout placement.
Remove at least ¼-inch (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 degrees Fahrenheit (7 degrees Celsius).
Wet cure exposed shoulders for 48 hours followed by two coats of curing compound for
best results. The minimal requirement is to wet cure until grout has reached final set,
followed by two coats of curing compounds.
4-1
\\corp.rh2.com\dfs\Projects\Data\REN\21-0234\30 Specs\4 Masonry.docx 11/22/22 11:07 AM
© 2022 RH2 Engineering, Inc.
Division 4
Masonry (Not Used)
5-1
J:\Data\REN\21-0234\30 Specs\5 Metals.docx 11/23/22 4:45 AM
© 2022 RH2 Engineering, Inc.
Division 5
Metals
5.00 GENERAL
This division covers that work necessary for furnishing and installing metalwork as described
in these specifications and as shown on the Plans.
Sections in these specifications titled “Common Work for . . . apply to all following subsections
whether directly referenced or not.
5.05 Common Work for Metals
[CSI 05 05 00]
Part 1 - General
Related Sections
x Division 1.81.45 Location Designations
x Division 9.90.05 Common Work for Painting and Coating
x Division 9.91.13.12 System 2: Metal – Metal in Contact with Concrete, Masonry, or
Dissimilar Metals
x Division 1.81.30 Seismic Restraint and Anchorage
Submittals
Submittal information shall be provided to the Owner for the following items:
x Shop Drawings showing details of Fabricated Metalwork including connections and
welding
x Metal Decking Design
x Calculations and plans stamped by a professional engineer licensed in the State of
Washington for all Contractor- or Manufacturer-designed components or assemblies.
x Hand rail and guardrail
x Provide welder certifications for any field welding.
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
section 1704.3 of the IBC and AISC 360.
Quality Assurance
Only prequalified welds (as defined by AWS) shall be used.
City of Renton Winter 2023
West Hill Booster Pump Station Improvements Division 5
5-2
J:\Data\REN\21-0234\30 Specs\5 Metals.docx 11/23/22 4:45 AM
© 2022 RH2 Engineering, Inc.
Fabricator shall be registered and approved by American Institute of Steel Construction
(AISC) 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.
Part 2 - Products
Materials
Structural Steel
Structural steel shall conform to the following requirements:
Plates, shapes, angles, rods - ASTM A36 and A992, Fy t 36 ksi
Special shapes, plates - ASTM A572, Fy t 50 ksi
Structural Tubing - ASTM A500, Grade B, Fy t 46 ksi
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/A 653M. For pieces that WILL be painted, galvanneal with
zinc/10 percent iron coating in accordance with ASTM A 653/A 653M.
Manufactured Units
Design of Contractor- or Manufacturer-designed components or assemblies shall meet the
specific component requirements as provided here-in, as well as all applicable state and federal
codes. Design shall include gravity loads and seismic loads in accordance with ASCE 7-10
Chapter 13 “Seismic Design Requirements for Nonstructural Components”. Design criteria
shall be as provided herein for components, and as provided on the Plans.
Contractor-designed components and assemblies shall be shop welded and field bolted if
possible. Field welding will NOT be allowed unless specifically shown, or there is no
reasonable alternative.
Finishes
All steel fabrications shall be surface prepped, shop primed and field coated in accordance
with Division 9. Shop priming shall be protected as required to prevent damage to the coating
during shipping. Hold back shop priming from areas to be field welded.
City of Renton Winter 2023
West Hill Booster Pump Station Improvements Division 5
5-3
J:\Data\REN\21-0234\30 Specs\5 Metals.docx 11/23/22 4:45 AM
© 2022 RH2 Engineering, Inc.
Isolate and coat dissimilar metals to prevent galvanic corrosion.
Non-exposed structural steel: Mill finish or as shown on Plans
Exposed structural steel (damp or wet locations): Division 9
Galvanized steel: Division 9
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/or 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.
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.
City of Renton Winter 2023
West Hill Booster Pump Station Improvements Division 5
5-4
J:\Data\REN\21-0234\30 Specs\5 Metals.docx 11/23/22 4:45 AM
© 2022 RH2 Engineering, Inc.
5.05.23 Bolts and Other Connectors For Structural Elements
[CSI 05 05 23, 06 05 23]
Part 2 - Products
Materials
Bolts and other connectors not specifically called out otherwise shall be in accordance with
the following.
Under no circumstances shall the fasteners be of lesser strength or higher corrosion potential
than the materials being connected.
Connection bolts, nuts and washers for all materials in wet, damp or corrosive locations shall
be Stainless Steel, alloy 304 in raw domestic or treated domestic water, alloy 316 in treatment
process and sewage applications, and alloy 317 for acidic transport. Bolts and nuts shall meet
ASTM F593B (bolts ¼-inch to 1½-inch in diameter with 30 ksi yield) and F594B (nuts). Use
Nitronic 60 bolts and nuts for strong chlorine environments.
Steel and cast-iron fabrications: Connection bolts for dry locations shall be ASTM A307
galvanized or zinc plated bolts.
Structural Plastic Fabrications: Connection bolts shall be ASTM A307 galvanized in dry
applications and Stainless Steel in wet, damp or corrosive locations.
Aluminum Fabrications: Connection bolts shall be ASTM A307 galvanized. Aluminum
fasteners may be allowed where high strength is not needed (e.g. mounting expanded metal
screens, or louver fins), confirm with Engineer prior to use. Steel screws must be galvanized,
or zinc plated. 300 Series stainless steel fasteners allowed only with the use of isolating washers.
Stainless steel fabrications: Fasteners to match same stainless series as structure (e.g. 300 series
fasteners with 300 series structure)
Bolts installed into hardened concrete shall be Concrete Anchors per section 3.15.19.
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 Division 11.
For mechanical pipe (non-structural) connections, see Division 15.21, “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.
Dissimilar metals:
In damp locations, isolate dissimilar metals using nylon isolation sleeves and washers,
Cooper B-Line Nylon Headed Sleeve Kit or equal.
City of Renton Winter 2023
West Hill Booster Pump Station Improvements Division 5
5-5
J:\Data\REN\21-0234\30 Specs\5 Metals.docx 11/23/22 4:45 AM
© 2022 RH2 Engineering, Inc.
For wet locations: avoid dissimilar metals unless specifically approved or shown. Use
similar metals with welded connections. If approved or shown, use galvanized mild steel
bolts installed into prepped and coated holes with additional field coating over the top of
bolt.
5.50 METAL FABRICATIONS
[CSI 05 50 00]
5.51 METAL STAIRS
[CSI 05 51 00]
5.51.05 Common Work for Stairs
[CSI 05 51 05]
Part 1 - General
Related Sections
This section also applies to section 6.72.23 Composite Stair Assemblies.
Design Requirements
Stair treads shall be pre- fabricated units that bolt on to stair side rails. Stair treads shall meet
all ASCE 7, IBC, and OSHA Section 1910.24 requirements.
Part 2 - Products
Materials
All stair accessories shall be hot-dipped galvanized steel as indicated on the Plans.
5.51.19 Metal Grating Stairs
[CSI 05 51 19]
Part 2 - Products
Materials
Width shall be as shown on the drawings. Materials shall match adjacent grating, or stair
material. Bearing bar and cross bar configuration shall match adjacent grating. If no adjacent
grating, minimum 1-inch by 3/16-inch bearing bars with cross bars spaced at 4-inch on center,
or as required to meet loading requirements.
5.52 METAL RAILINGS
[CSI 05 52 00]
City of Renton Winter 2023
West Hill Booster Pump Station Improvements Division 5
5-6
J:\Data\REN\21-0234\30 Specs\5 Metals.docx 11/23/22 4:45 AM
© 2022 RH2 Engineering, Inc.
5.52.05 Common Work for Railings
[CSI 05 52 05]
Part 1 - General
References
Handrail and Guardrail systems shall be designed to meet the requirements of the IBC, ASCE
7, OSHA, and shall comply with Section 296-24-750 of the Washington Administrative Code.
Performance Requirements
Handrails and guardrails shall be designed to withstand a 200 lbs. concentrated load applied
in any direction at any point to the top rail. Handrails and guardrails shall also be designed to
withstand a load of 50 lbs./foot applied horizontally to the top rail. The two loads will not be
applied simultaneously. The completed handrail installation shall prevent the passage of a
sphere not more than 4-inch in diameter in areas with public access or, in areas not open to
the public, shall have at least a midrail and top rail with 19-inches maximum vertical space
between.
Part 2 - Products
Components
Handrail and guardrail systems shall be supplied and installed complete with posts, rails,
toeboards, connectors, plugs, end caps, bolts, nuts and washers, and other accessories as
required for a complete installation. Post spacing shall be a maximum of 4 feet, 0 inches on
horizontal runs and 4 feet, 0 inches on inclined runs, or as shown on the Plans. Post locations
shall be no greater than 24 inches nor less than 9 inches from horizontal or vertical change in
handrail direction.
Posts shall not interrupt the continuation of the top rail at any point along the railing, including
corners and end terminations. The top surface of handrail or guardrail shall be smooth and
shall not be interrupted by a projecting fitting. (OSHA 1910.29(b), WAC 296-24-75011(1))
Toeboard is required where shown on the Plans, and where there is a danger of tools,
materials, or equipment falling and striking employees below and shall conform to OSHA
standards. Toeboard shall be a minimum of 3.5-inches tall. Toeboard shall begin ¼-inch above
the walking surface where the walking surface is a solid surface to allow for drainage (not
required for grating walking surface).
Openings in the rail shall be guarded by a self-closing gate (OSHA 1910.23(e)(1)). Safety chains
shall not be used unless specifically shown on the Plans.
Handrail shall be face mounted to concrete unless specifically shown otherwise on the Plans.
Finishes
Steel rail systems shall be hot dip galvanized.
City of Renton Winter 2023
West Hill Booster Pump Station Improvements Division 5
5-7
J:\Data\REN\21-0234\30 Specs\5 Metals.docx 11/23/22 4:45 AM
© 2022 RH2 Engineering, Inc.
5.53 METAL GRATINGS
[CSI 05 53 00]
5.53.05 Common Work for Gratings
[CSI 05 53 05]
Part 1 - General
Design Requirements
Grating shall be selected for a ¼-inch maximum deflection under a uniform live load of
100 psf or a point live load of 500 pounds at any point on the grating (whichever is more
critical), unless otherwise shown on the Plans. Thickness shall be as needed to meet these
requirements unless otherwise shown on the Plans.
Panels shall be sized such that any single grating piece shall not weigh more than 50 pounds.
The horizontal clearance between the grating and grating supports shall not be less than
¼-inch nor greater than ½-inch. Contractor shall field measure grating supports as required
to achieve required fit. Shop drawings shall be based on field dimensions as appropriate.
Part 2 - Products
Materials
Unless shown otherwise, materials used for supporting members shall match the materials
used for the grating except all embedded grating supports shall be stainless steel, and grating
supports for FRP grating may be stainless steel.
Attachment between grating and supporting members below grating shall be made with a
minimum of four clips per panel. All mechanical grating clips shall be manufactured of Type
316SS (stainless steel).
Fabrication
Grating shall be fabricated in such a manner that field cutting and drilling is not required.
Panels shall be fabricated and installed in strict accordance with the manufacturer’s
recommendations.
Part 3 - Execution
Installation
Cut notches around pipes, conduits and other penetrations in such a way that panel
removal/installation will not impinge on said objects. The horizontal clearance around grating
panels shall not be less than 1/8-inch nor greater than 3/8-inch. File and de-burr cut edges.
Contractor shall field measure grating supports as required to achieve required fit. Shop
drawings shall be based on field dimensions as appropriate.
City of Renton Winter 2023
West Hill Booster Pump Station Improvements Division 5
5-8
J:\Data\REN\21-0234\30 Specs\5 Metals.docx 11/23/22 4:45 AM
© 2022 RH2 Engineering, Inc.
5.53.13 Bar Gratings
[CSI 05 53 13]
Part 2 - Products
Materials
Steel grating shall be welded rectangular bar grating, maximum 4-inch by 13/16-inch bar spacing
unless otherwise noted on the Plans. Grating shall have a minimum bearing bar thickness of
3/16-inch. All edges of metal grating shall be banded with 3/16-inch banding matching the depth
of the grating. Depth of bars shall be as shown, or as required for loads and spans.
Aluminum grating shall be swaged grating, maximum 4-inch by 13/16-inch bar spacing, unless
otherwise noted on the Plans. Grating shall have a minimum bearing bar thickness of
3/16-inch. All edges of metal grating shall be banded with 3/16-inch banding matching the depth
of the grating. Depth of bars shall be as shown, or as required for loads and spans.
6-1
\\corp.rh2.com\dfs\Projects\Data\REN\21-0234\30 Specs\6 Wood Plastics and Composites.docx 11/22/22 11:10 AM
© 2022 RH2 Engineering, Inc.
Division 6
Wood, Plastics, and Composites (Not Used)
7-1
\\corp.rh2.com\dfs\Projects\Data\REN\21-0234\30 Specs\7 Thermal and Moisture Protection.docx 11/22/22 11:11 AM
© 2022 RH2 Engineering, Inc.
Division 7
Thermal and Moisture Protection
7.00 GENERAL
This division covers furnishing all labor, materials, and equipment for providing a structure
that is completely weather-tight.
Sections in these specifications titled “Common Work for . . .” shall apply to all following
subsections whether directly referenced or not.
7.05 Common Work for Thermal and Moisture Protection
[CSI 07 05 00]
Part 1 - General
Submittals
Submittal information shall be provided to the Owner for the following items:
x Foundation drainage
x Roofing System
x Flashing and sheetmetal
x Joint sealants
Warranty – Roofing System
The roofing Contractor shall warrant the roof system provided under this contract against
leakage, and defects in materials and workmanship for a period of two years after date of
project acceptance. The roofing system manufacturer shall provide a warranty for the roof
system against leakage and defects in materials for a period of eighteen years after the roofing
Contractor warranty expires.
Following roof installation, supplier shall furnish services of a qualified manufacturer’s
representative to inspect the roof and inform Owner of any defects or concerns regarding
condition of roofing system at the job site. Contractor shall provide repair as necessary to the
satisfaction of the manufacturer representative at Contractor’s expense. Upon resolution of
any defects or concerns (if any), manufacturer’s warranty shall then be in full effect. The
finished roofing system shall be free from leaks, warps, permanent discoloration, and coating
degradation for the warranty period.
The roofing system manufacturer’s warranty shall be non-prorated and in full effect
(100 percent covered) for the full 2 years following project acceptance.
The manufacturer’s warranty shall be prorated from 100 percent covered from year 2 to year
5 and linearly decreasing to 10 percent at year 20.
7.60 FLASHING AND SHEET METAL
[CSI 07 60 00]
City of Renton Winter 2023
West Hill Booster Pump Station Improvements Division 7
7-2
\\corp.rh2.com\dfs\Projects\Data\REN\21-0234\30 Specs\7 Thermal and Moisture Protection.docx 11/22/22 11:11 AM11:11 AM
© 2022 RH2 Engineering, Inc.
7.61 Sheet Metal Roofing
[CSI 07 61 00]
7.61.05 Common Work for Metal Roofing
[CSI 07 61 05]
Part 1 – General
General
Work covered in this section consists of furnishing all labor, material, and equipment for
preformed metal roofing as shown on the Plans and as specified herein.
Submittals
Submit shop drawings detailing all edges, hips, valleys, eaves, rakes, other flashing and include
fastener schedule and in accordance with Division 1.33. Prior to Engineer review, Contractor
shall have the shop drawings reviewed and approved by the system manufacturer.
The Roofer shall submit a list of a minimum of five (5) successfully completed projects with
owner references, total roofing system square footage and roofing cost. The Roofer shall be
regularly engaged in construction of metal roofing systems and approved to install metal
roofing by the accepted system manufacturer. Such approval shall be submitted in writing
along with the shop drawings as specified below.
Storage and Handling
The Contractor is responsible for continuously maintaining materials subject to precipitation
or weather damage in new condition. Replace warped or weathered plywood, insulation, or
other materials damaged by climatic conditions.
Follow all manufacturer’s recommendations regarding product delivery, storage, and handling
of materials.
Part 2 – Products
Materials
Materials shall be purchased directly from the manufacturer’s commercial department to verify
that the Contractor is approved by the system manufacturer to install the roofing system
specified.
All materials shall be provided by one manufacturer, conform to the current IBC and the local
building code.
Felt, where shown on the plan, shall be 30-pound asphalt-saturated felt, conforming to ASTM
D226, Type 1 and 2, plain, unperforated.
Fasteners shall be as recommended by the roofing manufacturer; lengths as required. Other
miscellaneous exposed fasteners shall be stainless steel or ZAC (exposed head of
zinc/aluminum alloy). Fasteners shall be of the length to penetrate the top ridges of the steel
decking only. Fasteners shall be inserted to penetrate only the top ridges of the steel roof
support decking.
City of Renton Winter 2023
West Hill Booster Pump Station Improvements Division 7
7-3
\\corp.rh2.com\dfs\Projects\Data\REN\21-0234\30 Specs\7 Thermal and Moisture Protection.docx 11/22/22 11:11 AM11:11 AM
© 2022 RH2 Engineering, Inc.
Finishes
The Owner shall select the roofing color from manufacturer’s standard offering of not less
than 15 colors. Color options shall be provided with the submitted shop drawings.
Part 3 – Execution
Examination
Verify that work of other trades which penetrates the roof deck, or requires workers and
equipment to traverse roof deck, has been completed.
Examine surfaces for inadequate anchorage, foreign material, moisture, and unevenness which
will prevent the execution and quality of application of roofing system as specified. Do not
proceed with application of roofing until these defects are corrected.
Preparation
Provide temporary roof during inclement weather. Requests for use of alternate structural
and/or base materials with superior weathering resistance, if approved by the Engineer, may
be made in lieu of temporary roof replacement. Submit a description of each temporary roof
system or alternate material schedule proposed.
Provide special protection from heavy traffic on completed work. Restore to original
condition, or replace work or materials damaged during handling of roofing materials.
Installation
Apply roofing in accordance with manufacturer’s instructions.
Where required, apply roofing felt below waterproof roof paneling, single-ply, lapped shingle
fashion, 3-inch head laps and 6-inch side laps. Install no more roofing felt than can be covered
by metal roofing in the same day. Roof underlayment shall be dry and free of defects prior to
the installation of metal roofing.
Apply roofing only in dry weather and when the ambient temperature is above 40 degrees
Fahrenheit.
Except as otherwise shown or specified, comply with recommendations and instructions of
metal roofing manufacturer.
Form and fabricate sheets, seams, strips, cleats, clips, hips, ridges, edge treatments, integral
flashings, and other components of specified metal roofing to profiles, patterns, and drainage
arrangement shown, and as required for permanent leak-proof construction. Provide for
thermal expansion and contraction of work caused by ambient air temperature difference of
100 degrees Fahrenheit.
All openings shall be sealed from weather and to prevent recessed areas that may attract
nesting animals. Panel corrugations shall be sealed with the manufacturer’s standard closed
cell neoprene blocks conforming to the panel corrugation. Gaps created between corrugations
and flashings shall be avoided whenever possible. Where such gaps occur, they shall be sealed
with manufacturer’s low pitch closures, or equal. All closures shall be installed as close to the
face of the opening as possible to minimize any recessed areas.
Provide uniform, neat seams with no exposure of sealant to ultraviolet light.
City of Renton Winter 2023
West Hill Booster Pump Station Improvements Division 7
7-4
\\corp.rh2.com\dfs\Projects\Data\REN\21-0234\30 Specs\7 Thermal and Moisture Protection.docx 11/22/22 11:11 AM11:11 AM
© 2022 RH2 Engineering, Inc.
Flashing with a drip edge shall be installed on all edges, corners and angle points. Unless
otherwise noted on the Plans extend roofing and flashing below fascia with drip edge hanging
below wood supports and fascia. Valley gutters shall be provided at all valleys.
Field Quality Control
Metal roofing and its flashing shall be weather-tight. Exposed surfaces shall be free of dents,
scratches, abrasions, or other visible defects.
Construction and fabrication of metal roofing shall comply with Sheet Metal and Air
Conditioning Contractors National Association (SMACNA) recommendations for fabrication
and construction of details, expansion joints, and installation procedures, except as shown or
specified.
Fabricate and install work true and accurate with lines and corners of exposed metal units.
Form exposed faces and starter sections of seams flat and free of buckles, excessive waves,
and avoidable tool marks considering temper and finish of metal. Hold-down attachments for
roof shall be designed and spaced to resist uplift pressure due to Basic Wind Speed and
Exposure as identified in the General Notes. Provide uniform, neat seams without tool marks
or irregularities.
7.61.13 Standing Seam Sheet Metal Roofing
[CSI 07 61 13]
Part 2 – Products
Materials
Preformed metal roof paneling shall be equal to Design Span HP as manufactured by AEP Span
or Custom Bilt Metals, SL-1750 Snap-Lock Roof Panel. The metal roofing system shall consist of
24-gauge, factory-formed, pre-finished panels with major ribs not less than 1⅝-inch in height.
Shop-fabricate metal in conformance with manufacturer’s pattern specifications to result in a
minimum 1-inch effective water dam height on both edges. Standing seam interval shall not
exceed 16 inches with no stiffening ribs.
Edges, hips, valleys, eaves, rakes, and miscellaneous flashing shall be finished with matching
pre-finished pieces of 24-gauge minimum, to form a weather-tight roofing system.
Roofing panels shall be factory-prefabricated in accordance with manufacturer’s standard
pattern and design.
www.custombiltmetals.com
https://www.aepspan.com/product/design-span-hp/
Finishes
Color options shall be provided with the submitted shop drawings. All panels and flashing
shall be treated with a protective coating of Zincalume conforming to ASTM 792, AZ50, with
factory-applied paint finish of Kynar 500 or Hylar 5000 with a total dry film thickness of 1 Mil.
Reverse face shall be protected by a wash coat or primer.
City of Renton Winter 2023
West Hill Booster Pump Station Improvements Division 7
7-5
\\corp.rh2.com\dfs\Projects\Data\REN\21-0234\30 Specs\7 Thermal and Moisture Protection.docx 11/22/22 11:11 AM11:11 AM
© 2022 RH2 Engineering, Inc.
Part 3 – Execution
Installation
Panels shall be held down to the structure with concealed clips and fasteners. The fastening
schedule shall be designed by the manufacturer to resist the loads identified in the General
Notes. System shall extend to full extent of fascia boards and include a drip edge unless
otherwise noted on the Plans. Extend panels from eaves to ridge in one piece.
All final hand turning of seams at joints and junctions is to be of the same quality as the
machine-produced seams. Practices and techniques described in the SMACNA Architectural
Sheet Metal Manual are to be used as the standard of practice unless otherwise specified or
shown on the Plans.
7.62 Sheet Metal Flashing and Trim
[CSI 07 62 00]
Part 1 – General
Flashing shall be factory coated steel equal to Construction Metals Inc. Professional Grade Flashing.
Gauge shall match flashing to be replaced or 26-guage minimum. Width shall match existing
to be replaced. Provide color choices to Owner for approval. Minimum color choices are 10.
Part 3 – Execution
Installation
Install drip tight per manufacturer’s requirements.
8-1
\\corp.rh2.com\dfs\Projects\Data\REN\21-0234\30 Specs\8 Openings.docx 11/22/22 11:12 AM
© 2022 RH2 Engineering, Inc.
Division 8
Openings (Not Used)
9-1
\\corp.rh2.com\dfs\Projects\Data\REN\21-0234\30 Specs\9 Finishes.docx 11/22/22 11:14 AM
© 2022 RH2 Engineering, Inc.
Division 9
Finishes
9.00 GENERAL
This division covers work necessary for providing all materials, equipment, and labor to coat
all items in accordance with these specifications.
Sections in these specifications titled “Common Work for . . .” apply to all following subsections
whether directly referenced or not.
9.90 PAINTING AND COATING
[CSI 09 90 00]
9.90.05 Common Work for Painting and Coating
[CSI 09 90 05]
Part 1 – General
Scope
The work specified in this Section covers the furnishing and installation of protective coating,
complete in place. Shop coating and/or factory applied finishes on manufactured or fabricated
items may be specified elsewhere. Regardless of the number of coats previously applied, at
least two coats of paint shall be applied in the field to all coated surfaces unless otherwise
specified herein.
Submittals
Before beginning any painting or coating, submit a list of coatings and manufacturers for
review by the Owner. Include the application each coating is intended for, any surface
preparation, number of coats, method of application, and coating thickness.
Provide Safety Data Sheets (SDS) for all materials including solvents. Provide NSF
certification for finishes in potential contact with potable water. Submit this information
according to the requirements regarding shop drawings included herein.
Provide a schedule of coating operations and inspection timing. Coating inspections will be
scheduled based upon Contractor-provided schedule, update schedule weekly or as necessary.
Provide manufacturer’s approval of coating system applicator.
If submitted products are manufactured by a company other than the specified reference
standard, provide complete comparison to specified projects including application procedures,
coverage rates, and verification that product is appropriate for intended use. Provide
information that demonstrates the submitted products are equal to the performance standards
of products manufactured by Tnemec Corporation, which is the reference standard.
Performance Requirements
All finishes potentially in contact with potable water shall be National Sanitation Foundation
(NSF) 61 or 600 certified for contact with potable water. Certification from the NSF or UL
shall be supplied in writing at the time of the submittal process for Finishes. Verify the
City of Renton Winter 2023
West Hill Booster Pump Station Improvements Division 9
9-2
\\corp.rh2.com\dfs\Projects\Data\REN\21-0234\30 Specs\9 Finishes.docx 11/22/22 11:14 AM
© 2022 RH2 Engineering, Inc.
submitted coatings’ current NSF requirements, restrictions, and applicability to the coated
items. Verify finishes used on the project are compliant with primary and secondary standards
of the Safe Drinking Water Act. Any violation shall be remedied at the Contractor’s expense.
The completed coating shall produce a minimum dry film thickness in accordance with the
specifications as determined by the microtest thickness gauge or comparable instrument. In
areas where this thickness is not developed, sufficient additional coats shall be applied to
produce it.
Quality Assurance
The Contractor is responsible for compatibility of all shop and field applied paint products
including the use of primer, intermediate, and top coats by different manufacturers if
applicable. For any Contractor initiated substitutions, the Contractor shall verify complete
compatibility between coatings provided for the project. If coatings are not compatible per
manufacturer’s review it is the Contractor’s responsibility to remove incompatible coatings
fully and replace with compatible coating systems.
Paint used in the first field coat over shop painted or previously painted surfaces shall cause
no wrinkling, lifting, or other damage to the underlying paint.
The Contractor is responsible for obtaining written documentation from equipment/material
manufacturers regarding the date at which shop prime coatings are applied and shall strictly
adhere to the coating manufacturer’s recommendations for recoat time intervals. The
Contractor shall submit to the Owner such documentation upon request.
Storage and Handling
Bring all materials to the job site in the original sealed and labeled containers of the paint
manufacturer. Materials are subject to inspection by the Owner. Store paint supplies as
recommended by the manufacturer and as approved by the Owner.
Waste Products
Collect, contain, transport, and dispose all waste products generated for this project. Cleaning
and disposal shall comply with all federal, state, and local pollution control laws. Provide
acceptable containers for collection and disposal of waste materials, debris, and rubbish.
Cleaning and disposal shall comply with all federal, state, and local pollution control laws.
Provide appropriate containers for collection and disposal of waste, debris, and rubbish.
Part 2 – Products
Manufacturers
The following coating system manufacturers are approved subject to compliance with the
Specifications contained herein:
1. Tnemec Company
2. Sherwin Williams
3. International Paint (AkzoNobel)
4. 3M
City of Renton Winter 2023
West Hill Booster Pump Station Improvements Division 9
9-3
\\corp.rh2.com\dfs\Projects\Data\REN\21-0234\30 Specs\9 Finishes.docx 11/22/22 11:14 AM
© 2022 RH2 Engineering, Inc.
5. Or Equal
The specified coating establishes the type and quality of the coating desired. Other
manufacturers’ products will be accepted provided sufficient information is submitted to allow
the Owner to determine that the coatings proposed are equivalent to those named. Proposed
coating shall be submitted for review in accordance with Division 1. Requests for review of
equivalency will not be accepted from anyone except the Contractor.
Substitutions of the coatings of other manufacturers will be considered only if equivalent
systems of coatings can be provided and only if a record of satisfactory experience with the
system in equivalent applications is available. Offers for substitutions will not be considered
which decrease film thickness, solids by volume or the number of coats to be applied, or which
propose a change from the generic type of coating specified herein. All substitutions shall
include complete test reports to prove compliance with specified performance criteria.
Part 3 – Execution
Installers
Contractor is responsible for quality assurance including the retention of a coating applicator
with experience necessary to complete the work as specified. Applicator’s personnel shall be
adequately trained for application of specified coatings. Applicator must prove adequate
experience with the coatings specified for this project.
At the discretion of the Owner, the applicator must be approved to complete the coatings
portion of the work. If the following requirements cannot be met, the applicator will not be
approved on the project.
1. Coatings applicator and personnel shall be in the business of applying protective
coatings for a minimum of three (3) years.
2. Coatings applicator must provide a minimum of three (3) case histories of similar
projects that have been applied within the past five (5) years. Provide current contact
information of past projects for confirmation of successful installations.
a. Project name and location.
b. Name and phone number of owner.
c. Name and phone number of Contractor.
d. Name and phone number of engineer.
e. Name and phone number of coating manufacturer.
f. Approximate area of coatings applied.
g. Date of completion.
Examination
The Owner shall inspect and approve all surface preparations prior to application of any
coating. Provide 24-hour notice prior to surface inspection needs.
City of Renton Winter 2023
West Hill Booster Pump Station Improvements Division 9
9-4
\\corp.rh2.com\dfs\Projects\Data\REN\21-0234\30 Specs\9 Finishes.docx 11/22/22 11:14 AM
© 2022 RH2 Engineering, Inc.
Preparation
Prepare surfaces in accordance with the recommendations of the manufacturer of the coating
to be applied to the surface, or the surface preparation requirements of these specifications,
whichever are stricter. In general, all surface preparation shall meet Structural Steel Painting
Council (SSPC) Surfacing Preparation (SP) guidelines, the National Association of Pipe Fitters
(NAPF), American Water Works Association (AWWA) and/or the National Association of
Corrosion Engineers (NACE) as noted herein unless more strictly described by coating
manufacturer.
Apply coatings only during weather meeting the coating manufacturer’s recommendations.
Air and surface temperatures, humidity, and all other environmental conditions shall be within
limits prescribed by the manufacturer for the coating being applied, and work areas shall be
reasonably free of airborne dust at the time of application and while coating is drying.
Materials shall be mixed, thinned, and applied according to the manufacturer’s printed
instructions. Dry Film Thickness (DFT) shall be as stated herein or applied based on coverage
rates of square feet per gallon (sq. ft./gal).
Installation/Construction
Apply paint in strict accordance with manufacturer’s printed instructions except that coating
thickness specified herein shall govern. Finished coating on all items shall be clean,
undamaged, and of uniform thickness and color.
Coat in a manner satisfactory to the Owner. The DFT listed in these specifications must be
met, regardless of the applied film thickness or number of coats.
Observe all safety precautions stated in the manufacturer’s printed instructions. Provide
adequate ventilation and lighting at all times.
The manufacturer’s recommended drying time shall be construed to mean “under normal
conditions”. Where conditions are other than normal because of weather, confined spaces,
or other reason, longer drying times may be necessary. The manufacturer’s recommendation
for recoating time intervals shall be strictly adhered to.
Pipe being coated shall be emptied of water for a minimum of 24 hours prior to surface
preparation and painting. Pipe shall not be filled with water until coating is dry. If, in the
Owner’s opinion it is not practical to drain the pipe, the water must stand for at least 48 hours
to reach ambient temperature prior to coating the pipe. Do not allow water to flow for at least
24 hours after each coat.
Field Quality Control
The prime Contractor shall be completely responsible for coating quality. The Contractor shall
provide both wet and dry film gauges and make such available to the Owner when requested.
If coating inspector finds anomalies and/or defects, the Contractor shall re-prep and recoat
those areas per the coating manufacturer’s instructions.
Acceptance of the completed coatings shall be based on the proper application and proper
preparation of the coated surfaces, and a finished product that meets minimum thickness and
does not contain runs, drips, surface irregularities, overspray, color variations, scratches,
City of Renton Winter 2023
West Hill Booster Pump Station Improvements Division 9
9-5
\\corp.rh2.com\dfs\Projects\Data\REN\21-0234\30 Specs\9 Finishes.docx 11/22/22 11:14 AM
© 2022 RH2 Engineering, Inc.
pinholes, holidays, and other surface signs that detract from the overall performance and/or
appearance of the finished project.
Inspection
For metals exposed to exterior atmospheric conditions, first coat of paint or primer must be
placed within four hours of passing inspection. Bare steel must be reblasted and reinspected
if not successfully coated within this four-hour time frame, at the Contractor’s expense.
Use the Pictorial Surface Preparation Standards for Painting Steel Surfaces (VIS-1) by the Steel
Structures Painting Council (SSPC) as a visual standard for inspection of surface preparation
of metal surfaces. Test-Tex Tape may also be used to verify surface profile.
Inspect each coat prior to application of the next coat. Areas found to contain runs, overspray,
roughness, streaks, laps, sags, or other signs of improper application shall be repaired or
recoated in accordance with the manufacturer’s recommendations. Finish coats shall be
uniform in color and sheen. Surface preparations and coatings not inspected and approved by
the Owner will be uncovered for inspection and approval at no additional cost to the Owner.
Repair/Restoration
The Contractor is responsible for all costs associated with any damage that occurs as a result
of over-spray.
Scratched, chipped, or otherwise damaged coatings, including factory coatings, shall be
repaired before final acceptance will be given.
Cleaning
If any cleaning of equipment at the site is performed with solvents, such work shall be done
over leak-proof linings. Preparation or coating materials may not be disposed of onsite.
9.90.13 Unpainted Items
[CSI 09 90 13]
Part 1 – General
Summary
Do not coat the following items unless specifically directed otherwise in these specifications
or on the Plans.
x Aluminum, plastic, or stainless-steel items.
x Brass and copper pipe, valves, and fittings for plumbing fixtures.
x Nameplates, labels, or identification tags.
x Sensors, switches, transmitters.
x Pipe joint bolts, shackles, washers, and nuts.
Field painting is not required for equipment listed below if they come with a factory finish
epoxy, polyurethane, or powder coat. Items supplied with only a factory prime coat must be
field coated.
City of Renton Winter 2023
West Hill Booster Pump Station Improvements Division 9
9-6
\\corp.rh2.com\dfs\Projects\Data\REN\21-0234\30 Specs\9 Finishes.docx 11/22/22 11:14 AM
© 2022 RH2 Engineering, Inc.
x Motors
x Control valve pilot systems
x Sensor piping systems
x Valves
x Flow meters
x Machinery and blowers
x Electrical panels
9.91.13 Exterior or Damp Environment Painting
[CSI 09 91 13]
9.91.13.02 – System 1 - Powder Coating for Steel and Aluminum
Handrail and Other Architectural Features
[CSI 09 91 13 14]
Part 1 – General
Performance Requirements
The powder-coat shall have the following properties:
1. Adhesion: No less than 100 percent (cross hatch/tape adhesion test per
ASTM D3359-97).
2. Color/Gloss Change: None below 80 percent over-bake (test per ASTM D2454-79).
3. Hardness: No less than 1H minimum (pencil hardness test per ASTM D3363-00).
4. Resistance to Impact: No less than 160-inch lb. direct and inverted. (ASTM D2794)
5. Resistance to Bending: No visible cracking (¼-inch bending test per ASTM 522).
6. Resistance to Salt Spray: No more than ⅛-inch scribe creep in 1000+ hours (salt spray
test per ASTM B117-73).
7. Resistance to Humidity: No visible red rust under 1,000+ hours (humidity test per
ASTM D2247-68).
8. Degree of Gloss: No less than 60 percent (specular gloss test per ASTM D523-80).
Part 2 – Products
1. Polyester System
a. Primer: 3M Scotchkote fusion bonded epoxy (2 to 4 Mil DFT)
b. Finish Coat: Valmont polyester powder coating with UV stabilizers (2 to 4 Mil
DFT)
2. Sherwin Williams Powder Coat System
City of Renton Winter 2023
West Hill Booster Pump Station Improvements Division 9
9-7
\\corp.rh2.com\dfs\Projects\Data\REN\21-0234\30 Specs\9 Finishes.docx 11/22/22 11:14 AM
© 2022 RH2 Engineering, Inc.
a. Primer: Powdura Gray Epoxy Primer (1.8 to 3 Mil DFT)
b. Finish Coat: Powdura TGIC Powder Coating (2 to 3 Mil DFT)
Part 3 – Execution
Construction
Cure in an oven at temperatures required by the powder coating manufacturer.
Preparation
Sandblast all parts and treat with iron phosphate and seal with non-chromic process.
Field Quality Control
Finished coating shall be smooth to the touch with no visible lumps, bumps, or cracks.
9.91.13.12 - System 2: Metals - Metal in Contact with Concrete,
Masonry or Dissimilar Metals.
[CSI 09 91 13 19]
Part 1 - General
This section applies to all non-submerged metal surfaces including aluminum, hot-dipped
galvanized steel, or other metals, which are conducive to corrosion due to interaction of
dissimilar metals or to chemical reaction due to embedment in concrete or masonry grout, and
that are not covered as part of another coating system.
Part 2 - Products
1. Tnemec
a. First Coat: Series N69 Hi-Build Epoxoline II (4 to 6 Mils DFT)
2. Sherwin Williams
a. First Coat: 646 FC B58-600 Macropoxy (4 to 6 Mils DFT)
3. AkzoNobel Devoe
a. First Coat: Devran 201 Universal Epoxy (4 to 6 Mils DFT)
Part 3 - Execution
Surface Preparation
1. SSPC-SP1 Solvent Cleaning
2. Lightly sand to degloss and provide a surface profile.
City of Renton Winter 2023
West Hill Booster Pump Station Improvements Division 9
9-8
\\corp.rh2.com\dfs\Projects\Data\REN\21-0234\30 Specs\9 Finishes.docx 11/22/22 11:14 AM
© 2022 RH2 Engineering, Inc.
9.91.13.13 - System 3: Ferrous Metal Pipe and Supports
including Steel, Cast Iron, and Ductile Iron (Exposed Indoors
and Outdoors).
[CSI 09 91 13 20]
Part 1 - General
This Section applies to all ductile/cast iron and ferrous metals, including bituminous coated
pipe and materials unless specified otherwise. Do not coat stainless steel materials unless
specified otherwise. This Section applies to all pipe materials and equipment, including
manufacturer applied coating systems. For the purposes of this coating system, metals which
are located below the top of the exterior wall within a water bearing structure or are located
within a vault or manhole shall be considered as under immersion service conditions.
Part 2 - Products
1. Tnemec
a. Primer: Series 1 Omnithane (2.5 to 3.5 Mil DFT).
b. Intermediate Coat: Series N69 Hi-Build Epoxoline II (6 to 8 Mil DFT)
c. Finish Coat: Series 73 or 1095 Endura-Shield (3 to 5 Mil DFT)
2. Sherwin Williams
a. Primer: Corothane 1 Mio-Zinc Primer (2.5 to 3.5 Mil DFT)
b. Intermediate: Macropoxy 646FC B58-600 Series (6 to 8 Mil DFT)
c. Finish:
i. Indoors: Macropoxy 646FC B58-600 Series (6 to 8 Mil DFT)
ii. Indoors/Outdoors: Acrolon Ultra B65-830 Series (2 to 3 Mil DFT)
3. International Devoe
a. Primer:
i. Fast Set Option: Devran 261QC Epoxy
ii. Cold Cure Option: BarRust 235 Epoxy
iii. Summer Option: BarRust 231 Epoxy Mastic (4 to 6 Mil DFT)
b. Intermediate Coat:
i. Fast Set Option: Devran 261QC EpoxY
ii. Cold Cure Option: BarRust 235 Epoxy
iii. Summer Option: BarRust 231 Epoxy Mastic (4 to 6 Mil DFT)
c. Finish Coat:
i. Fast Set Option: DevThane 349QC Aliphatic Polyurethane
City of Renton Winter 2023
West Hill Booster Pump Station Improvements Division 9
9-9
\\corp.rh2.com\dfs\Projects\Data\REN\21-0234\30 Specs\9 Finishes.docx 11/22/22 11:14 AM
© 2022 RH2 Engineering, Inc.
ii. Commercial Option: DevThane 389 Aliphatic Polyurethane
iii. Premium Gloss Option: DevThane 379 UVA Aliphatic Polyurethane
iv. Premium SemiGloss Gloss Option: DevThane 378 UVA Aliphatic
Polyurethane. (2 to 3 Mil DFT)
Part 3 - Execution
Preparation
1. To prevent surface condensation, whenever possible the pipe should be empty and
allowed to reach ambient temperature before coating. If condensation is present, dry
thoroughly prior to coating.
2. Ferrous Metals
a. SSPC-SP10 Near white blast cleaning
3. Ductile and Cast-Iron Materials
a. It is strongly recommended that ductile iron and cast-iron pipe or materials to be
field coated should be purchased factory primed without the standard asphalt
coating. Field removal of asphalt coatings is extremely difficult and overly
aggressive preparation can create a damaged surface unsuitable for coating.
b. Remove all oils, grease, and other contaminants using solvent cleaning prior to
abrasive blasting or power tool cleaning. Blemishes or staining on the prepared
surface are acceptable if such items cannot be removed by light scraping with a
knife. SSPC-SP10 blue-gray with surface profile of 2.0 Mil, minimum. Do not
burnish the surface. Clean all surfaces of dust and loose residue immediately prior
to coating. See NAPF 500-03-04/05.
4. Bolts must be masked with painter’s tape or similar prior to the application of
coating system. Do not apply coating on the bolts. Remove painter’s tape once
coating system has dried to the touch.
9.91.33.01 - System 4: Metals in Contact with Drinking Water
(Steel pipe, pump can interior, pump discharge head interior,
pump column pipe)
[CSI 09 91 33 13]
Part 1 – General
Summary
This section applies to metals in contact with potable drinking water.
References
Coatings shall be NSF 61 approved for use in direct contact with potable drinking water. The
NSF 61 approval shall be appropriate for the application at the time of submittal. Contractor
is responsible for verifying the current NSF 61 requirements and restrictions of submitted
coating.
City of Renton Winter 2023
West Hill Booster Pump Station Improvements Division 9
9-10
\\corp.rh2.com\dfs\Projects\Data\REN\21-0234\30 Specs\9 Finishes.docx 11/22/22 11:14 AM
© 2022 RH2 Engineering, Inc.
Part 2 – Products
Materials
1. Tnemec
a. Valves ≥ 1½-inch diameter; Pipe ≥ 6-inch diameter; Tanks ≥ 25 gallons.
i. Primer: None
ii. Finish Coat: Series FC22 Epoxoline (16 to 20 Mil DFT)
b. Fittings, Valves, & Pumps ≥ ½-inch diameter; Pipe ≥ 10-inch diameter; Tanks ≥
50 gallons.
i. Primer: None
ii. Finish Coat: Series 22 or FC22 Epoxoline (either one coat at 16 to 20 Mil DFT
or two coats at 12 to 16 Mil DFT each coat)
c. Fittings, Valves, & Pumps ≥4-inch diameter; Pipe ≥18-inch diameter; Tanks ≥
1,000 gallons.
i. Primer: Series N140 Pota-Pox Plus or Series 141 Potapox 80 (6 to 8 Mil DFT)
ii. Finish Coat: Series N140 Pota-Pox Plus or Series 141 Potapox 80 (6 to 8 Mil
DFT)
2. Sherwin Williams (Pipes ≥6-inch diameter; Tanks ≥100 gallons)
a. Primer: None
b. Finish Coat: Sherplate PW (16 to 20 Mil DFT)
3. International Devoe (Pipes ≥18-inch diameter; Valves ≥3/4-inch diameter; Tanks ≥
300 gallons)
a. Primer: BarRust 233H (6 to 8 Mil DFT)
b. Finish Coat: BarRust 233H (6 to 8 Mil DFT)
Part 3 – Execution
Surface Preparation
Ferrous Metal – SSPC SP1 followed by SP10 Near White Blast. Surface profile shall be 2.0 Mil,
minimum.
Ductile Iron – SSPC SP1 followed by NAPF 500-03-04/05 Grey White Blast or SP10 Grey
White Blast. Surface profile shall be 2.0 Mil, minimum.
City of Renton Winter 2023
West Hill Booster Pump Station Improvements Division 9
9-11
\\corp.rh2.com\dfs\Projects\Data\REN\21-0234\30 Specs\9 Finishes.docx 11/22/22 11:14 AM
© 2022 RH2 Engineering, Inc.
9.97.23.14 Concrete Sidewalk/Driveway/Entrance Sealer
[CSI 09 97 23 29 or 07 19 16]
Part 2 – Products
Materials
1. Tnemec
a. Chemprobe Dur A Pell 40 (100 sq. /ft. per gallon coverage based on smooth
precast concrete. See product data sheet for coverage on other concrete surfaces.)
2. Sherwin Williams
a. Loxon 40 percent Silane Water Repellant (125 -175 sq./ft. per gallon coverage
based on smooth precast concrete. See product data sheet for coverage on other
concrete surfaces.)
3. International Paint
a. RainGuard Blok-Lok (60-125 sq./ft. per gallon coverage based on smooth precast
concrete. See product data sheet for coverage on other concrete surfaces.)
Part 3 – Execution
Preparation
Surface Preparation
Prepare surface to clean, bare concrete free of contaminants including dust, oil and water.
Apply sealer to concrete until it has moist appearance using a garden sprayer. Clean the surface
to remove purged matter and allow it to dry a minimum of 24 hours. Repeat process to apply
two coats.
Construction
Apply concrete sealer to the following locations:
x Slab and driveway interface
9.99.33 Specialty Metal Coatings
[CSI 09 97 40]
9.99.33.07 – System 5: Vertical turbine pump bowls, pump
impellor casing interior (Submerged, Potable Water)
[CSI 09 97 41]
Part 1 - General
This section applies to pump bowl interior and exterior. The coating shall be designed for
submerged conditions. The coating shall be NSF certified for direct contact with potable
drinking water.
City of Renton Winter 2023
West Hill Booster Pump Station Improvements Division 9
9-12
\\corp.rh2.com\dfs\Projects\Data\REN\21-0234\30 Specs\9 Finishes.docx 11/22/22 11:14 AM
© 2022 RH2 Engineering, Inc.
Part 2 - Products
Materials
1. 3M Scotchkote - fusion bonded epoxy (12 to 16 Mil DFT)
2. Sherwin Williams - Sher-Plate PW (10 to 12 Mil DFT)
3. AkzoNobel Devoe - BarRust 233H NSF High Solids Low Temperature Curing Epoxy
Coating (10 to 12 Mil DFT)
Part 3 - Execution
Preparation
SSPC SP1 followed by SP10 Near White Blast, Surface profile shall be 2.0 Mil, minimum.
Installation
Coatings on interior and exterior of vertical turbine pump bowls, and interior of pump
impeller casings must be applied at the factory.
Repairs
Manufacturer shall supply NSF approved patch kit for field repairs.
9.99.34 Special Painting
9.99.34.01 – System 6: Booster Pump Station Structure
(Internal/External)
[CSI 09 97 41]
Part 1 - General
This section applies to painting the existing booster pump station structure internally and
externally.
Part 2 - Products
Materials
1. Sherwin Williams or equivalent as approved by the Engineer. Owner and/or Engineer
will provide Contractor with color selection concurrently with approved coating
system submittal.
Part 3 - Execution
Preparation
The existing booster pump station shall be pressured washed internally and externally prior to
applying painting. Dust, oil, water, and other contaminants shall be removed prior to applying
coatings.
Installation
Coatings shall be installed in strict accordance with manufacturer requirements.
10-1
\\corp.rh2.com\dfs\Projects\Data\REN\21-0234\30 Specs\10 Specialties.docx 11/22/22 11:16 AM
© 2022 RH2 Engineering, Inc.
Division 10
Specialties
10.00 GENERAL
This division covers that work necessary for fabricating and installing all furnishings and
accessories as described in these specifications and as shown on the Plans.
Sections in these specifications titled “Common Work for . . .” apply to all following
subsections whether directly referenced or not.
10.05 Common Work for Specialties
[CSI 10 05 00]
Part 1 - General
Submittals
Submittal information shall be provided to the Owner for the following items:
x Equipment Signs
x Fire Extinguishers
10.06.10 Schedules for Signage
[CSI 10 06 10.13,.16]
Part 2 - Products
Materials
Unless otherwise specified, text shall be white on a background color shown below.
Purpose Plate Color
General Black
Warning Red
Electrical Black
Domestic Water Blue
Raw Water Purple
Waste Water Green
Chemical Orange or Brown
Part 3 - Execution
Installation
Install signs/markers directly on the devices in a location that does not interfere with the
device operation or maintenance. If the device is too small or otherwise impractical to
mount marker, locate marker as close as possible to the device on an adjacent surface.
City of Renton Winter 2023
West Hill Booster Pump Station Improvements Division 10
10-2
\\corp.rh2.com\dfs\Projects\Data\REN\21-0234\30 Specs\10 Specialties.docx 11/22/22 11:16 AM
© 2022 RH2 Engineering, Inc.
10.10 INFORMATION SPECIALTIES
[CSI 10 10 00]
10.14.23 Panel Signage
[CSI 10 14 23]
Part 2 - Products
Materials
Equipment Signage
1. Equipment signs shall be plastic-laminated 1-inch high, by required length, by
⅛-inch thick, with ½-inch high letters in N-2 Standard Gothic characters.
Pump Signage
1. Provide a 2-inch high, temperature resistant metal or vinyl number or name on each
pump or pump motor. Number shall face the pump control panels and be placed so
as not to be obscured from other equipment. Confirm with Engineer the proper
numbering or naming of each pump.
Construction Fence Perimeter Signage
1. Signs shall be made of polyethylene and be ⅛-inch thick minimum. Sign shall have a
white background with construction orange print. Font shall be readable from
100 feet.
2. During construction, if construction site is to be partially or completely enclosed,
signs stating “Construction Area, Keep Out” shall be placed so that at any location
around the construction site within 50 feet of a sign can be read from that distance.
Upon removal of temporary construction fencing, remove signs from fencing and
deliver to Owner.
Electrical and Control Equipment
1. 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.
2. Provide a name tag for each piece of equipment and for each circuit and/or control
device associated with the equipment.
3. Provide a nameplate for each control center unit door.
4. Electrical equipment 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.
City of Renton Winter 2023
West Hill Booster Pump Station Improvements Division 10
10-3
\\corp.rh2.com\dfs\Projects\Data\REN\21-0234\30 Specs\10 Specialties.docx 11/22/22 11:16 AM
© 2022 RH2 Engineering, Inc.
5. 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.
6. Tags shall be securely attached. Adhesive backed tags shall also have at least two
brass screws for positive fastening.
7. 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.
11-1
\\corp.rh2.com\dfs\Projects\Data\REN\21-0234\30 Specs\11 Equipment.docx 11/22/22 11:27 AM
© 2022 RH2 Engineering, Inc.
Division 11
Equipment
11.00 GENERAL
Sections in these specifications titled “Common Work for . . .” apply to all following subsections
whether directly referenced or not.
11.05 Common Work for Equipment
[CSI 11 05 00]
Part 1 - General
Related Sections
x Division 1.81.30 Seismic Restraint Requirements
Submittals
Provide submittal information to the Owner for the following items:
x Pumps and Motors
x Heaters
x Pump Can
x Pump Anchor Bolts
11.10 PUMPS
[CSI 43 20 00]
11.10.05 Common Work for Pumps
[CSI 43 20 05]
Part 1 - General
Summary
This section covers work necessary to provide and install the pumps, complete with motors
and accessories, described herein and as shown on the Plans.
Related Sections
x Division 1.75 Starting and Adjusting
x Division 1.81.40 Pressure Ratings
x Division 1.81.50 Materials in Contact with Drinking Water
x Division 9.91.13.13 Coatings – Ferrous Metal Pipe and Supports including Steel, Cast Iron,
and Ductile Iron (Exposed Indoors and Outdoors)
x Division 9.91.33.01 Coatings, Metals in Contact with Drinking Water
City of Renton Winter 2023
West Hill Booster Pump Station Improvements Division 11
11-2
\\corp.rh2.com\dfs\Projects\Data\REN\21-0234\30 Specs\11 Equipment.docx 11/22/22 11:27 AM
© 2022 RH2 Engineering, Inc.
x Division 9.99.33.07 Vertical turbine pump bowls, pump impellor casing interior
(Submerged, Potable Water)
x Division 10.14.23 Panel Signage
x Division 11.19 Pump Anchor Bolts
x Division 11.20.1 Common Work for Pump Motors
References
x HI - Hydraulic Institute.
x ASTM - American Society for Testing and Materials.
x AISI - American Iron and Steel Institute.
x ANSI - American National Standards Institute.
Performance Requirements
Power required to operate the pump(s) shall not exceed the motor nameplate horsepower
regardless of any flow and head tolerances listed in this specification, unless allowed otherwise
in the Pump Motors section.
The design and performance requirements listed for each pump must be met, with no
exceptions. Pumps that do not meet all of the conditions will be rejected.
The design point must fall within the pump Preferred Operation Range (POR) referenced
from the Best Efficiency Point (BEP) as follows:
Type Specific Speed (US Units) Design Point from BEP
Vertical <= 4,500 70% to 120%
Vertical > 4,500 80% to 115%
Pump parts in contact with potable water, or raw water being supplied to a potable water
treatment facility, shall be lead free complying with either NSF 61 ANSI 372 tested or NSF
61 Annex G compliant. Submit lead free information with pump submittal information.
City of Renton Winter 2023
West Hill Booster Pump Station Improvements Division 11
11-3
\\corp.rh2.com\dfs\Projects\Data\REN\21-0234\30 Specs\11 Equipment.docx 11/22/22 11:27 AM
© 2022 RH2 Engineering, Inc.
Pump Name or
No.
1
(Existing/
Relocated)
2/3 4
Type
Vertical Turbine (can
mounted; contractor
provided)
Vertical Turbine
(can mounted)
Vertical Turbine
(can mounted)
Maximum Speed 1,800 rpm 1,800 rpm
Design Flow 600 gpm 1,200 gpm
Design Head 330 ft 330 ft
Min. Shutoff Head 360 ft 410 ft
Max. Shutoff Head 420 ft 435 ft
Performance Requirements at Design Point
Min. Pump
Efficiency (at
Design Point)
82% 84%
BEP Position Right of Design
Point
Left of Design
Point
Tolerance Grade at
Design Point 1U 1U
Max. NPSHR3 16 ft at 600 gpm 16 ft at 1,200 gpm
NPSHA 105 ft at 600 gpm 95 ft at 1,200 gpm
Fluid Potable Water Potable Water
Max. Fluid
Temperature 50 degrees F 50 degrees F
Head Conditions
Head conditions specified in the table are inclusive of all pump components including the
casing/bowls, discharge head or elbow, column pipe, and intake strainer, as applicable.
Tolerance Grade
Performance range shall adhere to the HI 14.6 (centrifugal and vertical pumps) tolerances
stated herein are referenced at the specified design point(s). Flow tolerance is measured at the
design point head. Head tolerance is measured at the design point flow. Efficiency is evaluated
where a straight line drawn from zero flow, zero head, passes through the design point and
crosses the actual pump curve.
Grade 1U (0% to +10% Flow, 0% to +6% Head, no less than 0% Efficiency).
Design Requirements
For pumps with column pipe (vertical turbine, submersible well, etc.) size the column pipe to
meet the criteria below. Calculate velocity including the reduction of flow area from the shaft.
Provide calculations with the submittals.
City of Renton Winter 2023
West Hill Booster Pump Station Improvements Division 11
11-4
\\corp.rh2.com\dfs\Projects\Data\REN\21-0234\30 Specs\11 Equipment.docx 11/22/22 11:27 AM
© 2022 RH2 Engineering, Inc.
x Column length less than 20 feet: 10 feet per second maximum, or match nominal bowl
diameter, whichever results in the larger column diameter.
The head-capacity curve shall have a steady rise in head from maximum to minimum
flow. Curves which have intermediate high or low points will be rejected.
Submittals
Provide the following information:
The three apparent low bidders must submit data showing all operating characteristics of all
proposed pumps no more than five working days after the bid opening. The bidder shall
provide a letter guaranteeing that their proposed pumps will meet all the specified operational
conditions. Award of the bid will be contingent on the bidder submitting complete and
accurate information showing compliance with the specifications.
Source Quality Control
x A minimum of 5 installations with similarly sized and configured pumps in equivalent fluid
applications installed by the Contractor or installer subcontractor. Include location,
contact name, and number.
x Company name, address, and phone number of the closest manufacturer’s authorized
service company and a qualified service company. Qualified service may be a company
that is not a manufacturer’s authorized service center but can perform competent service
and order repair and replacement parts. Authorized service must be within the 48
contiguous US states. Qualified service must be within 200 miles of the project site.
Product Data:
x Specifications and data describing all pump parts, pieces, and components. Include
information on materials of construction and proposed coating systems.
x Performance curves showing total dynamic head (TDH) in feet, efficiency, and
net-positive-suction head required (NPSHR) versus output in gallons per minute (gpm).
All losses from the drive shaft, seal, coupling, and other mechanical losses shall be included
in the data presented. Catalog or software generated curves may be submitted for
preliminary approval and ordering.
x Additional VFD pump curves for speeds at 50 percent, 70 percent, and 90 percent of full
speed.
x Documentation on assembled pump and motor unit natural frequency. Natural frequency
shall not occur within 20 percent of speed above or below the pump’s operating speed
range of 900 rpm to 1800 rpm.
x Provide up and down thrust forces versus flowrate for each design point specified.
x Complete list of all pump system components and accessories.
x Column pipe headloss calculation (if applicable).
x Bearing life (L10) for ball and roller bearings. Calculations supporting L10 of no less than
40,000 hours.
City of Renton Winter 2023
West Hill Booster Pump Station Improvements Division 11
11-5
\\corp.rh2.com\dfs\Projects\Data\REN\21-0234\30 Specs\11 Equipment.docx 11/22/22 11:27 AM
© 2022 RH2 Engineering, Inc.
Shop Drawings:
x Detailed dimensional drawings showing outline dimensions, lengths, overall sizes,
materials, and weights for each pump unit and associated accessories.
Closeout Submittals: Provide the following submittals prior to project closeout:
x Operations and Maintenance manual.
x Manufacturer signed warranties with pump serial numbers.
Quality Assurance
The pump manufacturer is responsible for the motor and pump assembly.
Delivery, Storage, and Handling
Deliver, store, and handle pumps in accordance with manufacturer’s recommendations.
Warranty
Warrant all pumping equipment described in this section and provided under this contract
against defects in materials and workmanship for a period of two years after date of project
acceptance.
Following pump and motor installation, furnish the services of a qualified manufacturer’s
representative to inspect pump units and inform Owner, prior to field testing, of any defects
or concerns regarding condition of each unit and its installation at the job site. Upon resolution
of any defects or concerns (if any) and work performed by the Contractor at their expense, to
the satisfaction of the Owner, manufacturer’s warranty shall then be in full effect with no
reservation or qualifications other than those stated in the manufacturer’s warranty. Upon
completion of pump installation, manufacturer’s representative shall provide written
certification that equipment is fully warranted as installed.
Extra Materials
Provide any special tools required for pump or motor maintenance.
Part 2 - Products
Existing Products
The supplied pump(s) shall fit into the space of the existing pump(s) being replaced. Verify
dimensions in the field for pump installation. If modifications to any equipment or new
adapters are necessary to accept the new pump, provide all required modifications and
adapters, and include the price in the bid. Additional reimbursement for modifications will be
paid by time and materials only if, in the opinion of the Engineer, actual conditions vary
materially from those presented in these contract documents and were not reasonably
determinable from a pre-bid field inspection.
The existing pump slated for relocation shall be confirmed to be in good working order and
acceptable for reinstallation. Contractor shall immediately bring any deficiencies to the
Owner’s attention prior to reinstallation. Relocated pump and/or components shall be cleaned
and recoated per Division 9.
City of Renton Winter 2023
West Hill Booster Pump Station Improvements Division 11
11-6
\\corp.rh2.com\dfs\Projects\Data\REN\21-0234\30 Specs\11 Equipment.docx 11/22/22 11:27 AM
© 2022 RH2 Engineering, Inc.
Manufacturers
The pumps for this project shall be manufactured by Peerless or an equivalent brand. Peerless
is pre-approved for use on this project. The bidder may submit another brand for review prior
to the bid opening following the procedures under Division 1.25.13.10 Substitutions Prior to
Bid Opening. Accepted brands will be approved through addendum only. No substitutions
for different pump brands will be accepted after the bid.
Components
For pumps in domestic water applications, all wetted pump components, coatings, and
lubricants shall be approved for use in potable drinking water in accordance with U.S. Food
and Drug Administration (FDA) or National Sanitation Federation (NSF 61) rules and
regulations.
All pump system components are to come from the pump manufacturer and include:
x Motor
x Bowl assembly
x Column assembly
x Discharge head, elbow, or pump casing
x Couplings
x Pump can
x Intake strainer
x All other necessary appurtenances for complete unit assembly.
Accessories
Provide removable guards to protect personnel from rotating components. Guards to meet
the minimum requirements of WAC 296-806-20042.
All pumps are to include an engraved non-corrodible metal nameplate on the exterior of the
pump head or body (duplicate attached to pump support flange or shipped loose if
submersible), readily accessible without requiring any disassembly. The nameplate shall
include, at a minimum, the following information (as applicable for the type of pump):
x Pump Manufacturer
x Pump Model Number
x Pump Serial Number
x Impeller Number
x Impeller Trim
x Number of Stages
x Design TDH (feet)
City of Renton Winter 2023
West Hill Booster Pump Station Improvements Division 11
11-7
\\corp.rh2.com\dfs\Projects\Data\REN\21-0234\30 Specs\11 Equipment.docx 11/22/22 11:27 AM
© 2022 RH2 Engineering, Inc.
x Design Flow (gpm)
x Supplier Name and Phone Number
x Date of Manufacture
Source Quality Control
Factory Pump Performance Testing and Certification
Factory testing curves and data on each pump must be provided prior to pump delivery.
Variations between factory tests and previously submitted catalog curves may be cause for
rejection. Factory testing of the pump may use a dynamometer or calibrated shop motor.
Perform a performance test as described in the latest edition of Hydraulic Institute’s (HI)
Pump Tests (ANSI/HI 14.6 Centrifugal and Vertical, ANSI/HI 11.6 Submersible), with
results submitted to the Engineer and approved for each pump prior to shipment to the
construction site. Test pumps at the factory to HI standards, except as modified below.
x Test speed must be within 20 percent of the rated speed unless prior written approval is
given by the Owner. Approval is not guaranteed.
x HI 14.6.5.7.1: No less than three additional test points beyond the five points listed in the
HI standard are required. Two of these points between shutoff head and design point, and
one point to the right of the design point.
x HI 14.6 Appendix K, 11.6.10: Model tests are not allowed unless prior approval is given
by Owner. Supplier shall submit a written request to perform a model test with procedures
outlined for Owner’s review.
x Provide a certified data sheet and performance curve for each pump similar to HI 14.6
Appendix H pump test summary of information. At a minimum provide:
o Information per HI standards.
o TDH (ft) vs. Flow (gpm)
o Power (hp) vs. Flow (gpm)
o NPSHR (ft) vs. Flow (gpm) (catalog data is acceptable)
o Motor Input Power
o Hydraulic Efficiency (%) vs. Flow (gpm) (where applicable)
Perform factory vibration testing as follows:
x Take vibration readings under normal operating conditions at the design point.
x If a throttled valve is used to adjust the operational point during vibration testing, the valve
must be no closer than 20 times the pipe diameter from the pump and separated from the
pump by at least one flexible pipe joint.
x For variable speed pumps, take readings at full speed and two reduced speeds as directed
by the Owner. Do not test below the manufacturer’s lowest allowed speed.
City of Renton Winter 2023
West Hill Booster Pump Station Improvements Division 11
11-8
\\corp.rh2.com\dfs\Projects\Data\REN\21-0234\30 Specs\11 Equipment.docx 11/22/22 11:27 AM
© 2022 RH2 Engineering, Inc.
x Read vibrations at the locations described in HI 9.6.4.2.3. In general, the reading locations
shall be at:
o The middle of each bearing housing of between bearing pumps.
o Near the outer casing bearing of end suction pumps.
o Near the top of the motor support flange for vertical motors.
x Read vibrations in the three orthogonal planes, with the maximum reading governing the
results. If the vibration tests fail, the pump manufacturer and/or Contractor shall modify
the equipment and/or installation and retest until the standards are met. Submit the
vibration test results to the Owner. The manufacturer’s representative shall provide
proper, calibrated instrumentation to verify completed unit vibration.
x Factory vibration testing shall be performed by a Level 1 certified Vibration Analysis
Tester. The results of the test shall be reviewed by a Level 3 certified Vibration Analysis
Tester. Certification shall be current and from one of the following: Mobius Institute,
Vibration Institute, Technical Associates of Charlotte.
Graphs must be submitted and approved prior to shipment of pumps.
Part 3 - Execution
Preparation
Disinfect domestic water pumps by flushing with a solution of 50 ppm chlorine prior to
installation. After disinfecting, immediately flush and rinse the pumps with clean water to
remove the high chlorine concentration solution. This includes the impellers and interior of
bowls and casings.
Installation/Construction
Install pumps in accordance with manufacturer’s directions. Installation shall be supervised
and approved by manufacturer’s representative prior to operating or field testing.
Adjust pump assemblies so that driving units are properly aligned, plumb, and level with the
driven units and all interconnecting shafts and couplings. Flexible couplings shall not be used
to compensate for misalignment.
Connect piping to the pump in a manner which prevents strain on the pump casing or head.
Field Quality Control
See Division 1.75 Starting and Adjusting for scheduling and notification requirements.
A qualified and authorized representative of the pump manufacturer shall conduct or
supervise the field testing. Prior to acceptance of installed pumps, manufacturer’s
representative shall demonstrate proper operation of pumps at capacities stated.
Contractor is responsible for startup and adjustments to meet the specifications. Perform field
tests represent the performance of the new pump(s) when operating under actual field
conditions and to establish the acceptance of the pump(s) furnished and installed. Perform
the field test in the presence of the Owner after the piping and controls have been installed.
City of Renton Winter 2023
West Hill Booster Pump Station Improvements Division 11
11-9
\\corp.rh2.com\dfs\Projects\Data\REN\21-0234\30 Specs\11 Equipment.docx 11/22/22 11:27 AM
© 2022 RH2 Engineering, Inc.
Perform a performance test similar to those described in the latest edition of Hydraulic
Institute’s (HI) Pump Tests (ANSI/HI 14.6 centrifugal and vertical, ANSI/HI 11.6
Submersible), with results for each pump submitted to the Owner for approval.
Perform a field test to the accuracy obtainable with the monitoring equipment installed with
the piping and instrumentation. If sufficient field devices are not available to test all
parameters, the Contractor shall provide testing gauges and meters as needed. At a minimum,
the following are needed:
x Suction pressure gauge.
x Discharge pressure gauge.
x Electric current and voltage meter(s), one per phase.
x Vibration sensor.
Where existing gauges and meters are retained and not been replaced under this contract, the
Contractor may temporarily replace such equipment during testing with their own at their
expense, if approved by the Owner. The Owner makes no guarantee of the accuracy of existing
gauges and meters.
Results shall be within plus or minus 1 percent of the tolerances listed above under
Performance Requirements.
