Loading...
HomeMy WebLinkAboutWWP2700381(10) S_ 81 1982 Sewer Rehabilitation Spe 1 BEGINNING OF FILE FILE TITLE 2 r� MEOW AWARDED_ ` o C tfaCt NO CAG TO- Bid Proposal 8 Specifications F 1982 SAS NI TAIRY SEWER REPAIR% PUMP STATION CITY OF RENTON PUBLIC WORKS DEPARTMENT MUNICIPAL BUILDING, 200 MILL AVE S RENTON, WASH. 96055 • IT001 235 T031 I l� J J hj t Lit}W IR[ hl. lr.41 i+W.l t 44. A rwmnY I I CITY OF RENTON 1982 