Perform testing under the observation of the Owner. At that time, the following data shall be
collected for each pump:
x TDH vs. Flow at a minimum of three points which include: Shutoff head (unless pressure
is deemed excessive by the Owner), fully open to system, and approximately 50 percent
design flow with throttled discharge valve. Additional points may be required at the
discretion of the Owner.
x Overall Efficiency (motor power draw required for this calculation).
x Take vibration readings under normal operating conditions at the design point. If it is not
possible to reach the exact design point, then the vibration readings will be taken within
the preferred operating range at a point agreed to by the Owner. A factory vibration test
is not a substitute for a field test.
x If a throttled valve is used to adjust the operational point during vibration testing, the valve
must be no closer than 20 times the pipe diameter from the pump and separated from the
pump by at least one flexible pipe joint.
x For variable speed pumps, take readings at full speed and two reduced speeds as directed
by the Owner. Do not test below 50% of design flow without Owner’s approval.
x Read vibrations at the locations described in HI 9.6.4.2.3. In general, the reading locations
shall be at:
o The middle of each bearing housing of between bearing pumps.
o Near the outer casing bearing of end suction pumps.
o Near the top of the motor support flange for vertical motors.
City of Renton Winter 2023
West Hill Booster Pump Station Improvements Division 11
11-10
\\corp.rh2.com\dfs\Projects\Data\REN\21-0234\30 Specs\11 Equipment.docx 11/22/22 11:27 AM
© 2022 RH2 Engineering, Inc.
x Read vibrations in the three orthogonal planes, with the maximum reading governing the
results. If the vibration tests fail, the pump manufacturer and/or Contractor shall modify
the equipment and/or installation and retest until the standards are met. Submit the
vibration test results to the Owner. The manufacturer’s representative shall provide
proper, calibrated instrumentation to verify completed unit vibration.
x Field vibration testing shall be performed by a Level 1 certified Vibration Analysis Tester.
Certification shall be current and from one of the following: Mobius Institute, Vibration
Institute, Technical Associates of Charlotte.
Maximum allowable completed unit vibration amplitude (pump and motor installed) shall be
per the current HI Standards, Section 9.6.4.2.5.1.
Upon completion of pump installation and testing, manufacturer’s representative shall provide
written certification that equipment is installed correctly and fully warranted. Provide
certification that pumps meet all requirements set forth in these specifications and submittal
literature. The Contractor shall provide a written report of all test conditions and results.
Pump suction can (barrel) shall be pressure tested to 150 psi prior to installation of the pump.
Provide temporary flanges, caps, and fittings as necessary to perform test. The can shall hold
pressure with zero loss for a period of 15 minutes. A factory test will be acceptable if video
and written certification of test results are provided.
Repair
Repair and retest units failing any field test. If unit fails second field test, unit will be rejected,
and supplier shall furnish a unit that will perform as specified.
11.11.13 Temporary Pumping System
Part 1 - General
Summary
The Contractor shall provide all labor, materials, and equipment necessary to operate the City’s
existing 60HP electric pump (Pump Bay No. 3) while the facilities’ existing electrical and
control systems are being removed and replaced. See Div. 1 for additional information
regarding temporary electrical system/supply requirements in support of the proposed
improvements.
11.11.2 Vertical Turbine Pumps
[CSI 33 11 33 or 43 24 50]
Part 1 - General
Summary
This section covers that work necessary for providing and installing vertical turbine pumps,
complete with motors and accessories, described herein and as shown on the Plans.
City of Renton Winter 2023
West Hill Booster Pump Station Improvements Division 11
11-11
\\corp.rh2.com\dfs\Projects\Data\REN\21-0234\30 Specs\11 Equipment.docx 11/22/22 11:27 AM
© 2022 RH2 Engineering, Inc.
Related Sections
x 9.91.13.13 Ferrous Metal Pipe and Supports including Steel, Cast Iron, and Ductile Iron
(Exposed Indoors and Outdoors)9.91.33.01 Metals in contact with drinking water coating
(pump can interior; pump column pipe [can-mounted]; steel pump discharge head interior)
x 9.91.13.12 Metal in Contact with Concrete, Masonry or Dissimilar Metals
x 9.99.33.07 Vertical Turbine Pump Bowls, Pump Impellor Casing Interior (Submerged,
Potable Water)
x 11.10.05 Common Work for Pumps
x 11.20 Pump Motors
References
x Hydraulic Institute 2.1 – 2.6, 9.1 – 9.8, 14.6
x AWWA E102 Submersible vertical turbine pump construction.
x AWWA E103 Horizontal and vertical line-shaft pump construction.
Submittals
Submit detailed dimensional drawing for pump can, sole plate assembly, and pump foundation
as applicable.
Factory Pump Performance Testing and Certification: Provide factory performance testing for
each of the following pumps:
Pump No. 2/3
Pump No. 4
Part 2 - Products
Manufactured Units
Pump shall be vertical turbine, can (barrel) mounted type.
Components
If the pump motor will be controlled by a VFD, all pump components shall be sized and
selected for variable speed operation.
Discharge Head
Fabricated steel pump head with positive sealing base plate for mounting pump as shown on
the Plans.
Pump head to have a pressure rating at least 50 psi greater than full shut-off head, after
accounting for suction head or lift.
Suction flange: ANSI Class 125/150 (AWWA C207 Class D minimum).
Discharge flange: ANSI Class 250/300 (AWWA C207 Class F)
3/4-inch minimum tap on outlet for discharge pressure gauge
City of Renton Winter 2023
West Hill Booster Pump Station Improvements Division 11
11-12
\\corp.rh2.com\dfs\Projects\Data\REN\21-0234\30 Specs\11 Equipment.docx 11/22/22 11:27 AM
© 2022 RH2 Engineering, Inc.
Two access openings to the shaft seal, each protected with an expanded metal screen attached
to the head with two piano hinges and a locking clip hasp.
Column
The column pipe shall be schedule 40 steel unless depth or pressure requires a stronger pipe.
Coat steel column per Division 9.91.33.01 of these specifications.
Line Shaft
Furnish the shaft in interchangeable sections not over ten feet in length.
The line shaft shall be selected such that the elongation due to weight and hydraulic thrust
shall not exceed the axial clearance of impellers in the pump bowls. Size of shaft shall be no
less than that determined by AWWA Specification E103, Section 4.4.
The line shaft shall be turned, ground, and polished precision 416 or 17-4PH stainless shafting
sized to operate the pump without distortion or vibration and couple with steel couplings
machined from solid bar steel.
Head shaft shall be a 2-piece design with an easily accessible coupling located between pump
and motor.
The coupling shall be a 3-piece design for adjusting impeller clearance and to allow for service
of the seal.
Bowl and Impeller Assemblies
Bowl bearings shall be fabricated from bronze materials or a combination of bronze and
rubber, water-lubricated, and designed for vertical turbine pump service.
Pump bowls shall be constructed from close-grained cast iron and coated on the interior with
ceramic, porcelain or per Division 9.99.33.
Impellers may be enclosed for all applications, or semi-open if the suction bowl is less than
150 feet below the discharge head and there are no more than two stages.
Impellers shall be fabricated from:
Aluminum-bronze (ASTM B148, C95400, C95500, or as otherwise approved by the Owner)
For 6-inch diameter (nominal) and larger bowls with enclosed impellers, each bowl shall have
a replaceable wear ring at the suction eye. For thrust balanced (semi-open or enclosed)
impellers, each bowl shall also have a wear ring on the discharge end.
Vertical impeller adjustment shall be by external means. Statically and dynamically balance
impellers. Attach impellers to the pump shaft by a positive locking stainless steel tapered
impeller collet. For shaft diameters larger than 2.5 inches, keys and thrust ring retainers shall
be used.
If approved by the Owner, the suction impeller may be a “low NPSH” style to meet the NSPH
design requirements.
City of Renton Winter 2023
West Hill Booster Pump Station Improvements Division 11
11-13
\\corp.rh2.com\dfs\Projects\Data\REN\21-0234\30 Specs\11 Equipment.docx 11/22/22 11:27 AM
© 2022 RH2 Engineering, Inc.
Seals
Line shaft seal shall be a mechanical seal type installation. Seal shall be of the split coupling
type to allow for removal and service of the seal without removal of the motor. Seal shall be
of the balanced mechanical seal cartridge type with stainless steel shaft sleeve. Provide
cadmium or chrome-plated for corrosion resistance. All motor and pump components shall
be designed to meet the tolerances recommended by the mechanical seal manufacturer.
Provide a spare seal for each pump supplied on the project.
Strainer
Provide a stainless steel or bronze strainer having a net inlet opening of not less than four
times the area of the suction pipe. Strainer shall be a basket type.
Suction Can
Welded steel pump suction cans configured as shown on the plans with top plate for mounting
pump head. Construct as dimensioned to tolerances of +/- 1/16”. Weld in accordance with
ASME Welding Code. Contractor shall be responsible for compliance to this tolerance and
correct any dimensions or welding that does not meet this specification at their expense. All
connections shall be watertight. Repair any leaks found during testing.
Suction cans constructed in accordance with AWWA C200. Steel pipe fabricated from ASTM
A53 Grade E or S. Shop drawings shall clearly indicate wall thickness, diameter, and pressure
rating. Shop drawings shall be submitted to the Owner for review and approval prior to
material order. Wall thickness no less than “Standard” (STD) schedule or 3/8-inch thickness,
whichever is greater.
Supply written certification that entire can assembly is capable of the hydrostatic testing
pressure as noted in Division 1.
Finishes
See Related Sections. Coat the following items:
x Discharge head
x Pump bowl interior
x Pump bowl exterior
x Pump can interior
x Pump can exterior
11.19 Pump Anchor Bolts
[CSI 03 15 19 (cast-in) or 05 05 19 (drilled)]
Part 2 - Products
Materials
Pump manufacturer or authorized representative shall size and supply the pump anchor bolts.
City of Renton Winter 2023
West Hill Booster Pump Station Improvements Division 11
11-14
\\corp.rh2.com\dfs\Projects\Data\REN\21-0234\30 Specs\11 Equipment.docx 11/22/22 11:27 AM
© 2022 RH2 Engineering, Inc.
11.20 PUMP MOTORS
11.20.01 Common Work for Pump Motors
[CSI 40 05 93]
Part 1 - General
Summary
This section covers work necessary to furnish and install the pump motors and accessories,
described herein and as shown on the Plans. The pump motors and accessories shall be brand
new except where existing pump/motor that are scheduled for relocation. Refurnished pump
motors shall not be accepted. This section is not applicable for chemical dosing pumps or
small sump pumps.
Related Sections
x Division 9.91.13.1 Coatings – Exposed Metals, Indoors
x Division 11.10.05 Common Work for Pumps
References
x HI - Hydraulic Institute.
x ASTM - American Society for Testing and Materials.
x AISI - American Iron and Steel Institute.
x ANSI - American National Standards Institute.
x IEEE – Institute of Electrical and Electronics Engineers
Submittals
Submittal information shall be provided for each individual motor.
Complete list of all motor components and accessories to be provided. All motor system
components are to come from the pump manufacturer.
Company name, address, and phone number of the closest manufacturer’s authorized service
company and a qualified service company. Qualified service may be a company that is not a
manufacturer’s authorized service center but can perform competent service and order repair
and replacement parts. Authorized service must be within the 48 contiguous US states.
Qualified service must be within 200 miles of the project site.
Specifications and data describing all motor parts, pieces, and components. Include
information on materials of construction and proposed coating systems.
Motor data including type, torque, RPM, no-load current, full-load amps, service factor, power
factor, and motor efficiency at full-load. Provide maximum recommended motor starts per
hour.
For variable speed drive motors, provide performance curves and motor efficiency at 25, 50,
75, and 100-percent of full load.
City of Renton Winter 2023
West Hill Booster Pump Station Improvements Division 11
11-15
\\corp.rh2.com\dfs\Projects\Data\REN\21-0234\30 Specs\11 Equipment.docx 11/22/22 11:27 AM
© 2022 RH2 Engineering, Inc.
Bearing life (L10) for ball and roller bearings. Calculations supporting L10 of no less than
40,000 hours.
Provide catalog data for each motor showing the following information:
x Horsepower vs. Load
x Power factor vs. Load
x Efficiency vs. Load or Wire-to-Water Efficiency vs. Load
Shop Drawings:
x Detailed dimensional drawings showing outline dimensions, lengths, overall sizes,
materials, and weights for each motor and accessories.
x Wiring diagrams for motor and any embedded sensors or switches.
Closeout Submittals: Provide the following submittals prior to project closeout:
x Operations and Maintenance Manual
x Manufacturer signed warranties with serial numbers.
Quality Assurance
Motors shall be dynamically balanced at the factory and shall have rigid mounting maximum
vibration amplitude meeting NEMA MG-1 Grade A:
Grade A
Maximum
Vibration
0.0019 inch pk-pk
0.12 inch / sec
1,200 rpm All sizes
1,800 rpm All sizes
3,600 rpm All sizes
Delivery, Storage, and Handling
Deliver, store, and handle motors in accordance with manufacturer recommendations. Store
in a dry, enclosed environment and in the same orientation as their final mounting.
Design Requirements
Motors designed for continuous cycle.
Motors (not including submersibles) to be premium efficiency with efficiency at design point
not less than shown in Table C405.8(1) or C405.8(2), as applicable, of the Washington State
Energy Code (WAC 51-11C-40508), current edition. Efficiency as determined by IEEE
Standard 112, Test Method B.
City of Renton Winter 2023
West Hill Booster Pump Station Improvements Division 11
11-16
\\corp.rh2.com\dfs\Projects\Data\REN\21-0234\30 Specs\11 Equipment.docx 11/22/22 11:27 AM
© 2022 RH2 Engineering, Inc.
Size motors such that power draw in the defined operating range of the pump shall not exceed
the nameplate size. Power draw shall not encroach into the service factor. Motor size selection
shall include all losses, including motor and pump bearings.
Reverse thrust bearings: Oil-bath lubricated with up-thrust (or reverse axial thrust) protection
of 30 percent of the normal operating thrust, or as required to support the pump reverse thrust
at startup, whichever is less.
City of Renton Winter 2023
West Hill Booster Pump Station Improvements Division 11
11-17
\\corp.rh2.com\dfs\Projects\Data\REN\21-0234\30 Specs\11 Equipment.docx 11/22/22 11:27 AM
© 2022 RH2 Engineering, Inc.
Pump Name or No. 1 (Existing) 2/3 4
Phase, Volts, Hz 3-ph, 460-V,
60-Hz
3-ph, 460-V,
60-Hz
Horsepower (max.
nameplate) 75 150
Starting (full voltage,
reduced voltage,
VFD) 1
As shown As shown
Nominal maximum
speed (rpm) 1,800 1,800
Inverter duty 2 Yes Yes
Shaft (solid/hollow) Hollow Hollow
Steady bushing
required (yes/no) 3 Yes Yes
Reverse ratchet
(yes/no) 4 Yes Yes
Enclosure 5 WP1 WP1
NEMA Design 6 B B
Service Factor 1.15 1.15
Max ambient
temperature rating 40° Celsius 40° Celsius
Insulation
Class F (115°
Celsius rise
max.)
Class F (115°
Celsius rise
max.)
Actual field
temperature rise Class B (90°
Celsius max.)
Class B (90°
Celsius max.)
Anti-Condensation
heaters (yes/no) 7 No No
Winding temperature
sensors
(PTC/RTD/None) 8
PTC PTC
Winding thermostats
(yes/no) 9 No No
Bearing temperature
sensors (yes/no) No No
Fluid leakage sensor
(yes/no) No No
Table Footnotes
1. Full or reduced voltage starting: If not listed here, then as shown on the plans.
City of Renton Winter 2023
West Hill Booster Pump Station Improvements Division 11
11-18
\\corp.rh2.com\dfs\Projects\Data\REN\21-0234\30 Specs\11 Equipment.docx 11/22/22 11:27 AM
© 2022 RH2 Engineering, Inc.
2. Motors for use with Variable Frequency Drives shall be inverter duty rated per NEMA
MG1 Part 31.
3. Steady bushing: Must be provided when using a hollow shaft and mechanical seal. Also
required for motors larger than 10 hp at speeds above 2,500 rpm.
4. Reverse ratchets: drop-in ball type (not pin and spring) non-reverse mechanism.
5. Other enclosure types may be accepted if they are higher on the list below than the type
shown in the table. Substitutions for Explosion Proof motors are not allowed.
o TEFC
o WPII
o WP1
o ODP
6. For motors larger than 500 hp that include flywheels, provide RPM vs Torque curve, RPM
vs Current curve, and acceleration time for entire connected load inertia.
7. Winding temperature sensors: One positive temperature coefficient (PTC) thermistor per
phase embedded in the winding for a total of three (3) sensors. PTC thermistors shall be
wired in series. All wires clearly labeled at the termination point.
Provide wiring diagrams for internal sensors and switches on the outside of the motor. Clearly
label all such sensor and switch wires for connection to the control system.
Integral thermal and fluid leakage sensors and switches shall have separate contacts from the
overload protection systems.
Warranty
All equipment described in this section and provided under this contract shall be warranted
against defects in materials and workmanship for a period of two years after date of project
acceptance.
Following motor installation, furnish services of a qualified manufacturer’s representative to
inspect units and inform Owner, prior to field testing, of any defects or concerns regarding
condition of each unit and its installation at the job site. Upon resolution of any defects or
concerns (if any) and work performed by the Contractor at their expense, manufacturer’s
warranty shall then be in full effect with no reservation or qualifications other than those stated
in the manufacturer’s warranty.
Upon completion of motor installation, manufacturer’s authorized representative shall provide
written certification that equipment is fully warranted as installed. A combined pump-motor
warranty will be acceptable in lieu of separate warranties.
Maintenance
Provide any special tools required for motor maintenance. Provide enough lubricant for one
service change.
City of Renton Winter 2023
West Hill Booster Pump Station Improvements Division 11
11-19
\\corp.rh2.com\dfs\Projects\Data\REN\21-0234\30 Specs\11 Equipment.docx 11/22/22 11:27 AM
© 2022 RH2 Engineering, Inc.
Part 2 - Products
Accessories
All motors are to include an engraved non-corrosive metal nameplate on the exterior of the
motor (duplicate shipped separately if submersible), readily accessible without requiring any
disassembly. The nameplate shall include, at a minimum, the following information. Common
abbreviations shown in brackets [ ].
x Manufacturer’s name
x Motor type [TYPE]
x Model Number [MN, MODEL, MOD.NO]
x Serial Number [SN, SERIAL, SER NO]
x Frame size [FRAME]
x NEMA design letter [DESIGN]
x Insulation class or rated temperature rise [INS, CLASS]
x Nominal Power (hp) [HP, OUTPUT]
x Time rating [RATING]
x Locked rotor kVA code [CODE]
x Service Factor [SF]
x Voltage [VOLTS]
x Phase [PH]
x Frequency (Hz) [CYCLES]
x Full load amps [FLA]
x Full load speed (rpm) [SPEED, FL RPM]
x Nominal Efficiency (%) [NEMA NOM EFF]
x Date of Manufacture
x Special ratings (Inverter duty, NFPA, Class 1 Division 1, UL, etc.)
x Thermal protection (if sensors or switches are included)
x Minimum efficiency (%) [NEMA MIN. EFF]
x Enclosure type [ENCL]
x Number of poles [POLES]
x Weight (lbs)
x Bearing numbers / types
City of Renton Winter 2023
West Hill Booster Pump Station Improvements Division 11
11-20
\\corp.rh2.com\dfs\Projects\Data\REN\21-0234\30 Specs\11 Equipment.docx 11/22/22 11:27 AM
© 2022 RH2 Engineering, Inc.
x Power factor [PF]
x Torque (ft lbs)
Connect motor and pump shaft with manufacturer’s recommended coupling, complete with
non-release protection (if non-reversing ratchet is not specified), to prevent pump shaft from
unscrewing in the event of phase or flow reversal. Non-submersible motors heavier than 50
pounds shall have lifting lugs.
Finishes
Pump motors shall be furnished with a prime coat or finished epoxy coat of the manufacturer’s
standard finish. Stainless steel casings need not be coated. Motors with only a primer coating
shall be finish coated in the field with a product suitable for the environment and the motor
temperature range, submit to Owner for approval.
Part 3 - Execution
Examination
Provide all lifting equipment necessary for installation of the motors.
Installation/Construction
Install units in accordance with manufacturer’s specifications and direction.
Field Quality Control
Installation shall be supervised and approved by manufacturer’s representative prior to
operating or field testing units. A field test shall be conducted and/or supervised by the pump
or motor manufacturer’s representative after the piping and controls have been installed. Upon
completion of installation and testing, manufacturer’s representative shall provide written
certification that equipment is fully warranted installed.
Contractor is responsible for calibration, startup, and initial performance to meet
specifications herein. A field test shall be made to give an indication of the performance of
the new motor when it is operating under actual field conditions and to establish the
acceptance of the motor furnished and installed. The field test shall be observed by the
Engineer after the piping and controls have been installed. Testing shall be completed in
accordance with the requirements provided above.
The Contractor shall provide calibrated and certified measuring devices to measure voltage,
current, and power factor for each pump motor after they have been installed. The
manufacturer’s representative shall provide proper, calibrated instrumentation to verify
maximum completed unit vibration amplitude.
The following data shall be collected for each motor:
x Motor current (amps), voltage, and power factor vs. Flow (gpm) at points specified by the
Owner which may include shutoff head, throttled flow at 50-percent, and full flow.
x Vibration at design point.
x Vibration vs. Speed (variable speed motors only).
City of Renton Winter 2023
West Hill Booster Pump Station Improvements Division 11
11-21
\\corp.rh2.com\dfs\Projects\Data\REN\21-0234\30 Specs\11 Equipment.docx 11/22/22 11:27 AM
© 2022 RH2 Engineering, Inc.
Repair and retest units failing field test. If unit fails second field test, unit will be rejected, and
supplier shall furnish a unit that will perform as specified.
11.21 Non-Submerged Pump Motors
[CSI 40 05 93.13 or 43 23 90]
Part 1 - General
Related Section
x Division 11.20.1 Common work for pump motors
Design Requirements
x Full compliance with NEMA MG-1. Squirrel cage induction type. Vacuum impregnated
windings.
11.60 TREATMENT EQUIPMENT
[CSI 46 00 00]
11.64 Water Treatment Chemical Systems 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 on the plans. Valveboard shall be of quality construction for piping,
valves, fittings, and appurtenances per Division 15.
Quality Assurance
1. All equipment provided under this Section shall be obtained from a single supplier or
manufacturer 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 must be assembled
and pressure tested by the chemical metering pump manufacturer at his facility 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 valveboard
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 10 years of similar nature to this project. Field fabrication
or shop fabrication by inexperienced personnel will not be allowed.
City of Renton Winter 2023
West Hill Booster Pump Station Improvements Division 11
11-22
\\corp.rh2.com\dfs\Projects\Data\REN\21-0234\30 Specs\11 Equipment.docx 11/22/22 11:27 AM
© 2022 RH2 Engineering, Inc.
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 to Section 1.82 and documentation of testing shall be
provided to the Engineer for review. The test can be performed 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 Division 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.
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 unless otherwise noted. 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 one spare parts kit for each metering pump.
City of Renton Winter 2023
West Hill Booster Pump Station Improvements Division 11
11-23
\\corp.rh2.com\dfs\Projects\Data\REN\21-0234\30 Specs\11 Equipment.docx 11/22/22 11:27 AM
© 2022 RH2 Engineering, Inc.
Nameplate
Each metering pump shall be equipped with a nameplate indicating capacity, motor
horsepower, speed, electrical characteristics, manufacturer, model number, and serial number.
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 verify installation and 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 and operational demonstration. 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.
Provide a manufacturer’s certificate showing the equipment has been satisfactorily installed,
calibrated, and tested.
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 simplex chemical metering system valveboard skid 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. Pulsation dampener.
City of Renton Winter 2023
West Hill Booster Pump Station Improvements Division 11
11-24
\\corp.rh2.com\dfs\Projects\Data\REN\21-0234\30 Specs\11 Equipment.docx 11/22/22 11:27 AM
© 2022 RH2 Engineering, Inc.
d. Pressure gauge with diaphragm seal.
e. Ball valve(s) and union(s).
f. Pressure relief valve.
g. Backpressure valve.
h. Wye strainer.
i. 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.
Part 3 – Execution
The valveboard shall be factory and field pressure tested as specified herein and with the
specified pumping unit.
11.90 OTHER EQUIPMENT
11.95 Heating, Ventilating, and Air-Conditioning
[CSI 23 00 00]
11.95.05 Common Work for HVAC
[CSI 23 05 00]
Part 3 – Execution
Install HVAC units per strict conformance with manufacturer recommendations. Provide
brackets and support frames to properly support the HVAC equipment meeting manufacturer
requirements.
11.95.80 Decentralized HVAC Equipment
[CSI 23 80 00]
11.95.83.33 Radiant Space Heaters
[CSI 23 83 33]
Part 1 – General
Related Sections
x Division 17.53.3 - Heating Thermostat
Design Requirements
Heater(s) shall be suitable for installation in the environment where installed.
Furnish and install wall-mounted space heater(s) as shown on the Plans.
City of Renton Winter 2023
West Hill Booster Pump Station Improvements Division 11
11-25
\\corp.rh2.com\dfs\Projects\Data\REN\21-0234\30 Specs\11 Equipment.docx 11/22/22 11:27 AM
© 2022 RH2 Engineering, Inc.
Part 2 – Products
Manufacturers
Heaters shall be as specified on the Plans. Equals will be accepted.
Components
Space heaters shall be electric air element type of the size and location shown on the Plans.
Provide with a universal mounting bracket, a disconnect switch and mounting hardware.
Provide contactors in heater to interface with control relays and 480V power supply.
12-1
\\corp.rh2.com\dfs\Projects\Data\REN\21-0234\30 Specs\12 Furnishings.docx 11/22/22 11:28 AM
© 2022 RH2 Engineering, Inc.
Division 12
Furnishings (Not Used)
13-1
\\corp.rh2.com\dfs\Projects\Data\REN\21-0234\30 Specs\13 Special Construction.docx 11/22/22 11:30 AM
© 2022 RH2 Engineering, Inc.
Division 13
Special Construction (Not Used)
14-1
\\corp.rh2.com\dfs\Projects\Data\REN\21-0234\30 Specs\14 Conveying Systems.docx 11/22/22 11:32 AM
© 2022 RH2 Engineering, Inc.
Division 14
Conveying Systems (Not Used)
15-1
J:\Data\REN\21-0234\30 Specs\15 Mechanical.docx 11/23/22 4:50 AM
© 2022 RH2 Engineering, Inc.
Division 15
Mechanical
15.00 GENERAL
This division covers the work necessary for furnishing and installing mechanical
appurtenances and accessories as described in these Specifications and shown on the Plans.
Sections in these specifications titled “Common Work for . . .” shall apply to all following
subsections whether directly referenced or not.
15.05 Common Work for Mechanical
[CSI 33 05 00]
Part 1 - General
Summary
Provide and install the necessary piping, plumbing, fittings, and appurtenances to make all
piping systems complete, tested, and ready for operation as specified herein and as shown on
the Plans. Some fittings that are necessary for the complete piping system installation and
operation may not have been shown. Provide fittings, pipe, and appurtenances necessary,
whether shown on the Plans or not, to make all piping systems complete, tested, and ready for
operation.
Some pipe supports, thrust blocking, and tie rods are not shown on the Plans. Provide and
install pipe supports, thrust blocking, and tie rods for pipes as required by accepted design
criteria to support and restrain the loads encountered.
Related Sections
x Division 1.81.30 Seismic Restraint and Anchorage
x Division 1.81.40 Pressure Ratings
x Division 1.81.50 Materials in Contact with Drinking Water
x Division 10.14.23 Panel Signage
References
All products in contact with drinking water to be low-lead (less than 0.25 percent) content in
compliance with NSF/ANSI 372.
Submittals
Submittal information shall be provided to the Owner for the following items:
x Ductile iron pipe
x Ductile iron fittings
x Copper pipe and fittings
x PVC pipe and fittings
x Isolation valves
City of Renton Winter 2023
West Hill Booster Pump Station Improvements Division 15
15-2
J:\Data\REN\21-0234\30 Specs\15 Mechanical.docx 11/23/22 4:50 AM
© 2022 RH2 Engineering, Inc.
x Control valves
x Pressure gauges
x Other mechanical components listed in this division or required by the Engineer
Part 2 – Products
Materials
All valves, specialties, appurtenances, and other such mechanical and plumbing components
that are of similar purpose shall be of a single manufacturer and model line. Do not “mix and
match” unless specifically stated otherwise or allowed by the Engineer. The intention of this
requirement is to maintain consistency across all components installed on the project for
function, maintenance, aesthetics, and details of installation.
Part 3 - Execution
Field Quality Control
Pressure gauges used for testing and commissioning shall be in good working order and scaled
appropriately for the test. Scale range shall not exceed 200% of the test pressure. For example,
for a 250 psi test, the gauge scale shall not exceed 500 psi. The Owner has the right to reject
any gauges that are suspect in their accuracy.
If any components that have been approved by the Owner are not rated for the specified
system test pressure, remove or isolate those components during pressure testing in a method
acceptable to the Owner. Said components must still be pressure tested in their permanent
configuration at their individual test pressure rating.
Cleaning
Potable Water Systems
After preliminary purging of the system, chlorinate entire potable water system in accordance
with AWWA C651 for flushing and disinfecting water mains, and in accordance with all other
pertinent rules and regulations. Operate each valve during chlorination period to provide
contact. Upon completion of sterilizing, thoroughly flush the entire potable water system at a
velocity of 3 feet per second, allowing four complete exchanges of contents. Do not discharge
chlorinated material to storm or surface water systems without thoroughly neutralizing the
chlorine residual remaining in the water in accordance with AWWA C655 for field
dechlorination.
For pipe and fittings that cannot be disinfected as described above, such as those used for
final connections to live systems, swab or immerse in a 50 ppm chlorine solution.
After final flushing and before the water pipe is connected to or placed in service, the
Contractor shall request that the Owner arrange to have samples collected for bacteriological
testing. At least one sample will be collected from each branch of the pipe. A copy of the test
results shall be delivered to the Contractor for review. The Contractor shall not connect the
water pipe to the existing distribution system prior to acceptance of the bacteriological test by
the Engineer.
City of Renton Winter 2023
West Hill Booster Pump Station Improvements Division 15
15-3
J:\Data\REN\21-0234\30 Specs\15 Mechanical.docx 11/23/22 4:50 AM
© 2022 RH2 Engineering, Inc.
The Owner will pay the laboratory fee for the initial bacteriological test. The Contractor will
pay for future testing if the initial test results are unsatisfactory.
15.13 Above Grade Mechanical Installation
15.13.02 Exposed Piping Installation
[CSI 40 05 05]
Part 1 – General
Summary
This section is for exposed major pressure pipe systems such as booster stations, lift stations,
treatment facilities, control valve vaults, etc. Testing of minor service plumbing systems shall
follow the IPC/UPC.
Part 3 - Execution
Installation
When systems include drain ports that operate automatically, provide and install ancillary
drainage plumbing. Route pilot, air valve, pump seal, and other drains to the structure drain
using schedule 40 PVC with diameter equal to the device drain outlet diameter, but no smaller
than ½-inch. Copper pipe may be used only with Owner approval. Multiple drain lines may
be connected together if approved by the Owner. Secure to fixed structures or large pipe using
pipe clamps. Do not install drain pipe where it will be a tripping hazard or interfere with
normal maintenance. Slope downwards to termination. Terminate the outlet two times the
drain pipe diameter above the drain grate or funnel and cover end with #24 stainless or
aluminum screen. Install a union near the start of each drain pipe to allow disassembly without
cutting.
Preparation
Provide all personnel and equipment required and complete all tests required to demonstrate
the integrity of the finished installation for the approval of the Owner and all agencies having
jurisdiction.
Secure the pipe and fittings to prevent movement under pressure. Furnish and install
temporary blocking where permanent blocking is not required and remove it after testing.
All pumps, gauges, plugs, saddles, corporation stops, miscellaneous hose and piping, and other
equipment necessary for performing the test shall be furnished and operated by the
Contractor. Gauges used in the test may be required by the Owner to be certified for accuracy
at a laboratory.
Tests/Inspection
Hydrostatic Pressure Testing
Test all water systems and appurtenances with a hydrostatic test pressure equal to that specified
under Division 1.81.40 of these Specifications. The hydrostatic testing pressure shall be 150
psi over working pressure or 250 psi, whichever is greater. The Owner has the right to require
City of Renton Winter 2023
West Hill Booster Pump Station Improvements Division 15
15-4
J:\Data\REN\21-0234\30 Specs\15 Mechanical.docx 11/23/22 4:50 AM
© 2022 RH2 Engineering, Inc.
more stringent test criteria than stated in this specification or in the pressure rating section the
Owner determines that field conditions warrant such measures.
Pump suction cans (aka barrels) for can-mounted pumps shall be hydrostatically pressure
tested prior to installation on the job site.
Fill the piping systems with water and allowed to stand under pressure for a minimum of 24
hours to allow air to escape and allow the lining of the pipe to absorb water. The Owner will
furnish the water necessary to fill the pipelines for testing purposes at a time of day when
sufficient quantities of water are available for normal system operation. The Contractor is
responsible for the proper disposal of any waste, including water.
Visible leakage is unacceptable and shall be corrected. Should the test section fail to meet the
specified pressure test successfully, the Contractor shall locate and repair the defects and then
retest the pipeline at his own expense.
Prior to calling out the Owner to witness the pressure test, the Contractor shall have all
equipment completely set up and ready for operation and shall have successfully performed
the test to assure that the pipe is in a satisfactory condition. The Owner shall witness the test.
If the test does not pass inspection for any reason, additional trips required to witness another
test shall be done at the Contractor’s expense.
Before applying the specified test pressure, expel air completely from the system.
The test shall be accomplished by pumping the piping system 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
Owner, and then pump the system up to the test pressure again. During the test, the section
being tested will be observed to detect any visible leakage. A clean container shall be used for
holding water for pumping pressure on the system being tested. This makeup water shall be
sterilized by the addition of chlorine to a concentration of 50 mg/l (ppm).
Sections to be tested shall be isolated and pumped to test pressure. Test pressure shall be
sustained for a minimum of 60 minutes with no loss in pressure throughout the test duration
with Owner present and on site throughout test duration. If test results show drop of pressure,
Contractor shall repair leaks and retest until testing is passed in presence of Owner. Owner
shall bleed off pressure from pump to piping connection once test is passed to verify system
piping was tested.
15.18.03 Valve Testing
Part 3 - Execution
Testing
All valves shall be pressure tested. Do not exceed the rated working pressure of the valve when
operating the valve. Bleed off test pressure prior to operating. Check all valve bonnet fasteners
for tightness.
Post-Installation
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.
City of Renton Winter 2023
West Hill Booster Pump Station Improvements Division 15
15-5
J:\Data\REN\21-0234\30 Specs\15 Mechanical.docx 11/23/22 4:50 AM
© 2022 RH2 Engineering, Inc.
Operate all valves at least once from closed-to-open-to-closed positions while valve is under
working (not test) pressure.
15.20 PIPE AND FITTINGS
15.21 Common Work for Pipe and Fittings
[CSI 33 05 00 or 40 05]
Part 2 - Products
Components
Under no circumstance shall the fasteners be of lesser strength or higher corrosive potential
than the materials being connected. If dissimilar metals are adjacent (for example: stainless
steel flange connecting to ductile iron flange) a dielectric insulation kit shall be used.
Fasteners for pipe and fittings: Per AWWA standards unless otherwise specified. All relevant
subsections of AWWA C100, C200, and C500. All bolts and studs shall be long enough so
that no less than two threads extend beyond the face of the nut. Non-submerged flange bolts
to be ASTM A307 Grade A, zinc plated.
Finishes
For conditions other than submerged, all nuts and bolts shall be zinc plated, and suitable for
above and below grade locations as required. Where above grade/exposed piping is specially
coated, the connecting nuts and bolts shall be coated using the same system unless directed
otherwise by the Owner.
Part 3 - Execution
Construction
All piping and related equipment to be joined 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.
15.21.02 Shackle (Threaded Rod) Restraints
[CSI 33 05 09.33]
Part 1 - General
Definitions
Anchor fastener: The item which connects to the fitting and which the shackle rod passes
through. Such as a 90° eye bolt or shackle plate.
Weathering steel: Steel alloy designed to resist corrosion. Often referred to using the
genericized trade name Cor-Ten.
Design Criteria
Unless shown otherwise on the plans, use the following shackle rod sizes for 250 psi test
pressure.
City of Renton Winter 2023
West Hill Booster Pump Station Improvements Division 15
15-6
J:\Data\REN\21-0234\30 Specs\15 Mechanical.docx 11/23/22 4:50 AM
© 2022 RH2 Engineering, Inc.
Pipe Size Minimum Number (#) and Diameter of Rods
Undocumented steel
or SS (30 ksi
minimum yield)
SS cold drawn (35 ksi
minimum yield)
Weathering Steel (45 ksi
minimum yield)
4” (2) at ½” (2) at ½” (2) at ½”
6” (2) at ¾” (2) at ¾” (2) at ¾”
8” (3) at ¾” or (2) at 1” (3) at ¾” or (2) at 1” (2) at ¾” or (2) at 1”
10” (5) at ¾” or (3) at 1” (4) at ¾” or (2) at 1” (3) at ¾” or (2) at 1”
12” (7) at ¾” or (4) at 1” (6) at ¾” or (3) at 1” (4) at ¾” or (3) at 1”
Contact Engineer for other sizes or pressure.
Submittals
Provide submittal for anchor fastener which includes strength rating in pounds. For shackle
plates, include dimensional drawing.
For high strength rods (cold drawn or weathering steel), provide submittals showing rod
material and yield strength.
Part 2 - Products
Components
Anchor fasteners must be a steel alloy. Ductile iron, cast iron, or any material deemed brittle
in the opinion of the Owner are not allowed.
Verify anchor fastener is appropriate for anchor location.
All buried shackled thrust restraint systems shall be stainless steel or weathering steel. Exposed
shackles, such as in a vault or mechanical room, may be non-weathering steel but if so, must
be coated with epoxy paint system. Clean rust prior to painting.
Material
(* = weathering steel)
Yield Strength Corrosion
Resistant
Type 304/316 SS Low (30 ksi) Yes
ASTM A36 Low (36 ksi) No
ASTM A588 * Med (45 ksi) Yes
ASTM A709 GR 50W * Med (50 ksi) Yes
ASTM A242 * Med (50 ksi) Yes
ASTM A307 High (60 ksi) No
ASTM F3125 A325 Type 1 High (90 ksi) No
ASTM F3125 A325 Type 3 * High (90 ksi) Yes
City of Renton Winter 2023
West Hill Booster Pump Station Improvements Division 15
15-7
J:\Data\REN\21-0234\30 Specs\15 Mechanical.docx 11/23/22 4:50 AM
© 2022 RH2 Engineering, Inc.
All components of any stainless steel or weathering steel system shall include only stainless
steel or weathering steel components. Bolts, nuts, washers, rods, and other components shall
be one material and not intermixed.
Shackle systems must provide a mechanism to prevent unthreading. Exposed shackles shall
use double nuts. Buried shackle systems may use double nuts, single nut with tack weld, or
single nut with center punch on outside rod thread.
Provided washers at anchor fasteners. Install anchor fasteners on the opposite side of the
flange or mechanical joint from the rod.
Part 3 - Execution
Installation
For standard elongation restraint, space shackles roughly equally around the pipe.
When restraint is intended to allow deflection movement without expansion, such as at a pump
or tank connection, concentrate rods along the neutral axis of deflection. In other words, if
vertical deflection is allowed, place rods along horizontal axis. Confirm proper orientation
with Owner.
Nuts shall be finger tightened to snug, then tightened by wrench one full turn. Do not
overtighten.
Field Quality Control
For high strength rod, labels from packaging showing rod material must be given to the Owner
in the field. If package labels are not available, Owner has the right to assume rods are not
high strength and may require installation of additional rods and field coating.
15.22 Metal Pipe and Fittings
15.22.02 Ductile Iron Pipe and Fittings
[CSI 33 05 19 or 40 05 19]
Part 1 - General
Design Requirements
Ductile iron pipe shall have thickness designed in accordance with ANSI/AWWA
C150/A21.50 and shall be based on laying conditions and internal pressures to meet the
pressure rating requirements of Division 1.81.40 unless listed as more stringent below.
The pipe thickness shall not be less than that of Class 350 pipe.
Part 2 - Products
Manufactured Units
Pipe shall be cement-lined and asphaltic coated in accordance with ANSI Standard A21.4
(AWWA C104) unless otherwise specified and shall conform to ANSI Standard A21.51
(AWWA C151).
City of Renton Winter 2023
West Hill Booster Pump Station Improvements Division 15
15-8
J:\Data\REN\21-0234\30 Specs\15 Mechanical.docx 11/23/22 4:50 AM
© 2022 RH2 Engineering, Inc.
Rubber gasket pipe joints are to be push-on-joint (Tyton) or mechanical joint (MJ) in
accordance with ANSI Standard A21.11 (AWWA C-111), unless otherwise specified.
Flanged joints shall conform to ANSI Standard B16.1.
When requested, furnish certification from the manufacturer of the pipe and gasket being
supplied that inspection and all of the specified tests have been made, and the results comply
with requirements of this standard.
Ductile Iron Fittings
All fittings shall be ductile iron where possible. Steel fittings will not be accepted where ductile
iron is called out on the plans. Ductile iron fittings shall be short-body, cement-lined, and for
the pressure rating noted in Division 1.81.40. Metal thickness and manufacturing processes
shall conform to applicable portions of ANSI Standards A21.20, A21.11, B16.2, and B16.4.
Standard cement lining shall be in accordance with ANSI Standard A21.4 (AWWA C104).
Mechanical joint (MJ), ductile iron, compact fittings 3-inches through 24-inches, and
54- inches through 64-inches shall be in accordance with AWWA C153.
Flanged pipe spools shall be fabricated from minimum Class 53 wall thickness pipe and
conform to ANSI/AWWA C115/A21.15 with the exception that flanges shall be fabricated
from ductile iron unless otherwise specified in the Contract Documents. Interior shall be
cement lined.
Ductile iron flange (FL) fittings shall be in accordance with AWWA C110 and fabricated from
ductile iron unless otherwise specified in the Contract Documents with a bolt pattern to match
adjacent pipe. Gasket material for flanges shall be Styrene Butadiene Rubber (SBR, Buna-S),
neoprene, nitrile rubber (NBR, Buna-N), chlorinated butyl, or cloth-inserted rubber. Gaskets
shall be full-face type. Gaskets shall be a minimum ⅛-inch thick.
Type of ends shall be specified as mechanical joint (MJ), restrained joint (RJ), true restrained
joint (TRJ), plain end (PE), or flanged (FL).
Finishes
For above grade and exposed pipes, including those inside structures, prepare surfaces and
coat the exterior per Division 9.91.13.13.
Part 3 - Execution
Installation
Install ductile iron water mains in accordance with AWWA C600. Provide tools and
equipment, including any special tools required for installing each type of pipe used.
The amount of deflection at each pipe joint shall not exceed 3-degrees per joint (11 inches
over 18 feet), or the manufacturer’s printed recommended deflections, whichever is less.
City of Renton Winter 2023
West Hill Booster Pump Station Improvements Division 15
15-9
J:\Data\REN\21-0234\30 Specs\15 Mechanical.docx 11/23/22 4:50 AM
© 2022 RH2 Engineering, Inc.
15.22.06 Copper Pipe and Fittings
[CSI 33 05 17 or 40 05 17]
Part 1 - General
Design Requirements
Copper piping and tubing shall meet the requirements of ASTM B-88. Solder fittings shall
meet the requirements of ANSI B16.22. Flared fittings per ANSI B16.26 and allowed only for
working pressure less than 150 psi. Lead content of solder shall be no more than 0.2 percent.
Part 2 - Products
Materials
Buried, not under structures:
Type K soft pipe with compression fittings (Ford Quick-Joint, Mueller 110, or equal).
Buried, under structures:
Type K soft pipe with compression fittings (Ford Quick-Joint, Mueller 110, or equal).
Type K hard pipe with soldered fittings.
Exposed, interior:
Type K or L hard pipe with soldered fittings.
Soft pipe may be used only where approved by the Owner or shown on the plans.
Soldered fittings for all sizes. Flared fittings only on 1/2-inch and smaller soft pipe.
Concealed, interior:
Type K or L hard pipe with soldered fittings.
Type K or L soft pipe with soldered fittings (any size) or flared (1/2-inch and smaller).
Fittings encased in concrete or CMU block: Soldered only.
Part 3 - Execution
Installation
Under structures, use unbroken pipe lengths to avoid fittings whenever possible.
Runs shall be parallel and perpendicular with floors and walls unless positive drainage is
required. When Owner allows soft copper for exposed pipe, straighten any curved or bent
pipe for straight sections longer than 6-inches.
City of Renton Winter 2023
West Hill Booster Pump Station Improvements Division 15
15-10
J:\Data\REN\21-0234\30 Specs\15 Mechanical.docx 11/23/22 4:50 AM
© 2022 RH2 Engineering, Inc.
15.22.08 Brass/Bronze Pipe and Fittings
[CSI 33 05 12 or 40 05 12]
Part 1 - General
References
Brass to be low-lead content in compliance with NSF/ANSI 372 to have no more than
0.25 percent lead content.
Brass nipples: ASTM B687
Brass fittings: ANSI/ASME B16.15 (threaded) Class 125 lb. (up to 200 psi water), 250 lb. (up
to 400 psi water); B16.18 (soldered).
Part 2 - Products
Materials
Brass pipe, nipples, and fittings to have threaded ends.
15.23 Non-Metal Pipe and Fittings
15.23.05 PVC Pipe and Fittings – Solvent Weld
[CSI 33 05 31.13 or 40 05 31.13]
Part 2 - Products
Materials
Polyvinyl chloride (PVC) material for pipe fittings and couplings shall conform to ASTM
D-1784, Type 1, Grade 1, with 2,000 psi design stress. Pipe shall be Schedule 40 or 80 in
accordance with ASTM D-1785, as shown on the Plans.
All pipe shall be white unless shown otherwise on the Plans.
Part 3 - Execution
Installation
For exposed locations that will not be painted, primer and glue must be applied carefully and
not allowed to run. Areas where primer/glue has run more than ¼-inch past the joint will be
cleaned, painted, or replaced by the Contractor at the discretion of the Owner.
City of Renton Winter 2023
West Hill Booster Pump Station Improvements Division 15
15-11
J:\Data\REN\21-0234\30 Specs\15 Mechanical.docx 11/23/22 4:50 AM
© 2022 RH2 Engineering, Inc.
15.30 VALVES
15.31 Common Work for Valves
[CSI 40 05 51 or 33 14 19]
Part 1 – General
Design and Performance Requirements
Valves noted on the Plans or in other parts of the Specifications shall meet the requirements
herein. Valves shall be designed for the intended service.
Valve suppliers shall review the design and certify that the valve provided in the submittal is
appropriate for the application and will operate as shown and described. Any discrepancies
from the design and the valves shall be brought to the Engineer’s attention during the bidding
process. Valves that do not operate as specified and per normal industry standards shall be
replaced or modified so that they operate within the design parameters at the Contractor’s
expense.
Pressure rating shall be per Division 1.81.40 unless shown otherwise.
Part 2 – Products
Components
If shear pins are installed with any valve, the manufacturer shall certify the shear pin(s) to fail
between 95 to 99 percent of the operator shaft failure torque. Provide concrete supports for
operators where required, as shown on the Plans.
Buried valves shall be equipped with an AWWA 2-inch wrench nut with a minimum of
10 turns required to close the valve, unless otherwise noted on the Plans. Exposed valves shall
be equipped with lever actuator for valves 3 inches and smaller, or handwheel actuator for
valves 4 inches and larger, unless otherwise noted on Plans. Valves located at elevations higher
than 6 feet above the finished floor shall be equipped with chainwheel operator.
Part 3 - Execution
Installation
Install valves in strict accordance with the manufacturer’s instructions and as shown on the
Plans. Verify alignment and adjustments after installation. Provide buried valves with all
operators or valves boxes installed so that wrenches or operators perform freely and without
binding or other interference. Bed and backfill buried valves according to the requirements of
the pipe to which they are attached.
City of Renton Winter 2023
West Hill Booster Pump Station Improvements Division 15
15-12
J:\Data\REN\21-0234\30 Specs\15 Mechanical.docx 11/23/22 4:50 AM
© 2022 RH2 Engineering, Inc.
15.32 Isolation Valves
15.32.03 Butterfly Valves Class 150
[CSI 40 05 64.16]
Part 1 – General
Design Requirements
Butterfly valves shall be tight-closing rubber seat type with a minimum 150 psi working
pressure rating. Valves 3-inch and larger must meet full requirements of AWWA Standard
C504. Valves smaller than 3-inch shall be high performance valves specifically designed for
shutoff and throttling control of liquids and gas. Valve components shall withstand an
operator input torque of 300 foot-pounds without damage.
Part 2 – Products
Manufacturers
x M&H 4500
x Dezurik BAW
x Mueller LineSeal III
x Pratt In-Plant
Manufactured Units
Three-inch and larger valve bodies shall be cast iron ASTM A-126 Class B or ductile iron.
Provide valve disc constructed of cast iron ASTM A48 Class 40, cast iron ASTM A126 Class
C, or ductile iron ASTM 536 Grade 65-45-12. The disc seating edge shall be solid stainless
steel. Sprayed mating seat surfaces are not acceptable. Valves smaller than 3-inch shall have
316 stainless steel body and disc and shall be lug style. The seat shall be of acrylonitrile-
butadiene or EPDM for water; or as appropriate for other services. Valve bearings shall be
sleeve-type and corrosion-resistant. Valve bearings shall be of traveling nut type and shall open
left.
Supply valves with the valve operator on the side of the valve shown on the Plans.
Provide fusion bonded epoxy or two-part liquid epoxy coating to all internal and external
surfaces.
Part 3 – Execution
Installation
Install per manufacturer’s instructions. When installing on thick wall pipe such as HDPE or
C900 PVC, verify if there are any interferences with the valve disc and the pipe wall. If the
disc does not operate freely, install valve spacers to provide clearance. Beveling the interior of
the pipe will only be allowed if approved by the Engineer.
All butterfly valves shall be test operated prior to burial in the presence of the Owner’s
representative to prove full open and closing capability. Testing procedure: Close the valve
City of Renton Winter 2023
West Hill Booster Pump Station Improvements Division 15
15-13
J:\Data\REN\21-0234\30 Specs\15 Mechanical.docx 11/23/22 4:50 AM
© 2022 RH2 Engineering, Inc.
prior to applying test pressure. Do not operate the valve under test pressure. Bleed off pressure
to below the working pressure rating prior to operating the valve.
15.32.04 Butterfly Valves Class 250
[CSI 40 05 64.17]
Part 1 – General
Design Requirements
Butterfly valves shall be tight-closing rubber seat type with a minimum 250 psi working
pressure rating. Valves 3-inch and larger must meet or exceed the full requirements of AWWA
Standard C504. Valves smaller than 3-inch shall be high performance valves specifically
designed for shutoff and throttling control of liquids and gas. Valve components shall
withstand an operator input torque of 400 foot-pounds without damage.
Part 2 – Products
Manufacturers
x M&H 4500 CL250
x Dezurik BHP
x Mueller LineSeal XP
x Pratt HP250
Manufactured Units
Three-inch and larger valve bodies shall be carbon steel or ductile iron. Provide valve disc
constructed of stainless steel or ductile iron ASTM 536, Grade 65-45-12. The disc seating edge
shall be solid stainless steel. Sprayed mating seat surfaces are not acceptable. Valves smaller
than 3-inch shall have 316 stainless steel body and disc and shall be lug style. The seat shall be
of Buna-N, PTFE or EPDM. Valve bearings shall be sleeve-type and
corrosion-resistant. Valve bearings shall be of traveling nut type and shall open left.
Supply valves with the valve operator on the side of the valve shown on the Plans.
Provide fusion bonded epoxy or two-part liquid epoxy coating to all internal and external
surfaces.
Part 3 – Execution
Installation
Install per manufacturer’s instructions. When installing on thick wall pipe such as HDPE or
C900 PVC, verify if there are any interferences with the valve disc and the pipe wall. If the
disc does not operate freely, install valve spacers to provide clearance. Beveling the interior of
the pipe will only be allowed if approved by the Engineer.
All butterfly valves shall be test-operated prior to burial in the presence of the Owner’s
representative to prove full open and closing capability. Testing procedure: Close the valve
City of Renton Winter 2023
West Hill Booster Pump Station Improvements Division 15
15-14
J:\Data\REN\21-0234\30 Specs\15 Mechanical.docx 11/23/22 4:50 AM
© 2022 RH2 Engineering, Inc.
prior to applying test pressure. Do not operate the valve under test pressure. Bleed off pressure
to below the working pressure rating prior to operating the valve.
15.34 Pilot-Operated Control Valves
15.34.01 Common Work for Pilot-Operated Control Valves
[CSI 40 05 65.05, 40 05 67.05]
Part 1 – General
Submittals
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 Owner’s attention during the submittal process.
Performance Requirements
Valves shall be designed for the intended service. Install valves in strict accordance with
manufacturer's instructions and as shown on the Plans.
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.
All valves shall be rated for the pressures shown in Division 1.81.40, unless stated otherwise
within the individual valve specification.
Part 2 – Products
Manufactured Units
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. Double chamber valves shall be used where
independent operating pressure or absolute speed control is required. Double chamber valves
shall also be used where line pressure is insufficient to operate the pilot system and a second
pressure source is available. All pump control valves shall be double chamber. Valves to be
globe or angle style with flanged or threaded ends as shown on the Plans.
Components
Provide brass or SS nameplates on all valves indicating valve size, inlet side (or flow direction),
valve model and control pilot adjustment ranges.
Provide valves with all pilots, solenoids and controls preassembled to operate the valve in its
intended function. Solenoids shall be powered by 120 VAC current. Provide each valve with
stainless steel trim. Diaphragm shaft shall be stainless steel.
Provide a dual point valve position limit switch assembly for the following valves.
x Booster Pump Control Valve , DPDT Switch
City of Renton Winter 2023
West Hill Booster Pump Station Improvements Division 15
15-15
J:\Data\REN\21-0234\30 Specs\15 Mechanical.docx 11/23/22 4:50 AM
© 2022 RH2 Engineering, Inc.
Limit switches equal to Cla-Val X105L2 (dual) series. Mount on the valve position indicator.
The following valves shall include speed controls on the opening and closing pilots.
x Booster Pump Control Valve
A strainer shall be provided on all valve pilots to prevent clogging by debris in the water.
Finishes
Provide all hydraulic control valves with an epoxy coating on the interior flow path and
exterior body. Interior epoxy shall be certified for potable water use.
Field Quality Control
The valve manufacturer’s representative shall inspect the installation prior to operating or field
testing. A field test shall be conducted and/or supervised by the valve manufacturer’s
representative after the piping and controls have been installed. Upon completion of
installation and testing, manufacturer’s representative shall provide written certification that
equipment is fully warranted installed.
15.34.20 Booster Pump Control Valves - Pilot-Operated
[CSI 40 05 65.16]
Part 2 – Products
Manufacturers
Pressure from the system side of the check valve shall be used for pilot valve operation. Valves
shall be equal to Cla-Val Model 60-11/660-11 booster pump control valve.
Manufactured Units
Pump control valves shall be closed at pump start; valve opens slowly based on speed setting.
When pump is called to stop, the valve solenoid is de-energized and the valve closes slowly.
When the valve reaches the closed position, a limit switch signals the pump to stop.
Valve opening and closing speed shall be independently adjustable from 5 seconds to
2 minutes.
Pump-side pressure will range from 190-200 psi (pump off) to 250-260 psi (shutoff head),
downstream pressure will range from 200 to 225 psi.
15.40 PIPING SPECIALTIES
15.40.03 Pipe, Valve, and Conduit Supports
[CSI 40 05 07]
Part 1 - General
Summary
This section includes providing pipe supports, hangers, guides, and anchors.
City of Renton Winter 2023
West Hill Booster Pump Station Improvements Division 15
15-16
J:\Data\REN\21-0234\30 Specs\15 Mechanical.docx 11/23/22 4:50 AM
© 2022 RH2 Engineering, Inc.
Related Sections
x Division 1.81.30 Seismic Restraint
x Division 5.05.23 Bolts and other Connectors for Structural Elements
References
Pipe supports furnished under this section shall comply in all respects with the requirements
of the following standards.
x ANSI/ASME B31.1 Power Piping
x ANSI/MSS SP-58 Pipe Hangers and Supports - Materials, Design and
Manufacture
x ANSI/MSS SP-69 Pipe Hangers and Supports - Selection and Application
Performance Standards
Piping systems, including connections to equipment, shall be properly supported to prevent
deflection and stresses. Supports shall comply with ANSI/ASME B31.1, except as otherwise
indicated.
Size hanger rods, supports, clamps, anchors, brackets, and guides in accordance with
ANSI/MSS SP 58 and SP 69.
Support plumbing drainage and vents in accordance with the Uniform Plumbing Code.
Submittals
Pipe Hanger/Support Design Calculations
Shop drawings of engineered pipe hangers/supports, including details of concrete inserts.
Drawings shall include location plan showing location of the hanger/support in relation to the
structure and/or equipment.
Part 2 – Products
Manufacturers
Pipe supports, hangers, guides, and anchors shall be Anvil, Unistrut, Tolco, Standon, or equal.
Flange supports shall be equal to Standon Adjustable Model S89 Flange Support. Pipe
supports shall be equal to Standon Adjustable Model S92 Pipe Support. Both flange and pipe
supports shall be equal to those manufactured by Material Resources, Hillsboro, Oregon.
Components
Provide and install all equipment necessary for compete support systems including, but not
limited to, base, riser pipe, anchor bolts, hanger rod, support cradle or clamp, and fasteners.
Except as otherwise noted, pipe support components shall comply with the types in
ANSI/MSS SP-58.
Engineered Supports: Pipe hangers, supports for piping and conduits (raceways), and all spring
support assemblies shall be completely engineered.
City of Renton Winter 2023
West Hill Booster Pump Station Improvements Division 15
15-17
J:\Data\REN\21-0234\30 Specs\15 Mechanical.docx 11/23/22 4:50 AM
© 2022 RH2 Engineering, Inc.
Pipe Hangers: Pipe hangers shall be capable of supporting the pipe in all conditions of
operation. Pipe hangers shall allow for free expansion and contraction of the piping and
prevent excessive stress on the equipment. Hangers shall have a means of vertical adjustment
after erection. Hangers shall be designed so that they cannot become disengaged by any
movement of the pipe. Hangers subject to shock, seismic disturbances, or thrust imposed by
the actuation of the safety valves shall include hydraulic shock suppressors. All hanger rods
shall be subject to tensile loadings only.
Hangers Subject to Horizontal Movement: At hanger locations where lateral or axial
movement is anticipated, suitable linkage shall be provided to permit movement. Where
horizontal pipe movement is greater than ¼-inch, or where the hanger rod deflection from
the vertical is greater than 4 degrees from the minimum to maximum temperature, the hanger
rod and structural attachment shall be offset in such a manner that the rod is vertical in the
maximum temperature position.
Spring-Type Hangers: 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 percent for the
total travel resulting from thermal movement.
Freestanding Piping: Freestanding pipe connections to equipment, including chemical feeders
and pumps, shall be firmly attached to fabricated steel frames made of angles, channels or I-
beams anchored to the structure. Exterior, freestanding overhead piping shall be supported
on fabricated pipe stands, consisting of pipe columns anchored to concrete footings, with
horizontal, welded steel angles, and U-bolts or clamps installed to secure piping.
Point Loads: 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.
Noise Reduction: 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
Unless otherwise noted, all fabricated pipe supports, other than stainless steel or non-ferrous
supports, shall be blast-cleaned after fabrication and hot-dip galvanized in accordance with
ASTM 123. Other than stainless steel and non-ferrous supports, supports shall be coated in
accordance with Division 9.91.13.1.
City of Renton Winter 2023
West Hill Booster Pump Station Improvements Division 15
15-18
J:\Data\REN\21-0234\30 Specs\15 Mechanical.docx 11/23/22 4:50 AM
© 2022 RH2 Engineering, Inc.
Part 3 - Execution
Installation
Piping shall be rigidly anchored to walls, slabs, and ceilings by means of suitable pipe supports,
wall brackets, or pipe hangers.
Pipe supports, hangers, brackets, anchors, guides, and inserts shall be installed in accordance
with the manufacturer’s installation instructions and ANSI/ASME B31.1. All concrete inserts
for pipe hangers and supports shall be coordinated with the formwork.
Stand-on Pipe Support: Adjust support, secure to pipe and secure to floor as recommended
by the manufacturer.
Riser Supports: Risers shall be supported on each floor with riser clamps and lugs, independent
of the connected horizontal piping.
Support Spacing: Pipe supports shall be placed to meet the following maximum spacing, unless
otherwise noted or shown on the Plans: maximum vertical support spacing of 5 feet, and
maximum horizontal support spacing of 10 feet. Support shall be provided at horizontal
bends, base of risers (vertical bends), floor penetrations, connections to pumps, blowers, and
other equipment, valves and appurtenances. Support spacing shall meet the local plumbing
code where applicable. Support spacing may be increased from that noted above provided
adequate calculations are provided supporting the change.
Support Anchorage: Concrete anchors shall be as specified in Division 3, Concrete Anchors.
All channel strut type supports shall have a minimum of 2 anchors per support.
Suspend pipe hangers from hanger rods, secure with double nuts.
Securely anchor plastic pipe, valves and headers to prevent movement during operation of
valves. Anchor plastic pipe between expansion loops and direction changes to prevent axial
movement through anchors.
Provide ductile iron elbows or tees supported from floors with base fittings. Support base
fittings with metal supports, or when indicated on the Plans, concrete piers.
Do not use chains, plumbers’ straps, wire, or similar devices for suspending, supporting or
restraining pipes.
Install riser clamps at floor penetrations and where indicated on the Plans.
Field Quality Control
Pipe supports and hangers shall be positioned in such a way as to produce an orderly, neat
piping system. All hanger rods shall be vertical, without offsets. Hangers shall be adjusted to
line up groups of pipes at the proper grade for drainage and venting, as close to ceilings or
roofs as possible, without interference with other work.
Properly support, suspend or anchor exposed pipe, fittings, valves and appurtenances to
prevent sagging, overstressing or movement of piping and to prevent thrusts or loads on or
against connected pumps, blowers or other equipment.
City of Renton Winter 2023
West Hill Booster Pump Station Improvements Division 15
15-19
J:\Data\REN\21-0234\30 Specs\15 Mechanical.docx 11/23/22 4:50 AM
© 2022 RH2 Engineering, Inc.
15.60 PRESSURE MEASUREMENT
[CSI 40 73 00]
15.60.01 Common Work for Pressure Measurement
[CSI 40 73 05]
Part 1 – General
Related Sections
x Division 17 - Automatic Control
Design Requirements
Pressure and level measurement devices shall be scaled and rated for the application.
Part 3 – Execution
Installation
All devices shall be installed to be field serviceable without taking the facility out of service.
Readouts shall be positioned to be easily read from a standing position and central to the
room, unless otherwise allowed by the Engineer.
45061 Pressure Gauges
[CSI 40 73 13]
Part 1 – General
References
x ASME B40.100 (B40.1 Analog, B40.7 Digital)
Performance Requirements
Analog: Grade 2A (±1 percent of span) unless stated otherwise in the Products section.
Digital: Grade 2A (±0.5 percent of span) or AR (±1 percent of reading) unless stated otherwise
in the Products section.
Submittals
Provide catalog sheets showing dimensions, pressure range, accuracy and optional accessories.
Part 2 – Products
Manufacturers
Marsh, 3D Instruments, or approved equal.
Materials
Provide gauges per the table below. Gauges completely suitable for measuring potable water
with wetted parts of brass, bronze, or stainless steel.
City of Renton Winter 2023
West Hill Booster Pump Station Improvements Division 15
15-20
J:\Data\REN\21-0234\30 Specs\15 Mechanical.docx 11/23/22 4:50 AM
© 2022 RH2 Engineering, Inc.
Location Pump
Suction
Pump
Discharge
Full Scale 0-200 psi 0-400 psi
Normal
Operating
Range
65-75 psi 200-225 psi
Analog or
Digital Analog Analog
Surface or
Stem Mount Stem Stem
Connection
Size
0.25” or
0.5"
0.25” or
0.5"
Accuracy
Grade
See Perf.
Req’ts
See Perf.
Req’ts
Glycerin fill
or Dry Glycerin Glycerin
Face Size
2.5” or 4.5” 4.5” 4.5”
Accessories
Unless shown otherwise on the Plans, provide a block and bleed valve for each pressure gauge.
Transcat 600/700 series, stainless steel, or approved equal. Do not use in chlorine rooms or
chlorination systems.
Part 3 - Execution
Installation
Install gauges where shown on the Plans. Support gauges adequately. Tighten only with the
connection hex nut, do not twist the case.
Field Quality Control
Where a new gauge is connected directly to the plumbing of a pressure transmitter, the gauge
must read within its accuracy grade compared to the transmitter, unless the transmitter is
proven faulty.
If the Engineer suspects any gauge is inaccurate, provide a calibrated gauge for comparison,
or other method of verification acceptable to the Engineer.
Replace or calibrate gauges that do not meet the accuracy requirements.
16-1
J:\Data\REN\21-0234\30 Specs\16 Electrical.docx 11/23/22 5:30 AM
© 2022 RH2 Engineering, Inc.
Division 16
Electrical
16.00 GENERAL
The Contractor shall provide all labor, material, tools, equipment and services required to
complete the furnishing, installation, wiring, connection, calibration, adjustment, testing and
operation of all electrical equipment, devices and components as indicated and implied by the
plans and specifications.
Sections in these specifications titled “Common Work for . . .” shall apply to all following sections
whether directly referenced or not.
The Contractor shall reference Division 1.25 regarding substitutes and “or-equals”.
16.05 Common Work for Electrical
[CSI 26 05 00]
Part 1 - General
Summary
Plans are diagrammatic and indicate general arrangements of systems and equipment, except
when specifically, dimensioned or detailed. The intention of the plans is to show size, capacity,
approximated location, direction and general relationship of one work phase to another, but
not exact detail or arrangement.
Regulatory Requirements
The Contractor shall coordinate and provide all permits, licenses, approvals, inspections by
the authority having jurisdiction and other arrangements for work on this project and all fees
shall be paid for by the Contractor. The Contractor shall include these fees in the bid price.
Related Sections
See the following sections for items that may be provided and/or installed with other electrical
equipment.
x Division 10.14.23 Panel Signage
x Division 11.20 Pump motors
x Division 11.95.83.33 Radiant Space Heaters
x Division 17 Automatic Control
Codes and Standards
Provide all electrical work in accordance with latest edition of National Electrical Code,
National Electrical Safety Code, Washington State Electrical , and local ordinances. If any
conflict occurs between government adopted code rules and these specifications, the National
Electrical Code and Washington State Electrical Code are to govern. All electrical products
shall bear a label from a certified testing laboratory recognized by the State of Washington.
Recognized labels in the State of Washington are UL, ETL, and CSA-US.
City of Renton Winter 2023
West Hill Booster Pump Station Improvements Division 16
16-2
J:\Data\REN\21-0234\30 Specs\16 Electrical.docx 11/23/22 5:30 AM
© 2022 RH2 Engineering, Inc.
Definitions
Dry Locations: All those indoor areas which do not fall within the definitions below for wet,
damp, or corrosive locations and which are not otherwise designated on the Plans.
Wet Locations: All locations exposed to the weather, whether under a roof or not, unless
otherwise designated on the Plans.
The words “plans” and “drawings” are used interchangeably in this specification and in all
cases shall be interpreted to mean “Plans”.
The word “provide” shall be interpreted to mean furnish and install.
Design Requirements
Unless otherwise noted, provide enclosures as follows:
1. Indoors Unclassified Locations: NEMA Type 1
2. Outdoors and/or Wet Locations: NEMA Type 4X
Submittals
Provide submittals of each item specified in this division to engineer for approval in
accordance with Division 1 of these specifications. Submittals for motor control centers,
motor control panels, control panels, instrumentation panels, and pump control panels shall
include at a minimum: a wiring diagram or connection schematic, and an interconnection
diagram.
Wiring Diagram or Connection Schematic
1. Include all devices in a system and show their physical relationship to each other including
terminals and interconnecting wiring in assembly. This diagram shall be in a form showing
interconnecting wiring only by terminal designations (wireless diagram).
Interconnection Diagram
1. Show all external connections between terminals of equipment and outside points, such
as motors and auxiliary devices. Show references to all connection diagrams which
interface to the interconnection diagrams. Interconnection diagrams shall be of the
continuous line type. Show bundled wires on a single line with the direction of entry/exit
of the individual wires clearly shown. Identify all devices and equipment. Show terminal
blocks as actually installed and identified in the equipment complete with individual
terminal identification. All jumpers, shielding and grounding termination details not shown
on the equipment connection diagrams shall be shown on the interconnection diagrams.
Show spare wires and cables.
Provide submittal information for the following items:
1. Utility Meter Enclosure
2. Service Disconnect
3. Surge Protective Device (SPD)
4. Motor Control Center
City of Renton Winter 2023
West Hill Booster Pump Station Improvements Division 16
16-3
J:\Data\REN\21-0234\30 Specs\16 Electrical.docx 11/23/22 5:30 AM
© 2022 RH2 Engineering, Inc.
5. Variable Frequency Drives
6. Harmonic Filters
7. Load Reactors
8. DV/DT Filters
9. Circuit Breakers
10. Conduit and Fittings
11. Outlet and Junction Boxes
12. Wire and Cables
13. Switches and Receptacles
14. Light Fixtures
15. Automatic Transfer Switch
16. Other Electrical Components listed in this Division and/or required by the Engineer.
Project Conditions
Contractor shall keep all power shutdown periods to a minimum. Carry out shutdowns only
after a shutdown schedule has been submitted and approved by both the Owner and the
Engineer.
Construction of Temporary Electrical System
See Division 1.51
Part 2 - Products
Source Quality Control
Provide adequate space and fit for the electrical installation, including, but not limited to,
determination of access-ways and doorways, shipping sections, wall and floor space, and space
occupied by mechanical equipment. Provide electrical equipment that fits in the areas shown
on the Plans. All equipment shall be readily accessible for maintenance, shall have electrical
clearances in accordance with National Electric Code (NEC) and shall be installed in locations
which will provide adequate cooling.
Do not use equipment exceeding dimensions indicated or equipment or arrangements that
reduce required clearances or exceed specified maximum dimensions unless approved by the
Owner.
Identification of Listed Products
Electrical equipment and materials shall be listed for the purpose for which they are to be
used, by an independent testing laboratory. When a product is not available with a testing
laboratory listing for the purpose for which it is to serve, the inspection authority may require
the product to undergo a special inspection at the manufacturer’s place of assembly. All costs
and expenses incurred for such inspections shall be included in the original contract price.
City of Renton Winter 2023
West Hill Booster Pump Station Improvements Division 16
16-4
J:\Data\REN\21-0234\30 Specs\16 Electrical.docx 11/23/22 5:30 AM
© 2022 RH2 Engineering, Inc.
Materials
Use equipment, materials and wiring methods suitable for the types of locations in which they
will be located, as defined in Definitions above.
All materials and equipment specified herein shall, within the scope of UL Examination
Services, be approved by the Underwriter’s Laboratories for the purpose for which they are
used and shall bear the UL label.
Components
Fasteners for securing to walls, floors, and the like shall meet the requirements of Division
5.05.23.
Accessories
Wire Identification
1. Identify each wire or cable at each termination and in each pull-box using numbered and
lettered wire markers. All electrically common conductors shall have the same number.
Each electrically different conductor shall be uniquely numbered. Identify panelboard
circuits using the panelboard identification and circuit number. Identify motor control
circuits using the equipment identification number assigned to the control unit by the
motor control center manufacturer and the motor control unit terminal number. Identify
other circuits as approved by the Engineer. Identify each wire or cable in each pull-box
with plastic sleeves having permanent markings. Conductors between terminals of
different numbers shall have both terminal numbers shown at each conductor end. The
terminal number closest to the end of the wire shall be the same as the terminal number.
Finishes
Refer to each electrical equipment section of these specifications for painting requirements of
equipment enclosures.
Part 3 - Execution
Installation
General
1. Complete the wiring, connection, adjustment, calibration, testing and operation of
mechanical equipment having electrical motors and/or built-in or furnished electrical
components in accordance with electrical code, UL listing requirements and
manufacturer’s instructions. Install electrical components that are furnished with
mechanical equipment.
2. Provide the size, type and rating of motor control devices, equipment and wiring necessary
to match the ratings of motors furnished with mechanical equipment.
3. Complete the procurement, installation, wiring, connection, calibration, adjustment,
testing and operation of all electrical devices, components accessories and equipment
which is not shown or specified but which is nonetheless required to make the systems
shown and specified properly functional.
City of Renton Winter 2023
West Hill Booster Pump Station Improvements Division 16
16-5
J:\Data\REN\21-0234\30 Specs\16 Electrical.docx 11/23/22 5:30 AM
© 2022 RH2 Engineering, Inc.
Workmanship
1. Assign a qualified representative who shall supervise the electrical construction work from
beginning to completion and final acceptance.
2. Provide all labor using qualified craftsmen, who have had experience on similar projects.
3. Ensure that all equipment and materials fit properly in their installations.
Field Services
1. Provide field services of qualified technicians to supervise and check out the installation
of the equipment, to supervise and check out interconnecting wiring, to conduct start-up
and operation of the equipment, and to correct any problems which occur during testing
and start-up.
Installing Equipment
1. Provide the required inserts, bolts and anchors, and securely attach all equipment and
materials to their supports.
2. Install all floor-mounted equipment on 3½-inch high reinforced concrete pads.
3. Install all equipment and junction boxes to permit easy access for normal maintenance.
Cutting, Drilling, and Welding
1. Provide any cutting, drilling, and welding that is required for the electrical construction
work.
2. Structural members shall not be cut or drilled, except when approved by the Engineer.
Use a core drill wherever it is necessary to drill through concrete or masonry. Perform
patch work with the same materials as the surrounding area and finish to match.
Metal Panels
1. Mount all metal panels, which are mounted on, or abutting concrete walls in damp
locations or any outside walls ¼-inch from the wall and paint the back side of the panels
with a high build epoxy primer with the exception of stainless-steel panels. Film thickness
shall be 10 Mils minimum.
Seismic Requirements
1. See Division 1.81.30
Load Balance
1. Balance electrical load between phases as nearly as possible on panelboards, motor control
centers, and other equipment where balancing is required.
2. When loads must be reconnected to different circuits to balance phase loads, maintain
accurate record of changes made, and provide circuit directory that lists final circuit
arrangement.
City of Renton Winter 2023
West Hill Booster Pump Station Improvements Division 16
16-6
J:\Data\REN\21-0234\30 Specs\16 Electrical.docx 11/23/22 5:30 AM
© 2022 RH2 Engineering, Inc.
Field Quality Control
Minor Deviations
1. The electrical plans are diagrammatic in nature and the location of devices, fixtures, and
equipment is approximate unless dimensioned. Based on this, the right is reserved by the
owner to provide for minor adjustments and deviations from the locations shown on the
Plans without any extra cost. Deviations from the Plans and/or specifications required by
code shall also be done, subsequent to Owner’s approval, without extra cost.
2. Plans indicate the general location and number of the electrical equipment items. When
raceway, boxes, and ground connections are shown, they are shown diagrammatically only
and indicate the general character and approximate location. Layout does not necessarily
show the total number of raceways or boxes for the circuits required. Furnish, install, and
place in satisfactory condition all raceways, boxes, conductors, and connections, and all of
the materials required for the electrical systems shown or noted in the contract documents
complete, fully operational, and fully tested upon the completion of the project.
Project Record Plans
1. A set of Plans shall be maintained at the job site showing any deviations in the electrical
systems from the original design. A set of electrical Plans, marked in red to indicate the
routing of concealed conduit runs and any deviations from the original design, shall be
submitted to the Owner for review prior to final acceptance.
2. After testing and acceptance of the project the Contractor shall furnish in the O&M
manuals an accurate connection schematic and interconnection diagram for every service
entrance panel, pump control panel, motor control center, and instrumentation panel
provided this project.
Cleanup and Equipment Protection
Equipment Protection
1. Always exercise care after installation of equipment, motor control centers, control panels,
etc., to keep out foreign matter, dust debris, and moisture. Use protective sheet metal
covers, canvas, heat lamps, etc., as needed to ensure equipment protection.
Cleaning Equipment
1. Thoroughly clean all soiled surfaces of installed equipment and materials upon completion
of the project. Clean out and vacuum all construction debris from the bottom of all
equipment enclosures.
Painting
1. Repaint any electrical equipment or materials scratched or marred in shipment or
installation, using paint furnished by the equipment manufacturer.
Final Cleanup
1. Upon completion of the electrical work, remove all surplus materials, rubbish, and debris
that accumulated during the construction work. Leave the entire area neat, clean and
acceptable to the Owner.
City of Renton Winter 2023
West Hill Booster Pump Station Improvements Division 16
16-7
J:\Data\REN\21-0234\30 Specs\16 Electrical.docx 11/23/22 5:30 AM
© 2022 RH2 Engineering, Inc.
2. Lamps and fluorescent tubes shall be cleaned, and defective units replaced at the time of
final acceptance.
16.10 ELECTRICAL SITE WORK
16.10.1 Common Work for Electrical Site Work
[CSI 33 71 19]
Part 1 – General
Summary
The work included in this section consists of furnishing and installing conduit, fittings,
handholes, pull vaults, warning tape, cables, wires, and related items, complete as specified
herein and as indicated on the Plans for a complete and functional underground electrical
system. Special vaults, grounding, trench backfill requirements may be specified with the
particular equipment or electrical system involved.
Related Sections
Wire and cable per Section 16.60.
Raceways and conduit per Section 16.70.
Design Requirements
Materials and equipment shall conform to the respective specifications and standards; and to
be the specifications herein. Electrical rating shall be as indicated on Plans.
Part 3 – Execution
Construction
Provide all excavation, trenching, backfill, and surface restoration required for the electrical
work.
Excavate to depths as required by Code, particular installation, or as shown on the Plans.
Trench width and length as required by the installation or as shown. Trench bottom shall be
free of debris and graded smooth. Where trench bottom is rock or rocky or contains debris
larger than 1 inch or material with sharp edges, over excavate 3 inches and fill with 3 inches
of sand. Separation between new electrical utilities and other utilities shall be 12 inches
horizontal and 6 inches vertical minimum, except gas line separation shall be 12 inches both
vertical and horizontal. Cross concrete or asphalt only after surface material has been saw cut
to required width and removed.
Backfill around raceways shall be 3-inches of pea gravel or sand for systems of 600 volt or
less. Provide red marker tape over raceways below grade. Place backfill material to obtain a
minimum degree of compaction of 95 percent of maximum density at optimum moisture
content. Moisten backfill material as required to obtain proper compaction. Do not use broken
pavement, concrete, sod, roots or debris for backfill.
City of Renton Winter 2023
West Hill Booster Pump Station Improvements Division 16
16-8
J:\Data\REN\21-0234\30 Specs\16 Electrical.docx 11/23/22 5:30 AM
© 2022 RH2 Engineering, Inc.
16.10.2 Underground Marking Tape (Detectable Type)
[CSI 33 05 97.23]
Part 2 – Products
Manufacturers
Tape shall be Brady “Detectable Identoline – Buried Underground Tape”, or equal.
Materials
Underground marking tape shall be for location and early warning protection of buried power
and communication lines. Tape shall be detectable by a pipe/cable locator or metal detector
from above the undisturbed ground. Tape shall be nominally 2 inches wide with a type B721
aluminum foil core laminated between two layers of 5 Mil thickness polyester plastic. The
plastic color shall be red for electrical lines and orange for telephone lines.
Part 3 – Execution
Installation
Unless noted otherwise on Plans, install approved underground marking tape 12 inches above
and directly over the conduit or raceway in all trenches.
16.15 Grounding and Bonding for Electrical Systems
[CSI 26 05 26]
Part 1 - General
References
Service and equipment grounding shall be per Article 250 of the NEC.
Performance Requirements
Verify that a low-resistance ground path is provided for all circuits so an accidental contact to
ground of any live conductor will instantly trip the circuit.
Part 2 - Products
Components
The grounding systems shall consist of the ground rods, grounding conductors, ground bus,
ground fittings and clamps, and bonding conductors to water piping and structural steel as
shown on the Plans.
System components shall be as allowed in the NEC unless specified otherwise below:
1. Ground Rods: Ground rods shall be cone pointed copper clad Grade 40 HS steel rods
conforming to ASTM B228. The welded copper encased steel rod shall have a
conductivity of not less than 27 percent of pure copper.
2. Ground Conductors: Buried conductors shall be medium-hard drawn bare copper;
other conductors shall be soft drawn copper. Sizes over No. 6 AWG shall be stranded.
City of Renton Winter 2023
West Hill Booster Pump Station Improvements Division 16
16-9
J:\Data\REN\21-0234\30 Specs\16 Electrical.docx 11/23/22 5:30 AM
© 2022 RH2 Engineering, Inc.
Coat all ground connections except the exothermic welds with electrical joint
compound, non-petroleum type, UL listed for copper and aluminum applications.
3. Ground Rod Boxes: Boxes shall be a 9-inch diameter precast concrete unit with
concrete cover. Boxes shall be 12-inches deep minimum.
Part 3 - Execution
General Grounding Installation
When available a UFER ground per latest edition of NEC shall be provided as the primary
means to ground the electrical system.
Ground electrical service neutral at service entrance equipment to supplementary grounding
electrodes.
Ground each separately derived system neutral to nearest effectively grounded building
structural steel member or separate grounding electrode.
Provide a ground rod box for each ground rod to permit ready access to facilitate testing.
Provide a ground wire in every conduit carrying a circuit of over 110 volts to ground.
Make embedded or buried ground connections, taps and splices with exothermic welds. Coat
ground connections.
Bond metallic water piping at its entrance into each building.
Motor Grounding Installation
Extend equipment ground bus via grounding conductor installed in motor feeder raceway.
Connect to motor frame.
When using nonmetallic flexible tubing install an equipment grounding conductor connected
at both ends to noncurrent-carrying grounding bus.
Ground Connections
Above grade ground connections shall be exothermic weld, mechanical, or compression-type
connectors; or brazing.
Below grade ground connections shall be exothermic weld.
Install all ground connections is strict accordance with connector manufacturer’s
recommendations and methods.
Testing
Following completion of the grounding electrode system, if installed, measure ground
resistance at each ground rod using the three-rod method. Submit results to engineer prior to
final acceptance by the Owner.
Perform testing per NETA Standard ATS paragraph 7.13. Testing methods shall conform to
NETA Standard ATS using the three-electrode method for large systems. Conduct tests only
after a period of not less than 48 hours of dry weather.
Furnish to the Engineer a test report with recorded data of each ground rod location. See
Division 16.95.4.
City of Renton Winter 2023
West Hill Booster Pump Station Improvements Division 16
16-10
J:\Data\REN\21-0234\30 Specs\16 Electrical.docx 11/23/22 5:30 AM
© 2022 RH2 Engineering, Inc.
16.20 UTILITY SERVICE
16.21 Electrical Service
[CSI 26 21 00]
Part 1 – General
Description of Work
Work consists of upgrading the existing electrical service to a 600-amp, 480-volt, 3-phase
underground service, pad-mounted transformer and service entrance equipment.
Scheduling Work with the Utility Company
The Contractor shall be fully and completely responsible for all scheduling and coordination
with the utility company. The Contractor shall coordinate and schedule power outages, power
service for operation and construction, and power service as may be required prior to
Certification of Occupancy.
The Contractor shall make all necessary applications for service with the utility and shall notify
the Owner in writing of any obligations that the Owner must fulfill for service to be started,
installed, or modified.
Contractor/Utility Interface Responsibilities
The electrical utility providing service to these facilities is Puget Sound Energy.
During design, contact was made with Customer Service Representative, Dan Fogel, who can
be contacted by telephoning 253-234-6398. The division of responsibilities stated below has
been determined by coordination with the serving utility. The Contractor shall comply with all
utility company standards and requirements.
All utility charges for and related to the final permanent service to the facility will be paid by
the Contractor, directly to the utility company and be included in the Contractor’s bid price.
Contractor shall notify the Owner of any changes to the responsibilities between the electrical
utility and the Contractor as outlined in these specifications prior to submitting a bid. Any
change(s) in responsibilities not brought to the attention of the Owner prior to bidding will
not be cause for additional payment.
The Contractor shall notify the Owner (in writing) of any obligations or forms that the Owner
is responsible to provide for service.
The Contractor shall:
Provide excavation for the proposed transformer vault to be installed at the site.
Install new raceway and conductors for secondary service from the proposed pad-mount
transformer location to the proposed service entrance panel including trenching, backfill, and
restoration. Terminate service conductors at the service entrance panel or switchboard.
Install utility meter enclosure, raceway, and conductors for utility revenue metering as shown
on the Plans.
City of Renton Winter 2023
West Hill Booster Pump Station Improvements Division 16
16-11
J:\Data\REN\21-0234\30 Specs\16 Electrical.docx 11/23/22 5:30 AM
© 2022 RH2 Engineering, Inc.
The Utility Company, PSE, shall:
Remove the existing pad-mount transformer and existing vault.
Install proposed transformer vault.
Install proposed transformer.
Terminate conductors on the primary and secondary side of the transformer.
Install current transformers (CT) in CT cabinet installed by the Contractor.
Install a utility revenue meter in the proposed main revenue metering enclosure installed by
the Contractor.
Project Conditions
Before submitting a bid, the Contractor shall become familiar with all the electrical service
requirements that may affect the execution of their work.
Standards and Codes
Work involving service installation shall be done in accordance with the service utilities
standards and the NEC.
Service equipment shall be listed and labeled by UL as “suitable for use as service equipment”.
16.21.2 Electrical Utility Meter Enclosure
[CSI 26 27 13]
Manufacturers
Meter enclosure shall be a Circle AW or equal and as required to meet the requirement of the
serving utility. Installation shall be in vandal proof NEMA 3R enclosure with a lockable hinged
door. Meter shall include a metal vandal screen that can be purchased from serving utility.
Materials
Contractor shall coordinate with Puget Sound Energy on the type of metering required and
shall provide all labor and material necessary to meet their requirements.
16.21.4 Circuit Breaker Service Disconnect Switch
[CSI 26 28 16.13]
Design
The switch shall be heavy duty type, shall be quick-make, quick break, and shall be horsepower
rated. The switch shall have blades as required to open all ungrounded conductors. The
disconnect shall have a minimum available fault current withstand rating of 42,000 amperes
unless noted otherwise on the Plans.
Service equipment shall meet the requirements of the serving utility and shall be suitable for
use as service equipment. Service entrance disconnect shall be furnished with a UL service
entrance label.
City of Renton Winter 2023
West Hill Booster Pump Station Improvements Division 16
16-12
J:\Data\REN\21-0234\30 Specs\16 Electrical.docx 11/23/22 5:30 AM
© 2022 RH2 Engineering, Inc.
Manufacturers
Materials, equipment, and accessories specified in this section for the service disconnect switch
shall be products of:
x Eaton (Cutler Hammer)
x General Electric
x Schneider Electric (Square D)
x Siemens
x Or approved equal
Materials
The switch shall be pad-lockable in the OFF position.
The enclosure shall be NEMA 4X Stainless Steel rated unless noted otherwise on the Plans.
The enclosure shall have interlocking cover to prevent opening door when switch is closed.
The interlock shall include a defeating scheme. The enclosure shall be pad-lockable.
Circuit breakers shall be molded case adjustable electronic-trip type and meet molded case
circuit breaker specifications covered in Division 16.55.16.
16.30 BASIC PANEL EQUIPMENT AND DEVICES
16.31 Operating and Indicating Devices
[CSI 26 09 00, 40 78 00]
Part 1 - General
Operating and indicating devices minimum rating shall be NEMA 13. Operator devices
mounted in outdoor panels, corrosive areas or where exposed to moisture shall be NEMA
4X.
16.31.1 Digital Power Meter
[CSI 26 09 13.12, 40 78 13.21]
Manufacturers
The digital power meter shall be an Allen-Bradley, Powermonitor 5000 M6E, or equal. Power
monitor shall include LCD display module, installed on front of panel.
Minimum Features
A digital 3-phase power monitor with remote capabilities and associated sensors shall be
provided as indicated on the Plans. The digital power meter shall be capable of measuring at
a minimum the following parameters:
1. Voltage (line-neutral)
2. Voltage (line-line)
City of Renton Winter 2023
West Hill Booster Pump Station Improvements Division 16
16-13
J:\Data\REN\21-0234\30 Specs\16 Electrical.docx 11/23/22 5:30 AM
© 2022 RH2 Engineering, Inc.
3. Voltage unbalance
4. Current
5. Current unbalance
6. Neutral amps
7. Real power
8. Reverse and single-phase detection
9. Reactive power
10. Apparent power
11. Power factor
12. Frequency
13. Auxiliary voltage
14. Harmonic Distortion (Voltage and Amperage)
Power meter shall have an RJ-45 Ethernet port for communicating with the facility control
system. Power meter shall communicate with the control system via EtherNet/IP
communications protocol. A Modbus TCP/IP to EtherNet/IP protocol converter shall be
installed by the MCC manufacturer to achieve EtherNet/IP communications if EtherNet/IP
is not native to the power meter. An industrial Ethernet switch and 24 VDC power supply
shall be installed in the MCC power meter section for connecting the power meter display and
plant control system communications network to the power meter.
16.31.2 Run Time Meters
[CSI 26 09 13.22, 40 78 13.22]
Manufacturers
HECON GO series or equal.
Manufactured Units
Hour meter (elapsed time meters) shall be 2-inch by 1-inch nominal size, rectangular case type
for flush panel mounting. The meter face shall be of the style that most closely resembles the
panel indicating instruments if provided and shall have black trim with white or aluminized
face. The meters shall have a 6-digit non-resettable register with the last digit indicating tenths
of an hour.
16.31.3 Start Count Meters
[CSI 26 09 13.23, 40 78 13.23]
Manufacturers
HECON GO series, Redington Model 3400-2010 or equal.
City of Renton Winter 2023
West Hill Booster Pump Station Improvements Division 16
16-14
J:\Data\REN\21-0234\30 Specs\16 Electrical.docx 11/23/22 5:30 AM
© 2022 RH2 Engineering, Inc.
Manufactured Units
Start counters shall be 2-inch by 1-inch nominal size, rectangular case type for flush panel
mounting. The meter face shall be of the style that most closely resembles the panel indicating
instruments if provided and shall have black trim with white or aluminized face. The meters
shall have a 6-digit resettable register.
16.31.4 Indicating Lights
[CSI 26 09 13.31, 40 78 16]
Manufacturers
Heavy-Duty, Oil-Tight Type:
x Eaton/Cutler-Hammer, Type 12350T
x Square D Co., Type K
x Allen Bradley, Type 800T
x General Electric Co., Type CR 104P
Heavy-Duty, Watertight, and Corrosion-Resistant Type:
x Eaton/Cutler-Hammer, Type E34
x Square D Co., Type SK
x Allen Bradley, Type 800H
x General Electric Co., Type CR 104P
Manufactured Units
Indicating lights shall be NEMA type 4/4X/13, corrosion resistant, water-tight, oil-tight, full
voltage, push-to-test, high visibility 28 chips LED type. Pilot lights shall be rated for the proper
operating voltage. Appropriate lens caps shall be provided as shown on Plans.
16.31.5 Selector Switch
[CSI 26 09 16.21 40 78 19.21]
Manufacturers
Heavy-Duty, Oil-Tight Type:
x Eaton/Cutler-Hammer, Type 12350T
x Square D Co., Type K
x Allen Bradley, Type 800T
x General Electric Co., Type CR 104P
Heavy-Duty, Watertight, and Corrosion-Resistant Type:
x Eaton/Cutler-Hammer, Type E34
City of Renton Winter 2023
West Hill Booster Pump Station Improvements Division 16
16-15
J:\Data\REN\21-0234\30 Specs\16 Electrical.docx 11/23/22 5:30 AM
© 2022 RH2 Engineering, Inc.
x Square D Co., Type SK
x Allen Bradley, Type 800H
x General Electric Co., Type CR 104P
Manufactured Units
Selector switches shall be NEMA type 4/4X/13, corrosion-resistant/watertight/oil-tight, type
selector switches with contacts rated for 10 amperes continuous at proper operating voltage.
Operators shall be black knob type. Units shall have the number of positions and contact
arrangements and spring return function (if any) as shown on Plans. Units shall be single-hole
mounting, accommodating panel thicknesses from 1/16-inch minimums to ¼-inch maximum.
16.31.6 Pushbuttons
[CSI 26 09 16.23, 40 78 19.25]
Manufacturers
Heavy-Duty, Oil-Tight Type:
x Eaton/Cutler-Hammer, Type 12350T
x Square D Co., Type K
x Allen Bradley, Type 800T
x General Electric Co., Type CR 104P
Heavy-Duty, Watertight, and Corrosion-Resistant Type:
x Eaton/Cutler-Hammer, Type E34
x Square D Co., Type SK
x Allen Bradley, Type 800H
x General Electric Co., Type CR 104P
Manufactured Units
Pushbuttons shall be NEMA type 4/4X/13, corrosion-resistant/watertight/oil-tight, type
push buttons with momentary contacts rated for 10-ampere continuous at proper operating
voltage. Button color shall be as specified in control panels and shall have a full guard.
Pushbutton contact arrangements shall be as shown on Plans. Size of pushbuttons as indicated
on the Plans.
Special Functions
Pushbutton for “emergency stop” applications shall have maintained contacts and red
mushroom head operators.
City of Renton Winter 2023
West Hill Booster Pump Station Improvements Division 16
16-16
J:\Data\REN\21-0234\30 Specs\16 Electrical.docx 11/23/22 5:30 AM
© 2022 RH2 Engineering, Inc.
16.32 Panel Relays
[CSI 26 09 16, 40 78 53]
Part 1 – General
General
Relays shall be provided as necessary to perform switching functions required of control
panels and other control circuits as shown on the Plans and described in the technical
specifications. Appropriate relay type and associated contacts shall be selected based on the
application from the control wiring diagrams or the functional description. Where timing
relays and control relays require additional contacts, provide auxiliary control relays properly
sized for the application.
All contacts and relays shall be NEMA rated and UL recognized.
The electrical life expectancy for the relay shall be over 500,000 operations at 120V AC, 10
amp; (over 200,000 operations at 120V AC, 10 amp for SPDT, 3PDT, and 4PDT). The
mechanical life expectancy for the relay shall be over 50,000,000 operations.
16.32.1 Control Relays
[CSI 26 09 16.31, 40 78 53.21]
Manufacturers
x Square D Class 8501, Type K or R
x Allen Bradley 700 Type HA or HB
x IDEC RH Series; or equal
Manufactured Units
Relays for general purpose use shall be DPDT or 3PDT, 10-amp contacts with the appropriate
coil voltage for the application. Relays shall be plug-in type with matching socket. All relays
shall have LED indicators to signal when the coil is energized. Relay coils shall be rated for
continuous duty.
16.32.3 Time Delay Relays
[CSI 26 09 19.35, 40 78 53.25]
Manufacturers
x Allen-Bradley 700 Type HR
x IDEC GE1, RTE or GT3 Series; or equal
Manufactured Units
Time delay relays shall be multi-function, multi-range with plug-in base, pin style terminations
timing and timed out LED indicators, and calibrated scales. Relays shall have minimum 0.5
seconds to 60 minutes, 8 selectable timing ranges, 5-amp contacts. Select coil voltage for the
City of Renton Winter 2023
West Hill Booster Pump Station Improvements Division 16
16-17
J:\Data\REN\21-0234\30 Specs\16 Electrical.docx 11/23/22 5:30 AM
© 2022 RH2 Engineering, Inc.
application. Units shall be sealed to prevent entry of contamination in the form of dust, dirt,
or moisture.
Appropriate relay shall be selected based on application from the control wiring diagrams.
Minimum accuracy (plus or minus) shall be as follows:
1. Repeat accuracy – ½ percent.
2. Timing change over full voltage range – ½ percent change over full temperature
range.
3. Scale tolerance – 5-percent.
16.35 Control Panel Accessories
16.35.1 Terminal Blocks
[CSI 26 05 83 or 26 27 26]
Part 2 – Products
Manufactured Units
Terminal blocks shall be one-piece, molded, plastic blocks with screw-type terminals and
barriers rated for 600 volts. Terminals shall be double-sided and supplied with removable
covers to prevent accidental contact with live circuits. Terminals shall have permanent, legible
identification, clearly visible with the protection cover removed.
Part 3 – Execution
Installation
All wires between panel-mounted equipment and other equipment shall be terminated at
terminal blocks. Switches shall be terminated at the terminal blocks with crimp-type,
pre-insulated, ring-tongue lugs. Lugs shall be of the appropriate size for their terminal block
screws and for the number and size of the wires terminated. All wires shall be labeled with the
circuit number and common function.
16.35.2 Nameplates
[CSI 26 05 53, 10 14 23]
Part 2 – Products
Manufactured Units
Standard nameplates shall be made of 1/16-inch thick machine engraved laminated phenolic
having black letters not less than 3/16-inch high on white background. One-inch high lettering
shall be used for the large nameplates required for the control panels and motor control
centers.
City of Renton Winter 2023
West Hill Booster Pump Station Improvements Division 16
16-18
J:\Data\REN\21-0234\30 Specs\16 Electrical.docx 11/23/22 5:30 AM
© 2022 RH2 Engineering, Inc.
Part 3 – Execution
Installation
Nameplates shall be provided on all electrical devices including but not limited to motor
control equipment, MCC cubicles, control stations, junction boxes, panels, motors,
instruments, switches, indicating lights, meters, and all electrical equipment enclosures. Each
motor control center compartment and control panel shall have a nameplate designating the
equipment and its identifying number and size or rating. Data shall be as shown on the Plans
and reviewed via the submittal process. Nameplates shall have name, number and/or function
as is applicable for clear identification.
Provide one large nameplate for each motor control center and/or control panel identifying
the equipment as indicated on the Plans.
Nameplates on steel panels shall be secured with stainless steel drive screws. Where it is
proposed that nameplates will be secured with pressure sensitive tape or bonding cement, the
process and samples shall be submitted to the Engineer for acceptance.
Nameplates shall be provided for identifying all operator interface (lights, switches, etc.) and
other devices that are located outside or inside the panels.
Nameplates shall be provided for identifying all relays and devices that are located inside the
panels.
Special Functions
Provide warning nameplates on all panels and equipment, which contain multiple power
sources. Lettering shall be white on red background.
16.36.1 Surge Protection Device (SPD)
[CSI 26 43 13, 40 78 56]
Part 2 – Products
General
The SPD shall be compatible with the electrical system voltage, current, system configuration,
and intended applications.
Manufacturers
The SPD shall be manufactured by the Motor Control Center Manufacturer.
Manufactured Units
Protect the electrical service with an SPD device as shown on the Plans. The SPD shall be
mounted in the pump station and connected with the shortest conductors possible. The SPD
shall meet the following:
City of Renton Winter 2023
West Hill Booster Pump Station Improvements Division 16
16-19
J:\Data\REN\21-0234\30 Specs\16 Electrical.docx 11/23/22 5:30 AM
© 2022 RH2 Engineering, Inc.
1. Provide surge current withstand up to 240 kA per phase.
2. Short circuit current rating of 200 kAIC.
3. A ten-year free replacement warranty.
4. Enhanced UL 1283 Transient Tracking Filter.
5. Status indicator lights for each phase and one service LED.
16.40 LOW VOLTAGE MOTOR CONTROL EQUIPMENT
[CSI 26 29 00]
16.41.1 Motor Control Center
[CSI 26 24 19]
Part 1 - General
Description of Work
The electrical contractor shall furnish and install the motor control center including all related
equipment as shown on the Plans and specified herein.
Related Sections
x Division 10.14.23 Panel Signage
x Division 16.30 Basic Panel Equipment and Devices
x Division 16.45 Variable Frequency Drive
References
The equipment shall be constructed to meet or exceed the requirements within NEMA
ICS3-322 and UL845 for motor control centers. Each MCC section shall bear the UL label.
Coordination
The supplier of the motor control center shall equip the assembly with all appurtenances and
accessories (including but not limited to control relays, control contacts, control wiring and
terminal strips) as required for interface with the mechanical equipment and motor to provide
a totally integrated and operable system.
Design Requirements
This equipment shall consist of a line-up of standard design, free-standing sheet metal sections,
assembled and pre-wired for motor control and power distribution as shown on the Plans.
This equipment shall be designed as to permit future additions of vertical sections and
interchanging of units by users. Include provisions for supervisory control equipment as
specified elsewhere.
City of Renton Winter 2023
West Hill Booster Pump Station Improvements Division 16
16-20
J:\Data\REN\21-0234\30 Specs\16 Electrical.docx 11/23/22 5:30 AM
© 2022 RH2 Engineering, Inc.
Each unit shall be completely prewired with all control wiring numbered and terminated on
terminal strips. No terminal strips are required for the load wiring. Auxiliary components
such as HOA selector switches, indicating lights and other indicating and/or recording
devices shall be mounted on the compartment door or cover. All control power leads into
and out of each unit shall pass through a ganged knife blade control power disconnect
switch. The control power disconnect shall be identified as such.
The equipment enclosure shall be NEMA Type 1A with gasketing unless noted otherwise on
the Plans. Gasketing shall be closed cell neoprene material.
The MCC shall be NEMA Class II, Type B construction.
The MCC shall be rated as shown on the Plans with a minimum available fault current
withstand rating of 42,000 amperes without a neutral conductor in the MCC.
Submittals
Provide submittals for all components.
Part 2 – Products
Manufacturers
The motor control center shall be manufactured by ABB, Inc., No Substitutions.
Finishes
Surfaces shall be painted according to the manufacturer’s standard color scheme. All unpainted
parts shall be plated for resistance to corrosion.
Components
Communications
1. All power monitoring equipment and motor operating equipment including VFDs shall
communicate with the telemetry system via an Ethernet/IP networking system. All
Ethernet/IP connected devices shall have an add-on profile available for integration into
SCADA software.
Vertical Sections
1. Each vertical section shall be approximately 90 inches high and 20 inches deep. Vertical
sections shall have internal base mounting angles at the bottom and external lifting angles
at the top running continuously within each shipping block.
2. To minimize the chance of fault propagation to adjacent sections, each vertical section
shall have side sheets extending the full height and depth of the section.
Incoming Line Compartments
1. Incoming line/lug compartment shall be top entry unless noted otherwise on the Plans.
The size and quantity of incoming cables shall be as shown on the Plans.
City of Renton Winter 2023
West Hill Booster Pump Station Improvements Division 16
16-21
J:\Data\REN\21-0234\30 Specs\16 Electrical.docx 11/23/22 5:30 AM
© 2022 RH2 Engineering, Inc.
Bus
1. The main horizontal bus shall be as indicated on the Plans. Horizontal bus bars shall be
located at the top of the MCC. All power bussing shall be braced to withstand a fault
current of 42,000 RMS symmetrical amperes unless otherwise noted on the Plans.
2. Bus supports shall be fabricated from high strength, glass-filled polyester resin.
3. The horizontal bus shall be tin plated copper with a conductivity rating of 100 percent
AICS. The horizontal bus bars shall be fully sized to carry 100 percent of the rated current
the entire length of the MCC. The entire horizontal bus assembly shall be located behind
the top horizontal wireway. Horizontal bus bars located behind usable unit space are not
acceptable.
4. The horizontal bus shall be isolated from the top horizontal wireway by a clear, flexible,
polycarbonate barrier allowing visual inspection of the horizontal bus without removing
any hardware.
5. The vertical bussing shall be rated 300 amperes respectively. Vertical bus bars shall be
fabricated of tin-plated solid copper bars with a conductivity rating of 100 percent AICS.
The vertical bus barrier support shall be designed as to effectively enclose each vertical
bus bar. Provisions shall be made to close off unused unit stab openings in the vertical bus
barrier with removable covers.
6. All bus ratings are to be based on a maximum temperature rise of 50 degrees Celsius over
a 40-degree Celsius ambient temperature.
Unit Disconnect Operator Mechanism
1. A door-mounted operator mechanism shall be provided for operating all feeder breakers
provided with the MCC. The operator shall extend through an opening in the unit door
and shall clearly indicate whether the disconnect is ON, OFF, or TRIPPED.
2. With the disconnect in the ON position, a mechanical interlock shall prevent opening of
the unit door. This interlock shall be provided with a defeater so that authorized personnel
may gain access to the compartment without interrupting service.
3. The operator mechanism design shall allow padlocking the disconnect in the OFF position
with up to four padlocks.
Wireways
1. Horizontal wireways of standard sections, both top and bottom, shall be not less than
6 inches high. To prevent damage to cable insulation, the wireway opening between
sections shall have rounded corners and the edges shall be rolled back.
2. A full height, vertical wireway and hinged door shall be provided in each standard vertical
section. A permanent vertical wireway wall shall separate the units from the vertical
wireway and remain intact even when the units are removed.
Operator Interface Devices and Control Relays
1. This section covers all components required in a motor control center that require
operator interface devices and control relays. Nameplates shall be provided for each
City of Renton Winter 2023
West Hill Booster Pump Station Improvements Division 16
16-22
J:\Data\REN\21-0234\30 Specs\16 Electrical.docx 11/23/22 5:30 AM
© 2022 RH2 Engineering, Inc.
control component. The nameplate shall be phenolic, black background with white
lettering.
2. See Division 16.30 Basic Equipment and Devices.
Units
1. After insertion, each plug-in unit shall be held in place by a latch that is located at the front
of the unit.
2. Plug-in stabs shall be mounted in a polyester molding at the rear of the unit. Wiring from
the unit disconnecting means to the plug-in stables shall be routed into this molding such
that the wiring is not being exposed at the rear of the unit.
3. Size 1 through Size 5 non-reversing starters shall be plug-in units.
4. The unit door shall be fastened to the stationary structure (not the unit itself), so that the
door can be closed when the unit has been removed. The door shall be hinged on the left-
hand side so that it opens away from the vertical wireway.
5. The operator handle of all units shall be interlocked with the MCC frame, so that a unit
insert cannot be withdrawn or inserted when the operator is in the ON position. Position
of operating handle shall indicate ON, OFF, or TRIPPED condition. Handle shall provide
provisions for padlocking in the OFF position. Interlock provision shall prevent
unauthorized opening or closing of the door with the disconnect in the ON position.
6. Circuit breaker type starter units shall have a short circuit rating greater than the available
fault current listed in the General Section and shall be motor circuit protectors (MCP) with
magnetic only trip. Feeder breakers shall be molded case breakers with thermal magnetic
trip and have a short circuit rating greater than the available fault current listed in the
General Section.
7. An auxiliary contact shall be provided on the disconnect for purposes of isolating the
external source of control voltage. One control circuit fuse shall be provided.
8. Control circuit transformer (CCT) shall be mounted within the unit. CCT shall be
individually protected, and provide the following excess capacity, in addition to that
required by the starter coil: Size 1 – extra 40VA, Size 2 – extra 40VA, Size 3 – extra
125VA, Size 4 – extra 180VA, Size 5 – extra 200 VA.
Power Monitoring
1. See Division 16.31.1 Digital Power Meter
Surge Protection Device (SPD)
1. See Division 16.36.1 Surge Protection Device (SPD)
Transformers
1. Lighting transformers to be installed in this equipment shall be Class H insulation type for
80-degree Celsius rise. Provide transformer with ratings as shown on the Plans.
Transformer shall be compatible with the environment in which it will be located and
provided with properly-rated taps.
City of Renton Winter 2023
West Hill Booster Pump Station Improvements Division 16
16-23
J:\Data\REN\21-0234\30 Specs\16 Electrical.docx 11/23/22 5:30 AM
© 2022 RH2 Engineering, Inc.
Load Center Panels
1. Load Center panels shall be provided with a rating at the proper voltage and current for
intended use with tin-plated copper bus bars. Panels shall have 100 percent neutral, with
equipment ground bar unless noted otherwise. Panels shall be deadfront.
2. The panelboard shall have the number of available single pole breaker spaces as shown on
the Plans or a minimum of 18 spaces when a number is not indicated on the Plans. Where
noted in the panel schedule on the Plans provide spare breakers, complete for future
connection of wiring circuits. Where “Space Only” is indicated for breakers, provide all
bussing and breaker mounting hardware.
3. The following interrupting capacity shall be considered minimum for the circuit breakers
provided. Other ratings shall be as specified on the Plans.
a) 240V and 208Y/120V Panelboards - 22,000 AIC symmetrical
b) 480Y/277V Panelboards - 42,000 AIC symmetrical
4. Provide GFI breakers when indicated on the Plans.
Integration with Telemetry
1. The Manufacturer of the MCC shall determine all requirements for transmitting data to
the telemetry system and shall include in the panel all required devices and equipment for
interfacing contact closures.
Wiring Diagrams
1. Wiring diagrams shall be provided at a centralized location in the MCC. The diagram shall
show the exact devices inside the unit and shall not be a generic diagram. The supplier of
the equipment shall have the capability to provide revisions to electronic files of wiring
diagrams at a local office. The wiring diagrams must be provided with product submittals
in order to be considered for review. Supplier shall provide a disk copy of all plans in
AutoCAD format.
2. Before the MCC can be shipped to the jobsite, the final wiring diagrams must be submitted
to the Engineer for review and approval. The final wiring diagrams must reflect all changes
made at the factory or integrator’s shop before the diagrams will be approved.
Wire and Control Relay Identification
1. All control wire in MCC shall be marked with shrink type wire markers on both ends of
wire. All control relays provided in the MCC panel shall be permanently labeled. The label
for the control relays and wiring shall match the wiring diagrams.
2. All wire and control relay identification must be correct before the MCC can be shipped
to the jobsite.
Ethernet/IP Communication
General
1. The MCC shall have Ethernet wiring incorporated into its design.
2. The MCC shall have Ethernet cabling incorporated throughout the vertical section.
City of Renton Winter 2023
West Hill Booster Pump Station Improvements Division 16
16-24
J:\Data\REN\21-0234\30 Specs\16 Electrical.docx 11/23/22 5:30 AM
© 2022 RH2 Engineering, Inc.
3. Each motor starter, AC drive and soft starter unit in the MCC shall be supplied with a
means to communicate via Ethernet/IP network.
Ethernet Cabling
1. Ethernet Cable Ratings
a) The Ethernet cable shall be 600V UL PLTC rated.
b) The use of 300V cable is not acceptable.
2. Layout
a) Cable shall connect each section to one another in the top or bottom wireways.
b) Ethernet cable through the MCC section shall be routed from the top or bottom
wireways. To prevent accidental damage during MCC installation, the cable shall be
located behind barriers to isolate the cable from the unit space and wireways.
c) Eight Ethernet ports shall be provided in the rear of each vertical wireway of standard
sections to simplify installation, relocation, and addition of plug-in units.
d) The Ethernet/IP device within each unit shall be factory connected to an Ethernet
port in the vertical wireway by using a 600V-rated Ethernet cable.
3. Power Supplies
a) The power supply shall provide 24V DC for the devices that require it.
b) The MCC manufacturer shall check the user’s design to ensure that adequate power
supplies have been specified to conform to network requirements.
c) Power supply output shall be rated 8 Amps, 24 VDC.
d) The power supply shall be an Allen-Bradley Bulletin 1606-XLSDNET8 or equal.
e) The power supply unit shall be provided with a buffer module to provide a minimum
of 500 ms ride-through at full load.
f) The buffer module shall be an Allen-Bradley Bulletin 1606-XLBUFFER or equal.
Ethernet/Ip Interface For Variable Frequency AC Drives
1. The Ethernet/IP communication interface shall be supplied to allow for communication
between solid-state component and the Ethernet network.
Ethernet/Ip Interface for Other Units
1. Provide an Ethernet/IP interface for other units as indicated on the Plans.
2. Refer to the Plans wiring for points to be monitored.
Programming and Testing
1. The MCC manufacturer shall provide programming and testing requirements as follows:
a) The MCC manufacturer shall load the IP Address into each unit.
b) The IP Address shall be as indicated on the contract Plans or as provided by the
Engineer.
City of Renton Winter 2023
West Hill Booster Pump Station Improvements Division 16
16-25
J:\Data\REN\21-0234\30 Specs\16 Electrical.docx 11/23/22 5:30 AM
© 2022 RH2 Engineering, Inc.
c) The MCC manufacturer shall test the MCC to ensure that each unit communicates
properly prior to shipment.
d) Each unit shall have a label showing the IP Address for the devices within it.
e) The MCC manufacturer shall provide a disk containing applicable electronic data sheet
(EDS) files for the Ethernet/IP devices.
Part 3 - Execution
Testing
This equipment shall be tested and placed into operation by a qualified factory representative
trained in start-up and troubleshooting procedures for equipment being installed.
All Motor Control Center components shall be factory tested both at the manufacturer’s
facility and the Control System Integrator’s shop. Factory testing shall be witnessed by the
Engineer.
16.45 Variable Frequency Drive
[CSI 26 29 23]
Part 1 - General
Summary
The Variable Frequency Drive (VFD) system shall contain all components required to meet
the performance, protection, safety, and certification criteria of this specification.
Related Sections
x Division 10.14.23 Panel Signage
x Division 16.30 Basic Panel Equipment and Devices
x Division 16.41.1 Motor Control Center
x Division 17 Automatic Control
References
x National Fire Protection Association - NFPA 70 - US National Electrical Code.
x National Electrical Manufacturers Association - NEMA 250 - Enclosures for Electrical
Equipment.
x Underwriters Laboratory Inc. – UL 508.
x Canadian Standards Association International – CAN/CSA-C22.2 No. 14-05.
x International Electrical Code - IEC 146.
x Institute of Electrical and Electronics Engineers, Inc. - IEEE 519 - IEEE Standard
Practices and Requirements for Harmonic Control in Electrical Power Systems.
City of Renton Winter 2023
West Hill Booster Pump Station Improvements Division 16
16-26
J:\Data\REN\21-0234\30 Specs\16 Electrical.docx 11/23/22 5:30 AM
© 2022 RH2 Engineering, Inc.
x Seismic Standards ASCE 7-10, IBC, CBC, ICC_ESAC156, IEEE 693 and California
OSHPD.
Submittals
Submit under provisions of Sections 1.33 and 16.05.
Shop Drawings - Approval
1. Elevation Drawings: Include dimensional information and conduit routing locations.
2. Unit Descriptions: Include amperage ratings, enclosure ratings, fault ratings, nameplate
information, and so on, as required for approval.
3. Wiring Diagrams:
a) Power Diagram: Include amperage ratings, circuit breaker frame sizes, circuit breaker
continuous amp ratings, and so on, as required for approval.
b) Control Diagram: Include disconnect devices, pilot devices, and so on.
4. Major components list.
Product Data Sheets
1. VFD and Operator Interface publications.
2. Data sheets and publications on all major components including, but not limited to, the
following:
a) Contactors
b) Circuit breaker and fuse (power and control)
c) Control power transformers
d) Pilot devices
e) Relays/Timers
Test procedures shall be per the manufacturer’s standards.
Closeout Submittals (Operation and Maintenance Manuals)
Submit under provisions of Sections 1.78 and 17.94.2.
Shop Drawings – Final as shipped
1. Elevation Drawings: Include dimensional information and conduit routing locations.
2. Unit Descriptions: Include amperage ratings, enclosure ratings, fault ratings, nameplate
information, and so on, as required for approval.
3. Wiring Diagrams:
a) Power Diagram: Include amperage ratings, circuit breaker frame sizes, circuit breaker
continuous amp ratings, and so on, as required for approval.
b) Control Diagram: Include disconnect devices, pilot devices, and so on.
City of Renton Winter 2023
West Hill Booster Pump Station Improvements Division 16
16-27
J:\Data\REN\21-0234\30 Specs\16 Electrical.docx 11/23/22 5:30 AM
© 2022 RH2 Engineering, Inc.
c) Diagrams shall updated based on field modifications and shall be accurate depicting
point-to-point wiring.
4. Major components list.
Product Data Sheets
1. VFD and Operator Interface publications.
2. Data sheets and publications on all major components including, but not limited to, the
following:
a) Contactors
b) Circuit breaker and fuse (power and control)
c) Control power transformers
d) Pilot devices
e) Relays/Timers
Test procedures shall be per the manufacturer’s standards.
Operation and Maintenance Data
1. Service and Contact information
2. VFD and Operator Interface User Manuals
3. Troubleshooting / Service Manuals
Quality Assurance
Qualifications:
1. Manufacturers:
a) The VFD and all associated optional equipment shall be UL listed or recognized.
b) The VFD shall contain a UL label attached on the inside of the enclosure cabinet.
2. Suppliers:
a) All inspection and testing procedures shall be developed and controlled under the
guidelines of the Supplier’s quality system and must be registered to ISO 9001 and
regularly reviewed and audited by a third-party registrar.
b) The VFD shall be factory pre-wired, assembled and tested as a complete package.
Delivery, Storage, and Handling
Contractor shall coordinate the shipping of equipment with the manufacturer.
Contactor shall store the equipment in a clean and dry space at an ambient temperature range
of -25 degrees Celsius to 55 degrees Celsius (-13 degrees Fahrenheit to 130 degrees
Fahrenheit).
The Contractor shall protect the units from dirt, water, construction debris, and traffic.
City of Renton Winter 2023
West Hill Booster Pump Station Improvements Division 16
16-28
J:\Data\REN\21-0234\30 Specs\16 Electrical.docx 11/23/22 5:30 AM
© 2022 RH2 Engineering, Inc.
Design Requirements
Drive(s) shall be of the size, capacity and quantity as shown on the Plans. VFD supplier shall
confirm motor HP, amperage, service factor and operating requirements with motor supplier.
The VFD motor controller shall convert 480 Volt, 3-phase, 60 Hertz utility power to
adjustable voltage (0 - 460V) and frequency (0 - 60 Hz.) 3-phase, AC power for stepless motor
speed control with a capability of 10:1 speed range. All general options and modifications shall
mount within the standard adjustable frequency controller enclosure.
The controller(s) shall be suitable for use with any standard NEMA-B squirrel-cage induction
motor(s) having a 1.15 Service factor. At any time in the future, it shall be possible to substitute
any standard motor (equivalent horsepower, voltage, and current) in the field.
The variable frequency control shall operate satisfactorily when connected to a bus supplying
other solid-state power conversion equipment which may be causing up to 10 percent total
harmonic voltage distortion and commutation notches up to 36,500-volt microseconds, or
when other VFDs are operated from the same bus. Manufacturers shall certify at submittal
time that their equipment will function satisfactorily under these circumstances.
Individual or simultaneous operation of the VFDs shall not add more than 5 percent total
harmonic current distortion to the normal bus, nor more than 10 percent while operating from
standby generator per IEEE 519, 2014. Prior to project completion, the Contractor shall
provide verification through both measurement and calculations that the system is compliant
with IEEE 519, 2014.
Part 2 – Products
Manufacturers
The VFD shall be an ACS580 VFD with EtherNet/IP communication interface,
manufactured by ABB, No Substitutions.
All drives shall be supplied by one manufacturer.
The VFD equipment shall be of the same manufacturer and supplier as the MCC as required
for interface with the master control system to provide a totally integrated and operable
system.
Manufactured Units
The variable frequency control shall include transient voltage suppression to allow reliable
operation on a typical industrial or commercial power distribution system.
Hardware
1. Utilize diode bridge or SCR bridge on the input rectifier.
2. Utilize DC bus inductor on all six-pulse VFDs only.
3. Utilize switching logic power supply operating from the DC bus.
4. Incorporate phase to phase and phase to ground MOV protection on the AC input line.
5. Microprocessor based inverter logic shall be isolated from power circuits.
6. Utilize latest generation IGBT inverter section.
City of Renton Winter 2023
West Hill Booster Pump Station Improvements Division 16
16-29
J:\Data\REN\21-0234\30 Specs\16 Electrical.docx 11/23/22 5:30 AM
© 2022 RH2 Engineering, Inc.
7. Battery receptacle for Lithium battery power to the Real Time Clock.
8. Additional DPI port for handheld and remote HIM options.
9. Dedicated Digital Input for hardware enable.
10. Conformal coated printed circular boards.
11. Informal coated printed circuit boards.
12. Optional onboard 24V DC Auxiliary Control Power Supply.
13. The drive shall have the following specific features to enable integration with a Rockwell
Automation ControlLogix™ or CompactLogix™ Automation Controller.
a) Shall have Add on Profile available for use with Rockwell Automation Studio 5000
programming software.
b) Shall support Rockwell Automation controller’s Automatic Device Configuration
functionality.
Control Logic
1. Ability to operate with motor disconnected when in V/Hz mode.
2. Provide a controlled shut down, when properly protected, with no component failure in
the event of an output phase to phase or phase to ground short circuit. Provide
annunciation of the fault condition.
3. Provide multiple programmable stop modes including Ramp, Coast, DC-Brake,
Ramp-to-Hold, Fast Braking, and Current Limit Stop.
4. Provide multiple acceleration and deceleration rates.
5. Adjustable output frequency up to 650 Hz.
6. Ability to control outputs and manage status information locally within the VFD.
7. Ability to function stand-alone or complementary to supervisory control.
8. Ability to provide scaling, selector switches, or other data manipulations not already built
into the VFD.
Motor Control Modes
1. Selectable Sensorless Vector, Flux Vector, V/Hz, and Adjustable Voltage Control modes
selectable through programming.
2. The drive shall be supplied with a Start-up and Auto-tune mode.
3. The V/Hz mode shall be programmable for fan curve or full custom patterns.
4. Capable of Open Loop V/Hz.
Current Limit
1. Programmable current limit from 20 percent to 160 percent of rated output current.
2. Current limit shall be active for all drive states: accelerating, constant speed and
decelerating.
City of Renton Winter 2023
West Hill Booster Pump Station Improvements Division 16
16-30
J:\Data\REN\21-0234\30 Specs\16 Electrical.docx 11/23/22 5:30 AM
© 2022 RH2 Engineering, Inc.
3. The drive shall employ PI regulation with an adjustable gain for smooth transition in and
out of current limit.
Acceleration / Deceleration
1. Accel/Decel settings shall provide separate adjustments to allow either setting to be
adjusted from 0 to 3600 seconds.
2. A second set of remotely selectable accel/decel settings shall be accessible through digital
inputs.
3. S Curve profiles shall be adjustable.
Adjustments
1. A digital interface can be used for all set-up, operation and adjustment settings.
2. All adjustments shall be stored in nonvolatile memory (EEPROM).
3. No potentiometer adjustments shall be required.
4. EEPROM memory for factory default values shall be provided.
5. Software must be available for trending and diagnostics, as well as online and offline
programming functionality.
Process PID Control
1. The drive shall incorporate an internal process PI regulator with proportional and integral
gain adjustments as well as error inversion and output clamping functions.
2. The feedback shall be configurable for normal or square root functions. If the feedback
indicates that the process is moving away from the set-point, the regulator shall adjust the
drive output until the feedback equals the reference.
3. Process control shall be capable of being enabled or disabled with a hardwire input.
Transitioning in and out of process control shall be capable of being tuned for faster
response by preloading the integrator.
4. Protection shall be provided for a loss of feedback or reference signal.
Skip Frequencies
1. Three adjustable set points that lock out continuous operation at frequencies which may
produce mechanical resonance shall be provided.
2. The set points shall have a bandwidth adjustable from Maximum Reverse Speed to
Maximum Forward Speed.
City of Renton Winter 2023
West Hill Booster Pump Station Improvements Division 16
16-31
J:\Data\REN\21-0234\30 Specs\16 Electrical.docx 11/23/22 5:30 AM
© 2022 RH2 Engineering, Inc.
Fault Memory
1. The last 100 fault codes shall be stored and time stamped in a fault buffer.
2. Information about the drive’s condition at the time of the last fault such as operating
frequency, output current, dc bus voltage and twenty-seven other status conditions shall
be stored.
3. A power-up marker shall be provided at each power-up time to aid in analyzing fault data.
4. The last 100 alarm codes shall be stored and time stamped for additional troubleshooting
reference.
Fault Reset / Run
1. The drive shall provide up to nine automatic fault reset and restarts following a fault
condition before locking out and requiring manual restart.
2. The automatic mode shall not be applicable to a ground fault, shorted output faults and
other internal microprocessor faults.
3. The time between restarts shall be adjustable from 0.5 seconds to 30 seconds.
Run on Power Up
1. A user programmable restart function shall be provided to allow restart of the equipment
after restoration of power after long duration power outages. Restart time dependent on
presence of incoming signal.
Overload Protection
1. The drive shall provide internal class 10 adjustable overload protection.
2. Overload protection shall be speed sensitive and adjustable.
3. A viewable parameter shall store the overload usage.
Auto Economizer
1. An auto economizer feature shall be available to automatically reduce the output voltage
when the drive is operating in an idle mode (drive output current less than programmed
motor FLA). The voltage shall be reduced to minimize flux current in a lightly loaded
motor thus reducing kW usage.
2. When the load increases, the drive shall automatically return to normal operation.
Terminal Blocks
1. Separate terminal blocks shall be provided for control and power wiring.
2. I/O terminal blocks shall be removable with wiring in place.
3. For frames 8 to 10 power wiring is landed on robust L-brackets behind the drive unit. This
wiring remains in-place if the drive unit is removed.
City of Renton Winter 2023
West Hill Booster Pump Station Improvements Division 16
16-32
J:\Data\REN\21-0234\30 Specs\16 Electrical.docx 11/23/22 5:30 AM
© 2022 RH2 Engineering, Inc.
Flying Start
1. The drive shall be capable of determining the speed and direction of a spinning motor and
adjust its output to "pick-up" the motor at the rotating speed. This feature is disabled by
default.
Inputs and Outputs
1. The Input / Output option modules shall consist of both analog and digital I/O.
2. No jumpers or switches shall be required to configure digital inputs and outputs.
3. All digital input and output functions shall be fully programmable.
4. The control terminal blocks shall be rated for 115V AC.
5. Inputs shall be optically isolated from the drive control logic.
6. The control interface card shall provide input terminals for access to fixed drive functions
that include start, stop, external fault, speed, and enable.
7. The VFD shall be capable of supporting up to 7 analog inputs, 7 analog outputs, 21 digital
inputs, 7 relay outputs, 7 transistor outputs, and 3 positive temperature coefficient (PTC)
inputs.
8. The Input / Output option modules shall have the following features:
a) Analog Inputs:
i. Quantity two (2) differentially isolated, ±10V (bi-polar), 88k ohm input
impedance, 4-20 mA, 11 bit plus sign.
ii. Analog inputs shall be user programmable for a variety of uses including frequency
command and process loop input. Analog inputs shall be user programmable for
function scaling (including invert), offset, signal loss detect, and square root.
b) Analog Outputs:
i. Quantity two (2) ±10V (bi-polar) / 11 bit and sign, 2 k ohm minimum load, 4-20
mA, 11 bit plus sign, 400 ohm maximum load.
ii. The analog output shall be user programmable to be proportional to one of
fourteen process parameters including output frequency, output current, encoder
feedback, output power.
iii. Programming shall be available to select either absolute or signed values of these
parameters.
c) Digital Inputs:
i. Quantity of six (6) digital inputs rated 24V DC/115V AC.
ii. All inputs shall be individually programmable for multiple functions including:
Start, Run, Stop, Auxiliary Fault, Speed Select, Jog and Process PI functions.
d) Digital Outputs:
i. At least one (1) relay output (N.O. or N.C.).
City of Renton Winter 2023
West Hill Booster Pump Station Improvements Division 16
16-33
J:\Data\REN\21-0234\30 Specs\16 Electrical.docx 11/23/22 5:30 AM
© 2022 RH2 Engineering, Inc.
ii. For 240V AC or 24V DC, N.O. contact output ratings shall be 2-amp maximum,
general purpose (inductive)/resistive. N.C. contact output ratings shall be 2-amp
maximum, resistive only.
iii. Relays shall be programmable to multiple conditions including: Fault, Alarm, At
Speed, Drive Ready, and PI Excess Error.
iv. Timers shall be available for each output to control the amount of time, after the
occurring event, that the output relay actually changes state.
v. At least one (1) transistor output.
vi. For 24V DC, transistor output rating shall be 1-amp maximum, Resistive.
Reference Signals
1. The drive shall be capable of using the following input reference signals:
a) Analog Inputs
b) Preset Speeds
c) Remote Potentiometer
d) Digital MOP
e) Human Interface Module
f) Communication Modules
Loss of Reference
1. The drive shall be capable of sensing reference loss conditions.
2. In the event of loss of the reference signal, the drive shall be user programmable to the
following:
a) Fault the drive and coast to stop.
b) Issue a minor fault - allows the drive to continue running while some types of faults
are present.
c) Alarm and maintain last reference.
3. When using a communications network to control the drive, the communications adapter
shall have these configurable responses to network disruptions and controller idle (fault
or program) conditions:
a) Fault
b) Stop
c) Zero Data
d) Hold Last State
e) Send Fault Configuration
City of Renton Winter 2023
West Hill Booster Pump Station Improvements Division 16
16-34
J:\Data\REN\21-0234\30 Specs\16 Electrical.docx 11/23/22 5:30 AM
© 2022 RH2 Engineering, Inc.
Metering
1. At a minimum, the following parameters shall be accessible through the Human Interface
Module, if installed:
a) Output Current in Amps
b) Output Voltage in Volts
c) Output Power in kW
d) Elapsed MWh
e) DC Bus Voltage
f) Frequency
g) Heatsink Temperature
h) Last eight (32) faults
i) Elapsed Run Time
j) IGBT Temperature
k) Blown fuses, including specific fuse locations communicated to the host system
Faults
1. At a minimum, the following faults shall be accessible through the Human Interface
Module:
a) Power Loss
b) Undervoltage
c) Overvoltage
d) Motor Overload
e) Heat Sink Over-temperature
f) Maximum Retries
g) Phase to Phase and Phase to Ground Faults
Predictive Maintenance Features
1. At a minimum, the following predictive diagnostic features shall be provided, and a
parameter showing the remaining lifetime expressed as hours of the following components
will be available:
a) Relay Output Life Cycles based on load type and amps.
b) Hours of Fan Life based on load and ambient temperature.
c) Motor Bearing life based on expected hours of use.
d) Motor Lubrication schedule based on hours of use.
e) Machine Bearing life based on expected hours of use.
City of Renton Winter 2023
West Hill Booster Pump Station Improvements Division 16
16-35
J:\Data\REN\21-0234\30 Specs\16 Electrical.docx 11/23/22 5:30 AM
© 2022 RH2 Engineering, Inc.
f) DC Bus Capacitors based on actual use (temperature, current, and ripple).
Real-Time Clock
1. Shall be capable of providing time stamped events.
2. Shall have the ability to be set locally or via a remote controller.
3. Shall provide the ability to be programmable for month, day, year and local time zones
in HH:MM:SS.
VFD Packaged System
Basic Features
1. Ratings
a) Voltage
i. Capable of accepting nominal power of 480V AC at 60 Hz.
ii. The supply input voltage tolerance shall be + 10 percent of nominal line voltage.
b) Displacement Power Factor
i. Six-pulse VFD shall be capable of maintaining a minimum true power factor
(Displacement P.F. X Distortion P.F.) of 0.95 or better at rated load and nominal
line voltage, over the entire speed range.
c) Efficiency
i. A minimum of 96.5 percent (+/- 1 percent) at 100 percent speed and 100 percent
motor load at nominal line voltage.
ii. Control power supplies, control circuits, and cooling fans shall be included in all
loss calculations.
d) Operating ambient temperature range without derating: 0 degrees Celsius to 40 degrees
Celsius (32 degrees Fahrenheit to 104 degrees Fahrenheit).
e) Operating relative humidity range shall be 5 percent to 95 percent non-condensing.
f) Operating elevation shall be up to 1,000 Meters (3,300 ft) without derating.
2. Sizing
a) Systems rated at Normal Duty loads shall provide 110 percent overload capability for
up to one minute and 150 percent for up to 3 seconds.
3. Auto Reset/Run
a) For faults other than those caused by a loss of power or any other non-critical fault,
the drive system shall provide a means to automatically clear the fault and resume
operation.
4. Ride-Through
a) The VFD system shall attempt to ride through power dips up to 20 percent of nominal.
The duration of ride-through shall be inversely proportional to load. For outages
City of Renton Winter 2023
West Hill Booster Pump Station Improvements Division 16
16-36
J:\Data\REN\21-0234\30 Specs\16 Electrical.docx 11/23/22 5:30 AM
© 2022 RH2 Engineering, Inc.
greater than 20 percent, the drive shall stop the motor and issue a power loss alarm
signal to a process controller, which may be forwarded to an external alarm signaling
device.
5. Run on Power Up
a) The VFD system shall provide circuitry to allow for remote restart of equipment after
a power outage. Unless indicated in the contact drawings, faults due to power outages
shall be remotely resettable. The VFD system shall indicate a loss of power to a process
controller, which may be forwarded to an external alarm signaling device. Upon
indication of power restoration the process controller will attempt to clear any faults
and issue a run command, if desired.
6. Communications
a) VFD shall be capable of communicating on multiple networks.
b) The VFD shall provide a Dual Port EtherNet/IP interface.
c) VFD shall be capable of supporting the following network options:
i. EtherNet/IP
7. Enclosure Door Mounted Human Interface Module (HIM)
a) VFD shall provide a HIM with integral LCD display, operating keys and programming
keys.
b) An enclosure door-mounted HIM, rated NEMA/UL Type 1, shall be provided
c) The HIM shall have the following features:
i. A seven (7) line by twenty-one (21) character backlit LCD display with graphics
capability.
ii. Shall indicate drive operating conditions, adjustments, and fault indications.
iii. Shall be configured to display in the following three distinct zones:
a. The top zone shall display the status of direction, drive condition, fault / alarm
conditions, and Auto / Manual mode.
b. The middle zone shall display drive output frequency.
c. The bottom zone shall be configurable as a display for either programming
menus / information or as a two-line user display for two additional values
utilizing scaled units.
iv. Shall provide digital speed control.
v. The keypad shall include programming keys, drive operating keys (Start, Stop,
Direction, Jog, and Speed Control), and numeric keys for direct entry.
Control Power Transformer
1. Provide a control power transformer mounted and wired inside of the drive system
enclosure.
2. The transformer shall be rated for the VFD power requirements.
City of Renton Winter 2023
West Hill Booster Pump Station Improvements Division 16
16-37
J:\Data\REN\21-0234\30 Specs\16 Electrical.docx 11/23/22 5:30 AM
© 2022 RH2 Engineering, Inc.
Harmonic Mitigation Techniques
1. The drive system shall be compliant with IEEE 519-2014 standards at the input VFD
terminals based upon the input power phase imbalance within 0.5 percent of nominal line
voltage and under full VFD output current ratings
2. Passive Harmonic Filter
a) VFDs shown with passive harmonic line filters shall be supplied with an input AC line
harmonic filter compensated reactor with minimum 5 percent impedance unless noted
otherwise on the one-line diagram. Line reactor shall be designed to address
performance issues of NEMA MG1-20.55 and to provide proper transient protection
of the VFD input power devices. Harmonic line filters shall be MTE Matrix Series AP
Harmonic Filters or equal, with Capacitor Contactor for disconnecting the filter
capacitor bank when the drive is not running.
Auxiliary Relays
1. Provide relays for Drive Alarm, Drive Ready, Drive Fault, Drive Run, and System Status
Faults (as required).
2. See section 16.32.1 Relays.
Control Interface
1. The control terminals shall be rated for 115V AC.
2. The control interface shall provide input terminals for access to VFD functions that
include start, stop, external fault, speed select, and enable, as required.
Hand/Off/Auto Selector Switch
1. Provide a "HAND/OFF/AUTO" selector switch, mounted on the enclosure door.
2. The "HAND/OFF/AUTO" selector switch shall start the drive in the “HAND” mode
and stop the drive in the “OFF” mode.
3. In the “AUTO” mode the drive shall be started and stopped from a remote “RUN”
contact.
4. In all modes, Auxiliary and Enable inputs to the drive control interface board must be
present before the drive will start.
5. When a HIM is present, the stop function shall always be available to stop the drive
regardless of the selected mode (“HAND” or “AUTO”). The HIM will be non-functional
(except for the display and programming) when the switch is in “OFF” mode. The HIM
shall stop the drive if the switch is in the “AUTO” mode with the remote start contact
initiated.
6. The drive speed reference shall be controlled from the HIM, unless a separate door-
mounted potentiometer is provided, when in “HAND” mode (factory default setting).
7. The drive speed reference shall be controlled by a remote 4…20 mA input when in
“AUTO” mode.
8. See section 16.31.5 Selector Switch.
City of Renton Winter 2023
West Hill Booster Pump Station Improvements Division 16
16-38
J:\Data\REN\21-0234\30 Specs\16 Electrical.docx 11/23/22 5:30 AM
© 2022 RH2 Engineering, Inc.
Drive Disable Mushroom Push Button
1. Provide a maintained mushroom style push button, mounted on the enclosure door that
when pushed, will open the drive enable input.
2. See section 16.31.4 Pushbuttons.
Pilot Lights
1. Provide LED pilot lights, mounted on the enclosure door, for indication of the following
status:
a) Run
b) Drive Fault
c) Control Power On
d) Motor Fault
2. See section 16.31.6 Indicating Lights.
Motor Run Time Meter
1. Provide a digital, non-resettable, door-mounted elapsed time meter.
2. The meter shall be electrically interlocked with the Drive Run relay and Bypass contactor
to indicate actual motor operating hours.
3. See section 16.31.2 Run Time Meters.
Output Filtering
1. DV/DT Filter
a) VFDs shown with DV/DT filters shall be supplied with an MTE dV Sentry Filter or
equal. The filter shall be sized and selected based on the pump motor nameplate
information and shall be integrated into the motor starter unit. The filter shall be UL
listed and rated for 100% continuous current, 150% current for 1 minute, and 200%
current for 10 seconds. The filter shall contain an integral overtemperature switch that
is interconnected to the VFD to shutdown the motor.
2. 5 Percent Load Reactors (where shown on Plans).
Part 3 – Execution
Setup
VFD Manufacturer shall program:
1. All fault settings to reset after fault condition returns to normal
2. Minimum and maximum motor speeds provided by motor manufacturer.
3. Hertz change per second.
4. Hand speed control shall be set to 95 percent of full range for panel mounted HOA
switch.
City of Renton Winter 2023
West Hill Booster Pump Station Improvements Division 16
16-39
J:\Data\REN\21-0234\30 Specs\16 Electrical.docx 11/23/22 5:30 AM
© 2022 RH2 Engineering, Inc.
5. EtherNet/IP and HIM module communication faults/alarms to “No Action”.
Communication errors should not shut down the VFD.
6. Parameter 150 (Digital In Cfg) to “Run Level”, not “Run Edge”.
7. Parameter 292 and I/O card parameters 106 and 116 (Life Event Parameter Settings)
to “No Action” so that these life event alarms do not fault the VFD.
VFD Supplier shall provide documentation on how to control the drive over EtherNet/IP.
This information should include a unique list of parameter, relay, setpoint, input/output, and
control addressing as shown on the Plans and detailed in these specifications. A generic list
does not meet this requirement. An Add-on-instruction or profile compatible with Rockwell
Automation Studio 5000 programming would meet this requirement.
Examination
Verify that location is ready to receive equipment.
Verify that the building environment can be maintained within the service conditions required
by the manufacturer of the VFD.
Testing
This equipment shall be tested and placed into operation by a qualified factory representative
trained in start-up and troubleshooting procedures for equipment being installed.
All components shall be factory tested both by the manufacturer at the manufacturer’s facility
and in the presence of the Engineer by the manufacturer or manufacturer’s representative at
the manufacturer’s facility or at a Control System Integrator’s shop located within 100 miles
of the job site. Factory testing shall be witnessed by the Engineer. If factory witness testing is
to occur at the manufacturer’s facility, the manufacturer’s facility where testing takes place
shall be located within the United States of America. Shipment of VFD to the job site shall
not be allowed until the Engineer has witnessed factory testing and approved the VFD for
shipment to the job site.
Installation
Installation shall be in compliance with all manufacturer requirements, instructions, and
drawings.
Startup
At a minimum, the start-up service shall include:
1. Perform pre-Power Check
2. Megger Motor Resistances: Phase-to-Phase and Phase-to-Ground
3. Verify system grounding per manufacturer’s specifications
4. Verify power and signal grounds
5. Check connections
6. Check environment
City of Renton Winter 2023
West Hill Booster Pump Station Improvements Division 16
16-40
J:\Data\REN\21-0234\30 Specs\16 Electrical.docx 11/23/22 5:30 AM
© 2022 RH2 Engineering, Inc.
Drive Power-up and Commissioning:
1. Measure Incoming Power Phase-to-Phase and Phase-to-Ground
2. Measure DC Bus Voltage
3. Measure AC Current Unloaded and Loaded
4. Measure Output Voltage Phase-to-Phase and Phase-to-Ground
5. Verify input reference signal
All measurements shall be recorded.
Drive shall be tuned for system operation.
Drive parameter listing shall be provided.
The line side converter shall be configured and tuned for the local input power conditions.
The motor side inverter shall be tuned for system operation.
Training
Manufacturer to provide a quantity of one 4-hour sessions of on-site instruction.
The instruction shall include the operational and maintenance requirements of the variable
frequency drive.
The basis of the training shall be the variable frequency drive, the engineered drawings and
the user manual. At a minimum, the training shall:
1. Review the engineered drawings identifying the components shown on the drawings.
2. Review starting / stopping and speed control options for the controller.
3. Review operation of the HIM for programming and monitoring of the variable
frequency drive.
4. Review the maintenance requirements of the variable frequency drive.
5. Review safety concerns with operating the variable frequency drive.
16.50 PANELBOARDS
[CSI 26 24 00]
16.52 Panelboards
[CSI 26 24 16]
Part 1 - General
Description of Work
This section covers the furnishing and installation of all panelboard equipment complete.
City of Renton Winter 2023
West Hill Booster Pump Station Improvements Division 16
16-41
J:\Data\REN\21-0234\30 Specs\16 Electrical.docx 11/23/22 5:30 AM
© 2022 RH2 Engineering, Inc.
Quality Assurance
Provide products specified in this Section that are listed and labeled as defined in NEC Article
100.
Standards and Codes
All materials and equipment specified herein shall, within the scope of UL Examination
Services, be approved by the Underwriter’s Laboratories for the purpose for which they are
used and shall bear the UL label.
All material and equipment specified herein shall conform with all applicable NEMA, ANSI,
and IEEE standards.
All materials and equipment specified herein, and their installation methods shall conform to
the latest published version of the NEC.
Part 2 – Products
Manufacturers
Materials, equipment, and accessories specified in this section shall be products of:
x Eaton/Cutler-Hammer
x General Electric/ABB
x Schneider Electric/Square D Company
x Siemens
Panelboards shall be of the same manufacturer as equipment furnished under Section 16.40,
Low Voltage Motor Control.
Components
Panelboard Type
1. Panelboards shall be rated at proper voltage and current for intended use with bus bars
of copper. Panels shall be 3-phase, 4-wire, 100 percent neutral, with equipment ground
bar unless noted otherwise. Panelboards shall be dead front.
Wire Terminations
1. Panelboard assemblies, including protective devices, shall be suitable for use with
75 degrees Celsius or greater wire insulation systems at NEC 7 degrees Celsius conductor
ampacity in accordance with UL 486E.
Load Current Ratings
1. Unless otherwise indicated, load current ratings for panelboard assemblies, including bus
and circuit breakers, are non-continuous as defined by NEC. Continuous rating shall be
80 percent of non-continuous rating.
2. Where indicated “continuous”, “100 percent”, etc., selected components and protective
devices shall be rated for continuous load value shown.
City of Renton Winter 2023
West Hill Booster Pump Station Improvements Division 16
16-42
J:\Data\REN\21-0234\30 Specs\16 Electrical.docx 11/23/22 5:30 AM
© 2022 RH2 Engineering, Inc.
3. The following interrupting capacity shall be considered minimum. Other ratings shall be
as specified on the Plans.
240V and 208Y/120V Panelboards 22,000 AIC symmetrical
480V/277V Panelboards 40,000 AIC symmetrical
Overcurrent Protective Devices
1. In accordance with NEMA AB 1, NEMA KS 1, UL 98 and UL 489, protective devices
shall be adapted to panelboard installation.
2. Panelboards shall be capable of device replacement without disturbing adjacent devices
and without removing main bus.
3. Spare Spaces: Cover openings with easily removable cover.
4. When not identified on Plans, provide minimum of 18 single-pole breaker spaces.
Circuit Breakers
1. Provide thermal-magnetic unless otherwise indicated, quick-make, quick-break, molded
case, of indicating type showing ON/OFF and TRIPPED positions of operating handle.
Mount breakers in all panelboards so that the breaker handles operate in a horizontal plan.
2. The bus connection shall be bolt-on circuit breakers in all panelboards. In power
distribution panelboards, 225-ampere frame sizes and greater may be plug-in type where
individual positive locking device requires mechanical release for removal.
3. Trip Mechanism:
a) Individual permanent thermal and magnetic trip elements in each pole where shown
on Plans.
b) Test button on cover.
c) Variable magnetic trip elements with a single continuous adjustment 3X to 10X for
frames greater than 100 amps.
d) Two and three pole breakers shall have common trip.
e) Automatic opens all poles when overcurrent occurs on one pole.
f) Calibrated for 40 degrees C ambient, unless shown otherwise.
Cabinets for Each Panelboard
1. Cabinets shall be flush, or surface mounted as indicated on the Plans with tight closing
doors without play when latched. Where two cabinets are located adjacent to each other
in finished areas, provide matching trim of the same height.
2. Provide cabinets of sufficient dimensions to allow for future expansion and addition of
circuit breakers within the panelboards as indicated on the Plans.
3. Provide locks for each cabinet door. All electrical distribution equipment locks are to be
keyed identically.
4. Fasten panelboard with machine screws with oval countersunk heads, finish hardware
quality, with escutcheons or approved trim clamps. Clamps assessable only when dead
City of Renton Winter 2023
West Hill Booster Pump Station Improvements Division 16
16-43
J:\Data\REN\21-0234\30 Specs\16 Electrical.docx 11/23/22 5:30 AM
© 2022 RH2 Engineering, Inc.
front door is open are acceptable. Surface mounted panelboards with fronts greater than
48 inches vertical dimension shall have trim hinged at the right side in addition to the
hinged door over dead front.
5. Material for Type 1, Type 3R, and Type 3S cabinets shall be code-gauge, hot-dip galvanized
sheet steel with reinforced steel frame.
6. Finish all enclosures with rust inhibitor primer followed by manufacturer’s standard gray
baked enamel or lacquer.
Bus
1. Material for internal bus shall be full size copper throughout length. Provide for mounting
of future protective devices along full length of bus regardless of number of units and
spaces shown. Machine, drill and tap as required for current and future positions.
Feeder Lugs
1. Main and neutral feeder lugs shall be replaceable, bolted mechanical or crimp compression
type.
Equipment Ground Terminal Bus
1. Provide copper equipment ground terminal bus with suitably sized provisions for
termination of ground conductors. The terminal bus shall be bonded to the enclosure.
2. Provide individual mechanical termination points no less than the quantity of breaker pole
positions.
3. Provide individual termination points for all other grounding conductors such as feeder,
grounding electrodes, etc.
Neutral Terminal Bus
1. Provide copper neutral terminal bus with suitably sized provisions for termination of
neutral conductors. The neutral bus shall be isolated from the enclosure.
2. Provide individual mechanical termination points no less than the quantity of breaker pole
positions.
3. Provide individual termination points for all other neutral conductors.
4. Termination points shall be bolted crimp compression lugs for conductors 6 AWG or
larger.
Part 3 – Execution
General
Install in accordance with NECA 407, NEMP PB 1.2 and manufacturers’ written installation
instructions.
Installation
Install securely, plumb, in-line and square with walls.
City of Renton Winter 2023
West Hill Booster Pump Station Improvements Division 16
16-44
J:\Data\REN\21-0234\30 Specs\16 Electrical.docx 11/23/22 5:30 AM
© 2022 RH2 Engineering, Inc.
Install top of panelboard trim 72 inches above floor, unless otherwise shown. Install
panelboard so tops of protective device operating handles are no more than 72 inches above
the floor.
Install filler plates in unused spaces.
System of Numbering and Bus Arrangement
System numbering and bus arrangement shall be as shown on the panel schedule on the Plans.
Panelboard Nameplate
Provide engraved plastic nameplate with ½-inch high characters for panel identifications (for
panel name) attached with screws to each panelboard front. Include voltage, phase and wire
(i.e., 208Y/120, 3-phase, 4-wire) in ⅜-inch characters.
Circuit Index
Provide as-built information for each branch circuit panelboard by circuit with its proper load
designation.
Ground Fault Protection
Install panelboard ground fault circuit interrupter devices in accordance with installation
guidelines of NEMA 289.
16.55 Switches and Protective Devices
[CSI 26 18 00 (medium voltage) 26 28 00 (low voltage)]
16.55.1 Common Work for Switches and Protective Devices
[CSI 26 18 05, 26 28 05]
Part 1 - General
Design Requirements
Overcurrent devices shall be NEMA rated.
Extra Materials
Provide one fuse for each ungrounded conductor and a minimum of one spare fuse per phase
of each ampacity and voltage used on the project. Deliver fuses to Owner at the completion
of the project.
Part 3 – Execution
Installation
Overcurrent protection devices and safety switches shall be centered 60 inches above the
finished floor unless noted otherwise on the Plans.
City of Renton Winter 2023
West Hill Booster Pump Station Improvements Division 16
16-45
J:\Data\REN\21-0234\30 Specs\16 Electrical.docx 11/23/22 5:30 AM
© 2022 RH2 Engineering, Inc.
16.55.16 Molded Case Circuit Breakers
[CSI 26 28 16.14]
Part 1 - General
Design Requirements
Breakers shall have the interrupting rating and trip rating indicated on the Plans. All breakers
shall be calibrated for operation in an ambient temperature of 40 degrees Celsius.
Part 2 - Products
Manufactured Units
Molded case circuit breakers shall be quick-make and quick-break type with wiping type
contacts. Each breaker shall be provided with arc chutes and individual trip mechanisms on
each pole consisting of both thermal and magnetic trip elements. Two and three pole breakers
shall be common trip. Molded case circuit breakers shall be trip-free. Each breaker shall have
trip indication independent of the “ON” or “OFF” positions.
Circuit breakers shall have electronic trip unit where indicated on Plans, with Long, Short and
Instantaneous adjustability.
16.55.17 Instantaneous Magnetic Trip Breakers
[CSI 26 28 16.15]
Part 1 - General
Design Requirements
The magnetic trips shall be adjustable and accessible from the front of all these breakers.
Part 2 - Products
Manufactured Units
Breakers in motor circuits which are indicated but not sized, shall be provided with
Manufacturer’s recommended size based on the actual motor installed. Where indicated on
the Plans and in the combination motor starter/motor control center schedule, furnish
instantaneous magnetic trip only circuit breakers for motor short circuit protection.
16.60 CONDUCTORS
16.61 Low Voltage Wire and Cable
[CSI 26 05 19]
Part 1 - General
Design Requirements
This section is for power and control conductors for 600 volts or less.
City of Renton Winter 2023
West Hill Booster Pump Station Improvements Division 16
16-46
J:\Data\REN\21-0234\30 Specs\16 Electrical.docx 11/23/22 5:30 AM
© 2022 RH2 Engineering, Inc.
All conductors shall be copper. Wire or cable not shown on the Plans or specified, but
required, shall be of the type and size required for the application and in conformance with
the applicable code.
Part 2 - Products
Materials
Conductors
1. Solid and stranded copper wire shall be 600-volt Type THW, THWN, or THHW, Class B
stranding, sizes #14 AWG, #12 AWG, and #10 AWG only. Use of THHN insulation
shall not be allowed. Aluminum conductors shall not be allowed.
2. Stranded copper wire shall be 600-volt Type XHHW, Class B stranding, sizes #8 AWG
and larger. Aluminum conductors shall not be allowed.
Splices
1. For Lighting Systems and Power Outlets: Wire nuts shall be twist-on type insulated
connectors utilizing an outer insulating cover and a means for connecting and holding the
conductors firmly.
2. All Equipment: Crimp type connectors shall be insulated type, suitable for the size and
material of the wires and the number of wires to be spliced and for use with either solid
or stranded conductors.
3. Division 16 Equipment and Power Conductors: Bolted pressure connectors shall be
suitable for the size and material of the conductors to be spliced.
4. All Equipment: Epoxy splice kits shall include epoxy resin, hardener, mold, and shall be
suitable for use in wet and hazardous locations.
Terminations
1. Crimp type terminals shall be self-insulating sleeve type, with ring or rectangular type
tongue, suitable for the size and material of the wire to be terminated, and for use with
either solid or stranded conductors.
2. Terminal lugs shall be split bolt or bolted split sleeve type in which the bolt or set screw
does not bear directly on the conductor.
3. Wire Markers shall be plastic sleeve type. Wire numbers shall be permanently imprinted
on the markers.
Finishes
Color Coding: Provide color coding for all circuit conductors. Insulation color shall be white
for neutrals and green for grounding conductors. An isolated ground conductor shall be
identified with an orange tracer in the green body. Ungrounded conductor colors shall be as
follows:
1. 120/208 Volt, 3 Phase: Red, black and blue.
2. 277/480 Volt, 3 Phase: Yellow, brown and orange.
3. 120/240 Volt, 1 Phase: Red and black.
City of Renton Winter 2023
West Hill Booster Pump Station Improvements Division 16
16-47
J:\Data\REN\21-0234\30 Specs\16 Electrical.docx 11/23/22 5:30 AM
© 2022 RH2 Engineering, Inc.
Part 3 – Execution
Location (Installment) Schedule
Provide the following conductors for the following applications:
1. Use stranded copper conductors for all power and control circuits unless noted
otherwise on plans or below. Size as noted on the Plans.
2. Contractor may use solid copper conductors for lighting and receptacle circuits using
screw-type terminals. Size as noted on the Plans.
3. Size #14 AWG wire or smaller shall not be allowed on power circuits.
Installation
Conductor Splices
1. Splices: Install all conductors without splices unless necessary for installation, as
determined by the Engineer. Splices when permitted shall be completed using an approved
splice kit intended for the type of conductor and the application. The splice shall be in
accordance with the splice kit manufacturer’s instructions.
2. Underground Splices: All underground outdoor splices when approved by Engineer shall
be completed in an accessible pullbox or handhole using an approved watertight epoxy
resin splice kit rated for the application up to 600 volts. Splices will not be allowed to be
direct buried.
Conductor Identification
1. Except for interior lighting and receptacle circuits, identify each wire or cable at each
termination and in each pullbox, junction box, handhole, and manhole using numbered
and lettered wire markers. All electrically common conductors shall have the same number.
Each electrically different conductor shall be uniquely numbered. Identify panelboard
circuits using the panelboard identification and circuit number. Identify motor control
circuits using the equipment identification number assigned to the control unit by the
motor control center manufacturer and the motor control unit terminal number. Identify
other circuits as shown in the circuit schedule as favorably by the Engineer.
2. Conductors between terminals of different numbers shall have both terminal numbers
shown at each conductor end. The terminal number closest to the end of the wire shall be
the same as the terminal number.
Testing
Insulation Resistance Tests: For all circuits 150 volts to ground or more and for all motor
circuits over ½ horsepower, test cables per NETA Paragraph 7.3.1. The insulation resistance
shall be 20 megohms or more. Submit results to Engineer for review.
City of Renton Winter 2023
West Hill Booster Pump Station Improvements Division 16
16-48
J:\Data\REN\21-0234\30 Specs\16 Electrical.docx 11/23/22 5:30 AM
© 2022 RH2 Engineering, Inc.
16.63 Signal Cable
[CSI 27 15 00]
Part 2 - Products
Materials
Twisted Shielded Pairs (TSP)
1. Cable shall conform to IEEE 383, UL 13, and UL 83 and shall be type PLTC cable suitable
for direct burial. Each TSP shall consist of two #16 AWG, 7-strand copper conductors
per ASTM B8 with 15 Mils PVC insulation and individual conductor jacket of nylon.
Conductors shall be twisted with 2-inch or shorter lay, with 100 percent foil shielding and
tinned copper drain wires. The cable shall have an overall PVC jacket with a thickness of
35 Mils. The insulation system shall be rated at 90 degrees Celsius and for operation at 600
volts.
Cat 5E Ethernet Cable
1. The Ethernet cable shall be shielded 600V UL rated. The use of a 300V rated cable is not
acceptable. All Ethernet cable terminating outside of a telemetry panel shall be grounded
at the telemetry panel only.
2. Ethernet cables shall be industrial type Ethernet cable and UL listed for installation in the
Motor Control Center. Ethernet cables shall be Allen-Bradley Ethernet Cable with metal
In-cabinet RJ45 Connectors, no substitutions.
Fiber Optic Cable
1. Fiber optic cable shall be OS2 single-mode fiber optic cable with a minimum of 24 fibers.
Cable jacketing shall be black and OFNR riser rated for vertical-run and general use.
Provide cable with high grade PVC molded strain relief. Cables shall be listed and marked
in accordance with the requirements of the NEC. Cables shall be Corning FREEDM
Loose Tube, Indoor/Outdoor, Gel-Free cables, No Substitutions. Coordinate with City
of Renton IT department on the types of connectors required for terminating at existing
and proposed fiber optic patch panels.
2. Fiber optic patch cable shall be a duplex single-mode fiber optic patch cable. Cable
jacketing shall be yellow. Provide cable with high grade PVC molded strain relief.
Connectors shall match existing connectors used by the City and shall be verified by the
Contractor prior to submitting and ordering cables.
Part 3 - Execution
Installation
Cable Installation
1. Cables shall be continuous from initiation to termination without splices.
2. Cable shielding shall be grounded at one end of the cable only. Bonding shall be to a single
ground point only. Bonding from cable to cable in multiple run installations shall not be
permitted.
City of Renton Winter 2023
West Hill Booster Pump Station Improvements Division 16
16-49
J:\Data\REN\21-0234\30 Specs\16 Electrical.docx 11/23/22 5:30 AM
© 2022 RH2 Engineering, Inc.
3. Install instrumentation cables in separate raceway systems with voltages not to exceed 30
volts DC.
Conductor Identification
1. Except for interior lighting and receptacle circuits, identify each wire or cable at each
termination and in each pullbox, junction box, handhole, and manhole using numbered
and lettered wire markers. All electrically common conductors shall have the same number.
Each electrically different conductor shall be uniquely numbered. Identify panelboard
circuits using the panelboard identification and circuit number. Identify motor control
circuits using the equipment identification number assigned to the control unit by the
motor control center manufacturer and the motor control unit terminal number. Identify
other circuits as shown in the circuit schedule as determined by the Engineer.
2. Conductors between terminals of different numbers shall have both terminal numbers
shown at each conductor end. The terminal number closest to the end of the wire shall be
the same as the terminal number.
Testing
Insulation Resistance Tests: Perform insulation resistance on all circuits. Make these tests
before any equipment has been connected. Test the insulation with a 500 Vdc insulation
resistance tester with a scale reading 100 mega ohms. The insulation resistance shall be 20
mega ohms or more. Submit results to Engineer for review.
16.70 RACEWAYS , BOXES , AND FITTINGS
[CSI 26 05 33]
16.71 Raceways
[CSI 26 05 33.23]
Part 1 – General
Design Requirements
Conduit sizes not noted on Plans shall be in accordance with NEC requirements for the
quantities and sizes of wire installed therein.
Part 2 – Products
Components
Conduit and Fittings
1. Galvanized Rigid Steel (GRS): Rigid conduit shall be steel, hot dipped galvanized inside
and out. The GRS must meet USA Standards Institute C80-1 Underwriters Laboratories
Standard UL6 and carry a UL label. Use cast threaded hub fittings and junction boxes for
all rigid conduit except in locations not permitted by the NEC.
2. PVC Coated Rigid Steel Conduit (PVC-GRS): PVC coated conduit shall meet the GRS
standard above plus have a 40 Mil PVC factory applied PVC coating.
City of Renton Winter 2023
West Hill Booster Pump Station Improvements Division 16
16-50
J:\Data\REN\21-0234\30 Specs\16 Electrical.docx 11/23/22 5:30 AM
© 2022 RH2 Engineering, Inc.
3. Nonmetallic Conduit: Nonmetallic Conduit shall be rigid PVC, Schedule 40 (PVC-40) or
80 (PVC-80). PVC conduit installed above grade shall be Schedule 80 extra heavy wall
90 degree Celsius. UL listed for aboveground use and UV resistant. Conduit shall be gray
in color. Fittings shall be of the same material as the raceway and installed with solvent
per the Manufacturer’s instructions. Conduit, fittings, and solvent shall all be
manufactured by the same Manufacturer.
4. Flexible Metal Conduit (Flex-LT): Flexible conduit shall be interlocking single strip, hot
dipped galvanized and shall have a polyvinyl chloride jacket extruded over the outside to
form a flexible watertight raceway. Flexible conduit shall be American Brass Company
Sealtite Type VA, General Electric Type UA or equal.
Conduit and Cable Supports
1. Conduit Supports: Hot dipped galvanized framing channel shall be used to support groups
of conduit. Individual conduit supports shall be one-hole galvanized malleable iron pipe
straps used with galvanized clamp backs and nesting backs where required. Conduit
support for PVC or PVC coated rigid steel shall be one-hole PVC or epoxy coated clamps
or PVC conduit wall hangers.
2. Ceiling Hangers: Ceiling hangers shall be adjustable galvanized carbon steel rod hangers.
Unless otherwise specified, hanger rods shall be ½-inch all-thread rod and shall meet
ASTM A193. Hanger rods in corrosive areas and those exposed to weather or moisture
shall be stainless steel.
Conduit Sealants
1. Moisture Barrier Types: Sealant shall be a non-toxic, non-shrink, non-hardening, putty
type hand applied material providing an effective barrier under submerged conditions.
2. Fire Retardant Types: Fire stop material shall be a reusable, non-toxic, asbestos-free,
expanding, putty type material with a 3-hour rating in accordance with UL 1479. Provide
products indicated by the manufacturer to be suitable for the type and size of penetration.
Part 3 - Installation
Raceway Applications
Galvanized Rigid Steel (GRS) conduit shall be used in all locations unless noted otherwise
below or on the Plans. All exposed and surface mounted conduit both on the interior and
exterior of structures shall be painted to match the color of the structure.
ABOVE GRADE CONDUITS (non-corrosive areas) shall be:
1. GRS for power and control wiring.
2. GRS for instrumentation and telecommunications wiring.
3. GRS for motor leads from VFDs.
4. EMT for above-grade lighting circuits.
ABOVE GRADE CONDUITS (wet areas, NFPA 70 hazardous areas) shall be:
1. PVC-GRS for power and control wiring.
City of Renton Winter 2023
West Hill Booster Pump Station Improvements Division 16
16-51
J:\Data\REN\21-0234\30 Specs\16 Electrical.docx 11/23/22 5:30 AM
© 2022 RH2 Engineering, Inc.
2. PVC-GRS for instrumentation and telecommunications wiring.
3. PVC-GRS for motor leads from VFDs.
CONCEALED ABOVE GRADE CONDUITS shall be:
1. GRS for all wire and cable types in wood stud frame walls.
2. PVC-40 for power and control wiring in concrete block or brick walls.
3. PVC-40 for instrumentation and telecommunications wiring in CMU or brick
walls.
4. GRS for motor leads from VFDs in CMU or brick walls.
BELOW GRADE CONDUITS IN DIRECT EARTH (not under slabs-on-grade) shall be:
1. PVC-40 for power and control wiring.
a) Sweeps and risers for transition of PVC from below grade to above grade shall
be PVC-GRS.
2. PVC-GRS for instrumentation and telecommunications wiring.
3. PVC-GRS for motor leads from VFDs.
ALL CONNECTIONS TO VIBRATING EQUIPMENT OR MOTORS shall be:
1. Liquidtight flexible metallic conduit for indoor, non-corrosive areas and all motor
leads from VFDs.
2. Connection to equipment outdoors or in corrosive areas shall be with non-metallic
liquidtight flexible conduit (except for motor leads from VFDs shall be flexible
metallic.)
Installation
All conduits shall be concealed in the floor, walls, ceiling slab, or beneath the floor slab. Surface
mounted conduit will not be accepted unless noted otherwise on the construction Plans.
Size of Raceways:
1. Raceway sizes as shown on the Plans, if not shown on the Plans, then size in accordance
with NFPA 70.
2. Unless specifically indicated otherwise, the minimum raceway size shall be:
a) Conduit: ¾-inch
All raceways shall contain a separate grounding conductor.
Spare conduits shall contain one 3/16-inch diameter nylon pull rope.
Conduit routing is shown diagrammatic on the Plans. Contractor is responsible for routing
the conduits in a neat manner, parallel and perpendicular to walls and ceilings.
Location of conduit ends are shown approximately. Contractor is responsible for ending
conduits in location that will not conflict with electrical equipment. Route conduit ends to
facilitate ease of equipment maintenance. Conduits extending from the floor to a device shall
be located as close as possible to avoid creating a hazard.
City of Renton Winter 2023
West Hill Booster Pump Station Improvements Division 16
16-52
J:\Data\REN\21-0234\30 Specs\16 Electrical.docx 11/23/22 5:30 AM
© 2022 RH2 Engineering, Inc.
Conduit shall not be routed on exterior of structures except as specifically indicated on the
Plans.
Where water cannot drain to openings, provide drain fittings in the low spots of the conduit
run.
Securely fasten raceways at intervals and locations required by NEC, or the type of raceway
employed.
Provide all required openings in walls, floors and ceilings for conduit penetration.
1. Do not install one (1) inch and larger raceways in or through structural members (beams,
slabs, etc.) unless approved by Engineer.
2. New Construction: Avoid cutting openings, where possible, by setting sleeves or frames
in masonry and concrete, and by requesting openings in advance.
3. Existing Construction: Core drill openings in masonry and concrete. Avoid structural
members and rebar.
Conduit encasement or embedment in the earth shall be separated from the earth by at least
3-inches of concrete unless otherwise shown on the Plans. Plastic conduit spacers shall be
located five feet on centers. The spacers shall be secured to the conduits by wire ties. The
conduits shall be watertight.
Analog signal conduits shall be separated from power or control conduits. The separation shall
be a minimum of 12-inches for metallic conduits and 24-inches for nonmetallic conduits.
Install explosion-proof seal-offs in hazardous areas shown on the Plans and as required by the
NEC.
Plastic raceway joints shall be solvent cemented in accordance with recommendations of
raceway manufacturer.
All conduit openings not encased in a panel shall be sealed with duct seal.
16.72 Boxes and Enclosures
16.72.2 Outlet and Junction Boxes
[CSI 26 05 33.16]
Part 1 – General
Design Requirements
In corrosive areas, all junction boxes shall be NEMA 4X.
Outlet boxes and switch boxes shall be designed for mounting flush wiring devices.
Outlet boxes shall not be less than 4-inch square and 1½-inch deep. Ceiling boxes shall
withstand a vertical force of 200 pounds for five minutes. Wall boxes shall withstand a vertical
downward force of 50 pounds for five minutes.
City of Renton Winter 2023
West Hill Booster Pump Station Improvements Division 16
16-53
J:\Data\REN\21-0234\30 Specs\16 Electrical.docx 11/23/22 5:30 AM
© 2022 RH2 Engineering, Inc.
Part 2 – Products
Materials
Use cast boxes with threaded hubs for all rigid and intermediate conduits. Steel boxes may be
used with rigid and intermediate conduits where cast boxes are not allowed by the NEC. All
boxes shall be of proper size to accommodate devices, connectors, and number of wires
present in the box. Boxes shall be readily accessible.
Cast box bodies and cover shall be cast or malleable iron with a minimum wall thickness of
⅛-inch at every point, and not less than ¼-inch at tapped holes for rigid conduit. Bosses are
not acceptable. Mounting lugs shall be provided at the back or bottom corners of the body.
Covers shall be secured to the box body with No. 6 or larger brass or bronze flathead screws.
Boxes shall be provided with neoprene cover gaskets. Outlet boxes shall be of the FS types.
Boxes shall conform to FS W-C-586C and UL 514.
Sheet metal boxes shall conform to UL 50, with a hot-dipped galvanized finish conforming to
ASTM A123. Boxes and box extension rings shall be provided with knockouts. Boxes shall be
formed in one piece from carbon-steel sheets.
Non-metallic boxes shall be hot-compressed fiberglass, one-piece, molded with reinforcing of
polyester material, with a minimum wall thickness of ⅛-inch.
Finishes
Where only cast aluminum is available for certain types of fixture boxes, an epoxy finish shall
be provided.
16.72.3 Watertight Enclosures
[CSI 26 05 33.17]
Part 2 – Products
Manufacturers
The watertight enclosure shall be equal to Hoffman.
Materials
Watertight enclosures for vault electrical outlets shall be molded from fiberglass reinforced
polyester material. A hinged cover shall be gasketed and opened with quick release latches.
The conduit penetrations shall be sealed watertight.
Part 3 – Execution
Installation
An epoxy plug shall be installed in the conduit to prevent the migration of water into the
conduit. The enclosure shall be NEMA rated and installed per all applicable codes.
City of Renton Winter 2023
West Hill Booster Pump Station Improvements Division 16
16-54
J:\Data\REN\21-0234\30 Specs\16 Electrical.docx 11/23/22 5:30 AM
© 2022 RH2 Engineering, Inc.
16.75 Wiring Devices
[CSI 26 27 26]
16.75.1 Common Work for Wiring Devices
[CSI 26 27 26]
Part 3 - Execution
Installation
Wiring Devices
1. Position of Outlets: All outlets shall be centered with regard to building lines, furring and
trim, symmetrically arranged in the room or outside the structure. Device outlets shall be
set plumb and shall extend flush to the finished surface of the wall, ceiling or floor without
projecting beyond the same.
2. Unless otherwise noted, wall mounted outlet devices shall generally be 24-inches above
the floor, 18 inches in architecturally treated areas, above process piping near process valve
boards. Switches shall be 48 inches above the finished floor unless otherwise noted.
Installation of Wall Plates
1. Interior Dry Locations: Install plates so that all four edges are in continuous contact with
the finished wall surfaces. Plaster filled will not be permitted. Do not use oversize plates
or sectional plates.
2. Exterior and/or Wet Locations: Install plates with gaskets on wiring devices in such a
manner as to provide a rain tight weatherproof installation. For receptacle devices, these
plates shall maintain the weatherproof rating with an attachment plug inserted and be rated
extra-duty. Cover type shall match box type.
Testing
After installation of receptacles, circuits shall be energized, and each receptacle tested for
proper ground continuity, reversed polarity, and/or open neutral condition.
GFI receptacles shall be tested with the circuits energized. Devices shall be tested with a
portable GFI receptacle tester capable of circulating 7.5 milliamperes of current, when plugged
in, between the “hot” line and “ground” to produce tripping of the receptacle. Resetting and
tripping shall be checked at least twice at each GFI receptacle.
Submit results of all field testing to the Engineer for review.
City of Renton Winter 2023
West Hill Booster Pump Station Improvements Division 16
16-55
J:\Data\REN\21-0234\30 Specs\16 Electrical.docx 11/23/22 5:30 AM
© 2022 RH2 Engineering, Inc.
16.75.2 Receptacles
[CSI 26 27 19]
Part 1 – General
Design Requirements
Receptacles shall be heavy duty, high abuse, grounding type conforming to NEMA
configurations, NEMA WD1 and UL 514 Standards.
Part 2 – Products
Materials
Single and Duplex Receptacles
1. Indoor Clean Areas: Receptacles shall be duplex, 20 amp, NEMA 5-20R, and shall accept
NEMA 5-15P and 5-15P plug caps. Receptacles shall be Hubbel 5362, General Electric
4108-2, or equal. Color shall be brown in industrial areas and ivory or white in office and
laboratory areas.
2. Outdoor, Process, or Corrosive Areas: Receptacles shall be duplex, 20 amp, NEMA
5-20R, and shall accept NEMA 5-15P and 5-20P plug caps. Receptacle and plug caps shall
be corrosion resistant, marine duty with yellow polycarbonate weatherproof lift covers.
Receptacles shall be Hubbell 53CM62/53CM21 or equal.
GFI Receptacles
1. Device shall be rated 20 amp, 2-pole, 3-wire, 120-volt, conforming to NEMA WD1.10
configuration. Device shall have a test and reset push buttons. GFI device shall be
Hubbell 5362 or equal.
Surface Multiple Outlet Assemblies
1. Units shall have outlets on center-to-center spacing as shown on the Plans. Assembly shall
conform to Article 353 of the NEC.
16.75.3 Line Voltage Switches
[CSI 26 27 26.21]
Part 2 – Products
Manufacturers
x Sierra Electric
x Monumental Grade, Catalog No. 5721
x Daniel Woodhead 1900 series
x Or Equal
City of Renton Winter 2023
West Hill Booster Pump Station Improvements Division 16
16-56
J:\Data\REN\21-0234\30 Specs\16 Electrical.docx 11/23/22 5:30 AM
© 2022 RH2 Engineering, Inc.
Materials
Line Voltage Types: Switches shall be rated 20 amps at 120 or 277 volts AC only. Units shall
be flush mounted, self-grounding, quiet operating toggle devices. Handle color shall be brown
in industrial areas and white or ivory in office or laboratory areas. Units shall conform to
Federal Specifications W-S-896 D and E, UL 20, and NEMA WD1 standards.
16.75.4 HOA (Hand-Off-Auto) Lighting Switches
[CSI 26 27 26.23]
Part 2 – Products
Manufacturers
x Bryant No. 4925 or Equal
Materials
HOA Switch (Lighting): Switches shall be rated 20 amps at 120 volts AC, 3-position toggle,
positive action with “center-off” maintained contact, double pole.
16.75.5 Plates
[CSI 26 27 26.31]
Part 1 – General
Design Requirements
Plates shall be of the style and color to match the wiring devices, and of the required number
of gangs. Plates shall conform to NEMA WD1, UL 514, and ANSI C73. In noncorrosive
indoor areas, device plates shall be made of sheet steel, zinc electroplated with chrome finish.
Device plates in corrosive or outdoor areas shall be corrosion-resistant/marine-duty type with
weather protective double doors. Device plates for explosion-proof equipment shall be factory
provided with the equipment.
Part 2 – Products
Manufacturers
As manufactured by
x Crouse-Hinds
x Appleton
x Or Equal
Components
Device plates shall be provided with engraved laminated phenolic nameplates with ⅛-inch
white characters on black background. Nameplates for switches shall identify panel and circuit
number and area served. Nameplates for receptacles shall identify circuit and voltage if other
than 120 volts, single-phase.
City of Renton Winter 2023
West Hill Booster Pump Station Improvements Division 16
16-57
J:\Data\REN\21-0234\30 Specs\16 Electrical.docx 11/23/22 5:30 AM
© 2022 RH2 Engineering, Inc.
16.85 Lighting
[CSI 26 50 00]
16.85.1 Common Work for Lighting Fixtures
[CSI 26 50 05]
Part 1 - General
Design Requirements
Fixtures shall be a standard, cataloged item general description as called for on the Plans. All
fixtures shall be UL approved and so labeled. Provide suitable supports and mountings.
Part 2 – Products
Manufacturers
As shown on Plans. Equals will be accepted.
16.85.2 Lamps
[CSI 26 06 50 or 26 50 06.13]
Part 1 - General
Design Requirements
Provide all lamps as specified. Refer to the Lighting Fixture Schedule on the Plans for the
ordering information on lamps. Lamps shall be new at the time of acceptance.
Lamps shall be provided for all lighting fixtures.
Warranty
Lamps that fail within 90 days after acceptance by the Owner shall be replaced at no cost to
the Owner.
Part 2 – Products
Manufacturers
Approved manufacturers:
x Westinghouse
x Sylvania
x G.E.
City of Renton Winter 2023
West Hill Booster Pump Station Improvements Division 16
16-58
J:\Data\REN\21-0234\30 Specs\16 Electrical.docx 11/23/22 5:30 AM
© 2022 RH2 Engineering, Inc.
16.85.3 Fixtures
[CSI 26 06 50.16 or 26 50 06.16]
Part 1 - General
Design Requirements
Fixtures shall be of the types, wattages, and voltages shown on the Plans, comply with UL 57,
and shall be UL classified and labeled for intended use. Fixtures for use in hazardous locations
shall be UL listed per UL Standard 844.
16.90 POWER GENERATION
[CSI 26 30 00]
16.91 Engine Generator
[CSI 26 32 13]
16.91.2 Diesel Engine Generator Set
[CSI 26 32 13.13]
Part 1 - General
The Contractor shall furnish and install a diesel engine generator, fuel tank, and its
components. The diesel engine generator and fuel tank shall be brand new. A refurnished
diesel engine generator and fuel tank will not be accepted.
Definitions
Operational Bandwidth: The total variation from the lowest to highest value of a parameter
over a range of conditions indicated, expressed as a percentage of the nominal value of the
parameter.
Standby Rating: Power output rating equal to the power the generator set delivers
continuously under normally varying load factors for the duration of the power outage.
Local Availability: A manufacturer’s authorized dealer with a service department that is within
100 miles of the project installation site.
Design Criteria
Provide one self-contained, exterior rated standby engine generator system to automatically
operate the load criteria listed in the rating section of these specifications during prime power
failure conditions.
Insulate, enclose, or guard exposed parts subject to high-operating temperatures or energized
electrically, and moving parts which are of such nature or so located as to be a hazard to
operating personnel. Safety devices and safety measures shall not impair the proper
functioning of any part of the set.
City of Renton Winter 2023
West Hill Booster Pump Station Improvements Division 16
16-59
J:\Data\REN\21-0234\30 Specs\16 Electrical.docx 11/23/22 5:30 AM
© 2022 RH2 Engineering, Inc.
Parts which require adjustment or servicing (not repair or replacement) to permit operation of
the sets shall be arranged to provide optimum ease of servicing. Adjustment, repair, and
replacement of parts, assemblies, and accessories shall be possible with minimum drainage and
minimum disturbance of set. Maintenance shall be possible by use of common tools.
Design, construct, and install complete engine generator set to be free from objectionable
vibration in any mode. Freedom from torsional vibration shall be demonstrated during factory
test performed on the set provided, and proof of torsional acceptability shall be provided by
the manufacturer.
Performance Criteria
The engine generator set provided shall not have a standby rating less than 400 kW at 0.8 PF
with fan. Rating of diesel engine-generator set shall be based on operation of set when
equipped with all necessary operating accessories such as radiator, fan, air cleaners, lubricating
oil pump, fuel injection pump, jacket water pump, and governor charging generator.
Generator shall meet the following requirements:
1. Standby rating – 400 Kilowatt
2. Voltage – 277/480 volts
3. Phase – 3-phase
4. Frequency – 60 Hertz
5. Insulation – Class H
6. Wiring – 12 lead reconnectable
7. Ambient Temperature – 115 degrees Fahrenheit (max), -20 degrees Fahrenheit (min)
Allowable temperature rise in the generator shall not exceed 257 degrees Fahrenheit over
115 degrees Fahrenheit ambient temperature.
The alternator shall produce a clean AC voltage waveform, with not more than 5 percent total
harmonic distortion at full linear load, when measured from line to neutral, and with not more
than 3 percent in any single harmonic, and no 3rd order harmonics or their multiples.
Telephone influence factor shall be less than 40.
The generator set shall accept a single step load of 100 percent of rated load at 0.8 power
factor and recover to rated speed and voltage as required in NFPA 110.
Voltage regulation shall be plus or minus 0.5 percent for any constant load between no load
and rated load. Random voltage variation with any steady load from no load to full load shall
not exceed plus or minus 0.5 percent.
Frequency regulation shall be isochronous from steady state no load to steady state rated load.
Random frequency variation with any steady load from no load to full load shall not exceed
plus or minus 0.5 percent.
The generator set shall be certified by the engine manufacturer to be suitable for use at the
installed location and rating and shall meet all applicable exhaust emission requirements at the
time of commissioning.
City of Renton Winter 2023
West Hill Booster Pump Station Improvements Division 16
16-60
J:\Data\REN\21-0234\30 Specs\16 Electrical.docx 11/23/22 5:30 AM
© 2022 RH2 Engineering, Inc.
The generator specified for this project was sized using Cummins PowerSuite software. Due
to variations by generator manufacturers and the software used by manufacturers for
determining the size of a generator, it is the Contractor’s and generator supplier’s responsibility
to verify the size of the generator to ensure that the generator will perform as specified. All
sizing reports shall be submitted by the Contractor and approved by the Owner prior to
equipment order. If the supplier/Contractor prepared sizing report requires a larger generator
than what is specified, the larger generator shall be provided at no additional cost to the
Owner. Refer to the table below for load step information and the Plans for electrical load
details.
Load Step Load Description
1. Lighting Transformer
2. Pump No. 1
3. Pump No. 2
4. Pump No. 3
Submittals
The following information shall be furnished:
1. Evaluation of engine generator size based in starting requirements. Provide
calculations verifying transient voltage dip will not exceed 15 percent with sudden
application of rated load.
2. Plan of diesel generator set offered showing interconnecting wiring diagrams; all wiring
in unit and on Plans shall be number coded.
3. Literature describing the diesel engine generator set.
4. Literature describing auxiliary equipment to be furnished.
The following shall be furnished in tabular form:
1. Engine make
2. Number of cylinders
3. Bore (in inches)
4. Stroke (in inches)
5. Generator make and type
6. Generator electrical rating, kVA
7. Cubic inch displacement Fuel oil consumption
8. Exciter and type
9. Horsepower at rated load
10. Enclosure size, exterior dimensions
City of Renton Winter 2023
West Hill Booster Pump Station Improvements Division 16
16-61
J:\Data\REN\21-0234\30 Specs\16 Electrical.docx 11/23/22 5:30 AM
© 2022 RH2 Engineering, Inc.
Provide factory test results. See Source Quality Control below.
1. Provide field test results. See Site Test requirements under Part 3 of this specification.
2. Provide five (5) copies of manufacturer's operating and maintenance instructions for each
piece of equipment. Information shall be complete and in suitable form for ready use by
Owner's operations staff. Catalog cuts and information regarding spare parts shall be
included. Operating manuals and instructions shall be assembled in hardback binders.
Project Conditions
Interruption of existing electrical service: Do not interrupt electrical service to facilities
occupied by the Owner or others unless permitted under the following conditions and then
only after arranging to provide temporary electrical service according to requirements
indicated:
1. Notify Owner no fewer than two working days in advance of proposed interruption
of electrical service.
2. Do not proceed with interruption of electrical service without Owner’s written
permission.
3. Engine generator system shall withstand the following environmental conditions
without mechanical or electrical damage or degradation of performance capability:
a. Minimum Temperature: 0 degrees Fahrenheit
b. Maximum Temperature: 115 degrees Fahrenheit.
c. Relative Humidity: 0-95 percent
d. Altitude: Sea level to 1200 feet
Coordination
Coordinate size and location of concrete bases for package engine generator set and fuel tanks.
Cast anchor-bolt inserts into concrete bases. Concrete, reinforcement and formwork
requirements are specified with concrete.
Coordinate size and location of roof curbs, equipment supports, roof penetrations and wall
penetrations for exhaust systems.
Quality Assurance
The engine generator set shall be supplied by a manufacturer who has been regularly engaged
in the production of engine-generators sets and associated controls for a minimum of twenty
years, thereby identifying one source of supply and responsibility. The packaged engine
generator set, and auxiliary components shall be provided through one source from a single
manufacturer.
The manufacturer shall provide factory-trained service and parts support through a factory
authorized dealer/supplier that is regularly doing business in the area of installation. The
factory authorized dealer/supplier shall maintain a service center capable of providing training,
parts, and emergency services within 50 miles of the project site.
City of Renton Winter 2023
West Hill Booster Pump Station Improvements Division 16
16-62
J:\Data\REN\21-0234\30 Specs\16 Electrical.docx 11/23/22 5:30 AM
© 2022 RH2 Engineering, Inc.
Warranty
The electrical standby system, including the engine generator set, exerciser and transfer switch,
shall be guaranteed for two years or 1,500 hours operation from date of start-up service and
acceptance, whichever occurs first.
Extra Materials
A set of specialty tools necessary for routine maintenance of the equipment shall be furnished.
The following spare parts shall be furnished:
3 - Sets of fuel filter elements and gaskets
3 - Lubricating oil filter elements and gaskets
3 - Air cleaner filter elements
2 - Complete sets of V-belts including fan and alternator drive belts
Part 2 – Products
Manufacturers
Subject to compliance with these specifications, the following manufacturers are approved for
bidding:
x Cummins
x Caterpillar
x Kohler
x MTU
Ensure engine generator and accessories are provided by the above-named manufacturer and
its authorized dealer. Ensure local availability of service and replacement parts.
Manufactured Units
The general design of the engine generator furnished shall be manufacturer's standard, except
where it differs from the requirements of these specifications. Engine shall, as a minimum, be
in accordance with requirements of this specification and may be manufacturer’s standard
commercial product with added features needed to comply with these requirements.
Additional or better features which are not specifically prohibited by this specification, but
which are a part of the manufacturer’s standard commercial products, shall be included in the
engine generator being furnished. A standard commercial product is a product which has been
or will be sold on the commercial market through advertisements or manufacturer’s catalogs,
or brochures, and represents the latest production model.
Components
Generator
1. Generator shall be a revolving field, 4-pole brushless connection to the alternator.
Generator rotor shall have been dynamically balanced and aligned with the engine and
connected to the engine using a flexible disc coupling.
City of Renton Winter 2023
West Hill Booster Pump Station Improvements Division 16
16-63
J:\Data\REN\21-0234\30 Specs\16 Electrical.docx 11/23/22 5:30 AM
© 2022 RH2 Engineering, Inc.
Voltage Regulator
1. Engine-generator unit shall have a steady state voltage regulator. Generator set shall be
capable of recovering to a minimum of 90 percent of rated no load voltage following the
application of the specified kVA load at near zero power factor applied to the generator
set. Maximum voltage dip on application of this load, considering both alternator
performance and engine speed changes shall not exceed 15 percent.
2. Supply generator with a voltage level control to provide an adjustable output voltage of
plus/minus five percent. Mount voltage control device on engine control panel.
Electric Starting System
1. Engine shall be equipped with electric starting system of sufficient capacity to crank engine
at a speed which will allow for full diesel start of the engine. Arrange starting pinion to
disengage automatically when diesel engine starts.
2. Furnish storage batteries with rack having sufficient capacity for cranking engine for at
least 30 seconds at firing speed in ambient temperatures specified and with capacity for
starting diesel engine a minimum of three times in immediate succession. Batteries and
rack shall be easily removable without disassembly of engine components.
Cooling System
1. Cooling system shall consist of frame-mounted radiator with engine water pump fan
assembly and fan guard. Radiator capacity shall be adequate using engine fan cooling to
maintain safe operation at 115-degree Fahrenheit ambient temperature.
2. Provide an engine thermostat to regulate engine water temperature as recommended by
the manufacturer. Included in the cooling loop shall be a high-coolant temperature device
to shut down engine through the engine control panel when engine temperature is
excessive.
3. Provide cooling system water heaters suitable for operation on a 120-volt, 60 Hz current
to maintain engine water temperature at 120 degrees Fahrenheit at an ambient temperature
of 50 degrees Fahrenheit. Heaters shall be Kim jacket heaters or approved equal. Provide
thermostatically controlled heaters. The coolant heater shall be UL 499 listed and labeled.
Fill engine cooling system with a mixture of water, anti-freeze, and corrosion inhibitor to
provide freezing protection at an ambient temperature of -20 degrees Fahrenheit.
Air Cleaners
1. Engine shall be provided with one or more dry-type air cleaners of sufficient capacity to
effectively protect working parts of the engine from dust, grit, and ash.
Governor System
1. An electronic governor system shall provide automatic isochronous frequency regulation.
The control system shall actively control the fuel rate and excitation as appropriate to the
state of the generator set. Fuel rate shall be regulated as a function of starting, accelerating
to start disconnect speed, accelerating to rated speed. The governing system shall include
a programmable warm up at idle and cool down at idle function.
City of Renton Winter 2023
West Hill Booster Pump Station Improvements Division 16
16-64
J:\Data\REN\21-0234\30 Specs\16 Electrical.docx 11/23/22 5:30 AM
© 2022 RH2 Engineering, Inc.
Lubrication
1. Engine shall have gear-type lubricating oil pump for supplying oil under pressure to main
bearings, crank pin bearings, pistons, piston pins, timing gears, camshaft bearings, and
valve rocker mechanism.
2. Provide effective lubricating oil filter and locate and connect it so that lubricating oil is
continuously filtered and cleaned. Filters shall be accessible, easily removed and cleaned,
and equipped with spring-loaded bypass valve as insurance against stoppage of lubricating
oil circulation in event the filters become clogged.
3. Engine shall have suitable lubricating oil cooler, either air-cooled or water-cooled, and
provisions for draining oil by piping or other means to the outside of engine housing.
Frame
1. Engine shall be factory-assembled and aligned on a heavy-duty steel base with integral fuel
tank. Batteries shall be housed in an acid-resistant box, which shall be mounted on engine
frame and adjacent to the engine. Location of battery housing shall not interfere with
maintenance and inspection of the engine. Construct the frame to insure proper alignment
of all rotating parts and to prevent vibration build-up. Base shall permit skidding in any
direction during installation and shall be provided with suitable holes for foundation bolts
and vibration isolators. Provide vibration isolators, spring/pad type, quantity as
recommended by the generator set manufacturer. Isolators shall include seismic restraints
if required by the site location.
2. Set shall have provision for conveniently attaching hoisting slings as well as for fork lift
pick-up.
a) External radiator fill provision.
Sound-Attenuated Enclosure
1. The engine/generator system shall be provided with an exterior rated, sound-attenuated
enclosure to reduce noise emissions, protect the system from excessive dirt, dust, ash,
weather and vandalism. All access doors shall be lockable. The housing shall be factory
installed and allow easy access to the engine-generator and the control panel. The control
panel shall be mounted on the end of the enclosure, opposite the radiator end. Enclosure
doors shall not be wider than 36-inch each to allow for convenient access to the enclosure
interior.
2. The enclosure shall provide a sound level at full load no greater than 75 dB(A). This sound
level shall represent the average measurement taken at eight points located equidistant,
23 feet from the center of the engine generator at full load.
3. The enclosure shall comply with the requirements of the NEC for all wiring materials and
component spacing. The total assembly of generator set, enclosure, and sub-base fuel tank
(when used) shall be designed to be lifted into place using spreader bars. Housing shall
provide ample airflow for generator set operation at rated load in an ambient temperature
of 100 degrees Fahrenheit. The housing shall have hinged access doors as required to
maintain easy access for all operating and service functions. Enclosure roof shall be
cambered to prevent rainwater accumulation. Openings shall be screened to limit access
City of Renton Winter 2023
West Hill Booster Pump Station Improvements Division 16
16-65
J:\Data\REN\21-0234\30 Specs\16 Electrical.docx 11/23/22 5:30 AM
© 2022 RH2 Engineering, Inc.
of rodents into the enclosure. All electrical power and control interconnections shall be
made within the perimeter of the enclosure.
4. Enclosure shall be constructed of minimum 12-gauge steel for framework and 14-gauge
steel for panels. All hardware and hinges shall be stainless steel.
5. A factory-mounted exhaust silencer shall be installed inside the enclosure. The exhaust
shall exit the enclosure through a rain collar and terminate with a rain cap. Exhaust
connections to the generator set shall be through seamless flexible connections.
6. The enclosure shall include the following maintenance provisions:
a) Flexible coolant and lubricating oil drain lines, that extend to the exterior of the
enclosure, with internal drain valves.
b) External radiator fill provision.
Exhaust System
1. Muffler shall be rated as necessary to comply with City of Renton noise emission
standards, and shall be furnished with the engine. The muffler and engine combination
shall be sized to meet the power supply rating.
2. All exhaust piping and fittings shall be stainless steel. Provide stainless steel supports as
necessary for a secure rigid pipe system.
3. Exhaust system for the diesel engine shall conform to codes set forth in the NFPA,
Volume 4, Section 211, and shall comply with recommendations for exhaust systems as
specified by the diesel engine manufacturer.
4. Pitch horizontal runs of exhaust pipe downward, away from engine. Completely support
the exhaust system so no weight or stress is applied to engine exhaust manifold or
turbocharger.
5. Provide a condensate drain for the muffler through a petcock.
6. The entire exhaust system shall be wrapped in an insulation blanket rated to withstand a
minimum temperature of 1,200 degrees Fahrenheit. The exterior blanket shall be protected
with a 0.016 aluminum jacket with weatherproof end cap.
Fuel System
1. Engine shall operate on automotive diesel fuel complying with the limiting requirements
of ASTM grade low sulfur Diesel Fuel #2 and the requirements of the engine
manufacturer. Diesel engines requiring a premium fuel will not be considered.
2. Injection pumps and injection valves shall be a type not requiring adjustment in service
and shall be capable of quick replacement by ordinary mechanics without special diesel
experience.
3. Fuel injection pumps shall be positive action, constant-stroke pumps, actuated by
cam-driven gears from engine camshaft.
4. Fuel lines between injection pumps and valves shall be of heavy seamless tubing and, to
eliminate irregularity of fuel injection shall be the same length for all cylinders.
City of Renton Winter 2023
West Hill Booster Pump Station Improvements Division 16
16-66
J:\Data\REN\21-0234\30 Specs\16 Electrical.docx 11/23/22 5:30 AM
© 2022 RH2 Engineering, Inc.
5. Equip fuel system with racor-type, water-removing fuel filter, having replaceable elements
which may be easily removed from their housing for replacing, without breaking any fuel
line connections or disturbing fuel pumps or any other part of engine. Locate all fuel filters
in one accessible housing, ahead of injection pumps so that fuel will have been thoroughly
filtered before it reaches the pump. No screen or filter requiring cleaning or replacement
will be used in the injection pump or injection valve assemblies.
6. Provide integral UL142 listed fuel tank mounted between the structural steel skids for
engine fuel supply. The tank, as installed shall meet all local and regional requirements for
above ground tanks. The tank shall be sized at 1700 gallons minimum or to allow 72 hours
of operation at 75% of full load output (whichever is greater).
7. The fuel tank shall be sized so that the combined fuel tank and generator package does
not exceed the following dimensions:
a. 240” Long
b. 86” Wide
c. 130” Tall
8. The tank fuel alarms shall be calibrated using the following criteria:
a) 48 hours of exercising supply before low fuel alarm
b) 12 hours of operation after a low-low fuel alarm
9. Tank shall be especially constructed for mounting in this location by the engine generator
manufacturer. Provide tank with the following:
a) Fuel level gauge
b) Drain
c) Fill pipe and vent
d) Leak detection provisions, wired to the generator set control for local and remote
alarm indication.
e) High- and low-level float switches to indicate fuel level. Wire switches to generator
control for local and remote indication of fuel level.
f) Integral lifting provisions.
g) Slope tanks to the engine pick-up tube 5 percent minimum. Provide a panel mounted
fuel level gauge.
10. Provide fuel feed line valve at engine. Provide fuel return line that is not valved. Mount
return line in the top of the tank to prevent fuel siphon into the engine. All fuel lines shall
have flexible sections between tank and engine to absorb vibration.
11. Install fuel storage system according to diesel engine manufacturer’s recommendations
and conform to the NFPA Code and Uniform Building Code.
Fuel
1. Fill fuel tank completely full at completion of construction.
City of Renton Winter 2023
West Hill Booster Pump Station Improvements Division 16
16-67
J:\Data\REN\21-0234\30 Specs\16 Electrical.docx 11/23/22 5:30 AM
© 2022 RH2 Engineering, Inc.
Control Panel and Alarm System
1. The Engine control panel shall be integrally mounted to the engine generator assembly on
the generator at the opposite end of the radiator. It shall be enclosed in a NEMA 12
enclosure.
2. The control shall have automatic remote start capability from a panel-mounted, 3-position
(Stop, Run, and Remote) switch.
3. The generator set shall be provided with alarm and status indicating lamps to indicate
non-automatic generator status, and existing alarm and shutdown conditions. The lamps
shall be high-intensity LED type.
4. Alarm panel shall have a reset push button for acknowledging alarm conditions and
latching indicating lights for each alarm point to display to operation personnel the reason
for engine shutdown. Label lights as shown below.
5. Timer system for automatic self-testing. User selectable options include:
a. Test day of week, or number of days between tests.
b. Test time of day to start.
c. Test duration in minutes.
6. The generator set control shall indicate the existence of the following alarm and shutdown
conditions on a digital display panel:
a. Alarms
i. Low oil pressure warning
ii. Oil pressure sender failure
iii. Low coolant temperature
iv. High coolant temperature warning
v. Low coolant level
vi. Engine temperature sender failure
vii. Low DC voltage
viii. High DC voltage
ix. Weak battery
x. Low fuel warning
xi. Overload
xii. Battery Charger Malfunction
xiii. Overcurrent
xiv. Under Frequency
b. Shutdown Alarms
i. Low oil pressure
City of Renton Winter 2023
West Hill Booster Pump Station Improvements Division 16
16-68
J:\Data\REN\21-0234\30 Specs\16 Electrical.docx 11/23/22 5:30 AM
© 2022 RH2 Engineering, Inc.
ii. Low-Low Fuel
iii. High coolant temperature
iv. Fail to crank
v. Overcrank
vi. Overspeed
vii. High AC voltage
viii. Low AC voltage
ix. Under frequency
x. Over current
xi. Short circuit
xii. Emergency stop
c. Engine control panel shall include the following:
i. Oil pressure gauge (psi)
ii. Emergency Stop Pushbutton
iii. Coolant temperature gauge (qF)
iv. Operating hour meter (hrs)
v. Hand-off Auto Selector switch (HOA)
vi. AC Frequency meter (hertz)
vii. AC Volt meter (0-600v)
viii. AC Current Meter (Amps)
ix. Load Meter (kW)
d. Alarm Contacts to Telemetry
Provide auxiliary dry contacts for activating remote alarms to the telemetry panel on
activation of any of the following conditions:
i. Low Fuel
ii. Generator run
iii. Generator failure (shutdown)
iv. Generator trouble
v. Generator not in auto
Generator failure alarm shall be activated when any shutdown conditions exists.
Generator trouble shall be activated when any alarm conditions exists.
Switch Gear
City of Renton Winter 2023
West Hill Booster Pump Station Improvements Division 16
16-69
J:\Data\REN\21-0234\30 Specs\16 Electrical.docx 11/23/22 5:30 AM
© 2022 RH2 Engineering, Inc.
1. Provide generator switch gear with exciter circuit breaker with manual reset and a line
circuit breaker with manual reset. Circuit breaker shall be set mounted and wired, UL
listed, molded case electronic-trip or thermal-magnetic type, rated as shown on Plans.
Mount breakers in engine control panel. Field circuit breakers shall not be acceptable for
generator overcurrent protection. Generator instrumentation shall include a panel-type
ammeter with phase selector switch, a panel-type voltmeter with selector switch, and
frequency meter mounted on engine control panel.
2. Generator shall include a second circuit breaker with accessible lugs for load-bank testing.
Battery Charger
1. Provide a battery charger for mounting on the building wall. The battery charger shall be
current-limited, automatic-equalizing and float-charging type. The unit shall comply with
UL508 and include the following features:
2. Operation: Equalizing-charging rate of 5A is initiated automatically after battery has lost
charge until an adjustable equalizing voltage is achieved at battery terminals. Unit then
automatically switches to a lower float-charging mode and continues operating is that
mode until battery is discharged again.
3. Automatic Temperature Compensation: Adjusts floats and equalizes voltages for
variations in ambient temperature to prevent overcharging at high temperatures and
undercharging at low temperatures.
4. Automatic Voltage Regulation: Maintains output voltage constant regardless of input
voltage variations up to plus or minus 10 percent.
5. Ammeter and Voltmeter: Flush mounted in door of battery charger. Meters shall indicate
charging rates.
6. Safety Features: Include sensing of abnormally low battery voltages arranged to close
contacts providing low battery voltage indication on control and monitoring panel. Also
include sensing of high battery voltage and loss of AC input or DC output of battery
charger. Either of these conditions closes contacts that provide a battery charger
malfunction indication at the monitoring panel.
Finishes
Prime and paint diesel engine set and accessories in conformity with manufacturer’s standard
practice.
Color of diesel engine set enclosure shall be of manufacturer’s standard color, unless noted
otherwise on Plans.
Manufacturer shall ship with the unit a quart of touch-up paint for each of the finishes.
All sheet metal exposed to the exterior (generator enclosure) shall be primed for corrosion
protection and finish painted with the manufacturer’s standard color using a two-step
electrocoating paint process, or equal meeting the performance requirements specified below.
All surfaces of all metal parts shall be primed and painted. The painting process shall result in
a coating that meets the following requirements:
1. Primer thickness, 0.5-2.0 Mils. Top coat thickness, 0.8-1.2 Mils.
City of Renton Winter 2023
West Hill Booster Pump Station Improvements Division 16
16-70
J:\Data\REN\21-0234\30 Specs\16 Electrical.docx 11/23/22 5:30 AM
© 2022 RH2 Engineering, Inc.
2. Gloss, per ASTM D523-89, 80-percent plus or minus 5-percent. Gloss retention after
one year shall exceed 50 percent.
3. Crosshatch adhesion, per ASTM D3359-93, 4B-5B.
4. Impact resistance, per ASTM D2794-93, 120-160 inch-pounds.
5. Salt Spray, per ASTM B117-90, 1000+ hours.
6. Humidity, per ASTM D2247-92, 1000+ hours.
7. Water Soak, per ASTM D2247-92, 1000+ hours.
Painting of hoses, clamps, wiring harnesses, and other non-metallic service parts shall not be
acceptable. Fasteners used shall be corrosion resistant and designed to minimize marring of
the painted surface when removed for normal installation or service work.
Source Quality Control
Engine generator unit shall be tested at manufacturer’s plant at full load before shipment. Test
shall consist of a steady load run of at least 4 hours duration at 100 percent full rated load.
Complete test reports shall be made which show the engine fuel consumption, kilowatt output,
voltage, frequency, amperage, engine temperature, lube oil pressure, and load transfer results.
Five (5) copies of the certified test reports shall be supplied to Owner prior to shipment.
Owner and/or their representative shall be given opportunity to witness the tests by the
manufacturer.
Part 3 - Execution
Installation
Install engine in conformity with the Plans and manufacturer’s instructions and under
manufacturer’s direct supervision.
Install ancillary circuits for battery charger, engine heaters, etc. in conformance with the Plans.
Site Test
Contractor shall provide sufficient fuel for engine generator on-site testing; following
completion of testing Contractor shall fill engine generator fuel tank full prior to project
acceptance. Supplier shall be responsible for calibration, startup, and initial performance to
meet the specifications herein. Supplier shall provide a trained, qualified representative to
check installation and connection, perform field tests as indicated, and certify to Owner its
performance does meet the specifications.
Upon completion of unit installation, carry out running tests. Operate engine for a period of
not less than 2 hours at full rated load. A load bank shall be provided by the Contractor for
performing the 2-hour load test. Following load testing, five loss-of-power tests must be
performed to verify proper operation of ATS and generator with power being supplied to
motor(s) and pump(s). Engine generator shall be tested to verify that the transient voltage dip
will not exceed 15 percent of rated voltage when the largest single step of the rated load is
applied. Test shall demonstrate the ability of the engine generator to carry the specified loads.
Upon completion of the tests, final adjustments shall be made to equipment by a qualified
representative of the engine manufacturer. Fuel and oil filters shall be replaced, belt drive
City of Renton Winter 2023
West Hill Booster Pump Station Improvements Division 16
16-71
J:\Data\REN\21-0234\30 Specs\16 Electrical.docx 11/23/22 5:30 AM
© 2022 RH2 Engineering, Inc.
tensions checked, and the proper operation of all equipment demonstrated to Owner’s
representative. Owner’s representative shall be instructed in the maintenance and operation
of equipment. Five (5) copies of these test results shall be provided to Owner and included
with the operation and instruction manual.
16.92 Transfer Switches
[CSI 26 36 23]
16.92.2 Automatic Transfer Switch
[CSI 26 36 23]
Part 1 - General
Design Criteria
The transfer switch shall be NEMA 12 rated and equipped with three poles for normal and
emergency service of 480 volts, 60 hertz, 3-phase.
The transfer switch shall be mechanically and electrically held and rated to 480 volts for all
classes of load and continuous inductive duty.
The transfer switch shall conform to UL 1008 provisions for Withstand Current Ratings and
Closing Ratings. The transfer switch shall be rated at a minimum Withstand Rating of
42,000 Amps.
The switch shall be capable of enduring 6,000 cycles of complete opening and closing at rated
current and voltage at a rate of 6 cycles per minute without failure.
The switch shall be double throw inherently interlocked mechanically and electrically to
prevent supplying the load from both sources simultaneously. The operating current shall be
obtained from the source to which the load is to be transferred. The transfer mechanism shall
be of the double break design with solid silver cadmium surface contacts and individual heat
resistant arc chambers.
Arc barriers and magnetic blowout coils will also be acceptable if single break contacts are
used. The contacts shall be capable of carrying 20 times the continuous rating for interrupting
current.
All contacts, coils, etc. shall be readily accessible for replacement from front of panel without
major disassembly of associated parts.
Part 2 – Products
Manufactured Units
The automatic transfer switch shall be supplied by the Manufacturer of Engine generator
system.
Components
The transfer switch shall include the following accessories:
City of Renton Winter 2023
West Hill Booster Pump Station Improvements Division 16
16-72
J:\Data\REN\21-0234\30 Specs\16 Electrical.docx 11/23/22 5:30 AM
© 2022 RH2 Engineering, Inc.
Undervoltage Sensor
1. Adjustable solid-state low voltage sensing relays (pick up 85 to 98 percent of normal
voltage set at 98 percent; drop out 75 to 100 percent set of 90 percent of pickup setting).
Provide for each phase on both utility and backup power sources.
Time Delay Start and Stop on Drop Out
1. Solid state adjustable time delay on start (0 to 15 seconds). Set start delay for 15 seconds.
Timer will send start signal to gen set CP, where louver timer will allow 15 second delay
for louvers to open prior to starting gen set.
Time Delay Stop
1. Solid state adjustable time delay (0 to 10 minutes) to allow generator cooldown after
normal power is restored and retransfer occurs. Set at 5 minutes.
Time Delay Transfer and Retransfer
1. Solid state time delay relay adjustable 2 to 120 seconds for transfer to emergency and 0 to
30 minutes for retransfer to normal. Set at 5 minutes for retransfer to normal. Set at
3 seconds for transfer to emergency.
With or Without Load Selector Switch
1. Switch to select exercise with or without station load.
Normal-Test Switch
1. Switch such that in the “Normal” mode the transfer switch will operate automatically and
in the “Test” mode the generator will start for test purposes. This switch shall work in
conjunction with the “With” or “Without” load switch.
Exerciser Clock
1. Provide solid state exerciser clock to set the day, time, and duration of generator set
exercise/test period. Provide “With” or “Without” load selector switch for the exercise
period. The exerciser clock shall have the capability to program two separate exercises.
Programmed Transition
1. The load transfer control shall be capable of remaining in the neutral position for an
adjustable time of 0.5 to 60 seconds when transferring from on-line power source to the
other to allow residual voltages to decay before application of the source. Set at 60 seconds.
a) Position lights for normal and emergency positions indication and for normal and
emergency power available.
b) Switch position indication limit switches for normal and generator positions.
c) Provide dry contacts wired to terminal strip for 1) ATS in emergency position, 2) ATS
in utility position.
d) Provide contacts and necessary power transformer(s) for supplying power to the EG
room intake and exhaust louvers. Contacts shall close once the EG is called to start.
City of Renton Winter 2023
West Hill Booster Pump Station Improvements Division 16
16-73
J:\Data\REN\21-0234\30 Specs\16 Electrical.docx 11/23/22 5:30 AM
© 2022 RH2 Engineering, Inc.
Power Meters
1. Provide an AC Voltmeter, an Ammeter, and a Frequency meter; 2.5-inch, analog,
2-percent accuracy. Provide a phase selector switch to read L-L voltage and current of
both power sources.
Operator Interface Display
1. Provide operator interface display that allows operators to adjust all settings and see all
values.
Control Board
1. Provide current generation hardware and firmware for the control board.
Provide manual override switch to bypass the control system and transfer load from source to
source when control is disabled.
16.95 Testing
[CSI 26 08 00]
16.95.1 Common Work for Testing
[CSI 26 08 05]
Part 1 - General
Submittals
Test reports shall be submitted to the Engineer prior to final acceptance in accordance with
Division 1.33 of these specifications.
Scheduling and Coordination
The Contractor shall inform the Engineer in advance of testing in accordance with the
requirements listed in Division 1 of these specifications.
Prior to scheduling the testing, the Contractor shall have satisfied themselves that the project
area is properly cleaned up; all patching and painting deemed necessary properly completed;
and all systems, equipment and controls are functioning as intended.
Part 2 - Products
Source Quality Control
Submit reports of factory tests and adjustments performed by equipment manufacturers to
the Engineer prior to field testing and adjustment of equipment. These reports shall identify
the equipment and show dates, results of test, measured values and final adjustment settings.
Provide factory tests and adjustments for equipment where factory tests are specified in the
equipment specifications. The Engineer may inspect the fabricated equipment at the factory
before shipment to job site. Provide the Engineer with sufficient prior notice so that an
inspection can be arranged at the factory.
City of Renton Winter 2023
West Hill Booster Pump Station Improvements Division 16
16-74
J:\Data\REN\21-0234\30 Specs\16 Electrical.docx 11/23/22 5:30 AM
© 2022 RH2 Engineering, Inc.
Part 3 – Execution
Site Testing
Test all circuits for continuity, freedom from ground, and proper operation during progress
of the work.
Insulation Resistance, Continuity, and Rotation: Perform routine insulation resistance,
continuity and rotation tests for all distribution and utilization equipment prior and in addition
to tests performed by the testing laboratory specified herein.
Electric Motors: Perform voltage, current and resistance tests on all motors ½ horsepower
and larger installed this project. Insulation resistance readings shall be taken with a 500-volt
megger for 30 seconds with the circuit conductors connected to the motor. Verify that an
overload condition does not exist.
Conduct special test as required for service and/or system ground.
Arc Flash Study, Protection Device Coordination, and Short Circuit Analysis
[CSI 26 05 73.13, 26 05 73.16, 26 05 73.19]
RH2 Engineering, Inc will provide the arc flash study, protection device coordination and
short circuit analysis.
The protective device on the line side closest to the fault or abnormal conditions shall isolate
the problem portion of the system and minimize damage in that portion. The rest of the system
shall be maintained in normal service. The coordination shall be in conformance with the
recommendations of latest IEEE Standard 242.
Provide an Arc Flash Hazard Study for the electrical distribution system shown on the Plans.
The intent of the Arc Flash Hazard Study is to determine hazards that exist at each major piece
of electrical equipment shown on the one-line diagrams. This includes switchgear,
switchboards, panelboards, motor control centers, generators, transfer switches, and
transformers. The study will include creation of Arc Flash Hazard Warning Labels listing all
items as required in NFPA 70E-2021. These labels serve as a guide to assist technicians and
others in the selection of proper Personal Protective Equipment when working around
exposed and energized conductors. The electrical contractor will install the labels. The arc
flash hazard study shall consider all operating scenarios during normal conditions alternate
operations, emergency power conditions, and any other operations, which could result in
maximum arc flash hazard. The label shall list the maximum incidental energy calculated and
the scenario number and description on the label.
Submit the analysis that shall include arc flash, impedance, and short circuit calculations, list
of any assumptions made and the analysis, the recommended settings of the protective devices,
and the system time/current characteristic curves. The submittal shall be completed and
submitted in conjunction with the circuit breaker submittal to allow time for review and
re-submittal, if necessary, before the implementation of final settings and adjustments by the
testing laboratory.
City of Renton Winter 2023
West Hill Booster Pump Station Improvements Division 16
16-75
J:\Data\REN\21-0234\30 Specs\16 Electrical.docx 11/23/22 5:30 AM
© 2022 RH2 Engineering, Inc.
Field Quality Control
General
1. Conduct final test in the presence of Owner and/or their authorized representative.
Contractor shall provide all testing instrumentation and labor required to demonstrate
satisfactory operation of systems, equipment and controls.
Operational Tests
1. Operational test all circuits to demonstrate that the circuits and equipment have been
properly installed, adjusted and are ready for full-time service. Demonstrate the proper
functioning of circuits in all modes of operation, and including alarm conditions, and
demonstrate satisfactory interfacing with the data acquisition and alarm systems.
City of Renton Winter 2023
West Hill Booster Pump Station Improvements Division 16
16-76
J:\Data\REN\21-0234\30 Specs\16 Electrical.docx 11/23/22 5:30 AM
© 2022 RH2 Engineering, Inc.
16.95.3 Conductor Test Report
[CSI 26 08 13]
Conductor Test Report Page 1 of 1
PROJECT: OWNER:
Contractor Co. Name:
Tested by:
Phone Number:
Test Date:
Race-
way
V C Operating Load Voltage Insulation Resistance - OHMS
Label
(1)
(2)
(3)
VAB
VCB
VCA
VAN
VBN
VCN
A-B
B-C
C-A
A-G
B-G
C-G
A
B
C
D
E
F
G
1. Refer to raceway and wire schedule and one-line diagram for description of feeder
identified by label shown on this report
2. Visual Inspection – Check when completed
3. Continuity Test – Check when completed
City of Renton Winter 2023
West Hill Booster Pump Station Improvements Division 16
16-77
J:\Data\REN\21-0234\30 Specs\16 Electrical.docx 11/23/22 5:30 AM
© 2022 RH2 Engineering, Inc.
16.95.4 Ground Electrode Resistance Test Report
[CSI 26 08 15]
Ground Electrode Resistance Test Report
PROJECT: OWNER:
Contractor Co. Name:
Tested by:
Phone Number:
Test Date:
Test Meter Type:
Test Distance-D:
Soil Conditions:
Measured Resistance:
DESCRIPTION OF TEST PROCEDURE, CONDITIONS, RESULTS:
17-1
\\corp.rh2.com\dfs\Projects\Data\REN\21-0234\30 Specs\17 Automatic Control.docx 11/22/22 11:47 AM
© 2022 RH2 Engineering, Inc.
Division 17
Automatic Control
17.00 GENERAL
This division covers all work necessary for furnishing, installing, adjusting, testing,
documenting, and starting-up the Instrumentation and Control (I&C) and Telemetry System.
Programmable logic controller (PLC) shall provide local, automatic control of on-site pumps.
Computer-based telemetry system will provide remote control, alarm presentation, and data
logging activities at the Owner's headquarters location.
Sections in these specifications titled “Common Work for . . .” shall apply to all following related
subsections whether directly referenced or not.
These specifications are an integral part of the contract documents for the I&C and Telemetry
portion of this contract. The written descriptions of system performance contained herein are
given to assist the Contractor in interpreting the contract plans but are not intended to be
all-inclusive. The Contractor shall be aware that all automatic control systems do not require
the same components and accessories for complete system operation. Therefore, these
specifications do not include all accessories and appurtenances required for a complete system.
The Contractor shall, however, provide all accessories and appurtenances to result in a
completely operational system as required to meet the functional requirements of these
documents. Where specific equipment specifications are given, they are used to represent the
level of quality required by these documents.
17.05 Common Work for Automatic Control
[CSI 40 60 05]
Part 1 - General
Summary
The work under this division covers construction specifically described in these specifications.
Project Plans will be provided for this project. All work incidental and necessary to the
completion of the project described herein shall be completed under the bid item listed in the
bid proposal, and no other compensation will be allowed. The work generally consists of the
following:
x Detailed system layout and design for the particular equipment bid in accordance with
these functional specifications.
x Furnishing of I&C equipment including delivery, storage, software, programming,
installation, testing, startup, and documentation.
x Providing operator maintenance manuals for all equipment and devices provided by this
Contract.
x Providing system training to the operators of the proposed equipment.
City of Renton Winter 2023
West Hill Booster Pump Station Improvements Division 17
17-2
\\corp.rh2.com\dfs\Projects\Data\REN\21-0234\30 Specs\17 Automatic Control.docx 11/22/22 11:47 AM
© 2022 RH2 Engineering, Inc.
Related Sections
x Division 16 Electrical
References
The project Plans are based on Instrument Society of America (ISA) standards numbers S5.1,
S5.2, S5.3, and S5.4. The Contractor is encouraged to be familiar with these standards since
the project plans do not contain wiring or ladder diagrams, but are based on the functional
requirements of the ISA format.
All equipment and materials shall conform to the latest revised editions of applicable standards
published by the following organizations:
xx American National Standards Institute (ANSI).
x Institute of Electrical and Electronic Engineers (IEEE).
x National Electrical Manufacturers Association (NEMA).
x Underwriters' Laboratories (U/L).
x Instrument Society of America (ISA)
All equipment and materials, and the design, construction, installation, and application thereof
shall comply with all applicable provisions of the National Electrical Code (NEC), the
Occupational Safety and Health Act (OSHA), and any applicable Federal, State, and local
ordinances, rules and regulations. All materials and equipment specified herein shall be within
the scope of Underwriter’s Laboratory (UL) examination services, be approved by the UL for
the purpose for which they are used and shall bear the UL label.
All control panels shall bear a label by UL or by an approved testing authority for the
completed assembled panel.
Definitions
Contractor: The Contractor, as distinct from the Control System Integrator, shall install panels
and other materials furnished by the Control System Integrator and provide all materials and
work necessary and thereby, satisfy all requirements that are within the scope of this section.
Control System Integrator: A single company subcontracted by the Contractor, who shall
design and furnish the system, provide the instrument panels; provide the PLCs, RTU, Motor
Control Center, ventilation control panel, startup, training services, and other instrument
components.
Control System Programmer: A single firm, pre-selected and contracted by the Owner, who
shall furnish all programming, startup and training services related to programming. The
Control System Programmer shall be RH2 Engineering, Inc.
Submittals
All submittals shall be complete, neat, orderly and indexed. Partial submittals will not be
accepted. Submittal information shall be provided to the Owner for the following items:
x Telemetry Panel
City of Renton Winter 2023
West Hill Booster Pump Station Improvements Division 17
17-3
\\corp.rh2.com\dfs\Projects\Data\REN\21-0234\30 Specs\17 Automatic Control.docx 11/22/22 11:47 AM
© 2022 RH2 Engineering, Inc.
x Motor Control Centers
x Ventilation Control Panel
x Liquid Level Switch
x Pressure Switch
x Pressure Transmitter
x Wall Mounted Heating Thermostat
x Wall Mounted Cooling Thermostat
x Photoelectric Smoke Detector
x Intrusion Alarm Switch
x Operation and Maintenance Manuals per Division 1.79.2 and Division 17.94
x Full size nameplate wording schedules, in lettering style proposed for use.
In addition to the requirements of Division 1.33, the Contractor shall develop and submit the
following information provided by the Control System Integrator.
Hardware Submittals
Before any components are fabricated, and/or integrated into assemblies, or shipped to the
site, the Contractor shall prepare a complete hardware submittal. The Engineer shall require
five (5) sets, including fully detailed shop drawing, catalog cuts, wiring connections, and such
other descriptive matter and documentation as may be required to fully describe the equipment
and to demonstrate its conformity to these Specifications. The decision of the Engineer, upon
the acceptability of any submittal, shall be final. Catalog information shall be submitted for all
components and equipment, regardless of whether or not it is of the same manufacture as that
listed in the Specifications.
System Plan Submittals
Following approval of the hardware submittal, the Control System Integrator shall prepare
complete system interconnect wiring diagrams and panel layout plans for approval.
Plans
The Control System Integrator shall develop all shop drawings required for design, fabrication,
assembly and installation of the control system. Shop drawings shall include all plans required
in manufacture of specialized components and for assembly and installation of them.
Plans shall be prepared with a CAD program capable of exporting to AutoCAD format, and
printed on 11-inch by 17-inch media. Plans shall have borders and title blocks identifying the
project system, revisions to the plans, and type of plan. Each revision of a plan shall carry a
date and brief description of the revisions. Diagrams shall carry a date and brief description of
the revisions. Diagrams shall carry a uniform and coordinated set of wire numbers and
terminal block numbers in compliance with panel work wiring. Additionally, one set of
electronic .DWG files shall be provided to the Owner.
City of Renton Winter 2023
West Hill Booster Pump Station Improvements Division 17
17-4
\\corp.rh2.com\dfs\Projects\Data\REN\21-0234\30 Specs\17 Automatic Control.docx 11/22/22 11:47 AM
© 2022 RH2 Engineering, Inc.
Elementary Diagrams
The Contractor shall provide elementary diagrams for all discrete loops. Loop diagrams shall
be prepared in compliance with ISA S5.4 and shall be provided for all analog loops.
Elementary diagrams and loop diagrams shall show circuits and devices of a system. These
diagrams shall be arranged to emphasize device elements and their functions as an aid to
understanding the operation of a system and maintaining or troubleshooting that system.
Elementary and loop diagrams shall also show wire numbers, wire color codes, signal
polarities, and terminal block numbers.
Panel Fabrication and Arrangements Plans
The Contractor shall provide arrangement plans of all panel front- and internal-mounted
instruments, switches, devices, and equipment indicated. All panel mounting details shall be
shown. Outer dimensions of all panels shall be included on the plan. Deviations from
approved arrangements require approval prior to installation.
Arrangement plans shall be drawn to scale using standard Architectural or Engineering scales.
Site Conditions
Specified instrumentation and control equipment shall be modified, if necessary, to make it
suitable for operation in the ambient conditions specified in Division 16.
Warranty
In addition to any other warranties required by the specifications, the entire PLC system will
be warranted against defects in materials, workmanship, and software functions for a period
of one (1) calendar year following the successful completion of the Functional Acceptance
Test (FAT). The Contractor or designated service organization will be available on 24-hour
notice to correct any system problems without charge to the Owner during the warranty
period. In addition, the Contractor will provide four 2-day site visits during the warranty period
to perform inspection and calibration of the equipment or other work at the request of the
Owner.
Extra Materials
The Contractor shall supply sufficient spare parts, components, and assemblies to replace any
defective or malfunctioning control component provided in this system. Control components
are considered any device or combination of devices without which normal automatic control
as outlined in this specification cannot be accomplished, and includes:
1. Two (2) spares of each part, component, or assembly, if more than ten (10) of those
components are normally in use in the system.
2. One (1) box of each fuse type provided on this project. If ten (10) or more of a fuse
type is provided for the project, then two (2) spare boxes shall be provided.
3. One (1) spare circuit breaker of each rating type provided on this project.
4. One (1) spare relay of each rating type provided on this project.
5. One (1) spare of each type of DC power supply and UPS module.
6. One (1) spare of each type of PLC module and processor.
City of Renton Winter 2023
West Hill Booster Pump Station Improvements Division 17
17-5
\\corp.rh2.com\dfs\Projects\Data\REN\21-0234\30 Specs\17 Automatic Control.docx 11/22/22 11:47 AM
© 2022 RH2 Engineering, Inc.
Spare part components shall be packaged for at ease of field installation by non-trained
personnel, so that no soldering or special skills are required for installation. All spare parts
shall be delivered in a hinged plastic box that is purposefully made for this contract. The box
shall have a parts list permanently attached to the inside lid which lists all parts and refers to
them by numbered code visible on the outside of the package. Fragile components shall be
adequately protected with cut foam. Electronic components shall be wrapped in ultra-violet
inhibiting file. The exterior of the box shall be labeled “Telemetry Spare Parts – Water
Department.” Provide the box with lifting handles.
Part 2 – Products
Components
These Specifications list major instruments required to provide the process instrumentation
system. All instrument functions specified on this list shall be provided by the Control System
Integrator. Any additional instruments required to complete the instrument loops because of
certain characteristics of the particular equipment selected by the Control System Integrator
shall be provided. Such additional instruments shall be provided and included in the original
contract price even though not specified in the instrument index or on the Plans.
The following systems utilize automatic control:
x Pump controls
x Engine generator set controls
x Ventilator controls
x Heater controls
Accessories
Provide all accessories required to furnish a complete control system that meets the
requirements of the Plans and Specifications.
Source Quality Control
Material shall be new, free from defects, and of the quality specified. All equipment and
materials utilized in the system shall be the products of Manufacturers with at least five (5)
years of experience in the manufacture of similar equipment. Similar items in the system shall
be the products of the same Manufacturer. All equipment shall be of industrial grade and of
standard construction, shall be capable of long, reliable, trouble-free service, and shall be
specifically intended for control and monitoring of operation of motor-driven pumps and
equipment. All equipment shall be of modular design to facilitate interchangeability of parts
and to assure ease of servicing.
Part 3 - Execution
Installers
Installation shall be performed by the workers who are skilled and experienced in the
installation of I&C and Telemetry systems.
City of Renton Winter 2023
West Hill Booster Pump Station Improvements Division 17
17-6
\\corp.rh2.com\dfs\Projects\Data\REN\21-0234\30 Specs\17 Automatic Control.docx 11/22/22 11:47 AM
© 2022 RH2 Engineering, Inc.
Installation
Installation and testing procedures shall be as specified in these and subsequent sections of
this division.
The control system shall be installed in accordance with the installation plans and instructions
prepared by the Control System Integrator.
Installation shall include all elements and components of control system and all conduit and
interconnecting wiring between all elements, components, sensors, and valve operators.
Equipment shall be located so that it is readily accessible for operation and maintenance.
Field Equipment
Equipment shall be provided as specified on the Plans such that ports and adjustments are
accessible for in-place testing and calibration. Where possible, equipment shall be located
between 48 inches and 60 inches, unless specified otherwise on the Plans, above the floor or
a permanent work platform. Instrumentation equipment shall be mounted for unobstructed
access, but mounting shall not obstruct walkways. Equipment shall be mounted where shock
or vibration will not impair its operation. Support systems shall not be attached to handrails,
process piping or mechanical equipment except for measuring elements and valve positioners.
Instruments and cabinets supported directly by concrete or concrete block walls shall be
spaced out not less than ⅝-inch by framing channel between instrument and wall.
Steel used for support of equipment shall be hot-dip galvanized after fabrication. Support
systems including panels shall be designed in accordance with the Seismic Restraint and
Anchorage section of Division 1.81 of these specifications and to prevent deformation greater
than ⅛-inch under the attached equipment load and an external load of 200 pounds in any
direction.
Electrical Power Connection
Electric power wiring and equipment shall be in compliance with Division 16. Power
disconnect switches shall be provided within sight of equipment and shall be labeled to
indicate opened and closed positions and specific equipment served. “Within sight of” is
defined as having a clear unobstructed view from the equipment served and within 50 feet of
the equipment served. Disconnect switches shall be mounted between 36 inches and 72 inches
above the floor or permanent work platform. Where equipment location is such that the above
requirements cannot be met by a single disconnect switch, two switches, one at the equipment
and one at the work platform, shall be provided.
Signal Connection
Electrical signal connections to equipment shall be made on terminal blocks or by locking plug
and receptacle assemblies. Jacketed flexible conduit shall be used between equipment and rigid
raceway systems except that flexible cable assemblies may be used where plug and receptacle
assemblies are provided and the installation is not subject to mechanical damage in normal
use. The length of flexible conduit or cord assemblies shall not exceed 2 feet. Flexible cable,
receptacle and plug assemblies shall be used only where specified.
City of Renton Winter 2023
West Hill Booster Pump Station Improvements Division 17
17-7
\\corp.rh2.com\dfs\Projects\Data\REN\21-0234\30 Specs\17 Automatic Control.docx 11/22/22 11:47 AM
© 2022 RH2 Engineering, Inc.
17.06 Control System Integrator
[CSI 40 61 13]
Part 1 - General
Division of Responsibility
All instrumentation and industrial electronic systems shall be provided under the supervision
of a single Control System Integrator, chosen by the Contractor, which is regularly engaged in
the design and installation of such systems of similar scope and complexity. The Control
Systems Integrator shall be enjoined by the Contractor as a Subcontractor. The assignment of
specific responsibilities herein to the Control System Integrator shall not, in any way and under
any conditions, diminish the Contractor's full and complete responsibility for all work
performed and all materials installed under the contract. The contract between the Contractor
and the Control System Integrator shall specifically require that the Control System Integrator
conform to and meet all requirements specified in the contract documents.
The assignment of a Control System Integrator that is an equipment supplier shall not be
acceptable.
Control System Integrator’s Responsibility
The Control System Integrator shall be solely and completely responsible for the final design
and assembly of the entire control system. Responsibilities include:
x Provision of, and the detailed design of, custom control panels and the motor control
center. The plans show general layout of the control panels. The Integrator shall provide
detailed scaled design of all components on and in the control panels and determine
specific requirements.
x The design of all interconnecting wiring of control equipment including remote control
panels, packaged equipment panels, mechanical equipment with control components,
etc.
x Testing of the control panels in the Control System Integrator’s shop.
x Coordinate with the Contractor for specific requirements and locations of raceway
penetrations and field wiring in control panels.
x The Control System Integrator shall supply the Contractor with all necessary detailed
installation plans and/or written instruction for installation of all control components
and sensing devices for proper system operation.
x Coordinate with the Control System Programmer who has been selected by the Owner
and are under separate contract with the Owner, to allow in-shop testing of the
programming of all control devices and to execute the functions listed in the control
strategies.
x Develop an assembly and testing schedule, with the Control System Programmer to
allow for testing of all new programs in the Control System Integrator’s shop.
x Provide installation assistance.
City of Renton Winter 2023
West Hill Booster Pump Station Improvements Division 17
17-8
\\corp.rh2.com\dfs\Projects\Data\REN\21-0234\30 Specs\17 Automatic Control.docx 11/22/22 11:47 AM
© 2022 RH2 Engineering, Inc.
x Provide Startup and Training Services.
General and Electrical Contractor’s Responsibilities
The General and Electrical Contractor shall be responsible for the following equipment and
services:
x Review of the Control System Integrator’s submittals and wiring diagrams for
coordination with space requirements, raceway requirements of field wiring, etc.
x Supply the Integrator with submittals of equipment related to the control system that the
Integrator must include in their submittals and integrate. Such as motors, packaged
control panels that the Integrator does not build, etc.
x Installation of the control panels provided by the Control System Integrator.
x Installation of the interconnecting wiring in accordance with these documents and the
Control System Integrators wiring diagrams.
x Installation of I&C and Telemetry System components in accordance with these
documents and plans or instructions of the Control System Integrator.
Part 3 – Execution
Installers
The Control System shall be designed, constructed, programmed and commissioned by full
time employees with a minimum of 5 years of experience (minimum of 1 year with Integrator).
Integrators List
The Control System Integrator shall be selected by the Contractor from the following
acceptable companies (Alphabetical Listing):
xx L2 Systems LLC – Everett, Washington
x Process Solutions, Inc. – Stanwood, Washington
x Quality Control Corporation (QCC) – Lynnwood, Washington
x S&B Inc. (Stead & Associates) – Bellevue, Washington
x Systems Interface Inc. – Mukilteo, Washington
x Taurus Power and Controls, Inc. – Kent, Washington
x Technical Systems, Inc. – Lynnwood, Washington
Alternative Integrators
Alternate Control System Integrators not listed above shall be considered for acceptability by
the Owner based on following qualifications:
1. The Control System Integrator shall be an instrument and control system manufacturing
company.
City of Renton Winter 2023
West Hill Booster Pump Station Improvements Division 17
17-9
\\corp.rh2.com\dfs\Projects\Data\REN\21-0234\30 Specs\17 Automatic Control.docx 11/22/22 11:47 AM
© 2022 RH2 Engineering, Inc.
2. The Control System Integrator’s manufacturing and assembly facility shall be located
within a 100-mile drive from Renton, WA.
3. The Control System Integrator shall be specialized in the design, assembly, testing,
installation and service of municipal water and wastewater control and communication
systems in the Pacific Northwest for at least five years.
4. The Control System Integrator shall employ technicians and engineers with documented
experience in the design, assembly, testing, installation, operation, calibration,
trouble-shooting, service and repair of control, and communication systems for municipal
water and wastewater utilities.
5. The Control System Integrator shall have completed the design, assembly, testing and
installation of control systems that include the instruments and devices cited on the Plans
by specific manufacturer's name.
An alternate Control System Integrator selected by the Contractor shall be subject to the
approval by the Owner. Prior to placement of purchase orders for services and equipment,
the Contractor shall provide the following information about the selected alternate Control
System Integrator for review by the Owner:
1. Description of ownership and organization of Integrator.
2. Resumes of principals and/or key employees who will be working directly in the
engineering, assembly, testing and commissioning of the system for this project.
3. Description of expertise in design, assembly, testing and installation of control systems for
municipal utility facilities.
4. Description of municipal control systems designed, assembled and installed in the last 5
years. Description shall include:
x Names of employees involved in each system.
x Detailed description and plans of each system.
x Cost of each system.
x Names and telephone numbers of persons involved in operation and maintenance of
each system.
x Description of the service capabilities normally provided by the company including
resumes of employees assigned to field service and listing of service equipment.
x Additional information that may assist the Owner in ascertaining the company's
general ability to perform the work. The acceptability of the Integrator will be
determined solely by the Owner.
Approval of Personnel and Alternatives
The Contractor and the selected Control System Integrator shall anticipate that the Owner
may withhold approval of the selected Integrator or employee if, in the opinion of the Owner,
the Control System Integrator or employee does not have the experience, capability or an
acceptable performance and execution record of similar projects in the past.
City of Renton Winter 2023
West Hill Booster Pump Station Improvements Division 17
17-10
\\corp.rh2.com\dfs\Projects\Data\REN\21-0234\30 Specs\17 Automatic Control.docx 11/22/22 11:47 AM
© 2022 RH2 Engineering, Inc.
Neither the Contractor or Control System Integrator or employee not approved by the Owner,
shall be entitled to an extension of time or to any claim for damages because of extra and
unanticipated costs, hindrances, delays or complications caused by or resulting from the
Owner not approving any Control System Integrator or employee for whatever reason.
17.07 Control System Programmer (Control System
Programmer Contracted Directly by Owner)
[CSI 40 68 66]
Part 1 - General
Division of Responsibility
The Control System Programmer shall be selected and Contracted for the control system
programming by the Owner. The Control System Programmer Contracted by the Owner is
RH2 Engineering, Inc., who may be contacted at (425) 951-5358. It is the responsibility of the
Control System Programmer to provide PLC programming that will accomplish control of
the proposed and modified systems as described in the Specifications and Plans.
Control System Programmer’s Responsibility:
The Control System Programmer Responsibilities include:
x Develop a testing schedule to allow for testing of all new telemetry panel programs.
x Notify the Control System Integrator of all components needed to test equipment
panels.
x Software testing of the control panels in the Control System Integrator’s shop.
x Programming of the PLC, operator interface, and HMI Computer System.
x Provide required software startup, troubleshooting, and commissioning services needed
to complete implementation of programs.
17.08 System Description
[CSI 40 61 96]
Part 1 – General
Summary
The I&C and Telemetry system functions required are specified on the Plans and in
subsequent sections of this Division.
Design and Performance Requirements
The system shall be designed to provide the control capabilities and functions indicated and
implied by the Plans and these Specifications and to provide trouble-free operation with
minimum maintenance. The system shall readily enable manual operation of any and all
functions in the event of failure of any one component.
City of Renton Winter 2023
West Hill Booster Pump Station Improvements Division 17
17-11
\\corp.rh2.com\dfs\Projects\Data\REN\21-0234\30 Specs\17 Automatic Control.docx 11/22/22 11:47 AM
© 2022 RH2 Engineering, Inc.
The control system shall be designed and assembled by the Control System Integrator to
provide:
x Control of motor driven pumps, equipment, and processes.
x Monitoring of operation of motor driven pumps, equipment, and processes.
x Indication of operating status of motor driven pumps, equipment, and processes.
x Monitoring and indication of pressures, temperatures, levels, and flows, as indicated and
implied by the Plans and Specifications.
x The capabilities indicated and implied by the Plans and Specifications.
The I&C and Telemetry System shall be designed and assembled by the Control System
Integrator to be an integrated system composed completely of components which are
specifically designed and used for and in conjunction with control and operation of
motor-driven pumps and process control equipment. The Control System Integrator shall
supply all interfacing equipment, appurtenances and accessories and all such devices that may
be required for proper interfacing as part of the control system.
Project Conditions
The control system for the West Hill Booster Pump Station shall be a Remote Telemetry Unit
(RTU) based system that consists of existing and new RTUs linked to the existing Master
Telemetry Unit (MTU) via radio and fiber communications.
RTU sites included in this project are:
1. West Hill BPS Telemetry Panel
Part 2 – Products
Manufacturers
The telemetry components of the RTU shall be manufactured by Allen-Bradley to be
consistent with the Owner’s existing system.
Components
The I&C and Telemetry System shall include the instruments, control devices, Remote
Telemetry Unit, Human Machine Interface, input and output devices, sensors, interfacing
devices, cabinets, enclosures and other components indicated and implied by the Plans and
Specifications.
The following is a list of the RTUs, Control Panels, Pressure and Level Assemblies, and Motor
Control Centers to be provided by the Control System Integrator:
x Telemetry Panel
x Pump Discharge Pressure Switch Assembly (typical of 4)
x Motor Control Center
City of Renton Winter 2023
West Hill Booster Pump Station Improvements Division 17
17-12
\\corp.rh2.com\dfs\Projects\Data\REN\21-0234\30 Specs\17 Automatic Control.docx 11/22/22 11:47 AM
© 2022 RH2 Engineering, Inc.
Part 3 – Execution
Preparation
The Control System Integrator shall be responsible for the coordination and integration of
control system with the motor control and other related equipment. The Control System
Integrator shall communicate directly with the Manufacturer(s) and Supplier(s) of all related
equipment to determine all details of the equipment, which may influence or affect the control
system. The Control System Integrator shall determine all requirements for and shall cause
integration of the control system into a unified operating system. The Control System
Integrator shall define all requirements for all interfacing equipment and shall supply all
appurtenances, accessories and all such devices, which may be required for proper interfacing
as part of the control system.
The Control System Integrator shall be responsible to obtain submittal information on
equipment supplied by other disciplines and to integrate them into the control system to form
a complete working package as outlined by the contract documents.
Installation
The system shall be completely assembled in the shop by the Control System Integrator. All
components and equipment shall be prewired to the maximum extent possible.
All Process Control shall be done within the control panels unless specifically listed on the
Plans as other.
17.10 PANELS
[CSI 40 67 00]
17.12 Equipment Panels
[CSI 40 67 16, 40 67 19]
Part 1 – General
Related Sections
Division 10.14.23 Panel Signage. All panels shall be labeled.
References
Panels shall meet the requirements of UL-508 for water systems and UL-913 for sewer
systems. All panels shall bear the appropriate label. The provider of the panels shall be a UL-
508A certified facility. All field modifications shall be in conformance with UL-508 or UL-
913.
Design Requirements
Control equipment panels shall be enclosures conforming to the requirements of the National
Electrical Manufacturers Association (NEMA) and shall be NEMA 12 for indoor use and
NEMA 4X for outdoor use.
City of Renton Winter 2023
West Hill Booster Pump Station Improvements Division 17
17-13
\\corp.rh2.com\dfs\Projects\Data\REN\21-0234\30 Specs\17 Automatic Control.docx 11/22/22 11:47 AM
© 2022 RH2 Engineering, Inc.
Part 2 – Products
Components
x Enclosure shall be constructed of steel or stainless steel.
x Minimal metal thickness shall be 14-gauge.
x All doors shall be rubber-gasketed with continuous hinge and key locking latch
mechanism.
x Wherever practical, enclosures shall be a manufactured item.
x All doors shall be provided with quick-release latches to secure cover.
x Panels shall be sized to adequately dissipate heat generated by equipment mounted in or
on the panel.
x Enclosure shall include a backpan.
x Enclosure shall be finished in ANSI 61 gray polyester powder coating inside and out
over phosphatized surfaces.
x The enclosure shall be oversized to accommodate future racks and auxiliary devices as
required.
x All outdoor enclosures shall be provided with a control panel heater and ventilation fan
and filter with built-in thermostat to provide adequate climate control.
Fabrication
Panels should be completely fabricated, and instruments installed and wired in the
manufacturer's factory (where possible). All wiring shall be completed and tested prior to
shipment. All external connections shall be by way of numbered terminal blocks. Panel cutouts
for instruments and devices shall be cut, punched or drilled and smoothly finished with
rounded edges.
17.20 PANEL COMPONENTS
[CSI 40 78 00]
Part 1 - General
Design Requirements
All components shall be suitable for installation inside the I&C and Telemetry system panel
enclosure.
City of Renton Winter 2023
West Hill Booster Pump Station Improvements Division 17
17-14
\\corp.rh2.com\dfs\Projects\Data\REN\21-0234\30 Specs\17 Automatic Control.docx 11/22/22 11:47 AM
© 2022 RH2 Engineering, Inc.
17.20.3 Terminal Blocks
[CSI 40 78 71]
Part 1 - General
Design Requirements
Terminal blocks shall be one-piece molded plastic blocks with screw-type terminals and
barriers rated for 600 volts. Terminals shall be double-sided and supplied with removable
covers to prevent accidental contact with live circuits. Terminals shall have permanent, legible
identification, and be clearly visible with the protective cover removed.
Fusible terminal blocks shall be provided with a LED blown fuse indicator for each terminal.
Part 3 - Execution
Installation
All wires between panel-mounted equipment and other equipment shall be terminated at
terminal blocks. Switches shall be terminated at the terminal blocks with crimp-type,
pre-insulated, ring-tongue lugs. Lugs shall be of the appropriate size for their terminal block
screws and for the number and size of the wires terminated.
17.21 Power Supply and Protection
17.21.2 Normal Power Supply
[CSI 40 78 59]
Part 1 - General
Design Requirements
All equipment panels shall be provided with 120-volt, 60-Hz power. Make provisions for
conduit entry and provide a terminal block for termination of the circuit wires. All electronic
control panel components shall require a 120 VAC-24 VDC power supply. DC power supply
shall be sized to provide at least 50 percent more current than the peak current demands of
the control panel. DC power supply shall have UPS backup power capabilities as identified in
Section 17.21.3. Protection equipment shall consist of circuit breakers and fuses to protect
electrical circuits from short circuits and overloads.
Part 2 – Products
Manufacturers
DC power supplies shall be Puls Inc., Sola Inc., Allen-Bradley, or approved equal.
Fuses shall be Bussmann Manufacturing Model ABC or MDA rated for Branch circuit, or
approved equal.
Circuit Breakers shall be Allen-Bradley rated for Branch circuit, or approved equal.
City of Renton Winter 2023
West Hill Booster Pump Station Improvements Division 17
17-15
\\corp.rh2.com\dfs\Projects\Data\REN\21-0234\30 Specs\17 Automatic Control.docx 11/22/22 11:47 AM
© 2022 RH2 Engineering, Inc.
Part 3 – Execution
Construction
Branch circuits shall be individually fused with an indication of fuse opening. All fuse holders
for the panel shall be grouped on a single sub-panel. They shall be so situated that when the
panel door is opened there is a clear view of the indicators and clear access for replacement of
the fuses.
Provide DC power supplies as required to power instruments requiring external DC power of
the appropriate voltages, with sufficient voltage regulation and ripple control to assure that
the instruments being supplied can operate within their required tolerances. The power
supplies at all RTUs shall include batteries for a backup power supply and charging equipment.
17.21.3 Backup Power Supply
[CSI 40 67 63]
Part 1 - General
Design Requirements
All equipment panels shall have an Uninterruptable DC Power Module that interfaces with
the Normal DC Power Supply. The Uninterruptable DC Power Module shall be capable of
powering the control panel equipment for a period of not less than 24 hours after normal
power failure. Transfer shall be a non-mechanical, non-interruptible, smooth transfer to
battery backup.
Remote equipment batteries shall be sealed lead-acid batteries of sufficient ampere hour
capacity to meet the above requirements.
Performance Requirements
The master console shall display power failure, and also a low battery condition alarm for the
new equipment. A power failure alarm shall occur in the format currently used by the system.
A low battery condition alarm shall cause the alarm indicator to flash but will not sound the
audible alarm. The indicating light shall go off when the alarm condition is clear.
Part 3 – Execution
Installation
Batteries, battery chargers, and necessary wiring shall be installed to meet the above
specifications.
17.21.5 Line Protection Units – Low Current
[CSI 40 78 56.15]
Part 1 - General
Design Requirements
The line protection unit shall isolate and protect the I&C electronics from current and voltage
surges in the transmission lines. Each protection unit shall have:
City of Renton Winter 2023
West Hill Booster Pump Station Improvements Division 17
17-16
\\corp.rh2.com\dfs\Projects\Data\REN\21-0234\30 Specs\17 Automatic Control.docx 11/22/22 11:47 AM
© 2022 RH2 Engineering, Inc.
x An isolation transformer with a minimum of 1,500 volts AC isolation, primary to
secondary, and a minimum saturation current of 100 milliamps (ma) S.C. or as required
to protect the I&C equipment from damage.
x Separate line-side and equipment-side terminal blocks.
x Two clip-mounted, replaceable gas discharge tubes rated at 90 volts striking voltage and
5,000 ampere peak pulse current capacity and suitable ground strap.
Part 2 - Products
Manufactured Units
The line protection unit shall be a complete unit, mounted on a separate chassis, and be field
replaceable without soldering. The chassis shall be a ¼-inch thick plate.
17.21.6 Line Protection Units – High Current
[CSI 40 78 56.17]
Part 1 - General
Design Requirements
The line protection unit shall isolate and protect the I&C electronics from current and voltage
surges in the transmission lines. Each protection unit shall have:
x A minimum continuous operating current rating of 30 amps or larger as required to
protect the telemetry equipment from damage.
x A minimum peak surge current rating of 80 KA.
x Separate line-side and equipment-side terminal blocks.
x LED indicator for circuit diagnostics.
x A response time less than or equal to 1 nanosecond.
The line protection unit shall be a complete unit available as a surface mount or DIN rail.
Part 2 - Products
Manufacturers
The line protector shall be an Allen-Bradley Model 4983-DC120-20 or equal.
17.22 Wire and Cable
[CSI 40 67 33]
City of Renton Winter 2023
West Hill Booster Pump Station Improvements Division 17
17-17
\\corp.rh2.com\dfs\Projects\Data\REN\21-0234\30 Specs\17 Automatic Control.docx 11/22/22 11:47 AM
© 2022 RH2 Engineering, Inc.
17.22.2 Wiring
[CSI 40 67 33]
Part 1 - General
References
All electrical wiring shall be in accordance with the NEC.
Design Requirements
Wires shall be 600-volt class, PVC insulated, stranded copper and shall be the sizes required
for the current to be carried but not less than No. 14 AWG conductor size.
Wires for signal circuits shall be twisted shielded pairs not smaller than No. 18 AWG.
Part 3 – Execution
Installation
All power wiring shall be supported on a sheet metal raceway or enclosed in a plastic wiring
duct. Wiring for signal circuits shall be separated at least 6-inch from any power wiring.
17.22.3 Cables
[CSI 40 67 33]
Part 1 - General
Design Requirements
Cables and connectors shall be industry standard, shielded, and shall be provided to connect
all peripherals and equipment.
17.24 Switches and Relays
[CSI 40 78 19, 40 78 53]
17.24.2 Selector Switch
[CSI 40 78 19.21]
Part 2 – Products
Manufacturers
Heavy-Duty, Oil-Tight Type: Eaton/Cutler-Hammer, Type 12350T; Square D Co., Type K; Allen
Bradley, Type 800T; General Electric Co., Type CR 104P.
Heavy-Duty, Watertight, and Corrosion-Resistant Type: Eaton/Cutler-Hammer, Type E34; Square
D Co., Type SK; Allen Bradley, Type 800H; General Electric Co., Type CR 104P.
Manufactured Units
Selector switches shall be NEMA type 4/4X/13, corrosion-resistant/watertight/oil-tight, type
selector switches with contacts rated for 10 amperes continuous at proper operating voltage.
City of Renton Winter 2023
West Hill Booster Pump Station Improvements Division 17
17-18
\\corp.rh2.com\dfs\Projects\Data\REN\21-0234\30 Specs\17 Automatic Control.docx 11/22/22 11:47 AM
© 2022 RH2 Engineering, Inc.
Operators shall be black knob type. Units shall have the number of positions and contact
arrangements and spring return function (if any) as shown on Plans. Units shall be single-hole
mounting, accommodating panel thicknesses from 1/16-inch minimums to ¼-inch maximum.
17.24.3 Pushbuttons
[CSI 40 78 19.23]
Part 2 – Products
Manufacturers
Heavy-Duty, Oil-Tight Type: Eaton/Cutler-Hammer, Type 12350T; Square D Co., Type K; Allen
Bradley, Type 800T; General Electric Co., Type CR 104P.
Heavy-Duty, Watertight, and Corrosion-Resistant Type: Eaton/Cutler-Hammer, Type E34; Square
D Co., Type SK; Allen Bradley, Type 800H; General Electric Co., Type CR 104P.
Manufactured Units
Pushbuttons shall be NEMA type 4/4X/13, corrosion-resistant/watertight/oil-tight, type
push buttons with momentary contacts rated for 10-ampere continuous at proper operating
voltage. Button color shall be as specified in control panels and shall have a full guard.
Pushbutton contact arrangements shall be as shown on Plans. Size of pushbuttons as indicated
on the Plans.
Special Functions
Pushbutton for “Emergency Help” applications shall have maintained contacts and red
mushroom head operators.
17.24.4 Panel Relays
[CSI 40 78 53]
Part 1 – General
Design Criteria
Relays shall be provided as necessary to perform switching functions required of control
panels and other control circuits as shown on the Plans and described in the technical
specifications. Appropriate relay type and associated contacts shall be selected based on the
application from the control wiring diagrams or the functional description. Where timing
relays and control relays require additional contacts, provide auxiliary control relays properly
sized for the application.
All contacts and relays shall be NEMA rated and UL recognized.
The electrical life expectancy for the relay shall be over 500,000 operations at 120V AC,
10 amps; (over 200,000 operations at 120V AC, 10 amp for SPDT, 3PDT, and 4PDT). The
mechanical life expectancy for the relay shall be over 50,000,000 operations.
City of Renton Winter 2023
West Hill Booster Pump Station Improvements Division 17
17-19
\\corp.rh2.com\dfs\Projects\Data\REN\21-0234\30 Specs\17 Automatic Control.docx 11/22/22 11:47 AM
© 2022 RH2 Engineering, Inc.
Part 2 – Products
Manufacturers
Control Relays
Square D Class 8501, Type K or R; Allen Bradley 700 Type HA or HB; IDEC RH Series; or
equal.
Time Delay and Timing Relays
Allen Bradley 700 Type HR; IDEC GE1, RTE or GT3 Series; or equal.
Manufactured Units
Control Relays
Relays for general purpose use shall be DPDT or 3PDT, 10 amp contacts with the appropriate
coil voltage for the application. Relays shall be plug-in type with matching socket. All relays
shall have LED indicators to signal when the coil is energized. Relay coils shall be rated for
continuous duty.
Time Delay Relays
Time delay relays shall be multi-function, multi-range with plug-in base, pin style terminations
timing and timed out LED indicators, and calibrated scales. Relays shall have minimum
0.5 seconds to 60 minutes, 8 selectable timing ranges, 5 amp contacts. Select coil voltage for
the application. Units shall be sealed to prevent entry of contamination in the form of dust,
dirt, or moisture.
Appropriate relay shall be selected based on application from the control wiring diagrams.
Minimum accuracy (plus or minus) shall be as follows:
1. Repeat accuracy – ½ percent.
2. Timing change over full voltage range – ½ percent change over full temperature
range.
3. Scale tolerance – 5-percent.
Timing Relays
Timing relays shall be machine tool industrial relay with solid-state timer and external
adjustment dial. Range shall be 0 to 120 seconds unless indicated otherwise on the Plans. Relay
shall include an LED indictor and instantaneous and time-delay contacts rated at 10 amps,
meeting NEMA A600 designation. Timing relays shall be “on delay” or “off delay” as
indicated on the Plans. Units shall be sealed to prevent entry of contamination in the form of
dust, dirt, or moisture.
Appropriate relay shall be selected based on application from the control wiring diagrams.
Minimum accuracy (plus or minus) shall be as follows:
1. Repeat accuracy – ½ percent.
2. Timing change over full voltage range – ½ percent change over full temperature
range.
City of Renton Winter 2023
West Hill Booster Pump Station Improvements Division 17
17-20
\\corp.rh2.com\dfs\Projects\Data\REN\21-0234\30 Specs\17 Automatic Control.docx 11/22/22 11:47 AM
© 2022 RH2 Engineering, Inc.
3. Scale tolerance – 5 percent.
Part 3 – Execution
Installation
Provide adjustable time relays on all alarm and shut down circuits to prevent nuisance tripping
of other alarm points. Time delay relays for these functions may not be shown on the Plans;
however, provide as required on all circuits.
Provide additional form C contacts over and above the number indicated on the Plans for all
relays provided.
120 VAC relays shall not be interchangeable with other voltages to prevent a hazardous
interchange of relay voltages.
Provide DIN mounted or panel mounted type depending on application.
17.25 Indicating Lights and Readouts
[CSI 40 78 13, 40 78 16]
17.25.2 Pilot Lights
[CSI 40 78 16.21]
Part 2 – Products
Manufacturers
Heavy-Duty, Oil-Tight Type: Eaton/Cutler-Hammer, Type 12350T; Square D Co., Type K; Allen
Bradley, Type 800T; General Electric Co., Type CR 104P.
Heavy-Duty, Watertight, and Corrosion-Resistant Type: Eaton/Cutler-Hammer, Type E34; Square
D Co., Type SK; Allen Bradley, Type 800H; General Electric Co., Type CR 104P.
Manufactured Units
Indicating lights shall be NEMA type 4/4X/13, corrosion resistant, water-tight, oil-tight, full
voltage, push-to-test, high visibility 28 chips LED type. Pilot lights shall be rated for the proper
operating voltage. Appropriate lens caps shall be provided as shown on Plans.
17.25.5 Run Time Meters
[CSI 40 78 13.22]
Part 2 – Products
Manufacturers
HECON GO series, or equal.
Manufactured Units
Hour meter (elapsed time meters) shall be 2-inch by 1-inch nominal size, rectangular case type
for flush panel mounting. The meter face shall be of the style that most closely resembles the
panel indicating instruments if provided and shall have black trim with white or aluminized
City of Renton Winter 2023
West Hill Booster Pump Station Improvements Division 17
17-21
\\corp.rh2.com\dfs\Projects\Data\REN\21-0234\30 Specs\17 Automatic Control.docx 11/22/22 11:47 AM
© 2022 RH2 Engineering, Inc.
face. The meters shall have a 6-digit non-resettable register with the last digit indicating tenths
of an hour.
17.25.6 Operational Counters
[CSI 40 78 13.23]
Part 2 – Products
Manufacturers
HECON GO series, Redington Model 3400-2010, or equal.
Manufactured Units
Operational counters shall be 2-inch by 1-inch nominal size, rectangular case type for flush
panel mounting. The meter face shall be of the style that most closely resembles the panel
indicating instruments if provided and shall have black trim with white or aluminized face.
The meters shall have a 6-digit resettable register.
17.30 INTELLIGENT CONTROL UNITS
17.31.2 Programmable Logic Controller (PLC) System
[CSI 40 63 43]
Part 1 - General
Summary
Work involved in this contract includes providing and installing new PLC equipment and
programming to provide the functions shown on the Plans and described herein.
Performance and Design Requirements
x The PLC system modifications shall accomplish the control requirements of the loop
descriptions, Plans, and Specifications.
x The design application and installation of the PLCs shall conform to NEMA ICS 1.1.
x PLC programming shall be documented.
x All PLC control system components shall be capable of meeting or exceeding
electromagnetic interference tests per ANSI/IEEE C37.90.2.
Part 2 – Products
Manufacturers
PLC components added to this Contract shall be Allen-Bradley. No substitution.
Refer to project Telemetry Panel plans for specific Allen-Bradley component numbers and
quantities.
City of Renton Winter 2023
West Hill Booster Pump Station Improvements Division 17
17-22
\\corp.rh2.com\dfs\Projects\Data\REN\21-0234\30 Specs\17 Automatic Control.docx 11/22/22 11:47 AM
© 2022 RH2 Engineering, Inc.
Components
Input/Output (I/O) Modules
a) Provide plug-in modular-type I/O racks with cables to connect to all other required
PLC system components.
b) Provide I/O system with:
1. I/O solid state boards with status lights indicating I/O status and board failure.
2. Electric isolation between logic and field device.
3. Interchangeable boards for similar I/O type to allow substitution of operating
boards for failed units by the operator.
4. Capability of withstanding low energy common mode transient to 1500 V
without failure.
5. Incorporate noise suppression design.
6. Capable of meeting or exceeding surge-withstand capability tests, per
ANSI/IEEE C37.90.1.
7. Capable of meeting or exceeding electrical noise tests, NEMA ICS1-109.60-
109.66.
c) Discrete I/O modules:
1. Interface to ON/OFF devices.
2. I/O status indicator on module front.
3. Voltage rating to match circuit voltage.
4. Output module current rating:
a. Match maximum circuit current draw.
b. Minimum 1.5 A/point for 120 V AC applications.
5. Isolated modules for applications where one module interfaces with devices
utilizing different sources of power.
6. Individually fused outputs with blown fuse indication.
d) Analog I/O modules:
1. Input modules to accept signals indicated on Plans or Specifications.
2. 12-bit minimum resolution.
3. I/O chassis supplied power for powering connected field devices.
4. Isolated (differential) inputs and outputs.
5. User configurable for desired fault-response state.
6. Provide output signals as indicated on Plans and Specifications.
7. Individual D/A converter for each output module.
City of Renton Winter 2023
West Hill Booster Pump Station Improvements Division 17
17-23
\\corp.rh2.com\dfs\Projects\Data\REN\21-0234\30 Specs\17 Automatic Control.docx 11/22/22 11:47 AM
© 2022 RH2 Engineering, Inc.
8. Individual A/D converter for each input module.
Data Highway Communications
1. All PLC controllers shall be capable of EtherNet/IP communications. Any additional
industrial protocols shall be provided through protocol converters.
PLC Peripheral Devices
1. PLC Peripheral Devices
Graphical Operator Interface
a. The data entry and display module shall consist of a 10-inch color screen display.
b. The unit shall be capable of reading PLC data table register values and pre-defined
messages and writing into PLC memory to modify register values.
c. The readout module will be used as a local operator interface device for entering
operational parameters and reading out process data including display of all alarms
by tag number.
d. A complete index of parameters and corresponding memory locations and a
complete cross reference of alarms will be permanently attached to each PLC
enclosure.
e. The unit will be self-contained, 24 VDC powered and rated minimum NEMA 12
suitable for panel mounting.
f. Communications will be direct with the Ethernet Switch via shielded CAT 5E
Ethernet Cable.
g. The touch screen panel shall be an Allen-Bradley PanelView Plus 7 Performance
Terminal, 10-inch Color Display, Part Number 2711P-T10C22D9P. No
Substitutions.
Part 3 - Execution
Installers
Control System Integrator and programmers shall have had experience in design, installation,
and start-up of at least three similar installations using the proposed hardware and software.
Installation
Provide a completely integrated distributed programmable controller system capable of analog
and sequential control, data acquisition and display, alarm annunciation and communications
using the PLC system. I/O cards and memory shall be added as necessary to complete work
shown on the Plans and described in the specifications.
The system shall provide true distributed control wherein each PLC is an intelligent
stand-alone controller programmed for the specific functions required at its respective
location. Certain information in the form of control commands, interlocks and data will be
passed directly between the PLCs for use in executing the local control programs.
City of Renton Winter 2023
West Hill Booster Pump Station Improvements Division 17
17-24
\\corp.rh2.com\dfs\Projects\Data\REN\21-0234\30 Specs\17 Automatic Control.docx 11/22/22 11:47 AM
© 2022 RH2 Engineering, Inc.
Input/Output Connection Requirements
1. Make connections to I/O subsystem by terminating all field wiring on terminal blocks
within the I/O enclosure.
2. Prewire I/O modules to terminal blocks.
3. Provide terminal blocks with continuous marking strip.
4. Size terminals to accommodate all active data base points and spares.
5. Provide terminals for individual termination of each signal shield.
6. Field wiring shall not be disturbed when removing or replacing an I/O module.
PLC Installment
1. Component placement:
a. Mount all components according to manufacturer's instructions.
b. Locate incoming line devices (isolation or constant voltage transformers, local power
disconnects, surge suppressors, etc.) so as to keep power wire runs within an enclosure
as short as possible.
c. If items such as magnetic starters, contactors, relays and other electromagnetic devices
are located within the same enclosure as the PLC system components, provide at least
6 inches of separation between the magnetic area and the control area.
d. Oversize enclosure to accommodate future racks and auxiliary devices as required.
2. Provide enclosure with a single quick disconnect of incoming power. Mount disconnect
switch or breaker on enclosure exterior and label.
3. Enclosures shall comply with these specifications.
4. Enclosures shall be equipped with H2S inhibitor(s) suitable for the enclosed volume.
17.33 Network Equipment and Computers
17.33.1 Industrial Network Equipment
[CSI 40 66 13]
Part 1 – General
Design Requirements
All specified “industrial network equipment” shall comply with the following minimum
specifications:
1. Rated for a 5-30VDC power supply.
2. UL listed.
3. Designed for an industrial environment.
4. Operating temperature of -40 degrees Fahrenheit to 176 degrees Fahrenheit.
5. IP66 rated water and dust resistant.
City of Renton Winter 2023
West Hill Booster Pump Station Improvements Division 17
17-25
\\corp.rh2.com\dfs\Projects\Data\REN\21-0234\30 Specs\17 Automatic Control.docx 11/22/22 11:47 AM
© 2022 RH2 Engineering, Inc.
6. Control network device shall be capable of remote monitoring using OPC protocol.
7. All devices on fiber backbone shall have a minimum of two sets of transmit/receive
ports.
8. Twisted pair network speed shall be a minimum of 100Base-TX.
9. Fiber optic network speed shall be a minimum of 100Base-FX.
These requirements do not apply to non-industrial network equipment.
Part 2 - Products
Control Network Equipment
Data highway communications shall be accomplished on a control network consisting of
nodes, one at each PLC or computer workstation and a physical link layer consisting of cables
and all interfacing hardware. Control Network equipment shall consist of the following
devices.
Unmanaged Ethernet Switch
One (1) N-Tron 309FX Ethernet Switch, or equal.
Fiber Optic Patch Panel and Cables
Refer to section 16.63 of the specifications for information the fiber optic cable, fiber optic
patch cables, and connectors specified for this project. Provide a Corning minimum 24 Count
fiber optic patch panel for termination of the fiber optic cable and patch cables. Install patch
panel inside the control panel.
Part 3 – Execution
Installation
All network equipment in Control Panels shall be installed as per Plans, specifications and
product installation instructions. All components shall be suitable for installation in the
environment where installed. All devices shall be installed as specified by the manufacturer.
All devices shall be installed to be field serviceable without taking the facility out of service.
Device displays shall be positioned to be easily read when viewing directly into control panels.
17.50 SENSORS AND CONTROLS
[CSI 40 70 00]
17.50.1 Common Work for Sensors and Controls
[CSI 40 70 05]
Part 1 – General
Design Requirements
Provide sensors and controls scaled and rated for their intended application.
City of Renton Winter 2023
West Hill Booster Pump Station Improvements Division 17
17-26
\\corp.rh2.com\dfs\Projects\Data\REN\21-0234\30 Specs\17 Automatic Control.docx 11/22/22 11:47 AM
© 2022 RH2 Engineering, Inc.
Part 3 – Execution
Installation
All devices shall be installed to be field serviceable without taking the facility out of service.
Readouts shall be positioned to be easily read from a standing position, central to the room
unless allowed otherwise by the Engineer.
17.51 Emergency Sensors and Controls
17.51.2 Smoke Detectors
[CSI 28 46 11]
Part 1 - General
Design Requirements
Provide all components suitable for installation in the environment where installed. Detector
shall be provided complete with sensing head and mounting base.
The photoelectric smoke detector shall be 24-volt powered with a local audible alarm and
Form C contacts for remote annunciation through two-wire connection to telemetry panel.
The voltage requirement is dependent of the power source available at the telemetry panel.
The detector shall detect both smoke particles and heat. The detectors shall have a latching
alarm feature that resets only by a momentary power interruption.
Part 2 – Products
Manufacturers
The smoke detector shall be a System Sensor 4WTAR-B, or equal.
Part 3 – Execution
Examination
The Contractor shall verify power supply before selecting the appropriate model.
Site Testing
Test each smoke detector with artificial smoke in a can per manufacturer’s instructions. Test
the thermal sensing units with a heat gun or blow dryer per manufacturer’s instructions.
Other testing methods will only be acceptable if approved by the manufacturer. Each failed
smoke detector shall be replaced.
City of Renton Winter 2023
West Hill Booster Pump Station Improvements Division 17
17-27
\\corp.rh2.com\dfs\Projects\Data\REN\21-0234\30 Specs\17 Automatic Control.docx 11/22/22 11:47 AM
© 2022 RH2 Engineering, Inc.
17.51.3 Intrusion Motion Detector
[CSI 28 31 11.21, 28 31 21]
Part 1 – General
Design Requirements
Provide motion detectors as shown on the Plans. All components shall be suitable for
installation in the environment where installed. Motion Detectors shall be a 12-volt DC
powered passive infrared detector with both normally open and normally closed contacts.
Part 2 - Products
Manufacturers
OPTEX LX-402, or equal.
Part 3 – Execution
Installation
Motion Detectors shall be installed and tested at the locations shown on the Plans.
Mount the motion detectors as shown on the Plans to detect access into each room or area.
17.51.4 Intrusion Alarm Switch
[CSI 28 31 11.23]
Part 1 – General
Design Requirements
The switch shall be two-pole side plunger type switch with one normally open and one
normally closed set of contacts. The switch shall be a Type C and NEMA rated.
Part 2 – Products
Manufacturers
Intrusion switches shall be Siemens, no substitutions. Model shall be as specified on the Plans,
or equal.
Components
Provide with a standard box plug-in and connecting cable of significant length to reach a
junction box located near the switch.
Part 3 – Execution
Installation
The Contractor shall install intrusion alarm switches on all entrance doors and access hatches
as shown on the Plans. All components shall be suitable for installation in the environment
where installed.
City of Renton Winter 2023
West Hill Booster Pump Station Improvements Division 17
17-28
\\corp.rh2.com\dfs\Projects\Data\REN\21-0234\30 Specs\17 Automatic Control.docx 11/22/22 11:47 AM
© 2022 RH2 Engineering, Inc.
Mount the switch as shown on the Plans to detect the opening of each entrance door and
access hatch identified on the Plans. Connect to the normally open contacts so that the switch
is closed when the door is closed and open when the door is open. A factory provided cord
shall be of significant length to reach from the device to a junction box.
17.51.5 Operator in Trouble (Panic) Alarm Button
[CSI 40 78 19.25]
Part 2 - Products
Manufacturers
Allen-Bradley, Eaton, Siemens, Square-D, or equal.
Materials
The pushbutton shall be heavy duty, oil-tight, push-pull mushroom type with contacts rated
for 10 amps continuous at 24 VDC. Button color shall be red. Each pushbutton shall be
furnished with a permanently mounted “Operator in Trouble – Push to Alarm” sign above
the button. A junction box shall be provided for mounting.
Part 3 – Execution
Installation
The contractor shall install operator in trouble alarm buttons as shown on the Plans. Unless
otherwise noted, mount device 48 inches above the floor. The alarm button when pushed shall
transmit a signal into the telemetry for remote and local enunciation of an alarm condition.
Each alarm button shall be wired in series to the input point at the telemetry panel.
17.52 Pressure and Level Sensors and Controls
[CSI 40 72 00, 40 73 00]
17.52.2 Flood Liquid Level Switches
[CSI 40 72 83]
Design Requirements
The switch shall be SPST rated for 20VA. The float shall be constructed on Buna-N material
and the stem shall be constructed from brass.
Part 2 – Products
Manufacturers
Switches shall be Omega, LVN-20 or equal.
Part 3 – Execution
Installation
The contractor shall install a liquid level switch as shown on the Plans. Mount the switch to
the end of ½-inch PVC Coated GRS or galvanized pipe, depending on the area classification.
City of Renton Winter 2023
West Hill Booster Pump Station Improvements Division 17
17-29
\\corp.rh2.com\dfs\Projects\Data\REN\21-0234\30 Specs\17 Automatic Control.docx 11/22/22 11:47 AM
© 2022 RH2 Engineering, Inc.
Provide threaded busing as necessary to provide a complete assembly. Secure pipe to wall with
a minimum of two galvanized conduit hangers. Mount the liquid level assembly ½-inch above
the finished floor.
17.52.5 Pressure Switches
[CSI 40 73 36]
Part 1 – General
Design Requirements
Provide pressure switches that are surface mount type with ¼-inch or ½-inch NPT bottom
fittings (or as shown on the plans if different) and completely suitable for operation when
connected to potable water. All wetted parts shall be brass or stainless steel; no aluminum will
be allowed. Provide unit with clear Lexan cover over trip settings that are screwdriver
adjustable and displayed in psi. Housings shall be NEMA 4 rated with waterproof conduit
connections.
Select switches to provide suitable over-pressure protection for specific pressure range
involved at each location. Sensors shall be seamless brass or stainless steel. Setpoints shown
are estimates and may require adjustment at startup.
Part 2 – Products
Manufacturers
United Electric 400 series, or equal.
Part 3 – Execution
Installation
Install switches as shown on the Plans. If not shown, securely install and mount in a location
approved by the Owner. with a suitable, adjustable snubber/pulsation dampener.
17.53 Environmental Sensors and Controls
17.53.2 Wall-Mounted Cooling Thermostat
[CSI 23 09 13.13]
Part 1 – General
Design Requirements
All components shall be suitable for installation in the environment where installed. The
thermostat shall be a snap action, SPDT line voltage air switch controller rated for a 16-amp
inductive load at 120 VAC.
City of Renton Winter 2023
West Hill Booster Pump Station Improvements Division 17
17-30
\\corp.rh2.com\dfs\Projects\Data\REN\21-0234\30 Specs\17 Automatic Control.docx 11/22/22 11:47 AM
© 2022 RH2 Engineering, Inc.
Part 2 – Products
Manufacturer
The Wall-Mounted Cooling Thermostat shall be a Honeywell Model No. T775A2009 or equal
with a 40 to 100-degree Fahrenheit range.
Part 3 – Execution
Installation
Furnish and install wall-mounted cooling thermostat as shown on the Plans. Mount thermostat
4 feet above finished floor in location shown on the Plans. Set thermostat at 75 degrees
Fahrenheit.
17.53.3 Wall-Mounted Heating Thermostat
[CSI 23 09 13.13]
Part 1 – General
Related Sections
x Division 11.95.83.33 Radiant Space Heater
Design Requirements
Provide a 24 volt, SPST wall mounted heating thermostat. All components shall be suitable
for installation in the environment where installed. Thermostat shall be as recommended by
the space heater manufacturer. Thermostat shall have an adjustable range from 40 to 100
degrees Fahrenheit. Set thermostat at 60 degrees Fahrenheit unless specified otherwise on the
plans.
Part 2 – Products
Manufacturer
The wall-mounted heating thermostat shall be a Honeywell TH6110D1005, or equal.
Part 3 – Execution
Installation
Furnish and install wall-mounted thermostat as shown on the Plans. Mount thermostat 4 feet
above finished floor in location shown on the Plans.
17.90 TESTING, STARTUP, AND TRAINING
17.90.1 Common Work for Testing, Startup, and Training
[CSI 40 61 21, 40 61 26, 40 80 00]
Part 1 – General
Summary
Total system hardware start-up is the responsibility of the Control System Integrator.
City of Renton Winter 2023
West Hill Booster Pump Station Improvements Division 17
17-31
\\corp.rh2.com\dfs\Projects\Data\REN\21-0234\30 Specs\17 Automatic Control.docx 11/22/22 11:47 AM
© 2022 RH2 Engineering, Inc.
Maintenance
The Control System Integrator shall be solely and completely responsible for all hardware
maintenance of the system from time of start-up to the date of acceptance, by formal action
of the Owner, of all work under the contract. The Control System Integrator shall perform all
such work required or considered to be required by the Owner to cause and maintain proper
operation of the system and to properly maintain the system.
Warranty
The Contractor shall cause the Control System Integrator to make any and all repairs,
replacements, modifications and adjustments required to eliminate any and all defects in
design, materials and workmanship which are disclosed within the one year guarantee period.
The Control System Integrator shall begin all repairs, replacements, modifications and
adjustments within twenty-four (24) hours of notification by telephone by the Owner and shall
complete such repairs, replacements, modifications and adjustments within forty-eight (48)
hours of notification. Should the Control System Integrator fail to begin the work within
24 hours or complete the work within 48 hours, the Owner may proceed to undertake or
complete the work. In such event, the Contractor and his surety shall be liable for all costs
incurred by the Owner.
Part 3 – Execution
Field Quality Control
Equipment Manufacturer’s Support
1. The Control System Integrator shall pay for services of equipment manufacturer's field
service representative(s) to:
a. Inspect equipment covered by these Specifications.
b. Supervise adjustments and installation checks.
c. Conduct start-up of equipment and perform operational checks.
d. Provide Owner with a written statement that manufacturer's equipment has been
installed properly, started up and is ready for operation by Owner's personnel.
Repairs
The Control System Integrator shall correct all deficiencies and defects and make any and all
repairs, replacements, modifications, and adjustments as malfunctions or failures occur.
The Contractor and the Control System Integrator shall anticipate that the Owner may delay
acceptance of all work under the contract if, in the judgment of the Owner, malfunctions or
failures in operation of the control system repeatedly occur after start-up. Both the Contractor
and the Control System Integrator shall not be entitled to an extension of time or to any claim
for damages because of hindrances, delays or complications caused by or resulting from delay
by the Owner in accepting the work because of malfunctions or failures in operation of the
control system.
City of Renton Winter 2023
West Hill Booster Pump Station Improvements Division 17
17-32
\\corp.rh2.com\dfs\Projects\Data\REN\21-0234\30 Specs\17 Automatic Control.docx 11/22/22 11:47 AM
© 2022 RH2 Engineering, Inc.
17.91 Tests and Inspections
[CSI 40 61 21, 40 80 13]
Part 1 - General
Summary
Materials, equipment, and construction included under this specification shall be inspected in
accordance with the specifications. Testing shall be performed by the Control System
Integrator in accordance with Division 16, and this and subsequent sections of this division.
Testing shall be required to determine if installed equipment and system(s) will operate in the
manner in which they are intended to operate. The decision of the Owner upon the
acceptability of the test procedures and conformance shall be final. The work will not be
accepted until all testing has been satisfactorily performed.
Scheduling
The Contractor shall prepare factory and field test procedures to demonstrate conformance
of the complete system to this specification. The Contractor shall submit the detailed test
procedures within four weeks after the notice to proceed for the Engineer’s review and
approval.
The Contractor shall furnish all labor, materials, tools, equipment, instruments and services
necessary to perform all specific functional testing of all installed equipment and systems at
no additional cost.
The Control System Integrator and Contractor shall notify the Owner and Engineer (Control
System Programmer) of the factory testing date 30 days before testing.
The Contractor and Control System Integrator shall include in the schedule 10 consecutive
working days as part of the factory testing for the Control System Programmer to test the
control system software with the hardware supplied by the Control System Integrator at the
Control System Integrator’s shop.
The Control System Integrator and Contractor shall submit to the Engineer (Control System
Programmer) a detailed field testing schedule identifying each day that both the Control
System Integrator and Control System Programmer will need to be on site for field testing of
equipment. A preliminary schedule shall be submitted to the Engineer for review 60 days
before testing. A final schedule shall be submitted to the Engineer for review 30 days before
testing.
The Contractor and Control System Integrator shall include in the construction schedule
10 consecutive working days between the completion of field testing and the startup phase for
the Control System Programmer to perform field software testing. Startup shall not proceed
until the software field testing is complete.
Part 2 – Products
Factory Testing
All factory testing of control panels and computer systems shall be performed at the Control
System Integrator’s shop.
City of Renton Winter 2023
West Hill Booster Pump Station Improvements Division 17
17-33
\\corp.rh2.com\dfs\Projects\Data\REN\21-0234\30 Specs\17 Automatic Control.docx 11/22/22 11:47 AM
© 2022 RH2 Engineering, Inc.
The completed control system shall be tested in the shop by the Control System Integrator
and the Control System Programmer. All motor control centers and VFD’s supplied by the
Control System Integrator shall be interconnected with the control system and powered with
rated incoming voltage. Testing shall be conducted in two phases. The initial hardware testing
shall include, but not be limited to, operation of all input and output (I/O) points, control
devices and motor controllers. The subsequent testing shall include, but not be limited to,
testing of RTU programming and Operator Interface provided by the Control System
Programmer.
The initial hardware testing of the control system shall include the following:
1. The entire assembled panels shall be meggered and tested to be free from grounds and
shorts.
2. Energize each discrete input and output and simulating each analog input and output
using a loop simulator and calibrator. Circuits not energized shall be tested for
continuity. Discrete input signals shall be tested in both the “on” and “off” state.
Analog signals shall be tested at a minimum of three values (4 mA, 12 mA, and 20 mA).
The test results shall be documented by the Control System Integrator in checklist
format. The final test results shall be signed by both the Engineer and Control System
Integrator prior to shipment of equipment to the job site.
3. Provide signal generators, multimeters, and other test equipment as required to verify
proper operation of the assembled panels.
4. The Control System Integrator shall interconnect the control panels with the motor
control centers and VFD’s for both hardware and software testing phases. Control
panels shall initially be hardware tested in one group. Similarly, the motor control
centers and VFD’s shall be hardware tested in another group. After both groups of
hardware are confirmed to be operating correctly, the Control System Integrator shall
interconnect the equipment with Ethernet cables and analog and discrete wiring as
shown on the Plans. The equipment shall remain connected for the remainder of the
factory testing period.
5. Correct, replace, or repair control panel and motor control center wiring, and/or
components until testing demonstrates proper operation. Control panels and motor
control centers shall not be shipped to the job site until testing has demonstrated
complete operation of the panels.
6. Provide updated and complete as-built drawings for the control panels and motor
control centers at the time of final factory testing. The Engineer shall review the
drawings against the panel construction at the time of final factory testing. Drawings
which do not reflect the actual construction of the panel shall be revised and reviewed
again by the Engineer. As-built drawings that require revisions shall be submitted to
the Engineer for review prior to shipment of equipment to the job site. This review
process shall be repeated as necessary so that as-built drawings reflect the actual
construction of the panels and motor control centers at the time of shipment. Panels
and motor control centers shall not be shipped to the job site until the as-built
drawings are updated, complete, and reflect the actual as-shipped status of the
equipment.
City of Renton Winter 2023
West Hill Booster Pump Station Improvements Division 17
17-34
\\corp.rh2.com\dfs\Projects\Data\REN\21-0234\30 Specs\17 Automatic Control.docx 11/22/22 11:47 AM
© 2022 RH2 Engineering, Inc.
Upon completion of the initial hardware testing, Control System Programmer shall conduct
software testing for final inspection by the Owner. The Control System Integrator shall
provide for time, equipment and support in their shop for Control System Programmer to
completely demonstrate the functions of the entire control system. All control functions and
all status and alarm monitoring and indication shall be demonstrated under simulated
operating conditions. Simulating equipment shall be provided and wired into the control
system for this testing. Testing shall be continued for the time period required by the Owner
to observe and verify any revisions and as described above in the scheduling portion of this
specification.
Part 3 – Execution
Field Quality Control
Following installation by the Contractor, the Control System Integrator will verify the
correctness of the interconnecting wiring and energize all control equipment in the field. Each
point at the controller(s) shall be checked for proper functional operation through
communication with the central computer.
Field Tests
The Control System Integrator in conjunction with the Contractor shall conduct field tests of
all panels, motor control centers, VFD’s, and instrumentation in the presence of the Engineer
after installation of the equipment at the site. Testing shall be conducted by physically actuating
signaling devices, installing temporary jumpers, or artificially imposing signals on the field
wiring. This shall be done to establish proper operation of the field devices, the integrity of
the field wiring, and the proper connection of field devices to the panels. The Contractor and
Control System Integrator shall coordinate with the Engineer to provide for as complete
testing of the control system as is practical prior to placing the equipment on line for actual
control and monitoring. The Contractor and Control System Integrator shall make corrections
or repairs to the wiring and/or devices as necessary to provide proper operation of the system.
After the initial testing is complete, commissioning shall be accomplished by the Control
Systems Integrator, Control System Programmer, and Contractor, with the Owner and
Engineer present. Commissioning shall include operation and verification of all control
components and features of the entire control system. Each function shall be demonstrated
to the satisfaction of the Owner.
Repairs
Should any part of the system fail during the test, the test shall be rescheduled and repeated
to the satisfaction of the Owner after repairs.
City of Renton Winter 2023
West Hill Booster Pump Station Improvements Division 17
17-35
\\corp.rh2.com\dfs\Projects\Data\REN\21-0234\30 Specs\17 Automatic Control.docx 11/22/22 11:47 AM
© 2022 RH2 Engineering, Inc.
17.92 Startup
[CSI 40 80 15]
Part 1 – General
Summary
All testing, startup and operation shall not be cause for claims for delay by the Contractor, and
all expenses accruing therefrom shall be deemed to be incidental to this contract. The
Contractor shall make arrangement for all materials, supplies and labor necessary to efficiently
complete the testing, startup and operation.
Startup shall consist of testing, by a simulated operation, all operational equipment and
controls. The purpose of these tests shall be to check that all equipment will function under
operating conditions, that all interlocking controls and sequences are properly set, and that the
facility will function as an operating unit.
Scheduling
Factory representatives of all major units shall be present for the startup phase. The test shall
continue until it is demonstrated that all functions of controls and machinery are correct.
Part 3 - Execution
Field Quality Control
When the installation of the Control System is substantially complete, the Contractor shall
commence with calibration and field testing. Testing shall determine that all system
components connect up correctly to each other so that the system works as designed. Refer
to section 17.91 for field testing requirements.
All components of the control system shall be calibrated by the Control System Integrator
after completion of installation. Each component shall be adjusted to be within the
Manufacturer's required range and for the specific application.
Components that cannot be properly calibrated or that are found to exceed the Manufacturer's
specified range or accuracy shall be removed and replaced at no additional cost to the Owner.
The control system shall be placed into operation by the Control Systems Integrator and
Control System Programmer.
The Control System Integrator shall calibrate all instruments, indicators, recorders, loops, etc.
and shall provide a five-point calibration test results sheet for each calibrated instrument
supplied by the Control System Integrator. The five-point calibration shall include one point
at: Minimum input range value, Maximum input range value, Midrange input value, no other
point less than 25 percent of span to any other point. Test forms shall identify each instrument
tested, input conditions vs. output signal results in tabulated form, and shall be submitted to
the Engineer prior to final commissioning.
Repairs
All deficiencies observed during the start-up will be corrected by the Contractor.
City of Renton Winter 2023
West Hill Booster Pump Station Improvements Division 17
17-36
\\corp.rh2.com\dfs\Projects\Data\REN\21-0234\30 Specs\17 Automatic Control.docx 11/22/22 11:47 AM
© 2022 RH2 Engineering, Inc.
17.93 Training
[CSI 40 61 26]
Part 1 – General
Submittals
Submit index of all training offered by PLC system equipment manufacturers including
operation and maintenance.
The Control System Integrator shall prepare and assemble specific instruction materials for
each training session and shall supply such materials to the Owner at least 2 weeks prior to the
time of the training.
The Control System Programmer will provide additional training that is separate from this
contract.
Part 3 – Execution
Hands-On Training
The Control System Integrator shall conduct specifically organized training sessions in
operation and maintenance of the control system for personnel employed by the Owner. The
training sessions shall be conducted to educate and train the personnel in maintenance and
operation of all components of the control system. Training shall include, but not be limited
to, the following:
1. Preventative maintenance procedures
2. Trouble-shooting
3. Calibration
4. Testing
5. Replacement of components
At least two separate training sessions, each at least 4 hours in duration, shall be conducted at
the facility after start-up of the system.
17.94 Documentation
17.94.2 Operations and Maintenance Manuals
[CSI 40 80 23]
Part 1 – General
Summary
Two types of operation and maintenance manuals (O&M) will be required for the contract:
1. General manuals for use by the Water Department staff for daily operation,
maintenance and troubleshooting.
City of Renton Winter 2023
West Hill Booster Pump Station Improvements Division 17
17-37
\\corp.rh2.com\dfs\Projects\Data\REN\21-0234\30 Specs\17 Automatic Control.docx 11/22/22 11:47 AM
© 2022 RH2 Engineering, Inc.
2. Technical manuals for use by trained electronics technicians for technical and “board
level” maintenance and repair.
Submittals
Prior to the receipt of payment for more than 50 percent of the work, the Contractor shall
deliver to the Owner five sets of acceptable manufacturer's operating and maintenance
instructions covering each piece of mechanical and electrical equipment, or equipment
assembly, furnished under this contract. Each set of instructions shall be bound into multiple
volumes; each volume to be complete with and index and bound in a suitable hard-cover
binder. Manuals shall be assembled and indexed so that information on each piece of
equipment can be readily found. Any additional operating and maintenance instructions from
the Control Systems Programmer will be submitted separately.
Quality Assurance
Manuals shall be purposefully made for this installation, and general manuals which are vague
or have limited applicability will not be accepted. The manuals shall be written in a non-
technical format suitable for reading by water system operators with no previous automatic
control equipment experience. The decision of the Owner on the acceptability of the manual
shall be final.
Part 2 – Products
Materials
The Control System Integrator shall prepare and assemble detailed operation and maintenance
manuals in accordance with the project general requirements. The manuals shall include, but
not be limited to, the following:
1. Name, location and phone number of nearest supplier and spare part warehouse.
2. Step by step operating procedures.
3. Narrative of overall system performance and operation.
4. Listing of all equipment setpoints.
5. Preventative maintenance procedures
6. Trouble-shooting of master and remote equipment.
7. Calibration
8. Testing
9. Replacement of components
10. System schematics / shop drawings
11. As-built elementary and one-line diagrams
12. Catalog data and complete parts list for all equipment and control devices
13. Listing of recommended spare parts.
14. Listing of recommended maintenance tools and equipment.
City of Renton Winter 2023
West Hill Booster Pump Station Improvements Division 17
17-38
\\corp.rh2.com\dfs\Projects\Data\REN\21-0234\30 Specs\17 Automatic Control.docx 11/22/22 11:47 AM
© 2022 RH2 Engineering, Inc.
15. Warranties.
16. Disassembly and reassembly instructions.
All plans shall be provided on hard copy and in electronic form on disk. Electronic drawing
files shall be provided in AutoCAD .DWG format with all “xrefs” bound. If “xrefs” are not
bound, all “xref”.DWG files shall be provided unlinked with instructions to reestablish the
links. Files shall be in AutoCAD 2010 or later format.
18-1
J:\Data\REN\21-0234\30 Specs\18 Measurement and Payment.docx 11/23/22 5:00 AM
© 2022 RH2 Engineering, Inc.
Division 18
Measurement and Payment
18.0 GENERAL
It is the intention of these specifications that performance of work under bid items shall
result in complete construction, in proper operating condition, of improvements identified
in these written specifications and accompanying plans. Work and material not specifically
listed herein but required according to the plans and specifications and general practice shall
be included in Contractor’s bid price in the most closely applicable bid item.
If a minimum bid amount has been established for any item and the bidder’s entry is less
than the minimum specified amount, the City will unilaterally revise the price to the
minimum specified amount and recalculate the total. The recalculated total will be used by
the City for award purposes and to fix the contract price amount and the amount of the
contract bond.
If a maximum or fixed bid amount has been established for any item and the bidder’s entry
exceeds the maximum or fixed specified amount, the City will reduce the bid item price to
the maximum or fixed specified amount and relocate the offsetting amounts to bid items of
the City’s choosing.
Bid Item 1 – Mobilization, Demobilization, Site Preparation,
and Cleanup – Lump Sum
Measurement for “Mobilization, Demobilization, Site Preparation, and Cleanup” will be
lump sum. The lump sum price shown will cover the complete cost of furnishing and
installing, complete and in-place all Work and materials necessary to:
x Move and organize equipment and personnel onto the job site.
x Provide and maintain all necessary support facilities and utilities.
x Obtain all necessary permits and licenses.
x Prepare the site for construction operations.
x Maintain the site and surrounding areas during construction.
x Prepare sanitary facilities for contractor’s personnel.
x Provide protection of existing utilities.
x Provide component and system testing.
x Move all personnel and equipment off the site after contract completion.
x Preparing all required construction material and design submittals.
The contractor shall prepare a Mobilization Plan showing the proposed location for storage
of equipment and materials proposed to be located on site. Storage shall not interfere with
the use of City ROW and commercial and residential access. For any proposed storage ton
on private property, the Contractor shall obtain all approvals and permits and shall be
responsible for all fees, applications, and work needed to obtain the approvals.
City of Renton Winter 2023
West Hill Booster Pump Station Improvements Division 18
18-2
J:\Data\REN\21-0234\30 Specs\18 Measurement and Payment.docx 11/23/22 5:00 AM
© 2022 RH2 Engineering, Inc.
The Contractor shall prepare a Work Plan that shall include the following:
A. Proposed Construction Sequence and Schedule for all major items of work.
B. Mobilization Plan showing the proposed location for storage of all equipment
and materials.
C. Shoring Systems plan/provisions.
D. Identify Disposal Sites for various waste materials and provide copies of the
site’s permits, licenses, and approvals.
E. Traffic Control Plan.
F. Health and Safety Plan and Accident Prevention Program/Plan
The Work Plan shall be submitted to the City for review and approval within 30 calendar
days of the contract award.
Payment for “Mobilization, Demobilization, Site Preparation, and Cleanup” will be made at
the lump sum amount bid (NOT to exceed 70% of bid price prior to completion of
construction) based on the percent of completed Work as defined in the 2022 Standard
Specifications for Road, Bridge, and Municipal Construction (WSDOT) for mobilization.
Payment for the remaining 25% will be made upon completion and final clean-up of the
construction site. Payment for the final 5% of the bid price will be made after the final
acceptance made by the City Council.
Such payment will be complete compensation for all mobilization of employees, equipment
and materials, Mobilization Plan, Work Plan, preparation of all necessary submittals, bonds,
insurance, site improvements, permits, clean-up, dewatering plan, safety plan, and other
plans/submittals not specifically covered in bid items, etc. all in conformance with the
Contract Documents. This bid item may not be more than ten percent (10%) of the total
amount of Bid.
Bid Item 2 – Minor Changes – Estimated
For the purpose of providing a common proposal for all bidders, the Contracting Agency
has entered an amount for “Minor Changes” in the proposal to become part of the total bid
by the contractor. At the discretion of the Contracting Agency, all or part of this estimated
amount may be used in lieu of the more formal procedure as outlined in section 1-04.4 of
the standard specifications. The unit contract price for Minor Changes given in the Schedule
of Prices and shall not be changed by the bidder.
All work and payment under this item shall be authorized by the City Project Manager.
Payment will be determined in accordance with Section 1-09.4 of the Standard
Specifications.
Payment for this item will be only used for the changes and amounts approved by the City.
If no changes are authorized under this bid item, final payment for this bid item will be $0
(zero).
City of Renton Winter 2023
West Hill Booster Pump Station Improvements Division 18
18-3
J:\Data\REN\21-0234\30 Specs\18 Measurement and Payment.docx 11/23/22 5:00 AM
© 2022 RH2 Engineering, Inc.
Bid Item 3 – Construction Surveying, Staking, and As-Built
Drawings – Lump Sum
Measurement for “Construction Surveying, Staking and As-Built Drawings” information will
be per the lump sum bid price and based on the percentage of total Work complete at the
time of measurement.
Payment may be prorated over the construction period based on the amount of work
completed for construction surveying, staking and as-built information.
Survey shall be per Section 1-05.4 and Section 1-11. The as-built survey shall be per Section
1-11. The contractor shall provide the City with a set of redline drawings with the as-built
locations and elevations of all new utilities and construction work.
Payment will be full compensation for all labor, materials, equipment, tools, travel,
surveying, and other incidental costs and works needed to:
x Provide construction surveying and of the improvements (including providing a
Washington State licensed surveyor for said work),
x Staking in advance of pipe laying, fittings, and structure installation, surveying the
horizontal and vertical locations of all potholed existing utilities within the work area.
Payment will also be full compensation for all labor, materials, equipment, tools, all
incidental work needed to:
x Provide as-built surveying, preparing “red line” as-built drawings for pay estimate
submittal with fittings and dimensions of existing and proposed facilities installed or
encountered during the pay period.
x Furnish an electronic file with construction drawings stamped and signed by a
licensed land surveyor that contains the as-built information and copies of field
notes.
No more than 75% of the bid amount for this item shall be paid prior to the review and
acceptance of the as-constructed information by the Engineer.
Bid Item 4 – Temporary Traffic Control – Lump Sum
Measurement for “Temporary Traffic Control” will be will per the lump sum bid price and
shall be based on the percentage of total Work complete, by dollar value, at the time of
measurement in conformance with the Contract Documents.
Payment for “Temporary Traffic Control” will be made at the measured percentage amount
for the pay period times the lump sum bid amount. Payment will be full compensation of all
labors (e.g., traffic control supervisor, flaggers), equipment, and materials, including, but not
be limited to:
x Preparing, revising, and submitting traffic control plans.
x Furnishing public convenience and safety.
x Furnishing all labors including traffic control supervisor, flaggers.
x Furnishing, installing, and maintaining construction signs, detours, barricades,
sequential arrow boards, portable changeable message signs, traffic control devices,
truck-mounted attenuator, temporary stripping, clean up, and others as described in
Section 1-10.3 and in the Traffic Control Information.
City of Renton Winter 2023
West Hill Booster Pump Station Improvements Division 18
18-4
J:\Data\REN\21-0234\30 Specs\18 Measurement and Payment.docx 11/23/22 5:00 AM
© 2022 RH2 Engineering, Inc.
Temporary Traffic Control Plan shall be developed per the Manual on Uniform Traffic
Control Devices (MUTCD) and per the City Transportation Department Standards and
Requirements. Also, included in the contract price is the cost to furnish traffic control
services and equipment for construction surveying, staking, and as-built plans.
All adjustments to the Traffic Control Plan as Work progresses are considered incidental,
and no additional payment will be made for adjustments.
Bid Item 5 – Temporary Erosion and Sediment Control (TESC)
and Implementation – Lump Sum
Measurement for “Temporary Erosion and Sediment Control (TESC) and Implementation”
will be based on the lump sum bid price and shall be based on the percentage of total Work
complete, by dollar value, at the time of measurement in conformance with the Contract
Documents.
Temporary Erosion and Sediment Control (TESC) measures include inlet protection (catch
basin inserts), cleaning catch basins, silt fence, high visibility fence, construction entrance,
straw and wood mulching, straw wattle, netting and matting, dewatering, sediment trap,
hydroseeding, etc. at a minimum. Other erosion control measures may be necessary
depending on weather and site conditions, including but not limited to, hay bales, placement
of plastic sheets over exposed soil and stockpiles, mulching, netting, etc., and any other
activities needed to control erosion from the project.
After TESC measures are installed, the Contractor shall make any field adjustments
necessary based on the latest City of Renton Surface Water Design Manual, and proper
construction practices to reduce or eliminate any erosion and discharge of sediment-laden
water. All adjustments are considered incidental, and no additional payment will be made
for adjustments.
The lump sum price for “Temporary Erosion and Sediment Control (TESC) and
Implementation” shall be full pay for all labors, material, tools, equipment, and other
incidental costs required to furnishing, installing, and implementing TESC measures
including but not be limited to Installation, monitoring, and maintenance of sediment trap,
construction entrance, silt fence, high visibility fence, straw wattles, pumping of construction
water, temporary storm drain diversions including temporary piping, check dams. The TESC
measures shall include street sweeping, collection, and disposal of wastewater from asphalt
and concrete cutting operations and other work necessary to meet the contract requirements.
Payment shall also include the Contractor’s use of Baker Tanks, as needed during
construction and associated labor, tools, equipment and incidental costs including Baker
Tank mobilization, set up, maintenance, and relocation as work progresses, and incidentals
required to use Baker Tanks, when needed to meet regulatory discharge requirements.
Work shall include coordination, permitting, fees, and treatment required by King County as
required in 1-07.15 if discharging to the sanitary sewer.
City of Renton Winter 2023
West Hill Booster Pump Station Improvements Division 18
18-5
J:\Data\REN\21-0234\30 Specs\18 Measurement and Payment.docx 11/23/22 5:00 AM
© 2022 RH2 Engineering, Inc.
Bid Item 6 – Trench and Excavation Safety Systems – Lump
Sum
Measurement for Trench and Excavation Safety Systems shall be per lump sum bid price
based on the percentage of total Work complete, by dollar value, at the time of measurement
in conformance with the Contract Documents.
The payment shall include the complete compensation for all equipment, labor, materials,
hauling, planning, design, engineering, submittals, furnishing, and constructing and removal
of such temporary sheeting, shoring, and bracing complete as required under OSHA and
RCW Chapter 49.17, etc., required to construct the improvements in conformance with the
contract documents.
Bid Item 7 – Dewatering System – Lump Sum
Measurement for dewatering will be per the lump sum bid price based on the percentage of
total Work complete, by dollar value, at the time of measurement in conformance with the
Contract Documents.
The lump sum Contract price for Dewatering System shall be complete compensation for all
labor, equipment, and materials to provide dewatering measures as necessary to complete the
work, including but not limited to, preparation and submittal of the temporary dewatering
plan , all labor, excavation, backfill, dewatering well installation operation and removal,
temporary piping, pumps, steel sheets, sediment and turbidity treatment of discharge water
and/or obtaining permit approval from King County (Industrial Waste Program) for
discharge into sanitary sewer including all water quality testing, performance monitoring
including pre-dewatering survey of structures, or other methods deemed necessary to
operate and maintain a system in accordance with the Contract Documents.
Bid Item 8 – Removal and Replacement of Unsuitable
Foundation Materials – Ton
Measurement for Removal and Replacement of Unsuitable Foundation Material will be
measured in Tons based on the placed weight of material installed in conformance with the
Contract Documents. Placement of foundation material will be measured only for the
area(s) authorized by the Engineer. Certified tickets will accompany each load, a copy of
tickets will be given to the Engineer daily. Wasted materials will not be included in the
measurement or payment.
Payment for Removal and Replacement of Unsuitable Foundation Material shall be full
compensations for all labor, materials, tools, equipment, excavation, foundation materials,
haul, placement, water, compaction, removal haul and disposal of waste material, etc.,
required to complete this item of Work in conformance with the Contract Documents.
Payment for this item will be only for the removal and replacement of unsuitable material
requested by the City. Removal and Replacement of Unsuitable Foundation Material is
exempt from Section 1-04.6 and no price adjustment will be made for variation in actual
quantity used.
City of Renton Winter 2023
West Hill Booster Pump Station Improvements Division 18
18-6
J:\Data\REN\21-0234\30 Specs\18 Measurement and Payment.docx 11/23/22 5:00 AM
© 2022 RH2 Engineering, Inc.
Bid Item 9 – Landscape Restoration – Lump Sum
Measurement for Landscape Restoration work shall be lump sum, and based on the
percentage of total Work complete, by dollar value, at the time of measurement in
conformance with the Contract Documents.
Payment for Landscape Restoration shall be full compensation for all labor, equipment,
materials, hauling, excavation, sod, grass seed, trees, shrubs, topsoil, compost, mulch, soil
amendments, landscape bark, gravel, concrete, planting, preparation, compaction, watering,
restoration, etc. required to restore landscaped, grass, trees, shrubs, and planted areas and
other unpaved areas within the project area to an equal or better condition in conformance
with the Contract Documents. It shall include but not be limited to the following:
x Hauling and disposing unsuitable, surplus and/or waste materials.
x Replacing and restoring any landscaping, rockeries, walls, tree removal and
replacement, trees, bark, and other improvements disturbed by construction
activities, as directed by the Engineer.
x Preparation, placement topsoil, compost, mulch, soil amendments, and lawn sod and/or
seed per City specifications as supplemented in the Special Provisions. All lawn areas
shall be replaced with topsoil, compost, mulch, soil amendments, sod and/or seed. Bare
areas shall be replaced at a minimum with mulch and seed.
x Site cleanup of all areas disturbed by contractor’s activities to match the conditions
as closely as existed prior to contractor’s beginning work or as directed by the
Engineer.
Bid Item 10 – Site Work – Lump Sum
Measurement for Site Work shall be per Lump Sum bid Price and based upon the
percentage of total work complete, by dollar value, at the time of measurement in
conformance with the Contract Documents.
The payment shall be the complete compensations for all equipment, labor, materials,
hauling, disposing of waste materials related to the construction of site work improvements
as shown on Plans and Contract Documents. Work includes but is not limited to.
x Locating all existing utilities and potholing in advance to determine their horizontal
and vertical location, protecting, and providing temporary support of existing
utilities.
x Saw cutting existing concrete asphalt/cement concrete driveway, repairing existing
concrete driveway.
x Existing tree removals, trimming trees, and tree protections.
x Furnishing structure excavation, clearing and grading, trenching, red electrical
warning taps, etc. including the work related to the installation of a new transformer
performed by PSE.
City of Renton Winter 2023
West Hill Booster Pump Station Improvements Division 18
18-7
J:\Data\REN\21-0234\30 Specs\18 Measurement and Payment.docx 11/23/22 5:00 AM
© 2022 RH2 Engineering, Inc.
x Furnishing and placing select imported back fills, foundation back fills, and pipe
bedding including the work related to the installation of a new transformer
performed by PSE
x Furnishing and placing HMA CL. ½”, PG 62-22.
x Removing existing concrete curb and gutter, furnishing, and installing concrete curb
and gutter, and other curbs.
x Removing existing chain link fence and concrete retaining wall.
x Removing existing abandoned sanitary pipes and grouting and other structures and
obstructions.
x Furnishing and installing temporary construction security fence.
x Furnishing and installing removable bollards.
x Preparing application and submitting for and obtaining a City of Renton tree
removal permit including any and all fees.
x Furnishing and installing concrete steps.
x Coordinating with PSE and other privately owned utility owners.
x Compaction, testing, and other work necessary for a complete installation and
required site work improvements.
Bid Item 11 – Structural Work – Lump Sum
Measurement for Structural shall be per Lump Sum bid Price and based upon the percentage
of total work complete, by dollar value, at the time of measurement in conformance with the
Contract Documents.
The payment shall be the complete compensations for all equipment, labor, materials,
hauling, disposing and hauling of waste materials as necessary related to the construction of
the generator shelter and retaining wall concrete structure as shown on Plans and as detailed
in the contract documents and in Division 3, 5, and 7 of the Technical Specifications and
detailed in other sections of these contract documents, which includes, but is not limited to
cast-in-place, pre-cast concrete, masonry, grating, and supports, miscellaneous metal work,
ceilings, insulation, carpentry, roof, waterproofing, retaining wall, catwalk and its accessories,
shelter concrete pad, formwork, reinforcing, sign/marker, fire extinguisher, chain link fence,
man access gate, fencing barbed wire, privacy fencing slat, PVC perforated pipes, geotextile
fabric, equipment sign, patching, repairing, concrete testing and all other applicable testing.
Bid Item 12 – Finishes – Lump Sum
Measurement for Finishes shall be per Lump Sum bid Price and based upon the percentage
of total work completed, by dollar value, at the time of measurement in conformance with
the Contract Documents.
The payment shall be the complete compensations for all equipment, labor, materials,
hauling, all disposal costs and fees necessary for painting and coating all surfaces of the
City of Renton Winter 2023
West Hill Booster Pump Station Improvements Division 18
18-8
J:\Data\REN\21-0234\30 Specs\18 Measurement and Payment.docx 11/23/22 5:00 AM
© 2022 RH2 Engineering, Inc.
improvements as shown on the Plans and detailed in Division 9 of Technical Specifications
and detailed in other sections of these contract documents. The work shall include and be
not limited to.
x Surface preparation including pressure washing the existing booster pump station
building externally and internally, and removal of obstructions.
x Furnishing and applying protective interior and exterior painting for existing booster
pump station building.
x Furnishing and applying coating and painting of all new construction materials,
including pipes, fittings, structural steel, applicable structures, and other
miscellaneous appurtenances as specified in Technical Specifications.
x Removal and disposal of waste materials including hazardous waste, paint, coat, etc.
x Furnishing, placement, and removal of all scaffolding or other equipment required
for access to all surfaces for surface cleaning, painting, and coating.
Bid Item 13 – Pumps and Motors – Lump Sum
Measurement for Pumps and Motors shall be per Lump Sum bid Price and based upon the
percentage of total work complete, by dollar value, at the time of measurement in
conformance with the Contract Documents.
The payment shall be the complete compensations for all equipment, labor, materials,
hauling necessary for furnishing and installing Pumps and Motors as shown on Plans in
Division 11 of Technical Specifications and detailed in other sections of these contract
documents, which includes, but is not limited to.
x Hauling and disposing of waste materials.
x Removing and disconnecting of existing pumps and motors and other associated
auxiliary connections, equipment, and components as specified in the Plans and
contract documents.
x Furnishing and installing one -150 HP Pump and Electric Motor as specified.
x Furnishing and installing two - 75 HP Pumps and Electric Motors as specified.
x Removing and delivering two existing pumps to the City; one electric pump and
motor, one diesel pump and motor.
x Removing and disposing of existing diesel engine associated auxiliary connections
and equipment including generator switchboard, conduits, exhaust system, and wire
back to source.
x Removing and re-installing existing 60 HP Pump and Electrical Motor.
x Furnishing and installing pump cans, pump anchor bolts, fittings, valves, drives,
adapters, pressure gages, vertical turbine pumps, wiring, cables, signage, and
appurtenance, etc. as specified and connection to control systems.
x Modifying existing suction and discharge piping where necessary.
City of Renton Winter 2023
West Hill Booster Pump Station Improvements Division 18
18-9
J:\Data\REN\21-0234\30 Specs\18 Measurement and Payment.docx 11/23/22 5:00 AM
© 2022 RH2 Engineering, Inc.
x Furnishing and installing temporary diesel generators as a backup power source
when the existing transformer is being removed, when the new transformer is being
installed, when existing electrical distribution and automatic control equipment is
being replaced, and when the new pumps and electric motors are being installed or
removed. The work shall include filling fuel diesel in the temporary diesel generators,
temporarily connecting electric wires from the temporary diesel generators to the
existing pump systems, monitoring the temporary diesel generators, and the removal
of the temporary diesel generators and its components after the new pumps,
emergency generator, and motor control center are installed and pass the testing.
x Removing existing Aqua Mag Controller System and furnishing and installing a new
Aqua Mag Controller, chemical drum metering system and its components. The
work also includes the disconnection of existing system and new connection and
testing of new system.
x Preparing and submitting an O&M Manual for operation and repair of pumps and
motors.
x The cost associated to the contractor obtaining a City of Renton plumbing permit
including paying for the applicable fees and application preparations and any
necessary corrections.
x Filling the holes with CDF or equivalent materials as approved by the Engineer
inside the existing booster pump station that result from the removal of existing
pump and motor system and/or result from the installation of the new pump and
motor system as necessary.
Bid Item 14 – Mechanical Work – Lump Sum
Measurement for Mechanical Work shall be per Lump Sum bid Price and based upon the
percentage of total work complete, by dollar value, at the time of measurement in
conformance with the Contract Documents.
The payment shall be the complete compensations for all equipment, labor, materials,
hauling necessary for the mechanical work as required in the existing booster pump station
building and as shown on Plans and as detailed in Division 15 of Technical Specifications
and detailed in other sections of these contract documents, which includes, but is not limited
to.
x Hauling and disposing of waste materials.
x Removing and disconnecting existing mechanical systems as necessary including
existing concrete carrier pipe cover.
x Furnishing and installing the valves, pipes, fittings, conduits, and appurtenance
flushing, disinfecting, samples collected for bacteriological testing, hydrostatic
pressure testing, valve testing, field testing, etc.
x Furnishing and installing heating system.
x Demolition/abandonment of existing ventilation system for existing diesel pump.
City of Renton Winter 2023
West Hill Booster Pump Station Improvements Division 18
18-10
J:\Data\REN\21-0234\30 Specs\18 Measurement and Payment.docx 11/23/22 5:00 AM
© 2022 RH2 Engineering, Inc.
x Furnishing, installing, and performing all mechanical work and equipment not listed
in other bid items.
x Furnishing and installing pipe supports, thrust blocking, and tie rods as required by
the design criteria.
x The cost associated to the contractor obtaining a City of Renton mechanical permit
including paying for the applicable fees and application preparations and any
necessary corrections.
x Filling the holes with CDF or equivalent materials as approved by the Engineer
inside the existing booster pump station that result from the removal of existing
mechanical system and/or result from the installation of the new mechanical system
as necessary.
Bid Item 15 – Electrical Work – Lump Sum
Measurement for Electrical Work shall be per Lump Sum bid Price and based upon the
percentage of total work complete, by dollar value, at the time of measurement in
conformance with the Contract Documents.
The payment shall be the complete compensations for all equipment, labor, materials,
hauling necessary for the electrical work as shown on Plans and as detailed in Division 16 of
Technical Specifications and detailed in other sections of these contract documents, which
includes, but is not limited to.
x Assisting and coordinating with PSE in upgrading the existing electrical service to a
600-amp, 480-volt, three-phase underground service. The work shall also include
excavation, trenching, furnishing and placing backfills, restoration for a new PSE
electrical service and system.
x Hauling and disposing of waste materials.
x Removing and disconnecting existing electrical systems as necessary including exist.
light, heater, thermostat, pressure switch, intrusion alarm, utility meter, surface
mounted conduits, and junction boxes, etc.
x Removing existing concrete equipment pad and re-install new concrete equipment
pad.
x Bringing in electrical power to and from the new pad mounted transformer.
x Providing temporary and new electrical services.
x Furnishing and installing all lighting fixtures, conduits including fiber optic,
telemetry, hand holes, building hole drillings, wiring, underground marking tape,
grounding and bonding system, panelboards, switches and protective devices, signal
cables, raceways, ground electrode, electrical connections, control wiring, cables,
breakers, conductors, fittings, electrical devices, electrical panels, control panels,
cabinets, junction boxes, transfer switches, nameplates, surge protection device,
Variable Frequency Drive (VFD) system, and testing, etc. to all applicable electrical
components of the project including, but not limited to and related to the existing
City of Renton Winter 2023
West Hill Booster Pump Station Improvements Division 18
18-11
J:\Data\REN\21-0234\30 Specs\18 Measurement and Payment.docx 11/23/22 5:00 AM
© 2022 RH2 Engineering, Inc.
booster pump station building, new diesel engine generator, and exterior site
components.
x Furnishing and installing a 400 KW Emergency Diesel Engine Generator and a
1,700-gallon Fuel Tank with associated auxiliary connections and equipment
including generator switchboard, conduits, exhaust pipes and connectors, pipe
supports, fittings, fire extinguisher, caution sign, wire back to source, etc.
x Furnishing, installing, and pulling fiber optic cables from the building located at 616
W perimeter Rd to the booster pump station building. The contractor shall verify the
existing conduit connections in the field.
x Excavation, trenching, furnishing and placing backfill, and surface restoration.
x The cost associated to the contractor obtaining a City of Renton electrical permit
and aboveground tank installation permit including paying for applicable permit fees
and application preparations and any necessary corrections.
x Filling the holes with CDF or equivalent materials as approved by the Engineer
inside the existing booster pump station building that result from the removal of
existing electrical system and/or result from the installation of the new electrical
system as necessary.
Bid Item 16 – Automatic Control – Lump Sum
Measurement for Automatic Control shall be per Lump Sum bid Price and based upon the
percentage of total work complete, by dollar value, at the time of measurement in
conformance with the Contract Documents.
The payment shall be the complete compensations for all equipment, labor, materials,
hauling necessary for the Automatic Control as shown on the Plans and as detailed in
Division 16 and 17 of Technical Specifications and detailed in other sections of these
contract documents, which includes, but is not limited to.
x Hauling and disposing of waste materials.
x Removing existing Motor Control Center, telemetry panel, and other associated
auxiliary connections, equipment, and components and return to the City.
x Relocating existing flow meter.
x Furnishing and installing the Motor Control Center, panel signage, nameplates,
concrete equipment pad including all related equipment and components.
x Furnishing and installing the Instrumentation and Control (I&C), Telemetry System,
Programmable Logic Controller (PLC) System, network equipment and computer,
sensors and controls, intrusion motion detector, nameplates, panel and panel
components, terminal blocks, smoke detectors, etc. and all related equipment and
components including delivery, storage, software, programming.
x Furnishing, preparing, and submitting the detailed system layout and design for the
equipment.
City of Renton Winter 2023
West Hill Booster Pump Station Improvements Division 18
18-12
J:\Data\REN\21-0234\30 Specs\18 Measurement and Payment.docx 11/23/22 5:00 AM
© 2022 RH2 Engineering, Inc.
x Preparing and submitting operator maintenance manuals for all new equipment and
devices related to automatic control.
Bid Item 17 – Testing, Startup, and Training – Lump Sum
Measurement for Testing, startup, and Training shall be per Lump Sum bid Price and based
upon the percentage of total work complete, by dollar value, at the time of measurement in
conformance with the Contract Documents.
The payment shall be the complete compensations for all equipment, labor, and materials
necessary to successfully perform testing, startup, training of all systems including, but not
limited to the pump and motor, automatic control, and emergency diesel generator as
detailed in Division 17 of the Technical Specifications and detailed in other sections of these
contract documents and according to applicable standards, permit requirements, laws and
regulations.
Initial testing and startup of individual systems shall be included as part of this bid item
except as noted herein. In general, initial testing is defined as the detailed testing of
individual systems and coordination between systems as necessary by the contractor until all
systems are operational and ready for final testing including required electrical and systems
testing. Initial testing of individual systems shall be coordinated with the Engineer. After the
completion of the initial testing of individual systems, final testing and startup of all systems
will be observed and accepted by the City.
Other works in this bid item include but are not limited to.
x Coordination with the City staff, Engineer, PSE, Control System Integrator, Control
System Programmer, Electrician, Pump Manufacturer, Motor Control Center
Manufacturer, Emergency Engine Generator Manufacturer, Telemetry
Subcontractor, to verify all components are operational and ready to perform
correctly during testing and start up, and that agents of said parties are present on-
site during the testing and start-up procedures.
x Perform final testing of the entire system using electrical services and emergency
diesel generator including telemetry panel factory demonstration, pumps and motors,
control system, emergency power system, etc.
x Completion of final punch list items related to testing and startup requirements.
x Training of City’s personnel for the use of all new equipment and devices.
x Final of all permit inspections.
APPENDIX A
ENGINEERING GEOLOGY
EVALUATION
6/10/2022 12:21 PM Z:\PROJECTS\DATA\REN\21-0234\10 REPORTS\GEO\TECH MEMO REN WEST HILL BPS.DOCX
TECHNICAL
MEMORANDUM
Client:City of Renton
Project:West Hill BPS Improvements – Design and Services During Bidding
Project File:BON 21.0234.00.0003 Project Manager: Chris Roberts, PE
Composed by:Steve Nelson, LHG, LEG
Reviewed by:Rick Ballard, PE
Subject:Engineering Geology Evaluation
Date:June 10, 2022
Signed: 06/10/2022
INTRODUCTION
The City of Renton (City) has identified the need for standby generator and booster pump station (BPS)
improvements at its West Hill BPS to increase pump station reliability and redundancy and to meet
future demand projections in the West Hill 495 operational area. RH2 Engineering, Inc., (RH2)
previously completed an initial study of the proposed improvements at the West Hill BPS and a
preliminary design that included a land/topographic survey, preparation of preliminary (30-percent)
design plans and cost estimate, and preparation of a preliminary design report. The City requested the
services of RH2 to finalize the design and coordinate permit compliance for the BPS improvements.
This technical memorandum summarizes the findings of the background review and limited subsurface
investigations to observe, characterize, and document earth and groundwater conditions at the West
Hill BPS site. This technical memorandum also includes recommendations for the design and
construction of the proposed water system improvements and provides a preliminary assessment of
foundation conditions.
The West Hill BPS (the Site) is in the NE ¼ of the SW ¼ of Section 07, Township 23 N, Range 05 E,
centered at latitude 47.491741 degrees N, longitude 122. 217969 W at an elevation of approximately
35 feet above mean sea level. The Site lies in the median between W Perimeter Road on the east and
Technical Memorandum: Engineering Geology Evaluation
June 10, 2022
Page 2
6/10/2022 12:21 PM Z:\PROJECTS\DATA\REN\21-0234\10 REPORTS\GEO\TECH MEMO REN WEST HILL BPS.DOCX
Rainier Avenue S on the west. The general layout of the Site is shown on the attached Construction
Grading Plan and Section.
The Site is urbanized with an existing pump station, paved roads, landscaped area, and underground
utilities. Residential property is to the west, and the Renton Municipal Airport is to the east of the Site.
PROPOSED SITE IMPROVEMENTS
Proposed improvements include excavating a level bench into an existing slope west of the BPS,
constructing a concrete cast-in-place level pad and retaining wall to support the new emergency
generator (EG), and adding asphalt driveway and supplemental subsurface electrical utilities to connect
to the existing BPS. Stormwater runoff from the new EG and asphalt paving will be routed into the
adjacent stormwater system in W Perimeter Road. Refer to the attached Construction Grading Plan
and Section.
REGIONAL AND LOCAL GEOLOGY
RH2 reviewed geologic maps and descriptions of regional geologic conditions provided by the
Washington State Department of Natural Resources’ (DNR) Geologic Information Portal website1. RH2
also reviewed the driller’s logs for geotechnical borings and wells completed within ¼ mile of the Site
and recorded at the Washington State Department of Ecology’s well log website.
The Site is mapped as modified fill next to undifferentiated glacial deposits. This unit generally consists
of compact sand, silt, and gravel derived from adjacent glacial deposits.
SITE INVESTIGATIONS
On January 19, 2022, an RH2 engineering geologist observed the excavation of one shallow test pit
(TP-1) to a depth of 8.0 feet below ground surface (bgs) by City staff using a CAT mini-excavator
(Photo 1).
The test pit location is shown on the attached Construction Grading Plan and Section, and the Test Pit
Log is attached at the end of this technical memorandum.
1 https://geologyportal.dnr.wa.gov/
Technical Memorandum: Engineering Geology Evaluation
June 10, 2022
Page 3
6/10/2022 12:21 PM Z:\PROJECTS\DATA\REN\21-0234\10 REPORTS\GEO\TECH MEMO REN WEST HILL BPS.DOCX
Photo 1. TP-1 looking southwest. January 19, 2022.
An RH2 engineering geologist observed the test pit exploration and studied representative samples
from the test pit to identify stratigraphy, composition, texture, structure, and cohesion of native earth
materials. The earth materials encountered included moderately dense gravelly sandy silt with some
cobbles. This unit is consistent with, and interpreted as, imported/modified fill derived from mixed
glacial deposits as mapped by DNR.
No groundwater seepage was observed at a depth of 9.0 feet bgs.
GEOLOGIC HAZARDS
The approximately 20-foot-high slope between Rainier Avenue S and W Perimeter Road slopes at
about 1H:1V to 2H:1V from west to east upon which the new EG pad and retaining wall will be
constructed. DNR has mapped the site as having high liquefaction susceptibility; however, this
designation applies to the flat ground to the east of W Perimeter Road. DNR mapped the area west of
Rainier Avenue as having very low liquefaction susceptibility. The EG pad and retaining wall site are
underlain by competent silty gravely sand and has low landslide susceptibility risk. The new EG
construction will not change the load or soil moisture content of the slope and will not alter the slope
stability as long as the retaining wall is designed with site-specific soil parameters.
Technical Memorandum: Engineering Geology Evaluation
June 10, 2022
Page 4
6/10/2022 12:21 PM Z:\PROJECTS\DATA\REN\21-0234\10 REPORTS\GEO\TECH MEMO REN WEST HILL BPS.DOCX
GEOTECHNICAL PROPERTIES
Based on the observed soil composition, density, and presumptive values for allowable foundation
bearing pressures in the International Building Code (2020), the gravelly sand and sandy gravel flood
deposits may support a structure with an appropriately designed foundation that spreads a load that
does not exceed a net allowable bearing capacity of 2,000 pounds per square foot (psf). The lateral
bearing capacity is estimated at 150 psf per foot of depth.
The gravelly silty sand unit should be considered as a Site Class C, Hard Soil.
PROPOSED SITE CONSTRUCTION
The foundation for the proposed EG slab and retaining wall will be constructed by excavating down to
organic-free native soil at a depth of approximately 2 to 3 feet bgs and cutting a temporary slope into
the native slope to support construction of the retaining wall. The surrounding area will be stripped of
organic soil to prepare the subgrade to construct asphalt paving. Shallow trenches will be cut into the
nearly flat slope to connect the electrical utilities to the BPS.
RECOMMENDATIONS
EXCAVATION FOR FOUNDATIONS AND UNDERGROUND UTILITIES
x The native soil may be excavated readily with a backhoe or excavator. It is not likely, but
occasional boulders may be encountered during the excavation and may be removed by
over-excavation and replaced with structural backfill. Excavation should proceed until a
uniformly dense surface has been cut into native soil at or below the design depth and a
temporary wall has been constructed at near vertical to support the retaining wall construction.
Excavation below a depth of 4 feet will require shoring to maintain excavation sidewall stability
for the safety of the workers.
SLOPES AND SHORING
x Excavations into native soil will temporarily hold vertical slopes.
x If loose, uncompacted fill soil is encountered in the retaining wall excavation, shoring may be
required to support portions of the excavation to protect workers and to support slopes. All
excavations should comply with all Occupational Safety and Health Administration safety
requirements.
x All excavated slopes should be reviewed periodically for stability, including review of the top of
the slope for tension cracks, and the sidewalls and floors for evidence of seepage or saturated
soil conditions.
x The native soil is moderately erodible. All temporary slopes in native material should be
protected from erosion during precipitation events by plastic sheeting or other techniques that
prevent rain splash erosion and rilling.
Technical Memorandum: Engineering Geology Evaluation
June 10, 2022
Page 5
6/10/2022 12:21 PM Z:\PROJECTS\DATA\REN\21-0234\10 REPORTS\GEO\TECH MEMO REN WEST HILL BPS.DOCX
x The maximum temporary slope in the native soil may be cut close to vertical, and the
permanent slope constructed in the native soil should be no steeper than 1H:1V.
INSPECTION AND TREATMENT OF SUBGRADE
x A Licensed Engineering Geologist (LEG) or Professional Engineer with geotechnical experience
(PEG) should inspect the excavations to confirm whether the earth exposed during excavation is
consistent with this technical memorandum and favorable for proceeding with the project as
planned.
SUBGRADE PREPARATION
x The excavation subgrade should be flat and free of loose earth materials. Any fill used to
replace loose or unsuitable native soil at the subgrade should consist of imported trench
backfill placed in 8-inch lifts and compacted with a plate compactor or equivalent. Each lift
should be compacted to a firm and unyielding surface to achieve 95 percent of maximum dry
density (MDD) as determined by the modified proctor test (ASTM D-1557).
x Retaining wall backfill should consist of free-draining backfill for walls, and the fill should be
drained to convey seepage away from the wall.
PIPE ZONE BEDDING
x Pipe zone bedding should be placed and compacted to a firm and unyielding condition at the
base of the trench, and placed and compacted with hand tools above the electrical utilities.
USE OF EXCAVATED EARTH MATERIALS
x Excavated topsoil (typically the upper 1.5 to 2 feet of excavated soil) is suitable to be stockpiled
onsite for use as cover in landscaped areas or exported offsite.
x Excavated native soil will contain excessive fines content and should be exported offsite and
not used for structural fill, wall backfill, or trench backfill. Native soil may be used for
non-structural backfill upon approval by an LEG or PEG.
COMPACTION AND TESTING OF IMPORTED FILL
x Representative samples of imported fill should be tested to establish optimum moisture
content and MDD.
x Imported trench and wall backfill materials should be tested for moisture content just prior to
placement. Trench backfill should be within plus 3 percentage points of its optimum moisture
content when placed.
x Trench backfill and wall backfill should be placed in lifts that are not more than 8 inches in
thickness. Placement and compaction of the fill should be observed by an LEG or PEG.
Technical Memorandum: Engineering Geology Evaluation
June 10, 2022
Page 6
6/10/2022 12:21 PM Z:\PROJECTS\DATA\REN\21-0234\10 REPORTS\GEO\TECH MEMO REN WEST HILL BPS.DOCX
x All imported fill used as trench backfill below foundations and pavement should be compacted
to 95 percent of MDD as determined in accordance with the modified proctor test
(ASTM D-1557).
CONSTRUCTION SEASON
x Construction during the dry season is recommended. Construction during the wet season shall
include methods to minimize erosion and runoff through application of best management
practices, which are described in the project-specific Temporary Erosion and Sediment Control
Plan.
ATTACHMENTS
1. Construction Grading Plan and Section
2. Test Pit Log
Construction Grading Plan and Section
Note that this is not a final grading plan and section construction plan, but is
part of the engineering geology evaluation report.
SSSSSSSSR AAAVE SSEEAESRRRAINIERERREREROADERIMETER ROOWEST PERIERIOERIWEWEWE0000000000000000000700BP: 0+00.00N: 182357.49E: 1298096.19EP: 0+70.00N: 182371.26E: 1298164.833035293132333436CONSTRUCTION SITE SECTION10'20'30'40'50'60'10'20'30'40'50'60'0+000+70LJBRJFMay 31, 2022Jun 3, 2022REN21-0234WHBPS-D-C02.DWGSHOWNC02 532DATEDESCRIPTIONREVISIONSBYREVIEWENGINEER:SAVE DATE:REVIEWED:PLOT DATE:CLIENT:FILENAME:SHEET NO.:JOB NO.:NO.0"1"2"DRAWING IS FULL SCALE WHENBAR MEASURES 2"SCALE:CONSTRUCTION GRADING PLANAND SECTIONPRELIMINARYRELIMINARIIIIILLLLLIMMMMMMMMMMNIIIIININNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNINNNNNINNINNNINNINNNNINNINNNNINNNNINNNIIIIIIIIMIMIMIMIMIIMIIMIIMIIIMIIMIIMIMIIMIIIMIMIMIIIMIMIMIMIIMIMIMIMIIMIMIMIMIMMIIMIIMIIMMIIMIIIMIIMMMIMIIIIMIIMMMIMIIMIIMMMIIMIIIMIIMMIMIMIIIMMMMIIMIIMIMIIIIIMMMMMMMMMMMMMMMMMIIIMMIINMMMMMMMMMMMINMIIMMMMMMMMMMIMMILLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIMIIIIIIIIIMMMIIIIIIIIMMMMMIIIIIIIMMMMMIIIIIIIMMMMMMMIIIIIIIIIMMMMMMMMMMIIIIIIMMMMMMMMMMMMMMIIIMMMMMMMMMMMMMMMMMIIMMMMMIIMMMMMMMMMIIMIIMMMMIIMMMMMMMMMMMIMIIMMIIMMMMMMMMMMMIMMIMMMMMMMMMMMMMMMMMMMMMMMMMMIMMMIMMMMMMMMMMMMMMMMMMMMMMMMMMIMMIMMIMMMMIMMMMIMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMLLLLLLLLLLLLLLLLLLLMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMYYYYPPPPPPYPYPPPYPYYYYYYYYYYYYYPPPPPPPPPPPPPPPYYYYYYYYYYYYPPPPPPPPPPPYYYYYYPPPPPPYYYYYYYYPPPPPPPYYYYYYYYYYYPPPPPPPPPPPPPPPYYYPRELIMINARYPPPPPPPYYYPPPPYPYYYYYYYPPPPPPPRELIMINARYYYPPPPPPPPPPPPYYYPRELIMINARYRELIMINARIIIILLLLLIMMMMMMMMMMNIIIIININNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNINNNNNINNINNNINNINNNNINNINNNNINNNNINNNIIIIIIIIMIMIMIMIMIIMIIMIIMIIIMIIMIIIMIIMIIIMIMIMIMIIMIMIMIMIIMIMIMIMIIMIMIMIMIMMIIMIIIMIIMMIIMIIIMIIIMMIMIIIIMIIMMMIMIIMIIMMMIIMIIIMIIMMIMIIMIIIMMMMIIIMIIMIMIIIIIMMMMMMMMMMMMMMMMMIIIMMIINMMMMMMMMMMMINMIIMMMMMMMMMIMMILLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIMIIIIIIIIIIMMMIIIIIIIIMMMMMIIIIIIIMMMMMIMIIIIIIMMMMMMMIIIIIIIIMMMMMMMMMMIIIIIIIMMMMMMMMMMMMMIIIMMMMMMMMMMMMMMMMMIIMMMMMIMMMMMMMMIIMMIIMMMMIIMMMMMMMMMMIMIIMIIMMMMMMMMMMMIMMIMMMMMMMMMMMMMMMMMMMMMMMMMMIMMMIMMMMMMMMMMMMMMMMMMMMMMMMMMIMMIMMIMMMMIMMMMIMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMLLLLLLLLLLLLLLLLLLMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMYYYYPPPPPPYPYPPPYPYYYYYYYYYPPPYYYPPPPPPPPPPPPPPPPRELIMINARYYYYYYYYYYYYYYYPPPPPPPPPPPYYYYYYPPPPPPYYYYYYYYPPPPPPYYYYYPPPPPPPPPPPPPPPPPPYYYYYYYYYPRELIMINARYPPPPPPPYYYPPPPYPYYYYYYYPRELIMINARYYYPPPPPPPPPPPPYYYCITY OF RENTONWEST HILL BOOSTER PUMP STATIONIMPROVEMENTSCITY OF RENTONWEST HILL BOOSTER PUMP STATIONIMPROVEMENTSC02DWGC02DWGC02DWG NO.:C02DWGC02DWG90% DESIGN90%0% DESSESIGNESIGNESIGNESIGNESIGNESIGNESIGNESIGNESIGNCONSTRUCTION GRADING SITE PLANCAST IN-PLACE CONCRETERETAINING WALL, SEE DWG NO. S01FOR ADDITIONAL INFORMATIONEXISTING CONCRETEDRIVEWAYEG AND FUEL TANKEXISTING WESTHILL BOOSTERPUMP STATIONOUTLINE OFROOFOVERHANGCONSTRUCTION GRADEEXISTING GRADEPROPOSEDGENERATORSTRUCTUREPROPOSEDGENERATOREXISTING WEST HILLBOOSTER PUMP STATIONCONSTRUCTION GRADING NOTESSTABILIZEDILIZCONSTRUCTIONTRUENTRANCE215.122TP-1
Test Pit Log
Page 1 of 1Z:\Projects\Data\REN\21-0234\10 Reports\Geo\REN West Hill TP-1.docxTest Pit/Exploration LogREN TP-1Exploration NameWest Hill BPSCity of RentonProjectBPS Improvements, EG SiteLocationSteve Nelson, LEGObserved ByJanuary 19, 2022DateREN 21-0234Project No.CAT Mini Track Excavator 1-foot Toothed Bucket City of RentonBackhoe and OperatorDepthDescriptionSketch/Photo0 to 1.0 feetTurf and topsoil.1.0 to 9.0 feetSandy SILT with Gravel (ML). Gray; low plasticity fines, fine to coarse sand, fine to medium subrounded gravel, many cobbles, trace boulders; moist;many roots; moderately dense (imported/disturbed fill derived from glacial deposits).No groundwater seepage.Sidewalls stable.Exploration backfilled with excavated soil.
APPENDIX B
PUGET SOUND ENERGY’S
TRANSFORMER INSTALLATION
PLAN
5RAINIER
A
V
E
N
PERIMETER
R
D
W
(
P
V
T
R
D
)318250-165819100 kVA (A)318249-165813PCR13130'ROW318251-165814225 kVA 277/480V (ABC)300 kVA 277/480V (ABC)25'EOP318257-165814JAØAFT291BØAFT292CØAFT293UNDERGROUND CIRCUIT MAP 2305E028, 2305E027SCALE: 1" = 75'POWER GENERAL NOTES - COMMERCIAL PROJECT8.EXCAVATION: The customer is to provide all trenching, backfill, vault excavations, compaction andrestoration per this sketch and per PSE standards. A minimum protective cover of 36" is required overPSE's primary voltage equipment and 24" is required of PSE's secondary voltage equipment. The customerwill provide any and all shoring or they will side slope the trench to 1:1.All materials to be installed in accordance with Puget Sound Energy's (PSE) standards. Any deviation fromthis work sketch must be AUTHORIZED by PSE's Project Manager and NOTED on the Foremans' Copy.All switching arrangements and/or outage arrangements are to be made with the Project Manager at leastthree (3) working days in advance.Contact the Utilities Underground Location Center (1-800-424-5555) at least 48 hours prior to commencingwork to get the underground facilities located.STAKING: The customer will provide all staking (transformer, handhole, trench, grade, lot, pole, sidewalk,etc.). See sketch and details for locations. Equipment locations must be approved by the Project Manager.SITE PREPARATION: The work area will be at or near finished grade, clear of trench spoils or constructionmaterials which would restrict construction and/or equipment access, before work can begin.Roads shall be paved or have a compacted , crushed rock base in place.CLEARANCES: Transformers require a minimum of 6 feet from fire fighting equipment, 10 feet fromcombustible walls, overhangs, doors, and windows, and a minimum of 5 feet from the back of curb (or guardposts will be required per PSE standards). All conduits and vaults are to be at least 5 feet away from water,storm and sewer lines when paralleling them in the right of way, and at least 1 foot when crossing them, oras required by your local municipality.All work is to be done in accordance with local municipal and county permit requirements as applicable.Customer/Developer is responsible to provide, install and maintain all secondary service cables, conduitsand crossings from the individual unit's meter base to the designated connection point on private property.Inclement weather conditions may cause delays in construction times and dates.1.2.3.4.5.6.7.9.11.10.COOLING5' MIN5' MIN10' MIN5'MINFINSACCESSCONCRETE PADMINIMUM CLEARANCES FOR PM TRF AND VAULTCURB OR EDGE OF PAVEMENTCURB OR EDGE OF PAVEMENT5' MINROAD ORPARKING AREATYP. PAD& TRANS-FORMER1.5' MINDOORACCESSDOORREQUIREDWORK SPACEAREANot to scale1.5' MIN3'MIN3' MIN3' MIN10' MIN3'MINSITE PLANSCALE: 1" = 50'JOB SITECUSTOMER DEVELOPMENT NOTES:A PRE CONSTRUCTION MEETING IS REQUIRED WITH YOUR PROJECT MANAGER PRIOR TO STARTING ANY SITEWORK.CUSTOMER IS RESPONSIBLE FOR ALL TRENCHING, SELECT BACKFILL, COMPACTION & RESTORATION PER PUGETSOUND ENERGY STANDARDS & LOCAL MUNICIPALITY.**DEVELOPER NEEDS TO FOLLOW ALL TRENCH DETAILS ON SELECT BACKFILL**CUSTOMER IS RESPONSIBLE FOR THE FOLLOWING:VAULTS & WORK PITS.-REQUIRED TO PROVIDE 6' X 6' WORK PIT 4-2/3 CUBIC YARDS OF 6” CRUSHED ROCK AT V01JOB SITE READINESS.-JOB SITE NEEDS TO BE 100% READY FOR INSPECTION 5 BUSINESS DAYS PRIOR TO CONSTRUCTION DATE.-ALL WORK IN RIGHT OF WAY MUST BE COORDINATED WITH PROJECT MANAGER AND LOCAL MUNICIPALITY.-ALL TRENCH, AND LOCAL ELECTRICAL MUNICIPALITIES AKA "L&I, CITY", INSPECTIONS MUST BECOMPLETED 5 BUSINESS DAYS PRIOR TO SCHEDULED CONSTRUCTION DATE.-REQUIRED TO OPERATE AND PROVIDE EQUIPMENT TO PUMP OUT WATER FOR WORK PITS, VAULTS &TRENCH AT ALL TIMES.-REQUIRED TO HAVE EXCAVATION EQUIPMENT AND BE ON SITE THE DAY OF CONSTRUCTION TO COMPLETE BACKFILLING.- IF A SECOND INSPECTION IS REQUIRED, ADDITIONAL FEE'S WILL BE APPLIED.-PLEASE REVIEW THE CITY OR KING COUNTY TRENCHING REQUIREMENTS UNDER THE PERMIT.-IF A PRE-CON IS REQUIRED BY THE CITY, COUNTY OR W.S. DOT A PSE PROJECT MANAGER WILL SET-UP ANDSCHEDULE A MEETING WITH THE MUNICIPALITY BEFORE ANY EXCAVATION OR INSTALLATION BEGINS .NVicinity Map47.491688, -122.217715ARE TO BE INSTALLED, CROSS SECTION DETAILS OF THE TYPICAL EROSIONSTRUCTURES, & SPECIAL REQUIREMENTS FOR WORK IN SENSITIVE AREAS.)EROSION & SEDIMENT CONTROL REQUIREMENTSNOTES DETAILING WHERE EROSION OR SEDIMENT CONTROL STRUCTURES(LOCAL JURISDICTIONS MAY HAVE ADDITIONAL REQUIREMENTS INCLUDING0150.3200 TECHNIQUES FOR TEMPORARY EROSION & SEDIMENT CONTROLEROSION & SEDIMENT CONTROL SHALL BE PER PSE STANDARD PRACTICE& ANY ADDITIONAL LOCAL JURISDICTION REQUIREMENTS.FOREMAN (CHECK BOX WHEN COMPLETED)PSE Equipment LOCKED/SECURED & Work Area left in CLEAN/SAFE Condition.Grid, Cable, and Switch numbers INSTALLED & VERIFIED.Field Changes RED-LINED on As-built.Indicate correct FUSE SIZE on As-built & VERIFY proper PHASE.Foreman's Signature _______________________________________________Print Name ___________________________________ Date ______________Material VERIFIED and CHANGES noted on Paperwork.Total PRIMARY Cable noted on As-built.Company ID#'s RECORDED in correct location on As-built.Deviations noted on the As-built and their reason.I certify that the work performed meets PSE's standards and proceduresand that all quality requirements are met.JOB SITEASPLUNDH CONSTRUCTION CORP. - QA/QC T. MYERPSENoNoNoYesYesYesNoYesDeveloper"Flagging Required""Outages Required""Locates Required"THIS SKETCH NOT TO BE RELIED UPON FOR EXACT LOCATION OF EXISTING FACILITIESCALL 811 TWO BUSINESS DAYS BEFORE YOU DIGFor contacts below dial 1-888-CALL PSE (225-5773)001"2"00 50' 100'SITE SPECIFIC NOTESAT V01: 318251-165814-EXISTING VAULT TO REMAIN-REMOVE EXISTING 225kVA PM TRF-INSTALL (1) 300KVA PADMOUNT TRF (MID: 6259200)-INSTALL (3) 12kV ELBOW KIT PER STD 6041.1000 (ELB10J)-INSTALL (4) 4 POS #2 TO 500 KCMIL CONNECTOR LUGS (MID 7651002)-INSTALL (16) MOUNTING BOLT KITS (MID 7651008)-INSTALL GRID #-RECONNECT EXISTING RUN OF 500 SVC-CONNECT 2 NEW RUNS OF CUSTOMER OWNED, INSTALLED, & MAINTAINED 350 SVCAT M01:-REPLACE EXISTING WITH NEW 600A METERRemoved at site:Grid Number:kVA Rating:Foreman to redline the following informationTRANSFORMER REMOVALCompany ID#:Primary phase connected to:Tested Secondary VoltageV01318251-165814225kVAJOB SITECIRCUIT LOADING TABLEAS OFEXIST. PEAK LOADEST. NEW LOADTOTALCIRCUIT:A PHASE B PHASE C PHASEPCR-1306/2021339.84 325.78 285.9410.00 10.00 10.00349.84 335.78 295.94UTILITIESCONTACTPHONE#COUNTY1/4 SECU-MAP NO (POWER)OP MAPEmer Sect Gas Wk Ctr POWER WK CTRPLAT MAPJOINT FACILITIES ARRANGEMENTSDRAWN BYCHECKED BYAPPROVED BYFOREMAN #1FOREMAN #2MAPPINGINCIDENT MAOPGas Order Elect OrderSCALE PAGEENGR - POWERENGR - GASFUNCTIONPROJECT MGRPERMITREAL ESTATE/EASEMENT21REV#3DATE DESCRIPTIONBYCONTACT PHONE NO DATEOH CKT MAP CIRCUIT NOUG CKT MAPD. FOGEL 253-234-6398 02/10/22S. SHAW 253-234-6405 02/10/22E. SCHOTT 714-893-2405 02/10/22RW-126844 PVTCITY OF RENTON PUMPUPGRADE 3Ø UG TRF615 W PERIMETER RD, RENTON, WA 98057N/A N/AN/A 101146061AS NOTED 1 OF 1 KING N/A N/A CSPSKEPMSE 7-23N-05E N/A N/A2305E027 2305E028 2305E027 PCR-13N/AN/AN/AN/AN/AN/AN/AN/AN/AN/AN/AN/AN/A N/AN/AN/AN/AN/AN/AN/AN/AE-Mail:Cell Phone:Project Manager Contact Information:Manager:DANIEL FOGEL360-722-2783DAN.FOGEL@PSE.COMGASPHONECABLE TVPROJECT PHASEPWRNOTIF# ORDER#
101146061
SCALE: 6" = 1 MILEOVERHEAD CIRCUIT MAP 2305E028, 2305E027Owner / Developer Contact InfoofficeATTN:CITY OF RENTON1055 SOUTH GRADY WAYRENTON, WA 98057MITCHELL DEAN425-459-1832CIRCUIT FEET ADDED: SQ. FOOTAGE:PANEL SIZE:HEAT TYPE:EST. DEMAND:LRC:% V. DROP:% FLICKER:0'575 SQ FT600A-147kW180A2.2%2.5%512098383594148095584047646101146061Dist UG MaintDist UG OperationsSuperiorInstalled at site:Grid Number:kVA Rating:TRANSFORMER INSTALLATION (PM)Company ID#:Primary phase connected to:Tested Secondary VoltageMaterial ID#:Foreman to redline the following information300kVA 277/480v6259200V01318251-165814FAULT CURRENT TABLE3Ø PM TRANSFORMERS (480Y/277V)277V WINDINGS 480V WINDINGSLOCATION SIZE R/XMIN.%ZFAULTCURRENTMIN.%ZFAULTCURRENTV01300KVA 0.3- - 2.1017,200 AMPSPM XFMR VAULT B-FLY DETAIL (V01)SCALE: NONEProp 4"Prop 6"Prop 2"Exist 2"Exist 4"Exist 6"LegendExist 4"Customer Owned Services513172189 587034781 +2 SVC Runs513172256 3001982173 3Ø Meter UpgFOREMAN NOTE:FIELD VERIFIED THAT V01 AT GRID NUMBER 318251-165814 IS A 225kVA277/480v PM TRF, NOT A 2,000kVA 277/480v PM TRF LIKE OUR MAPS SHOW.David Goodale 253-243-4459 08/16/2022ASHAD PERNELL253-289-85688/16/22
APPENDIX C
ORIGINAL TOPOGRAPHIC SURVEY
APPENDIX D
EXISTING PUMP RECORDS
CONSTRUCTION PLANS
Full Size 22 x 34 Plans included in Scan for Bid
Advertisement
RAINIER
A
V
E
N
W PERIME
T
E
R
R
D
PROJECT VICINITY MAPWEST HILL BOOSTER PUMP STATIONLOCATION MAPPREPARED BY:CALL 48 HOURS BEFORE YOU DIGONE CALL 811SEE WEST HHILLILLOCATION, THIS SHEETEXISTING WEST HILLBOOSTER PUMP STATIONCITY OF RENTONWEST HILL BOOSTER PUMP STATION IMPROVEMENTS PROJECTCITY OF RENTONCITY OF RENTONCITY OF RENTONWEST HILL BOOSTER PUMP STATION IMPROVEMENTS PROJECTWEST HILL BOOSTER PUMP STATION IMPROVEMENTS PROJECTWEST HILL BOOSTER PUMP STATION IMPROVEMENTS PROJECTSHEET NO.DESCRIPTIONDWG NO.SHEET INDEXAPPROVED FOR CONSTRUCTIONBY:DATE:KEN SRILOFUNGPROJECT NO. WTR-27-04184WINTER 2023VOLUME II OF IIABBREVIATIONSCONTACT PERSONNELKen Srilofung01/24/2023
CONCRETEASPHALTCONCRETE RETAINING WALLUNDERGROUND POWERFENCINGROOF OVERHANG OUTLINEELECTRIC TRANSFER PADMULCHUNDERGROUND INSTRUMENTATIONUNDERGROUND FIBER OPTICSPERFORATED DRAIN PIPEEXISTING LEGENDLJBRJFJan 20, 2023Jan 20, 2023REN21-0234RBPS-D-G01.DWGSHOWNG01 232DWG NO.:DATEDESCRIPTIONREVISIONSBYREVIEWENGINEER:SAVE DATE:REVIEWED:PLOT DATE:CLIENT:FILENAME:SHEET NO.:JOB NO.:NO.0"1"2"DRAWING IS FULL SCALE WHENBAR MEASURES 2"SCALE:GENERAL NOTESCITY OF RENTONWEST HILL BOOSTER PUMP STATIONIMPROVEMENTS PROJECTCITY OF RENTONWEST HILL BOOSTER PUMP STATIONIMPROVEMENTS PROJECT001/20/23ISSUED FOR BIDDINGLJBRJFDRAWING NUMBERS HAVE BEEN ASSIGNED TO EACH DRAWING. DRAWING NUMBERSINCLUDE INFORMATION THAT TELLS THE READER WHAT DISCIPLINE THE DRAWINGREFERS TO AND WHICH AREA THE DRAWINGS IS WITHIN. THE FORMAT OF THE DRAWINGNUMBER IS AS FOLLOWS:DXXX, WHERE D = DISCIPLINE CODE (G, C, A, S, M, E)XXX = NUMBERG: GENERALC: CIVILS: STRUCTURALM: MECHANICALE: ELECTRICALXXG02xxxxPLAN DRAWINGS GENERAL SYMBOLOGYPROPOSED LEGENDADDRESSESCRITERIAGEOTECHNICAL NOTESGENERAL CONSTRUCTIONGENERAL NOTESTESC GENERAL NOTESEXISTING UTILITIESTRAFFIC CONTROLSURVEYPLAN SET ORGANIZATIONDRAWING NUMBERDRAWING TYPE,SEE KEY THIS SHEETSECTION AND DETAIL REFERENCESTHE FOLLOWING CONVENTIONS HAVE BEEN USED WITHIN THESE DRAWINGS TO REFER THE READER BETWEEN THESECTION/DETAIL AND THE PLAN FROM WHICH IT IS REFERENCED.REFERENCE BUBBLES:SECTION/DETAIL REFERENCE NUMBER CONVENTIONS:xSECTIONS OR ELEVATIONS SHOULD HAVE A LETTER REFERENCE NUMBER (A THROUGH ZZ).xDETAILS SHOULD HAVE AN ALPHANUMERIC REFERENCE NUMBER (A-Z OR 1-1799).SUBSURFACE UTILITY LEGENDGENERAL CONSTRUCTION NOTES
1111111111111111111111111111111111111112222222222222222222222222222222222222223333333333333333333333333333333333333333333333333333333333333333333333333333333333333333333333333333333333333333333333333333333333333333333333333333333333333344444444444444444444444444444444444444444444444444444444445555555555555555555555555555555555555555566666666666666666666666666666666666666666666666666677777777777777777777777777777777777777777777SSSSSSSSR AAAVE SE SSAVE SRRRAINIERRRRETPN: 0723059007616 W PERIMETER RDOADOERIMETER ROOWEST PERIERIMETER ROWEWEWEWECONCRETE REMOVALSTABILIZED CONSTRUCTION ENTRANCESTRAW WATTLESASPHALT REMOVALSILT FENCE AND HIGH VISIBILITY FENCESILT AND HIGH-VISIBLITY FENCEPOINT TABLEPOINT NO.1234567NORTHING182303.62182294.71182321.64182364.44182401.30182477.75182483.25EASTING1298174.711298129.621298124.431298131.751298123.701298113.141298139.01DWG NO.:DATEDESCRIPTIONREVISIONSBYREVIEWENGINEER:SAVE DATE:REVIEWED:PLOT DATE:CLIENT:FILENAME:SHEET NO.:JOB NO.:NO.0"1"2"DRAWING IS FULL SCALE WHENBAR MEASURES 2"SCALE:EXISTING SITE, TESC, ANDDEMOLITION PLANCITY OF RENTONWEST HILL BOOSTER PUMP STATIONIMPROVEMENTS PROJECTCITY OF RENTONWEST HILL BOOSTER PUMP STATIONIMPROVEMENTS PROJECT001/20/23ISSUED FOR BIDDINGLJBRJFEXISTING SITE, TESC, AND DEMOLITION PLANEXISTING WEST HILLBOOSTER PUMP STATIONE OF PRPRPROPOSEDPRE E E E E E E OUTLINE E E ND E E EG SHELTER ENNNNNNNCONCRETE PAD ANNNPRV STATION 52 - WH495ZONE TO KD 320 ZONEPRV STATION 54 - KD320ZONE TO VLY196 ZONEVLY 196ZONEWH 495ZONEKD 320ZONEKD 320ZONEWH 495ZONEVLY 196ZONELJBRJFJan 20, 2023Jan 20, 2023REN21-0234WHBPS-D-C01.DWGSHOWNC01332111111111111111111111111111111111111111111111111111111111111111111111111111111SANITARARARYARYABANDNDNDONED SSNDSOORCE MMMAINMAINSSSEWER FOOSOERECOMMENDED TESCSEQUENCE1.CLEARING AND GRADING LIMITS FLAGGING WITH HIGHVISIBILITY FENCING.2. INSTALL SILT FENCE PER COR STD PLAN 214.03.INSTALL CATCH BASIN INSERT AS DIRECTED BY THE ENGINEERPER COR STD PLAN 216.34.GRADE AND INSTALL STABILIZED CONSTRUCTION ENTRANCEPER COR STD PLAN 215.10 AND DWG NO. C02.5.INSTALL STRAW WADDLE PER COR STD PLAN 213.406.PRIOR TO VERTICAL CUT, INSTALL BLANKETS AND NETS PERCOR STD PLAN 213.207.MAINTAIN EROSION CONTROL MEASURES, RELOCATE EROSIONCONTROL MEASURES, OR INSTALL NEW MEASURES AS SITECONDITIONS CHANGE OR AS DIRECTED BY THE ENGINEER SOTHAT THE EROSION AND SEDIMENT CONTROL AND POLLUTIONPREVENTION ARE ALWAYS IN ACCORDANCE WITH THE CITY'SSTANDARDS AND REQUIREMENTS.8.COVER ALL AREAS THAT WILL BE UNWORKED MORE THAN 7DAYS DURING DRY SEASON OR 2 DAYS DURING WET SEASONWITH STRAW, WOOD FIBER, MULCH, COMPOST, OREQUIVALENT.9.STABILIZE ALL AREAS THAT REACH FINAL GRADE WITHIN 7DAYS.10.SEED ANY AREAS THAT REMAIN UNWORKED FOR MORE THAN30 DAYS.11. WEST PERIMETER ROAD AND EXISTING DRIVEWAY MUST BECLEANED ONCE PER DAY OR AS DIRECTED BY THE ENGINEER.12.UPON COMPLETION OF THE PROJECT, ALL DISTURBED AREASMUST BE STABILIZED. ONCE STABILIZED, ALL BESTMANAGEMENT PRACTICES MUST BE REMOVED.DEMO AND TESC LEGEND22222222222222222222222222222222222222222222222222222222222222222222222222222222222222222222222222222222222222222222222222222222222222222222222222222222222222222222222222222222222222222222222222222222222222222222222222222222222222222222222222222222222222222222222222222222222222222222222222222INSTALL SILT FENCE AND HIGH VISIBILITY FENCEINSTALL EROSION CONTROL BLANKETS OR NETSOVERHEAD COMMUNICATION LINE TO BE RELOCATEDUNDERGROUND, SEE DWG NO. E03 FOR MORE INFORMATIONREMOVE CONCRETE CURBREMOVE ASPHALT PER COR STD PLAN 103CONSTRUCTION NOTESREMOVE CONCRETE DRIVEWAY TO NEAREST WHOLE PANELPROTECT EXISTING COMMUNICATION JUNCTION BOXPROTECT OR AUGMENT THE EXISTING FACILITY FENCINGAND GATE POSTS AS NECESSARY FOR CONSTRUCTIONACTIVITIES AND DAILY SECURITY.REMOVE CONCRETE WALL AS NECESSARY TO CONSTRUCTIMPROVEMENTS, SEE PHOTO 2EXISTING TRANSFORMER PAD TO REMAIN. EXISTINGTRANSFORMER TO BE REMOVED AND REPLACED WITH NEWTRANSFORMER INSTALLED BY PSE, SEE ELECTRICAL SITEPLAN ON DWG NO. E03 FOR MORE INFORMATION.SECURE EXCAVATION/TRENCHES NIGHTLY IF NOT WITHINCONSTRUCTION FENCINGINSTALL STRAW WADDLES ALONG WEST SIDE OFCONSTRUCTION ENTRANCESTABILIZED CONSTRUCTION ENTRANCE PER COR STDPLAN 215.10BEGIN CONCRETE CURB AND GUTTER REMOVALAPPROX. LOCATION:N: 182306.29E: 1298174.18END CONCRETE CURB AND GUTTER REMOVALAPPROX. LOCATION:N: 182398.85E: 1298156.32END CONCRETE REMOVALAT PANEL EDGEREMOVE CONCRETE CURB AND GUTTER PER CORSTD PLAN 103EXISTING TREE TO BE REMOVEDOUTLINE OF PROPOSED EGAPPROX. CONCRETE PADAND EG SHELTER EXTENTSDO NOT DISTURB EXISTING LANDMARK TREE. PROVIDEANY/ALL PROTECTIVE MEASURES NECESSARY TO AVOID ANYDISTURBANCE TO TREE. ANY DAMAGE CAUSED BY THECONTRACTOR SHALL BE EVALUATED BY A CERTIFIEDARBORIST AND ANY SUBSEQUENT MITIGATION MEASURESRECOMMENDED SHALL BE AT THE SOLE EXPENSE OF THECONTRACTOR.PROTECT EXISTING TREE
SSSSSSSSR AAAVE SESSEAESRRRAINIERERRERERTPN: 0723059007616 W PERIMETER RDOADOERIMETER ROOWEST PERIERIMETER ROWEWEWEWE000700000000BP: 0+00.0033333333N: 182319.333355555555E: 1298103.8555EP: 0+70.00+70N: 182333.10182E: 1298172.48E:404539414243442827262552552251:222.511:2.551:1:1:1:1:1:2:1:2::222:1:12222222225555555555555555555555555554545CONSTRUCTION SITE SECTION10'20'30'40'50'60'10'20'30'40'50'60'0+000+70LJBRJFJan 20, 2023Jan 20, 2023REN21-0234WHBPS-D-C02.DWGSHOWNC02 432DWG NO.:DATEDESCRIPTIONREVISIONSBYREVIEWENGINEER:SAVE DATE:REVIEWED:PLOT DATE:CLIENT:FILENAME:SHEET NO.:JOB NO.:NO.0"1"2"DRAWING IS FULL SCALE WHENBAR MEASURES 2"SCALE:CONSTRUCTION GRADING PLANAND SECTIONCITY OF RENTONWEST HILL BOOSTER PUMP STATIONIMPROVEMENTS PROJECTCITY OF RENTONWEST HILL BOOSTER PUMP STATIONIMPROVEMENTS PROJECT001/20/23ISSUED FOR BIDDINGLJBRJFCONSTRUCTION GRADING SITE PLANCAST IN-PLACE CONCRETERETAINING WALL, SEE DWG NO. S01FOR ADDITIONAL INFORMATIONEXISTING CONCRETEOUTLINE OFROOFOVERHANGAPPROXIMATECONSTRUCTION GRADEEXISTING GRADEPROPOSEDGENERATORSTRUCTUREPROPOSEDGENERATOREXISTING WEST HILLBOOSTER PUMP STATIONCONSTRUCTION GRADING NOTESEDELIZEESTABILIZELIZEUCTIONUONSTRUUCONSONSTRUCECENTRANCCEENTRANCSEE ENGINEERING GEOLOGY EVALUATION MEMO WITHIN PROJECT SPECIFICATIONS FORADDITIONAL INFORMATION REGARDING INVESTIGATIONS, FINDINGS, AND RECOMMENDATIONS.SLOPES AND SHORINGxEXCAVATIONS INTO NATIVE SOILS ARE LIKELY TO TEMPORARILY HOLD VERTICAL SLOPES.xIF LOOSE, UNCOMPACTED FILL SOIL IS ENCOUNTERED IN THE RETAINING WALLEXCAVATION, SHORING MAY BE REQUIRED TO SUPPORT PORTIONS OF THE EXCAVATION TOPROTECT WORKERS AND TO SUPPORT SLOPES.xALL EXCAVATIONS SHOULD COMPLY WITH ALL OCCUPATIONAL SAFETY AND HEALTHADMINISTRATION SAFETY REQUIREMENTS.xALL EXCAVATED SLOPES SHOULD BE REVIEWED PERIODICALLY FOR STABILITY, INCLUDINGREVIEW OF THE TOP OF THE SLOPE FOR TENSION CRACKS, AND THE SIDEWALLS ANDFLOORS FOR EVIDENCE OF SEEPAGE OR SATURATED SOIL CONDITIONS.xTHE NATIVE SOIL IS MODERATELY ERODIBLE. ALL TEMPORARY SLOPES IN NATIVE MATERIALSHOULD BE PROTECTED FROM EROSION DURING PRECIPITATION EVENTS BY PLASTICSHEETING OR OTHER TECHNIQUES THAT PREVENT RAIN SPLASH EROSION AND RILLING.xTHE MAXIMUM TEMPORARY SLOPE IN THE NATIVE SOIL MAY BE CUT CLOSE TO VERTICAL,AND THE PERMANENT SLOPE CONSTRUCTED IN THE NATIVE SOIL SHOULD BE NO STEEPERTHAN 1H:1V.xDURING PROJECT CONSTRUCTION, THE CITY WILL HIRE A LICENSED ENGINEERINGGEOLOGIST (LEG) OR PROFESSIONAL ENGINEER WITH GEOTECHNICAL EXPERIENCE (PEG)TO INSPECT THE EXCAVATIONS TO CONFIRM WHETHER THE EARTH EXPOSED DURINGEXCAVATION IS CONSISTENT WITH THE PROJECT TECHNICAL MEMORANDUM ANDFAVORABLE FOR PROCEEDING WITH THE PROJECT AS PLANNED.xDRY SEASON CONSTRUCTION IS RECOMMENDED PER THE ENGINEERING GEOLOGYEVALUATION MEMO.EXISTING BOX CULVERT/STORM DRAINAGESYSTEM, DO NOT DISTURB. CONTRACTOR SHALLTAKE ALL NECESSARY PRECAUTIONS ANDIMPLEMENT A UTILITY PROTECTION PLAN TOENSURE NO DAMAGE IS SUSTAINED.STRAW WADDLESTOE OF EXCAVATION:25.00'
SSSSSSSSR AAAVE SSAE SRRRAINIERRRNIRNIEROADERIMETER ROOWEST PERIERIOERIWEWEWE0007000000000031313113029292929302882828293132331:11:13:1:11234555555555557888888888888888888888888888888888888888888888888888888888888881992062121222222425526272829303031313232239111111121317181101615142222SITE SECTION25'30'40'50'25'30'40'50'0+000+7055'55'ACCESS ROAD POINT TABLEPOINT NO.1234567891011121314151617181920NORTHING182303.66182306.10182396.21182398.65182396.98182396.68182401.01182400.36182417.62182418.69182422.84182423.17182441.72182438.74182438.16182436.37182440.35182439.16182419.84182392.32EASTING1298173.681298173.211298155.811298155.341298155.111298153.541298153.121298148.821298145.631298149.851298148.571298150.141298146.501298142.081298142.321298132.571298131.661298125.561298129.111298136.67DESCRIPTIONFACE OF CURBFACE OF CURBFACE OF CURBFACE OF CURBEDGE OF PAVEMENTEDGE OF PAVEMENTCENTER OF RADIUSEDGE OF PAVEMENTEDGE OF PAVEMENTCENTER OF RADIUSEDGE OF PAVEMENTEDGE OF PAVEMENTEDGE OF PAVEMENTEDGE OF PAVEMENTEDGE OF PAVEMENTEDGE OF PAVEMENTEDGE OF PAVEMENTEDGE OF PAVEMENTEDGE OF PAVEMENTEDGE OF PAVEMENTELEV.27.5027.0227.4928.0027.5027.5327.4827.6627.7526.9727.5526.9728.0728.1827.6627.4727.5027.5027.3127.53N/AMATCH EXISTINGMATCH EXISTINGMATCH EXISTINGBOLLARD POINT TABLEPOINT NO.2829303132NORTHING182321.93182325.85182329.78182333.70182337.62EASTING1298157.471298156.681298155.901298155.111298154.32DESCRIPTIONREMOVABLE BOLLARDREMOVABLE BOLLARDREMOVABLE BOLLARDREMOVABLE BOLLARDREMOVABLE BOLLARDN/AMATCH EXISTINGACCESS ROAD POINT TABLEPOINT NO.21222324252627NORTHING182381.35182343.19182316.07182313.70182316.46182305.61182306.01EASTING1298144.781298152.441298157.881298158.361298168.991298170.711298172.67DESCRIPTIONEDGE OF PAVEMENTEDGE OF PAVEMENTEDGE OF PAVEMENTEDGE OF PAVEMENTCENTER OF RADIUSEDGE OF PAVEMENTEDGE OF PAVEMENTELEV.27.7027.5227.3127.2927.0526.9726.93N/AMATCH EXISTINGLJBRJFJan 20, 2023Jan 20, 2023REN21-0234WHBPS-D-C04.DWGSHOWNC03 532DWG NO.:DATEDESCRIPTIONREVISIONSBYREVIEWENGINEER:SAVE DATE:REVIEWED:PLOT DATE:CLIENT:FILENAME:SHEET NO.:JOB NO.:NO.0"1"2"DRAWING IS FULL SCALE WHENBAR MEASURES 2"SCALE:PROPOSED SITE AND FINAL GRADINGPLANCITY OF RENTONWEST HILL BOOSTER PUMP STATIONIMPROVEMENTS PROJECTCITY OF RENTONWEST HILL BOOSTER PUMP STATIONIMPROVEMENTS PROJECT001/20/23ISSUED FOR BIDDINGLJBRJFPROPOSED SITE PLANEG ANDFUEL TANKCONCRETE SLABNOMINAL EL: 27.67'OUTLINE OF ROOF OVERHANGEXISTING GRADEFINAL GRADEPROPOSEDGENERATORSTRUCTUREPROPOSEDGENERATORN: 182312.66E: 1298140.89TOP OF WALL EL: 33.33'FINAL GRADE EL: 32.33'N: 182339.78E: 1298135.45TOP OF WALL EL: 33.33'FINAL GRADE EL: 32.33'00D CURBSED D 92' DEPRESSEDSEDD SEDLAN 101R STD PLLPER COR STR STLR ST13.5'3.5EXISTING WEST HILLBOOSTER PUMP STATION0'0'.0000.00.0000.001.1.1111.111111R1111111RRR1RR1RRRRR1RRRRRRRR3'3R4.33301GRADE TO NOMINAL EL: 28.5'2" MULCH COVER, PROVIDE MIN. 6'CLEAR SPACE IN FRONT OFELECTRICAL EQUIPMENT.33.33'32.33'TOP OF WALLTOP OF FINISHEDGRADE AT WALLGRADE AT WALLER WORK SPACEEEMEEANSFORMEMERAATRARAAREA PER PSEPS313ASPHALT DRIVEWAYRESTORE CONCRETE GUTTER AND ASPHALT PER COR STDPLAN 103EXPANSION JOINT ALONG ALL CONCRETE-ASPHALTCONNECTIONS PER COR STD PLANKEY NOTESCONCRETE FILLED STEEL REMOVABLE BOLLARDS,TYP. OF 5. APPROX. 4 FEET SPACING BETWEENEACH BOLLARDCHAIN LINK FENCECAST IN-PLACE CONCRETE RETAINING WALL PER DWG NO. S01EG SHELTER TO BE SUPPORTED ON RETAINING WALL,SEE STRUCTURAL DRAWINGS FOR DETAILSCONCRETE STEPRESTORE FENCE IF DISTURBED BY CONSTRUCTION ACTIVITIESTO EXISTING OR BETTER CONDITIONSREMOVE AND REPLACE EXISTING CHAIN LINK FENCE WITHBARBED WIRE TO MATCH EXISTING FENCE, SEE DWG NO.E03 FOR REQUIRED TRANSFORMER WORK SPACE AREAE03 FOR ADDITIONALDITNO. E0E0G NO. E0NO. E0GWGGWGWGSEE DWWWOPTIC INFORMATIONFOBER OOFIBER OBER OCONCRETE TRAFFIC CURB TO MATCH EXISTING GROUNDLEVEL BEHIND NEW CONCRETE TRAFFIC CURB PER CORSTD PLAN 101 (TYP.), SEE POINT TABLE FOR FACE OF CURBTOP OF ROADWAY ELEVATIONMAN ACCESS GATEPROPOSED ASPHALT DRIVEWAY SECTIONMIN. 4" COMPACTED DEPTH HMA CL.12", PG64-22 COMPACTED IN TWO LIFTS.6" COMPACTED DEPTH CRUSHED SURFACING TOPCOURSE COMPACTED TO 95% MODIFIED PROCTORCOMPACTED AND PROOF ROLLEDNATIVE SUBGRADE012% MIN.4.3'3'R4R4RR4RRRR4RRCEMENT CONCRETE TRAFFICCURB PER COR STD PLAN 101DEPRESSED CURB PERCOR STD PLAN 1011MIN. 2"6" PERFORATED PIPE WITH GEOTEXTILE FABRIC PER DWGNO. S01, TRANSITION DRAINAGE PIPE TO 3" ASNECESSARY TO CAST THROUGH THE CONCRETE TRAFFICCURB. DAYLIGHT AT CURB FACE AND SHEET FLOWACROSS DRIVEWAY11CONTRACTOR TO VERIFY EXISTING DEPTH OF WATER ANDFIBER OPTIC LINE PRIOR TO POWER AND TELEMETRY CONDUITINSTALLATIONS8RESTORE ALL DISTURBED UNPAVED AREAS WITH SOD ORHYDROSEED3" PERFORATED DRAIN LINEROUTED PER PLAN, PROVIDESCREENED OUTLET. TYP. OF 2PRESSURE WASH INTERIOR AND EXTERIOR OF FACILITY ANDRECOAT IN ACCORDANCE WITH THE SPECIFICATIONS
DNDJMCJan 20, 2023Jan 20, 2023REN21-0234WHBPS-D-S01.DWGSHOWNS01 632DWG NO.:DATEDESCRIPTIONREVISIONSBYREVIEWENGINEER:SAVE DATE:REVIEWED:PLOT DATE:CLIENT:FILENAME:SHEET NO.:JOB NO.:NO.0"1"2"DRAWING IS FULL SCALE WHENBAR MEASURES 2"SCALE:PROPOSED WEST HILL GENERATORSTRUCTURECITY OF RENTONWEST HILL BOOSTER PUMP STATIONIMPROVEMENTS PROJECTCITY OF RENTONWEST HILL BOOSTER PUMP STATIONIMPROVEMENTS PROJECT001/20/23ISSUED FOR BIDDINGLJBRJFGENERATOR STRUCTUREFOUNDATION PLAN13'-4" TYP.CLCCCLCC6"TYP.13'-10",TYP.CLCC1'-6"TYP.STEEL WALKWAY, SEE DWGNO. S05 FOR DETAILS4'-7" TYP.ROOF SUPPORTCOLUMN, FULLHEIGHT, TYP. OF 2GENERATORGENERATOR STRUCTURE ROOF FRAMING PLAN4:124:12ROOF OUTLINEBLOCKING, TYPRIDGE2 EQSPANSSECTIONSECTIONAS01BS01AS01BS01AS01BS0115'-11"1212241212124METAL ROOF PANELFINISHED GRADE PER CIVIL PLANS17'-4"27'-8"15'-4"26'-8"RETAINING WALL, TYP.FULL LENGTHHSS 8 X 4 X 1/4BEAM, SEEDETAILFORMED PURLIN,SEE DETAILTRUSSFRAME TYP.3'-8"AS01BS01BS01AS012S035S031S032 EQSPANS4" MIN1'-6"TYP.CLCC1'-6"TYP.CLCC2'-0"TYP.2'-0"TYP.CLCCCLCC13'-4"CLCC5S036S031S03C8 x 11.5C8 x 11.5ROOF PURLIN, TYP. OF 6HSS 6 X 4 X 1/4 (BOTTOM)ROOF PURLIN (TOP)CONC. SLAB ON GRADENOTES:1. COLOR OF KYNAR OR HYLAR PAINTEDMETAL ROOF PANELS AND PROFILE SHALLBE SELECTED BY CITY. AEP SPAN REVERSEBOX RIB OR EQUAL WITH SECTIONMODULUS, S, GREATER THAN .06 IN^3/FT.2. HSS COLUMN AND OTHER TUBE MEMBERS.CLOSE ENDS W/ 1/2" PL. SHOP WELD.3. C 8 x 11.5 GALV. CHANNEL PURLIN. ATTACHTO 1/4" PL. TABS W/ 1/2" Ø GALV BOLTS. ASPECIAL FORMED CHANNEL PURLIN SHALLBE FABRICATED OUT OF 1/4" PL. AS SHOWNIN DETAIL 6 ON SHEET S03, @ OUTSIDEEDGES OF ROOF.4. ALL SUPPORTING STEEL MEMBERS SHALLBE HOT DIPPED GALVANIZED.5. REMOVE EXISTING TOPSOIL, ROOTS, &OTHER DELETERIOUS MATERIAL PRIOR TOPLACING 6" GRAVEL SUB-BASE6. GENERATOR ANCHORAGE PERMANUFACTURER SPECIFICATIONS. MINIMUM1/2" ANCHORS WITH MINIMUM 4"EMBEDMENT AND MINIMUM 4" SIDE COVERON ANCHORS.RETAINING WALL, TYP. SOUTH,WEST, AND NORTH WALLS1S032S03SECURE GENERATORAND FUEL TANK TO SLABPER MANUFACTURER'SINSTRUCTIONSSEE NOTE #5INSTALL EMERGENCYDIESEL GENERATOR3" BAR COVER, TYP.24 GA METAL ROOF PANEL, INSTALL PERMANUFACTURER'S INSTRUCTIONS AT 3'O.C. MAX TO SUPPORT PURLINS6" CRUSHED SURFACING BASECOURSE COMPACTED TO COMPACTSUBGRADE TO FIRM 95% MODIFIEDPROCTOR PRIOR TO PLACING CSBC,TYP.INSTALL GENERATOR EXHAUSTPIPE PER DWG NO. E11TOP OF FINISHEDGRADE AT WALL32.33'27.33'TOP OF SLABEL 27.33'EL 27.67'1'-0", TYP.14'-7"2% TYP.1.5%1.5%1.5%EL 27.67'EL 27.33'33.33'TOP OF WALLHSS 4 x 3 x 1/4HSS 6 x 4 x 1/2HSS 4 x 3 x 1/4HSS 4 x 3 x 1/4RAFTERHSS 6 X 4 X 1/2BEAM, TYP. OF3 EACH27.67'TOP OF SLAB26.67'BOTTOM OF SLAB25.67'BOTTOM OF KEYCONCRETE SLABCONSTRUCTION JOINT WITHROUGHENED SURFACE, TYP#6 @ 8" O.C. MAX, AT BOTTOMWHERE PERPENDICULAR TOWALL AND WITHIN 5' OF WALL.#5 @ 12" O.C. ELSEWHERE#6 @ 8" O.C. VERTSSAT SOIL SIDE#5 @ 12" O.C.ELSEWHERENATIVE SUBGRADE, USE AN EXCAVATOR-MOUNTEDPLATE COMPACTOR (OR APPROVED EQUAL) TO COMPACTTO FIRM AND UNYIELDING, TYP.2" BAR COVER, TYP.6" MIN. PERFORATED PIPEWRAPPED IN GEOTEXTILEFABRIC, DRAIN TO DAYLIGHTAPPROVED COMMONBORROW BACKFILLFOR WALLSCONCRETE WALLCORNER, TYP.12S04BLACK CHAIN LINK FENCEWITH PRIVACY SLATS FROMTOP OF WALL TO ROOF,ALONG RETAINING WALL21'-0"3'x7' MIN, MANGATEFENCE LINEPOSTS. DO NOTATTACH TO BEAMAT TOP8S0426'-2"INSTALL DIESEL FUEL TANKTOP OF FINISHEDGRADE AT WALLVARIABLE33.33'TOP OF WALLVARIABLETOP OF SLAB26.67'BOTTOM OF SLAB25.67'BOTTOM OF KEY11S049S047S04STEEL COLUMN TORETAINING WALLCONNECTION7'-2",TYP.6'-8", TYP..CLLCCCLCC1'-0", TYP.20'-0"7'-2"10'-8"3'-0"10S04FENCE POST BASEPLATE, TYP.GRAVEL BACKFILLFOR DRAINSGRAVELBACKFILLFOR DRAINSAT CONTRACTOR'S OPTION, GATE MAYBE ATTACHED TO ROOF SUPPORTCOLUMN OR MAY BE ATTACHED TOSTANDARD FENCE END POST SHOPWELDED TO SAME BASE PLATE AT ROOFSUPPORT COLUMNROOF SUPPORTCOLUMN WALL TOROOF, TYP. OF 3STEEL COLUMNHSS 6 x 6 x 1/26"CLCC3'-5"5"777"7777777777772% TYP.CONNECT FENCE TO ROOFSUPPORT COLUMN7'-5"7'-5"7'-4"12'-4"BLACK CHAIN LINK FENCEWITH PRIVACY SLATSFROM TOP OF WALL TOROOF, ALONG OPEN FACEOF BUILDING7S044S0310S04
DNDJMCJan 20, 2023Jan 20, 2023REN21-0234WHBPS-D-S01.DWGSHOWNS02 732DWG NO.:DATEDESCRIPTIONREVISIONSBYREVIEWENGINEER:SAVE DATE:REVIEWED:PLOT DATE:CLIENT:FILENAME:SHEET NO.:JOB NO.:NO.0"1"2"DRAWING IS FULL SCALE WHENBAR MEASURES 2"SCALE:STRUCTURAL DETAILS ICITY OF RENTONWEST HILL BOOSTER PUMP STATIONIMPROVEMENTS PROJECTCITY OF RENTONWEST HILL BOOSTER PUMP STATIONIMPROVEMENTS PROJECT001/20/23ISSUED FOR BIDDINGLJBRJFCRITERIA:ALL MATERIALS, WORKMANSHIP, DESIGN, AND CONSTRUCTION SHALL CONFORM TO THE DRAWINGS, SPECIFICATIONS, ANDTHE INTERNATIONAL BUILDING CODE (2018 EDITION)DESIGN CRITERIA:RISK CATEGORY:IV (ESSENTIAL FACILITY)SEISMIC DESIGN CATEGORY:D - DEFAULTSS:1.451S1:0.495SMS:1.742SDS:1.161IBC OCCUPANCY GROUPU (UTILITY)IBC CONSTRUCTION TYPEV-BWIND SPEED: 110 MPHWIND EXPOSURE:CREINFORCING STEELALL STEEL SHALL MEET ASTM A615. DEFORMED BARS: GRADE 40 FOR #3 BARS AND SMALLER, GRADE 60 FOR #4 BARS AND LARGER.STRUCTURAL STEEL1.STRUCTURAL STEEL SHALL CONFORM TO THE FOLLOWING:ROLLED WIDE FLANGE SHAPE ASTM A-992 (Fy = 50 KSI)MISC. PLATE, BAR, ANGLES, CHANNELS ASTM A-36 (Fy = 36 KSI)TUBINGASTM A-500, GRADE B (Fy = 46 KSI)PIPES ASTM A-53, TYPE E OR S, GRADE B (Fy = 35 KSI)2. ALL FABRICATION, ERECTION, AND IDENTIFICATION OF STRUCTURAL STEEL SHALL CONFORM TO AISC SPECIFICATIONS.3. ALL WELDING SHALL CONFORM TO AWS SPECIFICATIONS. ALL WELDING SHALL BE DONE BY WELDERS CERTIFIED UNDER AWSSPECIFICATIONS USING E70XX ELECTRODES. ALL SHOP WELDS SHALL BE GROUND SMOOTH.4. ALL BOLTED CONNECTIONS SHALL BE MADE WITH MACHINE BOLTS(MB) CONFORMING TO ASTM A307, UNO.5.HIGH STRENGTH (HS) BOLTS SHALL CONFORM TO ASTM A325-SC WHERE NOTED. PROVIDE TENSION INDICATING FASTENERS(LOAD INDICATOR WASHER OR TWIST OFF BOLT) AT ALL HS BOLTS.6.ALL STEEL SHALL BE HOT DIP GALVANIZED PER ASTM A-123.7. ALL BOLTS SHALL BE GALVANIZED.CONCRETEMINIMUM COMPRESSIVE STRENGTH @ 28 DAYS:4,500 PSIWATER/CEMENT:0.40 MAX.MAX. NOMINAL COARSE AGGREGATE SIZE:3/4" TO NO. 41.REINFORCING STEEL SHALL BE DETAILED (INCLUDING HOOKS AND BENDS) IN ACCORDANCE WITH ACI 315-99 AND 318-14. LAPALL REINFORCEMENTS IN ACCORDANCE WITH THE "REINFORCING SPLICE AND DEVELOPMENT LENGTH SCHEDULE" - SEE THISSHEET.2.CONCRETE PROTECTION FOR REINFORCING STEEL SHALL BE AS FOLLOWS, UNLESS OTHERWISE NOTED:2.1. FOOTINGS AND OTHER UNIFORMED SURFACES CAST AGAINST ANDPERMANENTLY EXPOSED TO EARTH . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .3"2.2. FORMED SURFACES EXPOSED TO EARTH (WALLS BELOW GRADE),WATER OR WEATHER (#6 BARS OR LARGER) . . . . . . . . . . . . . . . . . . . . . . . . 2"2.3.COLUMN TIES OR SPIRALS AND BEAM STIRRUPS . . . . . . . . . . . . . . . . . . . . . . 2"2.4.SLABS AND INTERIOR FACES . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 2"3.CONCRETE FINISH FOR ALL SLABS SHALL HAVE A MEDIUM BROOM FINISHAIR ENTRAINMENTUSE AIR-ENTRAINING ADMIXTURE IN ALL CONCRETE FOR 5% MIN AIR ENTRAINMENT. ADD AIR-ENTRAINING ADMIXTURE ATMANUFACTURER'S PRESCRIBED RATE TO RESULT IN CONCRETE AT POINT OF PLACEMENT IN ACCORDANCE WITH ASTM C173 OR C231.SLUMPWITHOUT PLASTICIZERS; 4 INCHES FOR FLOOR AND ROOF SLABS, 7 INCHES FOR WALLS. WITH PLASTICIZERS; MAXIMUM 9 INCHES ORAS DESIRED FOR PLACEMENT.EXECUTIONDO NOT PLACE CONCRETE DURING RAIN, SLEET, OR SNOW UNTIL WATER AND FREEZING PROTECTION IS PROVIDED.BEFOREBEGINNINGPLACEMENTOFCONCRETE,REMOVEHARDENEDCONCRETEANDFOREIGNMATERIALSFROM INNERSURFACEOFMIXINGANDCONVEYINGEQUIPMENT. BEFOREDEPOSITINGCONCRETE,REMOVEDEBRISFROMSPACETOBEOCCUPIEDBY THECONCRETE. SECURE REINFORCEMENT IN POSITION TO PREVENT MOVEMENT DURING CONCRETE PLACEMENT.ATCONSTRUCTIONJOINTS,THOROUGHLYCLEANSURFACEOFEXISTINGCONCRETETOREMOVELAITANCE.ROUGHENEXISTINGCONCRETESURFACETOEXPOSEAGGREGATEUNIFORMLY ANDAPPLY APPROVED BONDINGAGENTTOEXISTINGCONCRETEINACCORDANCEWITHMANUFACTURER'SRECOMMENDATIONS.PRIORTOPLACINGFRESHCONCRETE,DAMPENJOINTANDCOATWITHGROUT MIXTURE IN ACCORDANCE WITH ACI 301, SECTION 8.5.INSTALLATIONPLACEMENT SHALL BE IN ACCORDANCE WITH IBC, SECTION 1905.PLACENOCONCRETEWHENAIRTEMPERATUREISBELOWOREXPECTED TOBEBELOW40DEGREESDURINGTHE28-DAYCURINGPERIODUNLESSALOW TEMPERATURECONCRETEMIXHASBEEN APPROVED BY THEOWNER.PROVIDEADEQUATEEQUIPMENTFORHEATINGMATERIALSAND PROTECTINGCONCRETEDURINGFREEZINGORNEARFREEZINGWEATHER.KEEPMATERIALS,REINFORCEMENT, FORMS,ANDGROUND INCONTACTWITHCONCRETEFREEFROMFROSTATTIMEOFPLACEMENT.HEATMIXINGWATER AS REQUIRED. USE NO MATERIALS CONTAINING ICE.PLACENOCONCRETEWHENAIRTEMPERATUREEXCEEDSORISEXPECTEDTOEXCEED85DEGREESDURINGTHE28-DAYCURINGPERIODUNLESSAHIGHTEMPERATUREPLACEMENTPLANHASBEENAPPROVED, ANDUNLESSADEQUATEPRECAUTIONSARETAKENTOPROTECTWORK.COOLINGREDIENTSPRIORTOMIXING.FLAKEICEORCRUSHEDICEOFASIZETHATWILLMELTCOMPLETELYDURING MIXING MAY BE SUBSTITUTED FOR ALL OR PART OF WATER. COOL FORMS AND REINFORCING PRIOR TO PLACING CONCRETE.CURINGALLCONCRETESHALLBEWATER-CUREDINACCORDANCEWITHACI308.1UNLESSAPPROVEDINADVANCEBY THEOWNER. IFALLOWED,CURINGCOMPOUNDSHALLBEAPPLIED IMMEDIATELY AFTERFINISHINGORFORMREMOVAL. WHEN PLASTICORBURLAPCOVERSAREUSED TOAUGMENTORPROTECTCURING,EXTENDSHEETINGBEYONDTHEEDGESOFTHECONCRETEANDSECUREAGAINST WIND LIFT. INSPECT AND ADJUST CURING SYSTEMS DAILY, INCLUDING OVER WEEKENDS AND HOLIDAYS.CONCRETE ANCHORS SHALL BE EITHER HILTI HIT-RE 500-V3 INJECTABLE MORTAR, SIMPSONSTRONG-TIE SET-XP ANCHORING ADHESIVE, OR POWERS PE1000+ AS SPECIFIED. WHERE SIZE ISCALLED OUT ON THE DRAWINGS, PROVIDE MINIMUM EMBEDMENT DEPTHS AS SHOWN ON THEFOLLOWING TABLES. PROVIDE MINIMUM EDGE DISTANCES AND SPACING AS SHOWN ON THEFOLLOWING TABLES UNLESS SPECIFICALLY DETAILED OTHERWISE.INSTALL ANCHORS IN STRICT ACCORDANCE WITH MANUFACTURER'S INSTRUCTIONS.NOTIFY OWNER 24 HOURS IN ADVANCE OF INSTALLATION OF ALL ANCHORS.WHERE SIZE IS NOT CALLED OUT, ANCHOR SHALL BE SELECTED BASED ON DESIGN LOADS.IF THEMINIMUM EDGE DISTANCE AND/OR MINIMUM SPACING CAN NOT BE ACHIEVED, REFER TO PRODUCTINFORMATION FOR REDUCTION IN ALLOWABLE LOADS.DIA. OF ROD (INCHES) ORREBAR SIZE NO.MIN. EDGEDISTANCE(INCHES)MIN.EMBEDMENT(INCHES)MIN. ANCHORSPACING(INCHES)ALLOWABLE LOAD BASED ONBOND STRENGTH (POUNDS)TENSIONSHEAR1/25/82-1/23-1/82-3/43-1/81,0271,3122,2102,8272-1/23-1/87/84-3/83-1/24-3/8CONCRETE ANCHORSHILTI HIT-RE 500-V3, SIMPSON STRONG-TIE SET-XP & POWERS PE1000+3-3/43/43-3/43-1/21,556 3,3511,5563,351#4#5#6#7#81,5201,7753,6185,4942,2257,5702,4409,4284,52011,5072-1/23-1/84-1/25-5/82-1/23-1/84-3/857-7/894-3/853-3/43-3/46-3/4CONCRETE ANCHOR#8#7#6#5#4#3BARTOP BARSOTHER BARSTOP BARSALL BARSMINIMUM STRAIGHTDEVELOPMENT LENGTHSMINIMUM LAPSPLICELENGTHSMINIMUMEMBEDMENTLENGTHS62"54"37"31"25"19"48"42"29"24"19"15"81"71"49"41"33"25"14"12"10"9"7"6""TOP BARS" ARE HORIZONTAL BARS WITH MORE THAN 12" DEPTH OFCONCRETE CAST BELOW THEM.IF CLEAR CONCRETE COVER IS LESS THAN 2x THE DIAMETER OF THEBAR OR THE CENTER-TO-CENTER SPACING IS LESS THAN (4) BARDIAMETERS, THEN VALUES SHALL BE INCREASED BY 43%SIDE COVER MUST BE EQUAL TO OR GREATER THAN 2-1/2"END COVER FOR 90° HOOKS MUST BE EQUAL TO OR GREATER THAN2"REINFORCEMENT SPLICE AND DEVELOPMENT SCHEDULECEMENT GROUTMATERIAL FOR GROUTING BASE PLATES. CEMENT GROUT SHALL BE NON-SHRINK SAND AND CEMENT ONLY AND SHALL NOT CONTAINCOARSE AGGREGATE.MINIMUM COMPRESSIVE STRENGTH @ 28 DAYS:5,000 PSISPECIAL INSPECTIONS, TESTS, AND OBSERVATIONS:SPECIAL INSPECTIONS AND TESTS SHALL INCLUDE THE FOLLOWING. REFER TO IBC SECTION 1704 AND 1707 FOR DETAILS.1. SPECIAL INSPECTIONS BY THE GEOTECHNICAL ENGINEER INCLUDING:1.1. SITE EXCAVATION AND GRADING1.2. PLACEMENT OF STRUCTURAL FILL AND SOIL COMPACTION1.3. VERIFICATION OF SOIL-BEARING CAPACITY2. CONCRETE PLACEMENT AT CONCRETE CONSTRUCTION: CONTINUOUS, SEE ALSO SECTION 1705.3 OF THE INTERNATIONALBUILDING CODE.3. REINFORCEMENT AT CONCRETE CONSTRUCTION: PERIODIC, SEE ALSO SECTION 1705.3.4. TESTING OF CONCRETE FOR SPECIFIED COMPRESSIVE STRENGTH (FC), AIR CONTENT AND SLUMP. SEE ALSO TABLE 1705.3.5. INSPECTION OF WELDS: PERIODIC, SEE ALSO TABLE 1704.36. STRUCTURAL OBSERVATION BY A REGISTERED DESIGN PROFESSIONAL IN ACCORDANCE WITH IBC 1704.5 SHALL BE PROVIDED.METAL ROOFING SHALL BE COATED WITH PVDF (POLYVINYLIDENE FLUORIDE) WITH A MANUFACTURER'S25-YEAR OR BETTER GUARANTEE OF NO METALS LEACHING. METAL ROOFING SHALL NOT BE SUBJECT TOVENTING OF DUSTS, MISTS, OR FUMES FROM MANUFACTURING, COMMERCIAL, OR OTHER INDOOR ACTIVITIES.ABBREVIATIONS:AL - ALUMINUMCHK - CHECKEREDCL - CENTERLINECLR - CLEAREA - EACHEF - EACH FACEFB - FLAT BARGALV - GALVANIZEDHORZ - HORIZONTALLLV - LONG LEG VERTO.C. - ON CENTERPL - PLATERB - ROUND BARRST - REINF. STEELSST - STAINLESS STEELT&B - TOP & BOTTOMVERT - VERTICALPJF - PREMOLDED JOINT FILLERHSS - HOLLOW STRUCTURAL SECTIONWWM - WELDED WIRE MESHSTRUCTURAL NOTES
JMCJan 20, 2023Jan 20, 2023REN21-0234WHBPS-D-S01.DWGSHOWNS03 8321"CITY OF RENTONWEST HILL BOOSTER PUMP STATIONIMPROVEMENTS PROJECTCITY OF RENTONWEST HILL BOOSTER PUMP STATIONIMPROVEMENTS PROJECT001/20/23ISSUED FOR BIDDINGLJBRJF2"2"NOTE:METAL ROOFING NOTSHOWN FOR CLARITY.12'-4" TO TOPOF FND. PIER2"1'-6" REF.1"GRIDGRIDGRIDGRIDGRIDGRID1'-6"TYP. @ TRUSSTO COL.2" TYP3/161/41/43/163/161/41/4METAL ROOF PANEL1/4" TAB ⅊WP (WORK POINT)1/4" BENT ⅊FORMED PURLINADD TYP.PURLIN @ GRIDTYP.SEE ROOF FRAMING PLANFOR RAFTER SIZINGSEE ROOF FRAMINGPLAN FOR BEAM SIZINGSEE ROOFFRAMING PLANFOR SIZINGSEE ROOF FRAMINGPLAN FOR SIZINGSEE ROOF FRAMINGPLAN FOR SIZINGSEE ROOF FRAMINGPLAN FOR SIZINGSEE ROOF FRAMING PLAN FORSIZING, SEE DETAILFOR END ENCLOSURETYP.TYP.PLATE TABS FORPURLIN CONNECTIONSPERFORMED PURLINBOLTMETAL ROOF PANELTYP. PURLIN@ GRID LINEEND FRAMERIDGE CAPC4x7.25 BLOCKING,SEE NOTE #4124124METAL ROOF PANEL2 EA 1/4" BOLTSTYP. ROOF PURLINSSEE ROOF FRAMINGPLAN FOR SIZINGTYP. PURLINTYP1/4" PLATE END CLOSURE ON EACHPURLIN W/ 6" x FULL LENGTH x 1/4"CONT. RAKE. BOLT TO C8 PURLINSW/ 2 EA 1/4" M.B.EAVE RAKE FLASHINGPURLIN SUPPORT TAB 1/4x 2 1/2 x 0'-5" W/ 2-1/2"Ø M.B.@ 2-1/2" O.C. FAR SIDEMETAL ROOF PANELCLCCFRAMECLCC6S03DETAILSECTIONSECTION4S015S016S01DETAIL1S01DETAIL2S016S036S031'-0"CLCCCLCCCLCCNOTES:1.ROOF PANELS, SEE SPECIFICATIONS. RESTRAINT STRAPS, RIDGE CAP ANDEAVE RAKE FLASHING SHALL BE PURCHASED FROM SAME MANUFACTURER.INSTALLATION SHALL BE PER MANUFACTURER RECOMMENDATIONS. DESIGNWIND LOADS PER ASCE 7-16 110 MPH, EXPOSURE "C".2.CHANNEL PURLINS SHALL BE PLACED IN ACCORDANCE WITH ROOF FRAMINGPLAN ON SHEET S01. EACH END OF EACH PURLIN SHALL BE CLOSED WITH 1/4"PLATE AS SHOWN IN DETAIL3.A SPECIAL FORMED CHANNEL PURLIN SHALL BE FABRICATED OUT OF 1/4"PLATE AS SHOWN IN DETAIL AT OUTSIDE EDGES OF ROOF.4. AT EACH FRAME AND AT MID-SPAN OF PURLIN, PROVIDE FABRICATED C4 x 7.25BETWEEN PURLINS, WITH END STIFFENERS OF 1/4" PLATE, SEE DETAIL5. ALL FRAMES SHALL BE HOT DIPPED GALVANIZED AFTER FABRICATION. ALLWELDS AFTER FABRICATION SHALL BE COATED WITH GALVACON.6S03 1S035S03REMOVABLE BOLLARD DETAIL48"5'-6" FTGDEPTH3'-0" MINEMBEDMENT1'-6"DIAM8"x8"x1x4" PLATE8"3C03BS01SEE FOR S01TYPICAL SIZINGGALV STEEL HASP FORPADLOCKELECTRICAL SHELTER SLABPROOF ROLLEDNATIVE SOIL.BOLLARD FOOTING CAST AGAINST NATIVESUBGRADE, USE AN EXCAVATOR-MOUNTED PLATECOMPACTOR (OR APPROVED EQUAL) TO COMPACTTO FIRM AND UNYIELDING, TYP.6" CONCRETE FILLED SCH. 40 STEELPIPE W/ CAP. HOT DIP GALVANIZEAFTER FABRICATION, PAINT SAFETYYELLOW. LOCATE AS SHOWN ON PLANSTEEL 5" IPS SCH 40 PIPE SLEEVE, HOT DIPGALVANIZE AFTER FABRICATION. SIZE SUCHTHAT BOLLARD MAY SLIDE OVER SLEEVE.SLEEVE SHALL BE 4'-4" LONGASPHALT DRIVEWAYDNDDNDJMCJMCJan 20, 2023Jan 20, 2023Jan 20, 2023Jan 20, 2023RENREN21-023421-0234WHBPS-D-S01.DWGWHBPS-D-S01.DWGSHOWNSHOWNS03S03883232DWG NO.:DATEDESCRIPTIONREVISIONSBYREVIEWENGINEER:SAVE DATE:REVIEWED:PLOT DATE:CLIENT:FILENAME:SHEET NO.:JOB NO.:NO.0"0"1"1"2"2"DRAWING IS FULL SCALE WHENDRAWING IS FULL SCALE WHENBAR MEASURES 2"BAR MEASURES 2"SCALE:SCALE:STRUCTURAL DETAILS IISTRUCTURAL DETAILS II
10' MAX.CHAIN LINK FENCENOTES:1. MINIMUM DEPTHS BASED ON IBC GRAVEL OR SANDY GRAVELSOIL TYPES PER TABLE 1804.22. MINIMUM POST LENGTH: 10'-0"3. SECURITY FABRIC, POLES AND HARDWARE SHALL BE PCVCOATED (BLACK IN COLOR)4. CONCRETE FOR ALL FOOTINGS SHALL BE WSDOT CLASS 4000.38" TIE ROD AT ALLCORNER, END, GATE ANDPULL POSTS4" O.D. END POST1-2/3" O.D. BRACE RAILATTACH TO ALL END, PULL,GATE AND CORNER POSTS6 GAGEBANDS @ 14"4" O.D. LINEPOST1-5/8" O.D. TOP RAIL1-5/8" O.D.BOTTOM RAIL9 GAGE WIRE CLIPS, 24" O.C.CONC. SLABDNDJMCJan 20, 2023Jan 20, 2023REN21-0234WHBPS-D-S01.DWGSHOWNS04 932DWG NO.:DATEDESCRIPTIONREVISIONSBYREVIEWENGINEER:SAVE DATE:REVIEWED:PLOT DATE:CLIENT:FILENAME:SHEET NO.:JOB NO.:NO.0"1"2"DRAWING IS FULL SCALE WHENBAR MEASURES 2"SCALE:STRUCTURAL DETAILS IIICITY OF RENTONWEST HILL BOOSTER PUMP STATIONIMPROVEMENTS PROJECTCITY OF RENTONWEST HILL BOOSTER PUMP STATIONIMPROVEMENTS PROJECT001/20/23ISSUED FOR BIDDINGLJBRJF5/161/2" x 9" x 9" BASE PLATE.FILL SPACE BELOW WITHNON-SHRINK GROUTDOUBLE 3/8"x3"x8"⅊ WASHER OR3/8"x12"x12" ⅊ WASHER AT BOTTOMNUT (TYP)(4) 3/4" Ø SIMPSON PAB 4H AT6" O.C. WITH 8" EMBEDMENTHSS 6 x 6 x 1/210S01CONC. SLAB AT FULL HEIGHTCOLUMNS, TYP. PER PLAN(RETAINING WALL AT HALF HEIGHTCOLUMNS, NOT SHOWN IN DETAIL)LEVELING NUT AND WASHERMIN LAPMIN LAPNOTE:THE SIZE AND SPACING OF TYPICAL CORNERREINFORCING SHALL MATCH THE SIZE AND SPACINGOF THE HORIZONTAL WALL REINFORCING. WHEREPERPENDICULAR WALLS HAVE DIFFERENTHORIZONTAL WALL REINFORCING, PROVIDE CORNERBARS TO MATCH THE HORIZONTAL WALLREINFORCING WITH THE GREATEST AREA OF STEEL.HORIZONTAL WALL RST (TYP)WALL REINF., TYP.CORNER BARS TO MATCH WALLRST EXCEPT AS NOTED ON PLANSSTD. HOOK, TYP.TYPICAL CONCRETE WALL INTERSECTION / CORNER12S01MAN ACCESS GATETOP HINGE 180°SWINGPROVIDE OWNERSTANDARD PADLOCK3' WIDE ACCESS GATE WITHLOCKING SWIVEL ARM3/8" TIE ROD WITHTURNBUCKLE11S01CONCRETE STEP6", TYP.3'-2"NOTE: LANDING WIDTH 30" MIN.PROPOSEDGRADE PERSITE PLANCAST-IN-PLACE CONCRETELANDING. SLOPE AWAYFROM DOOR AT 2% MIN.#4 @ 18" O.C., E.W., T&B6" CRUSHED ROCKMULCH PAD PER SITE PLAN9S0113C0312"#4 NOSE BARS @ 18" O.C.#4 @ NOSEEQUIPMENT PADNOTE: SEE ELECTRICAL DRAWINGS FOREQUIPMENT LOCATION AND DIMENSIONS.4" MIN. BEYONDEQUIPMENT BOLTS, TYP.3-1/2" UNLESSOTHERWISE NOTEDEXIST. CONCRETE FLOOR#4 DOWELS, EACHCORNER AND 18" O.C., 3"EMBEDMENT INTO FLOORCAST-IN-PLACE CONCRETE, ROUGHEN FLOORUNDER PAD PRIOR TO POURING PAD. PROVIDE4x4 W1.4xW1.4 WWM WITHIN PAD AT TOP FACEWITH 112" CLEAR COVER34" CHAMFER, ALLOUTER EDGES14TYP.ROOF SUPPORT COLUMN BASEPLATE AND ANCHORS7S01FENCE POST BASE PLATE ANDANCHORS5/163/8" x 7 1/2" x7 1/2" BASEPLATE. FILL SPACE BELOWWITH NON-SHRINK GROUTDOUBLE 3/8"x3"x8"⅊ WASHER OR3/8"x12"x12" ⅊ WASHER AT BOTTOMNUT (TYP)(4) 1/2" Ø SIMPSON PAB 4H AT 41/2" O.C. WITH 8" EMBEDMENT4" SCH 40 PIPECONC. SLAB AT FULL HEIGHT FENCEPOSTS, TYP. PER PLAN (RETAININGWALL AT HALF HEIGHT FENCEPOSTS, NOT SHOWN IN DETAIL)LEVELING NUT AND WASHERMOUNT TO TOP OFCONCRETE SLAB10S04APPROX. 6' - 2", VARIESWITH ROOF FRAMING,FIELD MEASURECONNECT FENCE TO ROOF BEAMWITH 9 Ga. RECTANGULARBANDS @ 24" O.C.1 - 5/8" BOTTOM RAIL W/ 9Ga. BANDS @ 24" O.C.CHAIN LINK FENCE BETWEENRETAINING WALL AND ROOF8TYP.10' MAX @ OPENEND, SEE DETAIL 9FOR WALL FENCESIMILAR CHAIN LINK FENCEDETAIL SEE8S04COMPACTED AND PROOF ROLLED TO NATIVESUBGRADE TO FIRM AND UNYIELDING, TYP.
DNDJMCJan 20, 2023Jan 20, 2023REN21-0234WHBPS-D-S01.DWGSHOWNS05 1032DWG NO.:DATEDESCRIPTIONREVISIONSBYREVIEWENGINEER:SAVE DATE:REVIEWED:PLOT DATE:CLIENT:FILENAME:SHEET NO.:JOB NO.:NO.0"1"2"DRAWING IS FULL SCALE WHENBAR MEASURES 2"SCALE:STRUCTURAL DETAILS IVCITY OF RENTONWEST HILL BOOSTER PUMP STATIONIMPROVEMENTS PROJECTCITY OF RENTONWEST HILL BOOSTER PUMP STATIONIMPROVEMENTS PROJECT001/20/23ISSUED FOR BIDDINGLJBRJFBASE PLATE PLAN VIEW16BASE SE⅊⅊344" x 7" x 7" 1", TYPCLCC1"1"1"1"MINCCCCLLLLCCCCCCCC3"CCCCLLLLCCCCCCCCHSS 3-1/2 x 3-1/2 x 114" (TYP.)" (TYP.)(4)38" Ø HILTI KWIK BOLTTZ EMBED 4-3/4" (TYP.)TYP1/4CLCCSLABNOTES:1. X-BRACE NOT SHOWN FOR CLARITY.2. AS AN OPTION, THE COLUMN BASE ⅊ CAN BE INSTALLEDON 3/4" THICK GROUT BASE TO ACCOMMODATE THESLOPES ON THE SLAB GRADE. LEVELING NUTS CAN BEINSTALLED AS WELL.3.CONFIRM FINISHED FUEL TANK DIMENSIONS PRIOR TOFABRICATING PLATFORM.4.CONTRACTOR SHALL FIELD VERIFY ALL DIMENSIONSPRIOR TO CONSTRUCTION1-1/2" Ø RAIL WHERESHOWN ON PLANC 8 x 11.51/41/4⅊38" REQUIRED, (TYP.)3/16 1-1/2"3/16 1-1/2" TYP.3/163/16TYP.L 1-1/2" x 1-1/2" x 316" XBRACES, BACK TO BACK12"4"2'-0"BASE PLATEHSS 3-1/2 x 3-1/2 x 14" (TYP.)TYP.3/16C 8 x 11.5CLCCBAR GRATING ATTACHMENT,EXTEND GRATING 2"CATWALK SECTIONC1-1/4" BAR GRATINGP 38"x3"x6" W/(2)34" Ø A325BOLTSNOTCH RAILING @RAIL POSTS, TYP.11"6"CLCCCLCCGENERATOR ENCLOSURE3"ATTACHMENT LOCATIONS:ATTACHMENTS SHOULD BE PLACED AT INTERMEDIATESUPPORTS IN THE MIDDLE OF THE PANELS AND AT THE FOURBEARING BAR ENDS.WELDS:WELDS SHOULD BE 3/16" FILLET WELDS, 3/4" LONGLOCATED APPROXIMATELY 6" FROM EACH SIDE OFPANEL (4 LOCATIONS) AND ONE WELD IN MIDDLEOF PANEL AT EACH INTERMEDIATE SUPPORT.WELDS AT ENDS OF BEARINGBAR APPROXIMATELY 6"FROM EACH SIDE OF PANELGRATING ATTACHMENT173/16"1-1/2"3/16"3/4"16S0517S056 STEPS/5 TREADS@ 11" O.C. = 5'-5"15'-10"3'-6"BASE PLATE16S05W 8 x 10, TYP.3'-6"1'-2"1'-2"1'-2"C 8 x 11.5, TYP.HSS 3-1/2 x 3-1/2 x14" (TYP.)TYP3/163'-2"(4'-0" MAX)GRINDSMOOTHTYP3/16SHOP ORFIELD WELD3/16(1) 34" Ø HILTI KWIK BOLT TZEMBED 4-3/4" (TYP.)L 1-1/2 x 1-1/2 x14 x 1'-0"12"(TYP.)3/16 2"@6" O.C.3/16 2"@6" O.C. TYP.1-1/2" Ø STD PIPERAILING, TYP.1'-0"1-1/4" x 18" x 19-W-4SERRATED BAR GRATINGTREADS W/ CHECKER ⅊NOSING TYP.HOT DIPPED GALVANIZED WASHERSSHALL BE REQUIRED FOR STRINGERTO TREAD CONNECTION, AT BOTHBOLT HEAD AND NUTCATWALK FRAMING PLANCATWALK SECTIONDNOTES:1. ALL STEEL ELEMENTS SHALL BE HOT DIPPED GALVANIZED.2.ONLY EAST SIDE CATWALK FRAMING SHOWN.CONTRACTOR SHALL MIRROR HANDRAIL AND BASESUPPORTS FOR WEST SIDE.RAILING,TYP.CS05DS05L 1-1/2 x 1-1/2 x 316" X-BRACES,TYP. 3 LOCATIONSOUTLINE OF GENERATORSLAB BELOW11"(TYP.)3'-6"21'-5"7'-4"CLCCCLCC8'-0"CLCCHANDRAIL OFFSET2" GUARDRAIL1-1/4"x1x8" 19-W-4 BAR GRATINGW/ SERRATED BARS (TYP.)END OF RAIL ONGENERATOR SIDE38"
LJBRJFJan 20, 2023Jan 20, 2023REN21-0234WHBPS-D-M01.DWGSHOWNM01 1132DWG NO.:DATEDESCRIPTIONREVISIONSBYREVIEWENGINEER:SAVE DATE:REVIEWED:PLOT DATE:CLIENT:FILENAME:SHEET NO.:JOB NO.:NO.0"1"2"DRAWING IS FULL SCALE WHENBAR MEASURES 2"SCALE:CITY OF RENTONWEST HILL BOOSTER PUMP STATIONIMPROVEMENTS PROJECTCITY OF RENTONWEST HILL BOOSTER PUMP STATIONIMPROVEMENTS PROJECT001/20/23ISSUED FOR BIDDINGLJBRJFEXISTING MECHANICAL DEMOLITION PLANCLCC6" DISC6" DISC8" SUCT8" SUCTEXISTING HIGHCAPACITY PUMP, TOBE REMOVED. PUMPCAN TO BE REUSEDFOR PROPOSED 150HP PUMP. SEEPHASING NOTE THISSHEET FORADDITIONALINFORMATION.8" DISC10" SUCT4" DISC4" SUCT12" DISC12" SUCTNOTE: BELOW GRADEPIPING SHOWN IN THISVIEW AS DASHED LINESEXISTING PUMP, MOTOR, AND ANYAPPURTENANCES FROM PUMP BAY 2 TO BEINSTALLED IN PUMP BAY 1. PUMP CAN TO BEREUSED FOR PROPOSED 75 HP PUMP.ADDITIONAL INFORMATION REGARDINGEXISTING PUMP AND CAN CONFIGURATION ISPROVIDED IN APPENDIX D FOR REFERENCEPURPOSES, TYP. OF ALL EXISTING PUMPS.EXISTING MECHANICALCONFIGURATIONEXISTING DIESEL ENGINE ANDFUEL TANK0303030303030303030303030303030303030303030303030303030303030303030304040404040404040404040404040404040404040404040404040404040404040404DIESEL TANK TOBE REMOVEDDIESEL ENGINE AND OTHER COMPONENTSINCLUDING EXISTING EXHAUST SYSTEM TOBE REMOVEDPUMP BAY 4EXISTING FUTURE CONNECTION0505050505050505050505050505050505050505050505050505050505050505005EXISTING CONCRETE CARRIERPIPE COVER, TO BE REMOVEDPUMP BAY 1PUMP BAY 2PUMP BAY 3PUMP BAY 4333333333333333333333333030303030303030303030303030303030303030303030303030303030000000005555500444444444444440404404040404040404040404040404040404040000000000000000CLCCGENERAL PHASING:1. ISOLATE THE BPS FROM THE WATER SYSTEM AS NECESSARY TO INSTALL PROPOSED 90 DEGREE BENDSAND BUTTERFLY VALVES (AND BLIND FLANGES OR OTHER MECHANISM FOR SECONDARY ISOLATION) WITHINPUMP BAY NO. 1. SEE SPECIFICATIONS FOR ADDITIONAL INFORMATION REGARDING ISOLATION/SHUTDOWNLIMITATIONS.2.SUPPLY AND INSTALL TEMPORARY POWER SUPPLY AND STARTER/DRIVE FOR THE EXISTING 60 HP PUMP INPUMP BAY NO. 3. SEE SPECIFICATIONS FOR TEMPORARY PUMP SYSTEM (EXISTING BAY NO. 3 PUMP ANDCONTRACTOR PROVIDED POWER SUPPLY AND STARTER/DRIVE) PERFORMANCE REQUIREMENTS.3.MOVE EXISTING PUMP FROM BAY NO. 2 TO BAY NO. 1 AND INSTALL ALL PROPOSED PIPING ANDAPPURTENANCES WITHIN PUMP BAY NO. 1. INSTALL PROPOSED PUMP IN BAY NO. 2. CONNECT BOTH BAY NO.1 AND 2 TO THE NEW ELECTRICAL AND CONTROL SYSTEMS. PERFORM START UP AND TESTING PERSPECIFICATIONS. OBTAIN WRITTEN ACCEPTANCE FROM OWNER AND/OR ENGINEER PRIOR TO PERMANENTCOMMISSIONING.4.REMOVE EXISTING PUMP FROM BAY NO. 4, DIESEL ENGINE AND ASSOCIATED FUEL SYSTEM AND STORAGETANK AND REPLACE WITH PROPOSED PUMP. REMOVE TEMPORARY PUMPING SYSTEM AND INSTALLPROPOSED PUMP IN BAY NO. 3. PERFORM START UP AND TESTING PER SPECIFICATIONS. OBTAIN WRITTENACCEPTANCE FROM OWNER AND/OR ENGINEER PRIOR TO PERMANENT COMMISSIONING.NOTES:xEXISTING PUMP AND MOTORS NOT SCHEDULED FOR RELOCATION SHALL BE REMOVED AND DELIVERED TOCITY SHOPS IN A CLEAN AND OPERABLE CONDITION.xTHE EXISTING DIESEL PUMP WILL BE MANUALLY OPERATED BY THE CITY, ON AN AS NEEDED BASIS, TOPROVIDE BACKUP SERVICE TO THE CONTRACTOR'S TEMPORARY PUMPING SYSTEM WHICH IS NECESSARYTO KEEP THE WH495 TANK AT THE DESIRED OPERATIONAL ELEVATION. CONTRACTOR SHALL KEEP THEAREA AROUND THE DIESEL PUMP CLEAR OF DEBRIS, TOOLS, AND OTHER CONSTRUCTION RELATED ITEMSAND ACCESSIBLE TO THE CITY AT ALL TIMES.EXISTING MECHANICAL ANDDEMOLITION PLANDO NOT DISTURB EXISTING CONCRETEPAD OR CONTAINMENT WALLEXISTING PUMPAND MOTOR, TO BEREMOVED. PUMPCAN TO BE REUSEDFOR PROPOSED 75HP PUMP.PUMP BAY 3PUMP BAY 2EXISTING DIESEL PUMPCONTROL PANEL TO BEREMOVED AND RETURNEDTO THE CITY, SEE IMAGE ONDWG NO. E04EXISTING CONCRETEEQUIPMENT PAD TOBE REMOVED
LJBRJFJan 20, 2023Jan 20, 2023REN21-0234WHBPS-D-M02.DWGSHOWNM02 1232DWG NO.:DATEDESCRIPTIONREVISIONSBYREVIEWENGINEER:SAVE DATE:REVIEWED:PLOT DATE:CLIENT:FILENAME:SHEET NO.:JOB NO.:NO.0"1"2"DRAWING IS FULL SCALE WHENBAR MEASURES 2"SCALE:PROPOSED MECHANICAL PLANCITY OF RENTONWEST HILL BOOSTER PUMP STATIONIMPROVEMENTS PROJECTCITY OF RENTONWEST HILL BOOSTER PUMP STATIONIMPROVEMENTS PROJECT001/20/23ISSUED FOR BIDDINGLJBRJFPROPOSED MECHANICAL PLANSUCTION AND DISCHARGEPIPING TO BE MODIFIED ASNECESSARY TOACCOMMODATE NEW PUMPINSTALLATION, TYP.6" DISC6" DISC8" SUCT8" SUCT8" DISC10" SUCT4" DISC4" SUCT12" DISC12" SUCTNOTES:xBELOW GRADE PIPING SHOWN IN THIS VIEWAS DASHED LINES.xHOIST RAIL ABOVE HIDDEN FOR CLARITYEXISTING PUMPASSEMBLY FROMPUMP BAY NO. 2 TOBE REINSTALLED INPUMP BAY NO. 1PROVIDE PUMP PAD,AND PUMP CANANCHOR BOLTSSEE DWG NO.M03 FORADDITIONAL INFORMATIONREGARDING ADDITIONALPIPE, FITTINGS, PUMP CANAND PAD REQUIREMENTSFOR PUMP BAY NO. 1PUMP 1PUMP 2PUMP 3PUMP 46" DISC8" SUCTPUMP LEGEND NOTES:PUMP 1 - EXISTING 60 HP PUMP ASSEMBLY FROM PUMP BAY NO. 2 TO BE REUSEDPUMP 2 - PROPOSED 75 HP PUMPPUMP 3 - PROPOSED 75 HP PUMPPUMP 4 - PROPOSED 150 HP PUMPSEE SPECIFICATIONS FOR ADDITIONAL INFORMATION. FABRICATED PUMP HEADSSHALL ACCOMMODATE THE EXISTING VERTICAL AND HORIZONTAL DISTANCEREQUIREMENTS/CONDITIONS. SUPPLIER SHALL PERFORM FIELD MEASUREMENTSAND TAKE ALL RESPONSIBILITY FOR ENSURING PROPER FITMENT.BCBC01010101010101010101010101010101010101010101010101010101010101010100101010101010101010101010101010101010101010101010101010101010101010101010101010101010101010100CONTRACTOR TO COVER THE EXISTINGPENETRATION ON THE INTERIOR WALL WITH12" PLYWOOD. EXTERIOR LOUVER TO REMAIN.1506AABOARD IN EXISTING PENETRATION,SEE IMAGE THIS SHEETNOTE: DETAIL AS SHOWN ISSCHEMATIC. CONTRACTORSHALL PROVIDE DETAILEDSUBMITTAL INFORMATIONSHOWING CHEMICALCOMPATIBILITY AND SERVICERATING. SEE SPECIFICATIONSFOR ADDITIONAL CHEMICALSYSTEM REQUIREMENTS.RIGID SUCTION LINEWITH DUAL-LEVELCONTROL SENSORSCHEMICAL STORAGE DRUMLEVEL SENSOR CABLE FROMLEVEL INDICATOR TO PUMPWALL BRACKET, TO BEPROVIDED BY PUMPMANUFACTURERMETERING PUMP EQUAL TOGRUNDFOS DDA 7.5-16 AR-PV/V C- F- 3 1 1003 B GFERRIC CHLORIDEAND SULFURIC ACIDVALVE BOARD, SEESPECIFICATIONS FORMORE INFORMATION.PRESSURE RELIEF VALVEUNION, TYP.PRESSURE GAUGE W/ISOLATOR14" PTFE IN 112" CLEAR PVC TOCHEMICAL INJECTORTRANSITION TO 14" TUBINGTHREE WAY TRUE UNION BALL VALVEPULSATION DAMPENER12" OD TUBING, VENTTO FLOOR DRAINCALIBRATIONCOLUMNY-STRAINER12" NPTPRODUCTINLETSUCTION TUBING ROUTE FROM PUMP SKID TODRUM SUCTION ASSEMBLY PERMANUFACTURER'S RECOMMENDATIONS ANDAVOID ANY KINKING OR PINCHING OF SUCTIONTUBING.PROVIDE BUNG FITTING TOSECURE AND ALIGN SUCTIONLINE VERTICALLY WITHIN DRUMCHEMICAL DRUM METERINGSYSTEM PER DETAIL THISSHEETCHEMICAL DRUM METERING SYSTEM DETAILCOATINGS NOTE:INTERIOR AND EXTERIOR OF FACILITY SHALL BE PRESSURE WASHEDAND RECOATED IN ACCORDANCE WITH THE SPECIFICATIONS.
LJBRJFJan 20, 2023Jan 20, 2023REN21-0234WHBPS-D-M04.DWGSHOWNM03 1332DWG NO.:DATEDESCRIPTIONREVISIONSBYREVIEWENGINEER:SAVE DATE:REVIEWED:PLOT DATE:CLIENT:FILENAME:SHEET NO.:JOB NO.:NO.0"1"2"DRAWING IS FULL SCALE WHENBAR MEASURES 2"SCALE:MECHANICAL PROFILESCITY OF RENTONWEST HILL BOOSTER PUMP STATIONIMPROVEMENTS PROJECTCITY OF RENTONWEST HILL BOOSTER PUMP STATIONIMPROVEMENTS PROJECT001/20/23ISSUED FOR BIDDINGLJBRJFPROPOSED MECHANICAL PROFILE - PUMP BAY NO. 2/3BPUMP 2 AND 3 TO BE INSTALLEDINSIDE EXISTING PUMP CAN6" DISC8" SUCT6" DISC8" SUCTPROPOSED MECHANICAL PROFILE - PUMP BAY NO. 1C8" DI 90° BEND (FLxFL)6" DI 90° BEND (FLxFL)6" BUTTERFLY VALVE(FLxFL)6" BOOSTER PUMP CONTROL VALVE (FLxFL)6" DI SPOOL (FLxPE), LENGTH TO FIT6" FLANGE COUPLINGADAPTER8" BUTTERFLY VALVE (FLxFL)8" DI SPOOL (FLxPE), LENGTH TO FIT8" FLANGE COUPLINGADAPTERREMOVE EXISTING BLINDFLANGE AND CONNECT12" I.D. PUMP CAN TOMATCH EXISTINGPUMP BAYSPRESSURE GAUGEASSEMBLYGAUGE AND PRESSURESWITCH ASSEMBLYANNULAR SPACE BETWEEN PROPOSEDPUMP CAN AND THE EXISTING CASINGPIPE SHALL REMAIN OPEN.PROVIDE CONCRETE PIPE SUPPORTTO MATCH EXISTING PUMP BAYS150115051506PROPOSED MECHANICAL PROFILE - PUMP BAY NO. 4APUMP 4 TO BE INSTALLEDINSIDE EXISTING PUMP CAN8" DISC10" SUCT
LJBRJFJan 20, 2023Jan 20, 2023REN21-0234WHBPS-D-M03.DWGSHOWNM04 1432DWG NO.:DATEDESCRIPTIONREVISIONSBYREVIEWENGINEER:SAVE DATE:REVIEWED:PLOT DATE:CLIENT:FILENAME:SHEET NO.:JOB NO.:NO.0"1"2"DRAWING IS FULL SCALE WHENBAR MEASURES 2"SCALE:MECHANICAL DETAILSCITY OF RENTONWEST HILL BOOSTER PUMP STATIONIMPROVEMENTS PROJECTCITY OF RENTONWEST HILL BOOSTER PUMP STATIONIMPROVEMENTS PROJECT001/20/23ISSUED FOR BIDDINGLJBRJFPRESSURE GAUGE,SEE SPECS.14" BRASS BALL VALVES(1)14" BRASS TEE14" BRASS WYEFILTER/STRAINER14" BRASS BALL VALVES14" SHORT BRASS NIPPLE14" BENT COPPERSAMPLE LINE1" THREADED TAP1" SHORT GALV NIPPLE1" DIELECTRIC UNION EQUALTO WATTS 3003.1" TO14" BRASS BUSHINGPRESSURE GAUGE ASSEMBLY15011" THREADED TAP1" SHORT GALV NIPPLE1" DIELECTRIC UNIONEQUAL TO WATTS 3003.PRESSURESWITCHPRESSUREGAUGE, SEE1" BRASS TEE1" BRASS BALL VALVE1" BRASS BALL VALVE1" TO14" BRASS BUSHING14" BRASS NIPPLE, LENGTHAS REQUIRED1" BRASS NIPPLE,LENGTH AS REQUIRED1" BRASS 90° BEND1" TO14" BRASS BUSHING14" BRASS NIPPLE, LENGTHAS REQUIRED14" BRASS BALL VALVE14" BRASS BALL VALVE14" BRASSTEEGAUGE AND PRESSURE SWITCH ASSEMBLY150515011.CONTRACTOR SHALL PROVIDE ALL NECESSARY EQUIPMENT, MATERIALS, LABOR, AND EXPERTISE TO CONSTRUCTMAJOR AND MINOR PIPING SYSTEMS ACCORDING TO APPLICABLE CODES, STANDARDS, AND MANUFACTURERRECOMMENDATIONS.2.CONTRACTOR SHALL CONFORM TO PIPE ROUTING AND ARRANGEMENT AS CLOSELY AS POSSIBLE. CONTRACTORSHALL BE RESPONSIBLE FOR VERIFYING ALL PIPING DIMENSIONS. CONTRACTOR SHALL PREPARE AND SUBMITDETAILED DIMENSIONAL DRAWINGS BASED ON APPROVED EQUIPMENT AND PIPING SYSTEMS.3. FITTINGS AND/OR PIPING THAT MAY BE REQUIRED IN ORDER TO OPERATE SOME MINOR MECHANICAL SYSTEMS,INSTRUMENTATION, AND EQUIPMENT MAY NOT BE SHOWN IN THE PLANS. THE CONTRACTOR SHALL PROVIDEFITTINGS AND PIPING AS NECESSARY TO HAVE A COMPLETE AND FUNCTIONAL SYSTEM.4.CONTRACTOR SHALL CONNECT EQUIPMENT, VALVES, METERS, AND OTHER SIMILAR FITTINGS TO PIPING SYSTEMSUCH THAT IT CAN BE READILY DISASSEMBLED FOR MAINTENANCE OF THE EQUIPMENT. THIS MAY REQUIREPROVIDING ADDITIONAL FITTINGS OR SUPPORTS NOT SHOWN IN THE PLANS.5.DISASSEMBLY JOINTS OR FLANGE COUPLING ADAPTORS WITH SHACKLE RODS MAY BE ADDED WITH ENGINEERAPPROVAL TO FACILITATE PIPE ASSEMBLY.6.CONTRACTOR SHALL PROVIDE ANY AND ALL VALVED VENTS AT HIGH POINTS AND VALVED DRAINS AT LOW POINTSAND ALL OTHER LOCATIONS AS NECESSARY TO SUCCESSFULLY TEST PIPING SYSTEMS.7. NOT ALL PIPE SUPPORTS ARE SHOWN IN THE PLANS. CONTRACTOR SHALL PROVIDE AND INSTALL PIPE SUPPORTS ASNECESSARY TO PROVIDE A RIGID, SECURE, NON-SAGGING SYSTEM. SEE SPECIFICATIONS FOR ADDITIONALINFORMATION.8. FITTING TAPS SHALL BE DONE AT THE FACTORY. PIPE TAPS MAY BE DONE ON SITE USING A TAPPING MACHINE BY ANEXPERIENCED OPERATOR. ALL TAPS ARE SUBJECT TO OWNER APPROVAL AND ANY REJECTED MATERIALS SHALL BEREPLACED AT THE CONTRACTOR'S EXPENSE. TAPPED DI PIPE SHALL BE CLASS 53 MINIMUM. FOR STEEL PIPE,PROVIDE REINFORCING COLLAR AT ALL TAPPING LOCATIONS. REINFORCING COLLAR THICKNESS TO BE EQUAL TOSTEEL PIPE CYLINDER OR 0.25", WHICHEVER IS GREATER. DIRECT TAPS ON PIPE ARE TO BE LOCATED SUCH THATADJACENT FITTING BOLTS OR SHACKLE RODS DO NOT INTERFERE WITH INSTALLATION OF GAUGES, SWITCHES ORAIR VALVES. TAPPED PIPE WILL BE REJECTED IF EQUIPMENT CANNOT BE INSTALLED CLEANLY AND DISASSEMBLEDEASILY.9.MINOR MECHANICAL PIPING: ALL VALVES 2" AND LARGER SHALL INCLUDE HANDWHEEL OPERATORS. ALL BALLVALVES SMALLER THAN 2" SHALL HAVE 14 TURN FULL HANDLES AND BE RATED FOR 200 PSI WORKING PRESSURE.10. PLUMB ALL CONTROL VALVE PILOT DRAINS, AIR VALVE OUTLETS, AND PUMP HEAD DRAINS TO FLOOR DRAINS USINGCOPPER AND COMPRESSION FITTINGS OR SCH 40 PVC PIPE AND FITTINGS. SECURE TO PIPE RUNS OR SUPPORTSAWAY FROM TRAVELED PATHS. PROVIDE UNIONS OR COUPLINGS AS NECESSARY TO ALLOW COMPLETEDISASSEMBLY. MAINTAIN CONTINUOUS DRAINING GRADE ON PIPE RUNS.11.CONTRACTOR SHALL PROVIDE ALL NECESSARY THRUST RESTRAINT, INCLUDING BUT NOT LIMITED TO CONCRETEBLOCKING, SHACKLE RODS, MECHANICAL THRUST RESTRAINT (MEGA-LUGS OR EQUAL) AND TRUE RESTRAINED JOINTPIPE (TRJ) PIPE.12. IN THE EVENT THAT A SECTION OF PIPING FAILS A PRESSURE TEST, AND ANY MECHANICAL JOINTS WITH MEGA-LUGSTYLE RESTRAINTS NEED TO BE DISASSEMBLED, THE MEGA-LUGS AND THE ASSOCIATED PIPE MAY NOT BE REUSEDAND MUST BE REPLACED AT THE CONTRACTOR'S EXPENSE.13.CONTRACTOR SHALL PROVIDE INSULATING FLANGE KITS OR TRANSITION COUPLINGS BETWEEN ALL DISSIMILARPIPING MATERIALS.14. ALL PVC FITTINGS SHALL BE SOCKET END-TYPE FITTINGS UNLESS OTHERWISE NOTED.15. ALL VALVES SHALL BE REMOVABLE WITHOUT HAVING TO CUT PIPE (I.E. FLANGED OR TRUE UNION)16.FLANGE COUPLING ADAPTERS (FCA), RESTRAINED FLANGE COUPLING ADAPTERS (RFCA), AND COUPLINGS SHALL BEEQUAL TO ROMAC.17. ALL PRESSURE PIPE SHALL HAVE RESTRAINED JOINTS. EXPOSED PIPING SHALL BE FLANGED OR GROOVED; BURIEDPIPING SHALL BE MECHANICALLY RESTRAINED JOINTS (END CONFIGURATION DENOTED AS "RJ"). PUSH ON JOINTSWITH FIELD LOK (OR APPROVED EQUAL) ARE ACCEPTABLE RESTRAINED JOINT IN STRAIGHT SECTIONS WITHBLOCKING OR RESTRAINED FITTINGS AS SPECIFIED. PROVIDE TRUE (BOLTLESS) RESTRAINED JOINT PIPE (ENDCONFIGURATION DENOTED AS "TRJ") AND CONCRETE BLOCKING WHERE SPECIFIED ON PLANS.18. PIPING WHICH NORMALLY OPERATES UNDER FULL CONDITIONS WITH HYDROSTATIC HEAD HIGHER THAN THE CROWNOF THE PIPE SHALL BE CONSIDERED PRESSURE PIPING. PIPING WHICH NORMALLY OPERATES AT A HYDROSTATICHEAD NO HIGHER THAN THE PIPE CROWN SHALL BE CONSIDERED GRAVITY PIPELINES. ALL PIPING SHALL BEHYDROSTATICALLY TESTED AND DISINFECTED (WHERE APPLICABLE) IN ACCORDANCE WITH THE GUIDELINESIDENTIFIED IN THE SPECIFICATIONS.19.UNLESS OTHERWISE NOTED, PIPE MATERIAL SHALL BE USED BASED ON PIPE FUNCTION AND AS SPECIFIED IN THEPIPE SCHEDULE (SEE SPECIFICATIONS). PREPARE AND COAT ALL EXPOSED PIPING PER THE FINISHES SECTION OFTHE SPECIFICATIONS.20. ALL BURIED PIPING, INCLUDING SMALL PIPING, SHALL HAVE TWO FLEXIBLE JOINTS (5 DEGREE MIN) OR FLEXIBLECOUPLINGS TO ACCOMMODATE 0.5" DIFFERENTIAL SETTLEMENT WHEN PENETRATING STRUCTURES.21.CONTRACTOR SHALL INSTALL AND MOUNT ALL EQUIPMENT PER MANUFACTURER'S RECOMMENDATIONS, THEREQUIREMENTS IN THE SPECIFICATIONS FOR SEISMIC RESTRAINT, AND THE FOLLOWING REQUIREMENTS.EQUIPMENT MOUNTED ON FLOORS THAT SLOPE SHALL BE LEVELED WITH STEEL SHIMS AND SHALL BE FINISHEDGROUTED TO FILL ALL VOIDS CAUSED BY THE FLOOR SLOPE.22.CONTRACTOR SHALL PROVIDE FITTINGS NECESSARY TO TRANSITION BETWEEN DIFFERENT PIPE MATERIALS ANDSIZES.GENERAL MECHANICAL NOTESPUMPPUMP BASEPUMP CAN BASE PLATECONCRETE FLOOR"HILTI" CONCRETEEPOXY ANCHORS1507NON-SHRINK GROUT12" I.D. PUMP CAN22" O.D. CONCRETE PIPEPUMP CAN DETAIL6" MIN.EFFECTIVEEMBEDMENTDEPTHMIN. 34" DIA. (OR MATCH EXISTING)HAS-V-36 (ASTM F1554 GR. 36) THREADEDROD CONCRETE ANCHOR WITH HIT-HY200-R V3 INJECTION MORTARTO BE PROVIDED BYPUMP MANUFACTURERPUMP ANCHOR BOLT DETAIL15061507
MBDMWBJan 20, 2023Jan 20, 2023REN21-0234WHBPS-D-ELEC01.DWGSHOWNE01 1532DWG NO.:DATEDESCRIPTIONREVISIONSBYREVIEWENGINEER:SAVE DATE:REVIEWED:PLOT DATE:CLIENT:FILENAME:SHEET NO.:JOB NO.:NO.0"1"2"DRAWING IS FULL SCALE WHENBAR MEASURES 2"SCALE:ELECTRICAL LEGENDONE-LINE DIAGRAM INFORMATION-LINE DIAGRAM INFORMATIGENERAL NOTESGENERAL NOTESLADDER LOGIC SYMBOL LEGENDLADDER LOGIC SYMBOL LEGENDINSTRUMENT METERINSTRUMINDICATE TYPE BYTE TYPE BYLETTERVALVE SYMBOLSVALVE SYMBOLSABBREVIATIONSABBREVIATIONSONE-LINE DIAGRAM SYMBOLSE-LINE DIAGRAM SYMBOLLIGHTING FIXTURES/DEVICESLIGHTING FIXTURES/DEVICESPANELBOARDS, SWITCHES, AND EQUIPMENTLBOARDS, SWITCHES, AND EQUIPMEGROUNDING SYSTEM SYMBOLSOUNDING SYSTEM SYMBOLELECTRICAL SITE PLAN SYMBOLSCTRICAL SITE PLAN SYMBORECEPTACLES AND JUNCTION BOX SYMBOLSCLES AND JUNCTION BOX SYMFIRE SYSTEM SYMBOLSFIRE SYSTEM SYMBOLSADDITIONAL SYMBOLSADDITIONAL SYMBOLSRACEWAY LEGENDRACEWAY LEGENDSWITCH OUTLETSSWITCH OUTLETSCITY OF RENTONWEST HILL BOOSTER PUMP STATIONIMPROVEMENTS PROJECTCITY OF RENTONCITY OF RENTONCITY OF RENTONWEST HILL BOOSTER PUMP STATIONWEST HILL BOOSTER PUMP STATIONWEST HILL BOOSTER PUMP STATIONIMPROVEMENTS PROJECTIMPROVEMENTS PROJECTIMPROVEMENTS PROJECT001/20/23ISSUED FOR BIDDINGLJBRJF
MBDMWBJan 20, 2023Jan 20, 2023REN21-0234WHBPS-D-ELEC02.DWGSHOWNE02 1632DWG NO.:DATEDESCRIPTIONREVISIONSBYREVIEWENGINEER:SAVE DATE:REVIEWED:PLOT DATE:CLIENT:FILENAME:SHEET NO.:JOB NO.:NO.0"1"2"DRAWING IS FULL SCALE WHENBAR MEASURES 2"SCALE:ONE-LINE DIAGRAMCITY OF RENTONWEST HILL BOOSTER PUMP STATIONIMPROVEMENTS PROJECTCITY OF RENTONWEST HILL BOOSTER PUMP STATIONIMPROVEMENTS PROJECT001/20/23ISSUED FOR BIDDINGLJBRJF480/277VWEST HILL BPS ONE-LINE DIAGRAM400/3 TMINSIDEOUTSIDEMOTOR CONTROL CENTER "MCC", 480V, 3Ø50/2TM600/3ET, LSI600/3TMPROPOSED STANDBYGENERATOR PROVIDED BYOWNER, INSTALLED BYCONTRACTOR.M240/120V"L"CURRENTTRANSFORMERCABINET, TO BEREPLACEDUTILITY METER,TO BE REPLACEDPAD-MOUNT TRANSFORMER,TO BE REPLACEDPRIMARY SERVICE60 HPEXISTINGBAY 2 PUMP60 HPEXISTINGBAY 3 PUMP400KW150/3TM150/3TMSSRVSSSRVS600/3ET, LSI, SEPROPOSED MAINSERVICE DISCONNECTATSPROPOSEDAUTOMATICTRANSFERSWITCH, "ATS"PROPOSED LOAD BANKCIRCUIT BREAKER75 HPPUMP 275 HPPUMP 3150 HPPUMP 1MOTOR CONTROL CENTER "MCC", 480/277V, 3Ø, 4W, 600A BUS, 42 KAIC WITHSTANDGND BUSNEUTRALSPD"L1"240/120V5%REACTORS5%REACTORS600/3 ET, LSIDIGITALMETERHARMONICFILTERHARMONICFILTER200/3TM300/3TM70/2TMPROPOSED MOTORCONTROL CENTER5%REACTORSHARMONICFILTER200/3TM480V25 kVA1Ø, 3W,240/120V200/3TM60 HP1. PROPOSED UTILITY METERING. METER BASE AND ENCLOSURE BYCONTRACTOR PER SERVING UTILITY REQUIREMENTS. METER BY PUGETSOUND ENERGY.2. GROUNDING PER DETAIL, THIS SHEET.3. GROUND ROD PER N.E.C. (TYPICAL). SEE DWG NO. E12 FOR DETAIL.4. EXISTING BAY 2 PUMP TO BE REUSED AS PUMP 1.5. PROPOSED FUSING OR CIRCUIT BREAKER PER SURGE PROTECTIONDEVICE MANUFACTURER'S RECOMMENDATION.6. CONNECT EXISTING GROUNDING SYSTEM TO PROPOSED GROUND BUS.EXTEND EXISTING GROUND ELECTRODE CONDUCTOR WITH PROPOSEDGROUND ELECTRODE AS NECESSARY TO REACH TERMINATION POINT.7. SEE DWG NO. E13 FOR CONDUIT AND CONDUCTOR SCHEDULE.8. SEE DWG NO. E13 FOR ELECTRICAL EQUIPMENT SCHEDULE.ELECTRICAL NOTESELECTRICAL NOTESSTATION LATION LOAD CALCULATIONSPUMP 4 (150 HP)180A X 1.25=225AMPSPUMP 3 (75 HP)96A X 1.00=96AMPSPUMP 2 (75 HP)96A X 1.00=96AMPSPUMP 1 (60 HP)77A X 0.00=0AMPSHEATER 17.5A X 1.00=7.5AMPSHEATER 27.5A X 1.00=7.5AMPSLIGHTING TRANSFORMER (25 kVA)52.1A X 1.00=52.1AMPSTOTAL484.1AMPS#4MIN.GND BUS#6 MIN.S/NGROUNDING#2/0 MIN.#2/0 MIN.PUMP MOTOR, TYPWATER PIPESERVICEENTRANCEDISCONNECTSWITCHLIGHTINGTRANSFORMERUFERCONNECTIONBUILDING REBARMAT5%REACTORSDV/DTFILTER600/3ET, LSIPROPOSEDGENERATORDISCONNECTPUMP 420/3TM20/3TMHEATER5KWHEATER 1HEATER5KWHEATER 22K1G2F, 3K4A5A, 6K7A, 8K9F, 10F3G3I1A"L2"240/120VEXISTING MOTOR CONTROLCENTER, TO BE REMOVEDEXISTING CONDUCTORSFROM TRANSFORMERSECONDARY TO BEREMOVED
TPN: 0723059007616 W PERIMETER RDOADERIMETER ROOWEST PERIERIOERIWEWEWEEXISTING 225 KVATRANSFORMER TO BEREPLACED WITH 300 KVATRANSFORMER BY PSE.T CONTCOT CONTINUES TOT COONNTTITTTITNNNUNUES TOCONDUIT CONCOONNDDDUTTTCOT CONTCOT CONTCONEXT UTILITY POLENEXT MBDMWBJan 20, 2023Jan 20, 2023REN21-0234WHBPS-D-ELEC03.DWGSHOWNE031732DWG NO.:DATEDESCRIPTIONREVISIONSBYREVIEWENGINEER:SAVE DATE:REVIEWED:PLOT DATE:CLIENT:FILENAME:SHEET NO.:JOB NO.:NO.0"1"2"DRAWING IS FULL SCALE WHENBAR MEASURES 2"SCALE:ELECTRICAL SITE PLANELECTRICAL SITE PLANCITY OF RENTONWEST HILL BOOSTER PUMP STATIONIMPROVEMENTS PROJECTCITY OF RENTONWEST HILL BOOSTER PUMP STATIONIMPROVEMENTS PROJECT001/20/23ISSUED FOR BIDDINGLJBRJFPROPOSED STANDBY GENERATORPROVIDED BY OWNER, INSTALLEDBY CONTRACTOR.1. EXISTING TRANSFORMER VAULT TO BE REUSED.2. EXISTING TRANSFORMER TO BE REMOVED AND REPLACED BY PUGETSOUND ENERGY. PUGET SOUND ENERGY WILL PROVIDE AND INSTALLPAD-MOUNT TRANSFORMER. PUGET SOUND ENERGY WILL TERMINATECONDUCTORS ON BOTH PRIMARY AND SECONDARY SIDE OF TRANSFORMER.CONTRACTOR SHALL BE RESPONSIBLE FOR COORDINATING WITH PUGETSOUND ENERGY AND RESPONSIBLE FOR ALL WORK NOT PERFORMED BYPUGET SOUND ENERGY.3. EXISTING CITY FIBER OPTIC VAULT. STUB-UP CONDUIT INSIDE VAULT.4. EXISTING OVERHEAD LUMEN COMMUNICATION LINE WILL BE RELOCATEDUNDERGROUND. LUMEN WILL PERFORM WORK PRIOR TO CONSTRUCTION.5. SEE DWG NO. E13 FOR CONDUIT AND CONDUCTOR SCHEDULE.6. THE EXISTING FIBER OPTIC CONDUIT, VAULTS, AND CONNECTIONS SHOWNON THIS PLAN ARE AT APPROXIMATE LOCATIONS. IT SHALL BE THECONTRACTOR'S RESPONSIBILITY TO VERIFY ITS CONNECTIONS ANDLOCATIONS IN THE FIELD AND MAKE NECESSARY ADJUSTMENTS.ELECTRICAL NOTESELECTRICAL NOTESEXISTING WESTHILL BOOSTERPUMP STATIONPROPOSEDLIGHTINGPANEL, "L2"SEE DWG NO. E12FORELECTRICAL TRENCHDETAILS, TYP.CONTRACTOR TO INSTALLFIBER OPTIC CABLE INEXISTING CONDUITSRENTON MUNICIPALAIRPORT BUILDINGEXISTING CONDUIT CONTINUES TORENTON MUNICIPAL AIRPORT UPPERLEVEL. INSTALL CITY PROVIDED FIBEROPTIC CONTROL BOX AT LOCATIONAPPROVED BY CITY IN THE FIELD.TERMINATE FIBER OPTIC CABLE ASDIRECTED BY CITY IN THE FIELD.EXISTING CONDUIT LENGTHAPPROXIMATELY 150'
MBDMWBJan 20, 2023Jan 20, 2023REN21-0234WHBPS-D-ELEC04.DWGSHOWNE04 1832DWG NO.:DATEDESCRIPTIONREVISIONSBYREVIEWENGINEER:SAVE DATE:REVIEWED:PLOT DATE:CLIENT:FILENAME:SHEET NO.:JOB NO.:NO.0"1"2"DRAWING IS FULL SCALE WHENBAR MEASURES 2"SCALE:ELECTRICAL DEMOLITION PLANEXISTING MCC AND TELEMETRYPANELEXISTING MCC TOBEREMOVED AND RETURNEDTO THE CITYEXISTING TELEMETRYPANEL TO BE REMOVEDAND RETURNED TOTHECITYEXISTING FLOW METERTO BE RELOCATEDCITY OF RENTONWEST HILL BOOSTER PUMP STATIONIMPROVEMENTS PROJECTCITY OF RENTONWEST HILL BOOSTER PUMP STATIONIMPROVEMENTS PROJECT001/20/23ISSUED FOR BIDDINGLJBRJFEXISTING INTERIOR ELECTRICALEQUIPMENTEXISTING BOOSTER PUMP STATIONBUILDING EXTERIOREXISTING INTERIOR ELECTRICALEQUIPMENTEXISTING INTERIOR ELECTRICALEQUIPMENTEXISTING DIESEL PUMPCONTROL PANEL, TO BEREMOVED AND RETURNEDTO THE CITYEXISTING BATTERYCHARGER, TO BEREMOVEDEXISTING SMOKEALARMTO BEREMOVEDEXISTING HEATER, TO BEREMOVED AND REPLACEDEXISTING PRESSURESWITCH, TO BEREMOVED, TYP.EXISTING THERMOSTAT,TO BE REMOVEDEXISTING LIGHT, TOBE REMOVED, TYP.EXISTING LIGHTS, TOBE REMOVED, TYP.EXISTING HEATER,TO BEREMOVEDAND REPLACEDEXISTING PUMPS, (1) TO BEREMOVED, (1) TO BE REUSEDEXISTING DIESEL PUMP,TO BE REMOVEDEXISTING PANIC ALARM,TO BEREMOVEDEXISTING UTILITY METER,TO BE REMOVEDEXISTING INTRUSIONDISABLE, TO REMAINEXISTING INTRUSIONALARM, TO BE REMOVEDEXISTING EXTERIORLIGHT, TO BE REMOVEDVEGETATION TO BEREMOVED TO ALLOW FORWALKWAY IN FRONT OFPROPOSED ELECTRICALEQUIPMENT ON EXTERIORBUILDING WALL, MINIMUM 6'OF CLEARANCE FROMFRONTOF PANELS.EXISTING ANTENNA.TO REMAIN1. ALL EXISTING SURFACE MOUNTED CONDUITS AND JUNCTION BOXESTO BE REMOVEDELECTRICAL NOTESELECTRICAL NOTESEXISTING AQUA-MAGCONTROLLER, TO BEREMOVED ANDREPLACED.EXISTING INTRUSION SWITCH, TOBE REMOVED AND REPLACEDEXISTING WALLVENTILATOR, TO REMAINEXISTING EQUIPMENT PAD TOBEREMOVED. PROTECT EXISTINGCONDUITS DURING DEMOLITION ANDREPLACEMENT OF EQUIPMENT PAD
MBDMWBJan 20, 2023Jan 20, 2023REN21-0234WHBPS-D-ELEC05.DWGSHOWNE05 1932DWG NO.:DATEDESCRIPTIONREVISIONSBYREVIEWENGINEER:SAVE DATE:REVIEWED:PLOT DATE:CLIENT:FILENAME:SHEET NO.:JOB NO.:NO.0"1"2"DRAWING IS FULL SCALE WHENBAR MEASURES 2"SCALE:POWER DISTRIBUTION AND SIGNALPLANPOWER DISTRIBUTION AND SIGNAL PLANPUMP 1PROPOSED UTILITY METERPROPOSED GENERATORDISCONNECTPROPOSED AUTOMATICTRANSFER SWITCH, "ATS"PROPOSED MOTOR CONTROLCENTER, "MCC"PROPOSED TELEMETRYPANEL, "RTU"PROPOSED MAIN SERVICEDISCONNECTPROPOSED CONCRETEEQUIPMENT PADDOORCITY OF RENTONWEST HILL BOOSTER PUMP STATIONIMPROVEMENTS PROJECTCITY OF RENTONWEST HILL BOOSTER PUMP STATIONIMPROVEMENTS PROJECT001/20/23ISSUED FOR BIDDINGLJBRJF"MCC""RTU""RTU"PUMP 2PUMP 3PUMP 4"RTU""MCC""MCC""MCC""MCC"1. SEE ELECTRICAL SITE PLAN DWG NO. E03, FOR CONTINUATION.2. SEE DWG NO. E13 FOR CONDUIT AND CONDUCTOR SCHEDULE.3. SEE DWG NO. E13 FOR ELECTRICAL EQUIPMENT SCHEDULE.4. SEE DWG NO. E12 FOR CONDUIT WALL PENETRATION DETAIL.5. SEE DWG NO. E12 FOR SURFACE MOUNT CONDUIT DETAIL.6. ALL CONDUITS BETWEEN PUMP BAYS AND MCC TO BE ROUTED OVERHEADBY CONTRACTOR DESIGNED SUPPORTS. CONDUITS AND SUPPORTS SHALLNOT INTERFERE WITH OPERATION OF OVERHEAD CRANE.ELECTRICAL NOTESELECTRICAL NOTESPROPOSED CURRENTTRANSFORMER CABINET"MCC""MCC"LIGHTING PANEL, "L1",THIS SECTION"RTU"CONTINUE CIRCUIT TO EXISTINGANTENNA MOUNTED ON ROOF.CONNECT PROPOSED CABLE TOEXISTING ANTENNA."MCC""MCC""MCC""MCC""L1""RTU"RELOCATED FLOW METERTRANSMITTEREXISTING INTRUSIONDISABLE SWITCH"RTU""MCC""MCC""MCC""MCC""RTU""RTU"FLOOD SWITCH, SEE DWGNO. E12 FOR DETAILEXISTING WALL VENTILATOR"L1"A"RTU"B14
MBDMWBJan 20, 2023Jan 20, 2023REN21-0234WHBPS-D-ELEC05.DWGSHOWNE06 2032DWG NO.:DATEDESCRIPTIONREVISIONSBYREVIEWENGINEER:SAVE DATE:REVIEWED:PLOT DATE:CLIENT:FILENAME:SHEET NO.:JOB NO.:NO.0"1"2"DRAWING IS FULL SCALE WHENBAR MEASURES 2"SCALE:LIGHTING, RECEPTACLE, AND,GROUNDING PLANLIGHTING, RECEPTACLE, ANDGROUNDING PLANPUMP 1PUMP 2PROPOSED UTILITY METERPROPOSED CURRENTTRANSFORMER CABINETPROPOSED GENERATORDISCONNECTPROPOSED AUTOMATICTRANSFER SWITCH, "ATS"PROPOSED TELEMETRYPANEL, "RTU"PROPOSED MAIN SERVICEDISCONNECTPROPOSED CONCRETEEQUIPMENT PADDOORA2A2A3A3A1A1A1A1A1A1A1A1A1A1A1A1"L1"1"L1"2"L1"3GFI6WPGFI4GFI5GFI5GFI5GFI4GFI6WPELECTRICAL NOTESELECTRICAL NOTES1. DOUBLE GANG BOX AND SWITCHES MOUNTED TO WALL.2. GROUND ROD PER N.E.C. (TYPICAL). USE EXOTHERMIC WELDCONNECTION AT THE GROUND ROD. SEE DWG NO. E12 FOR DETAIL.LOCATE GROUND RODS 2' MINIMUM FROM BUILDING FOUNDATION.3. CONNECTION TO EXISTING REINFORCEMENT GRID (TYPICAL OF 2LOCATIONS). SEE DWG NO. E12 FOR ADDITIONAL DETAIL. CONTRACTOR TOVERIFY EXACT LOCATION4. BOND GROUND SYSTEM TO WATER PIPING (TYPICAL OF 2 LOCATIONS).5. BOND GROUND SYSTEM TO MOTOR CASING.6. SEE DWG NO. E13 FOR LIGHTING FIXTURE SCHEDULE.7. SEE DWG NO. E13 FOR ELECTRICAL EQUIPMENT SCHEDULE.8. PROVIDE AND INSTALL LABELS FOR ALL LIGHT SWITCHES. LABELS SHALLINDICATE THE DEVICE CONTROLLED BY THE SWITCH.9. LOCATE ALL LIGHT FIXTURES, SWITCHES, AND DEVICES IN LOCATIONSHOWN ON THE PLANS USING ENGINEERING SCALE. ADJUST LOCATION ASNECESSARY TO AVOID INTERFERENCE WITH OTHER EQUIPMENT.10. SEE DWG NO. E12 FOR CONDUIT WALL PENETRATION DETAIL.11. SEE DWG NO. E12 FOR SURFACE MOUNT CONDUIT DETAIL.A#PUMP 3PUMP 4CITY OF RENTONWEST HILL BOOSTER PUMP STATIONIMPROVEMENTS PROJECTCITY OF RENTONWEST HILL BOOSTER PUMP STATIONIMPROVEMENTS PROJECT001/20/23ISSUED FOR BIDDINGLJBRJFGFI6WPGFI4PROPOSED MOTOR CONTROLCENTER, "MCC"LIGHTING PANEL, "L1",THIS SECTION5"L1""L1"66"L1"4GFI1111"L1""L1""AQUA-MAG CONTROLLERDEDICATED RECEPTACLE
MBDMWBJan 20, 2023Jan 20, 2023REN21-0234WHBPS-D-ELEC06.DWGSHOWNE07 2132DWG NO.:DATEDESCRIPTIONREVISIONSBYREVIEWENGINEER:SAVE DATE:REVIEWED:PLOT DATE:CLIENT:FILENAME:SHEET NO.:JOB NO.:NO.0"1"2"DRAWING IS FULL SCALE WHENBAR MEASURES 2"SCALE:MOTOR CONTROL CENTER DETAILSMOTOR CONTROL CENTER LAYOUTVFD PANEL LAYOUTABCDEFGHIJKLM21PROPOSED MOTORCONTROL CENTER "MCC"WITH DEPTH EQUAL TO 20"PROPOSED CONCRETEEQUIPMENT PAD.17'-0"NAMEPLATERUN-TIME METERSTART COUNTSILLUMINATED EMERGENCYSTOP PUSHBUTTONVFD FAULT LIGHTHIGH PRESSURE ALARMRESET PUSHBUTTONDISCONNECT SWITCHVFD KEYPAD MODULEPUMP RUNNING LIGHTHAND-OFF-AUTO SWITCHHIGH DISCHARGEPRESSURE LIGHTCITY OF RENTONWEST HILL BOOSTER PUMP STATIONIMPROVEMENTS PROJECTCITY OF RENTONWEST HILL BOOSTER PUMP STATIONIMPROVEMENTS PROJECT001/20/23ISSUED FOR BIDDINGLJBRJFNO34MCC CONTROL DEVICESCC CONTROL DEVICEPUMP CONTROL VALVEOPEN LIGHT567891014B
MBDMWBJan 20, 2023Jan 20, 2023REN21-0234WHBPS-D-ELEC07.DWGSHOWNE08 2232DWG NO.:DATEDESCRIPTIONREVISIONSBYREVIEWENGINEER:SAVE DATE:REVIEWED:PLOT DATE:CLIENT:FILENAME:SHEET NO.:JOB NO.:NO.0"1"2"DRAWING IS FULL SCALE WHENBAR MEASURES 2"SCALE:CONTROL LOGIC DIAGRAMS 1CITY OF RENTONWEST HILL BOOSTER PUMP STATIONIMPROVEMENTS PROJECTCITY OF RENTONWEST HILL BOOSTER PUMP STATIONIMPROVEMENTS PROJECT001/20/23ISSUED FOR BIDDINGLJBRJFDIAGRAM 1: PUMP CONTROL LOGIC, PUMP 2, PUMP 3, PUMP 4, TYP.
MBDMWBJan 20, 2023Jan 20, 2023REN21-0234WHBPS-D-ELEC07.DWGSHOWNE09 2332DWG NO.:DATEDESCRIPTIONREVISIONSBYREVIEWENGINEER:SAVE DATE:REVIEWED:PLOT DATE:CLIENT:FILENAME:SHEET NO.:JOB NO.:NO.0"1"2"DRAWING IS FULL SCALE WHENBAR MEASURES 2"SCALE:CONTROL LOGIC DIAGRAMS 2CITY OF RENTONWEST HILL BOOSTER PUMP STATIONIMPROVEMENTS PROJECTCITY OF RENTONWEST HILL BOOSTER PUMP STATIONIMPROVEMENTS PROJECT001/20/23ISSUED FOR BIDDINGLJBRJFDIAGRAM 2: PUMP CONTROL LOGIC, PUMP 1DIAGRAM 3: BUILDING SMOKE DETECTOR CIRCUIT120VLNDIAGRAM 4: OUTDOOR BUILDING LIGHTING CIRCUITLPHOTOCELLPROVIDE ON/OFF/AUTOTOGGLE SWITCH. PHOTOCELLSHALL CONTROL LIGHTS INAUTO POSITION.NUMBER OF FIXTURESVARY DEPENDING ONCIRCUIT.WALL-MOUNTED OUTDOORPHOTOCELLHANDSWITCHONOFFAUTO
MBDMWBJan 20, 2023Jan 20, 2023REN21-0234WHBPS-D-ELEC08.DWGSHOWNE10 2432DWG NO.:DATEDESCRIPTIONREVISIONSBYREVIEWENGINEER:SAVE DATE:REVIEWED:PLOT DATE:CLIENT:FILENAME:SHEET NO.:JOB NO.:NO.0"1"2"DRAWING IS FULL SCALE WHENBAR MEASURES 2"SCALE:GENERATOR ELECTRICAL PLANCITY OF RENTONWEST HILL BOOSTER PUMP STATIONIMPROVEMENTS PROJECTCITY OF RENTONWEST HILL BOOSTER PUMP STATIONIMPROVEMENTS PROJECT001/20/23ISSUED FOR BIDDINGLJBRJFRETAINING WALLCOLUMN, TYP.GENERATOR SHELTER ROOFLIGHTING PANEL, "L2"A1A1A1A1A1A1A1A1A1A1A1A1A1A1A1A1A1A1A1A1A1A1A1A1A1A1A1A1A1A1A1A1A1A1A1A1A1A1A1A1A1A1A1A1A1A1A1A1A1A1A1A1A1A1A1A1A1A1A1A1A1A1A1A1A1A1A1A1A1A1A11"L2"GFI1111WPELECTRICAL NOTESELECTRICAL NOTES1. SEE ELECTRICAL SITE PLAN DWG NO. E03 FOR CONTINUATION.2. GROUND ROD PER N.E.C. (TYPICAL). USE EXOTHERMIC WELD CONNECTION AT THE GROUND ROD.SEE DWG NO. E12 FOR DETAIL. LOCATE GROUND RODS 2' MINIMUM FROM CONCRETE PAD.3. CONNECTION TO REINFORCEMENT GRID (TYPICAL OF 2 LOCATIONS). SEE DWG NO. E12 FOR GROUNDDETAILS AND GROUNDING ROD DETAIL.4. BOND GROUND SYSTEM TO SHELTER COLUMN.5. CONTRACTOR SHALL COORDINATE ALL STUB UP LOCATIONS WITH GENERATOR AND FUEL TANKMANUFACTURER.6. LIGHT TO BE MOUNTED ON GALVANIZED STRUT BETWEEN BEAMS. PENDANT STYLE MOUNTING SHALLNOT BE ALLOWED.7. SINGLE GANG BOX AND SWITCH MOUNTED TO WALL8. CONTRACTOR SHALL CONFIRM FUEL TANK DIMENSIONS PRIOR TO CONSTRUCTING GENERATOR PAD.9. SEE DWG NO. E13 FOR CONDUIT AND CONDUCTOR SCHEDULE.10. SEE DWG NO. E13 FOR LIGHTING SCHEDULE.GFI1WPGENERATOR SHELTER ELECTRICAL PLANSTANDBYGENERATORA#CAUTION SIGN MOUNTED TOGENERATOR SHELTER. SEE DWGNO. E11 FOR DETAIL.FENCE POST, TYP.
MBDMWBJan 20, 2023Jan 20, 2023REN21-0234WHBPS-D-ELEC08.DWGSHOWNE11 2532DWG NO.:DATEDESCRIPTIONREVISIONSBYREVIEWENGINEER:SAVE DATE:REVIEWED:PLOT DATE:CLIENT:FILENAME:SHEET NO.:JOB NO.:NO.0"1"2"DRAWING IS FULL SCALE WHENBAR MEASURES 2"SCALE:GENERATOR DETAILSCITY OF RENTONWEST HILL BOOSTER PUMP STATIONIMPROVEMENTS PROJECTCITY OF RENTONWEST HILL BOOSTER PUMP STATIONIMPROVEMENTS PROJECT001/20/23ISSUED FOR BIDDINGLJBRJFSTAINLESS STEEL FLEXIBLE EXHAUSTCONNECTOR. PROVIDE FITTINGS FORCONNECTION TO GENERATOR OUTLET PERMANUFACTURER'S RECOMMENDATIONS.NEW STANDBY GENERATORGENERATOR EXHAUSTPIPING DETAIL - SIDE VIEWALUMINIZED STEEL RAIN CAPWITH STAINLESS STEELMOUNTING HARDWARE.STAINLESS STEEL EXHAUST PIPE - SIZE ASRECOMMENDED BY ENGINE MANUFACTURER.STAINLESS STEEL PIPE SUPPORT SYSTEMAS RECOMMENDED BY MANUFACTUREREXHAUST SHALL EXTEND 9"MINIMUM PAST THE EDGEOF SHELTER ROOF.GENERATOR SHELTERROOF JOISTS1/16" PERFOOT SLOPE.CAUTIONRED GALVANIZEDSTEEL SIGN. SIZE TOFIT ALL LETTERING.NN3" HIGH WHITE BLOCKLETTERING.2" HIGH WHITE BLOCKLETTERING.GENERATOR CAUTION SIGN DETAILCCCBLOCK LETTERING, TYPICAL,BOTH SIDES OF SIGNMOUNT IN LOCATIONDIRECTED BY ENGINEER.ALL HARDWARE SHALL BEGALVANIZED.GENERATOR EXHAUST PIPING DETAIL - GABLE END VIEWSTAINLESS STEEL PIPE SUPPORT SYSTEMAS RECOMMENDED BY MANUFACTURERNEWSTANDBYGENERATORALUMINIZED STEEL RAIN CAP WITHSTAINLESS STEEL MOUNTING HARDWARE.
MBDMWBJan 20, 2023Jan 20, 2023REN21-0234WHBPS-D-ELEC09.DWGSHOWNE12 2632DWG NO.:DATEDESCRIPTIONREVISIONSBYREVIEWENGINEER:SAVE DATE:REVIEWED:PLOT DATE:CLIENT:FILENAME:SHEET NO.:JOB NO.:NO.0"1"2"DRAWING IS FULL SCALE WHENBAR MEASURES 2"SCALE:ELECTRICAL DETAILSSURFACE MOUNTED CONDUITDETAILTYPICAL WALL-MOUNTED ENCLOSURECONDUIT (TYPICAL). CONDUITSHALL BE NEATLY AND EQUALLYSPACED. CONDUIT SHALL BEPARALLEL WITH WALLS.C-CHANNEL OFFSET BRACKET. SECURECONDUIT TO BRACKET.ROOF TRUSSES (TYP)()FLOOR (TYP)1.) SIZE AND NUMBER1.OF CONDUIT VARIES.F C2.) THIS DETAIL TYPICALHISFOR ALL SURFACEL MOUNTED CONDUIT.D C3.) THIS IS A GENERALGEDETAIL FOR ALLLSURFACE MOUNTEDEDCONDUITS ANDEQUIPMENTCOPPER CONDUCTORCADWELD TYPE TA.CADWELD CABLE TO CABLETEE CONNECTION.COPPER CONDUCTORCADWELD TYPE RR.CADWELD END CABLE TOUPPER REBAR CONNECTION.REBARCOPPER CONDUCTORCADWELD TYPE GR5/8" X 8' COPPER GROUNDROD.COPPER CONDUCTOR(TYPICAL)CADWELD TYPE XA.CADWELD CABLE TO CABLECROSS CONNECTION.CADWELD CABLE TOGROUND ROD CONNECTION.GROUNDING CROSS DETAILGROUND TEE DETAILGROUND TEE DETAILGROUND REBAR DETAILGRADE8'-0"GROUNDING ROD DETAILPROPOSED CONCRETE GROUND RODPROTECTOR 13" DEPTH X 12" HEIGHTWITH COVER. PIPE INC. #12R-12A &12R-12T, OR EQUAL.PROPOSED CONCRETECOVER.NEW 5/8"x8' LONG COPPER GROUNDROD.3"3"3""""3333333333333333333"333333333333FINISH SURFACE PER PLANRED ELECTRICAL WARNINGTAPE CENTERED OVER EACHCONDUIT IN TRENCH (TYP)3336" MIN-48" MAX FORPRIMARY SERVICEECONDUITSMINIMUM DEPTH BELOWBOTTOM OF DEEPESTCONDUIT INSTALLED INTRENCH24" MIN (<600V)SELECT IMPORT TRENCH BACKFILLCOMPACTED TO 95% PER ASTMD1557 OR AS REQUIRED PER PLAN6"9"COVER OVERHIGHEST CONDUITIN TRENCHNOTE: BURY DEPTH OF CONDUIT AND HORIZONTAL SPACING SHALLBE CONFIRMED WITH SERVING UTILITY BEFORE CONSTRUCTION.TYPICAL ELECTRICAL TRENCH DETAILELECTRICAL CONDUIT NUMBER ANDSIZE VARY AS PER SITE PLAN. MAINTAIN12" SPACING BETWEEN TELEMETRYCONDUITS AND OTHER CONDUITS.SAND BEDDINGMATERIAL PER WSDOTSPECIFICATION 9-03.13SO TYPE CORD.CONDUIT STRAPPED TO WALLWITH MINIMUM OF (2)STAINLESS STEEL PIPECLAMPS SPACED EQUALLYAPART.SO CORD CONNECTOR (TYPICAL).SURFACE MOUNTED J-BOX.LIQUID LEVEL SWITCH. SETTO SWITCH WITH 1/2" OFWATER ON FLOOR.FLOOD SWITCH DETAILEXISTING BUILDING CONDUITPENETRATION DETAILEXISTING BUILDINGINTERIOR WALLEXISTING BUILDINGEXTERIOR WALLFINISHED GRADEPROPOSED CONDUIT "LB",TYPICAL.PROPOSED CONDUITTO INTERIOR EQUIPMENTCONTRACTOR SHALL GROUTFILL CONDUIT PENETRATION.GROUT SHALL BE DYED TOMATCH EXISTING BLOCK.BUILDING INTRUSION SWITCH DETAILCITY OF RENTONWEST HILL BOOSTER PUMP STATIONIMPROVEMENTS PROJECTCITY OF RENTONWEST HILL BOOSTER PUMP STATIONIMPROVEMENTS PROJECT001/20/23ISSUED FOR BIDDINGLJBRJFREMOVE AND REPLACE INTRUSIONSWITCH. INTRUSION SHALL ONLY BESIEMENS MANUFACTURER. MOUNT PERMANUFACTURER'S RECOMMENDATIONS.
MBDMWBJan 20, 2023Jan 20, 2023REN21-0234WHBPS-D-ELEC10.DWGSHOWNE13 2732DWG NO.:DATEDESCRIPTIONREVISIONSBYREVIEWENGINEER:SAVE DATE:REVIEWED:PLOT DATE:CLIENT:FILENAME:SHEET NO.:JOB NO.:NO.0"1"2"DRAWING IS FULL SCALE WHENBAR MEASURES 2"SCALE:ELECTRICAL SCHEDULESLIGHTING FIXTURE SCHEDULELIGHTING FIXTURE SCHEDULE*ɸɸELECTRICAL EQUIPMENT AND INSTRUMENTATION SCHEDULEQUIPMENT AND INSTRUMENTATIOCITY OF RENTONWEST HILL BOOSTER PUMP STATIONIMPROVEMENTS PROJECTCITY OF RENTONWEST HILL BOOSTER PUMP STATIONIMPROVEMENTS PROJECT001/20/23ISSUED FOR BIDDINGLJBRJFPANEL SCHEDULE L1PANEL SCHEDULE L1ɸPANEL SCHEDULE L2PANEL SCHEDULE L2ɸHEATER SCHEDULEHEATER SCHEDULEINSTRUMENTATION CONDUIT AND CONDUCTOR SCHEDULEINSTRUMENTATION CONDUIT AND CONDUCTOR SCHEDULECONTROL CONDUIT AND CONDUCTOR SCHEDULECONTROL CONDUIT AND CONDUCTOR SCHEDULEPOWER CONDUIT AND CONDUCTOR SCHEDULEPOWER CONDUIT AND CONDUCTOR SCHEDULE
MBDMWBJan 20, 2023Jan 20, 2023REN21-0234WHBPS-D-ELEC11.DWGSHOWNE14 2832DWG NO.:DATEDESCRIPTIONREVISIONSBYREVIEWENGINEER:SAVE DATE:REVIEWED:PLOT DATE:CLIENT:FILENAME:SHEET NO.:JOB NO.:NO.0"1"2"DRAWING IS FULL SCALE WHENBAR MEASURES 2"SCALE:RTU - PANEL LAYOUTWEST HILL BOOSTER PUMP STATIONTELEMETRY PANEL3'-0" MIN.2'-6" MAX.NAMEPLATEWARNING LABELWARNING120 VACKEEP OUTOPERATOR INTERFACECOMBINATION ETHERNETPORT/RECEPTACLEALARM RESETPUSHBUTTONALARM LIGHTNEMA TYPE 12 ENCLOSURE,12" DEEP. TOP OFENCLOSURE MOUNTED 72"ABOVE FINISHED FLOOR.PADLOCKABLE HANDLETELEMETRY PANEL DOOR LAYOUTCITY OF RENTONWEST HILL BOOSTER PUMP STATIONIMPROVEMENTS PROJECTCITY OF RENTONWEST HILL BOOSTER PUMP STATIONIMPROVEMENTS PROJECT001/20/23ISSUED FOR BIDDINGLJBRJFA
MBDMWBJan 20, 2023Jan 20, 2023REN21-0234WHBPS-D-ELEC11.DWGSHOWNE15 2932DWG NO.:DATEDESCRIPTIONREVISIONSBYREVIEWENGINEER:SAVE DATE:REVIEWED:PLOT DATE:CLIENT:FILENAME:SHEET NO.:JOB NO.:NO.0"1"2"DRAWING IS FULL SCALE WHENBAR MEASURES 2"SCALE:RTU - POWER AND COMMUNICATIONDIAGRAM120P20A1CBGND120N120 VAC 1PH 60HZDOOR SWITCHL43CBLIGHTSN4L54CBN5PROTECTORLINE SURGELNLNL1N1L2N2N3L32CBPF CRCOMBINATION ETHERNETPORT/RECEPTACLE. GRACE PORTP-R2-K4RF0. LOCATED ON RTU.24VDCPOWER SUPPLY24P24N24P210CB24P5DISCRETE INPUTS DISCRETE OUTPUTSETHERNET SWITCHCOMPACTLOGIX PLCPOWER SUPPLY(MODPOWER RTB)24VDC TO 24VDCPOWER SUPPLYDC OUTDC INDC OUTDC IN++--DPF CR9CB24P613CB24P815CBL76CBN7L65CBN6SPARE24P324P714CB24P916CB12P12NDC OUTDC INUPS24 VDCBATTERYDC OUTDC IN++--BATTERYMODULEPOWER LAYOUT17CB18CBOPERATOR INTERFACE24P411CBALARM HORNEXISTING FLOW METERL98CBN912CBSPAREL87CBN8COMPACTLOGIX 5380MODEL NO. 5069-L310ERCOMPACTLOGIX 5380 PLC CPU,MODEL NO. 5069-L310ER16 PT DIGITAL INPUT MODULEMODEL NO. 5069-IB1616PT DIGITAL OUTPUT MODULEMODEL NO. 5069-OW168 PT ANALOG INPUT MODULEMODEL NO. 5069-IF8OPERATORINTERFACECOMBINATIONETHERNETPORT/RECEPTACLEPUMP 1 VFDPUMP 2 VFDPUMP 3 VFDPUMP 4 VFDRADIOSURGEARRESTORANTENNACOAXIALANTENNA CABLECOAXIAL ANTENNA CABLEANALOG INPUTSCITY OF RENTONWEST HILL BOOSTER PUMP STATIONIMPROVEMENTS PROJECTCITY OF RENTONWEST HILL BOOSTER PUMP STATIONIMPROVEMENTS PROJECT001/20/23ISSUED FOR BIDDINGLJBRJFETHERNET SWITCH16 PT DIGITAL INPUT MODULEMODEL NO. 5069-IB1616 PT DIGITAL INPUT MODULEMODEL NO. 5069-IB16POWERMONITORFIBER OPTIC PATCHPANELCAT 5E ETHERNET CABLESCAT 5E ETHERNET CABLESCOMPACTLOGIX PLC POWERSUPPLY (SA POWER)24P1019CBRADIO POWER SUPPLY24P1120CBSMOKE DETECTOR24P1221CBSPARERESET24P1322CBSPARE23CB24VDC TO 12VDCPOWER SUPPLYDC OUTDC INDC OUTDC IN++--24P1424P112P124CBMOTION DETECTOR12P225CBSPAREFIBER OPTIC PATCH CABLES12P12N8 PT ANALOG OUTPUT MODULEMODEL NO. 5069-0F8
MBDMWBJan 20, 2023Jan 20, 2023REN21-0234WHBPS-D-ELEC11.DWGSHOWNE16 3032DWG NO.:DATEDESCRIPTIONREVISIONSBYREVIEWENGINEER:SAVE DATE:REVIEWED:PLOT DATE:CLIENT:FILENAME:SHEET NO.:JOB NO.:NO.0"1"2"DRAWING IS FULL SCALE WHENBAR MEASURES 2"SCALE:RTU - INPUT & OUTPUT WIRING 1DIGITAL INPUTS, SLOT 1DIGITAL INPUTS, SLOT 2CITY OF RENTONWEST HILL BOOSTER PUMP STATIONIMPROVEMENTS PROJECTCITY OF RENTONWEST HILL BOOSTER PUMP STATIONIMPROVEMENTS PROJECT001/20/23ISSUED FOR BIDDINGLJBRJF
MBDMWBJan 20, 2023Jan 20, 2023REN21-0234WHBPS-D-ELEC11.DWGSHOWNE17 3132DWG NO.:DATEDESCRIPTIONREVISIONSBYREVIEWENGINEER:SAVE DATE:REVIEWED:PLOT DATE:CLIENT:FILENAME:SHEET NO.:JOB NO.:NO.0"1"2"DRAWING IS FULL SCALE WHENBAR MEASURES 2"SCALE:RTU - INPUT & OUTPUT WIRING 2DIGITAL OUTPUTS, SLOT 4DIGITAL INPUTS, SLOT 3CITY OF RENTONWEST HILL BOOSTER PUMP STATIONIMPROVEMENTS PROJECTCITY OF RENTONWEST HILL BOOSTER PUMP STATIONIMPROVEMENTS PROJECT001/20/23ISSUED FOR BIDDINGLJBRJF
MBDMWBJan 20, 2023Jan 20, 2023REN21-0234WHBPS-D-ELEC11.DWGSHOWNE18 3232DWG NO.:DATEDESCRIPTIONREVISIONSBYREVIEWENGINEER:SAVE DATE:REVIEWED:PLOT DATE:CLIENT:FILENAME:SHEET NO.:JOB NO.:NO.0"1"2"DRAWING IS FULL SCALE WHENBAR MEASURES 2"SCALE:RTU - INPUT & OUTPUT WIRING 3ANALOG INPUTS, SLOT 5CITY OF RENTONWEST HILL BOOSTER PUMP STATIONIMPROVEMENTS PROJECTCITY OF RENTONWEST HILL BOOSTER PUMP STATIONIMPROVEMENTS PROJECT001/20/23ISSUED FOR BIDDINGLJBRJFANALOG OUTPUTS, SLOT 6
STANDARD PLANS AND DETAILS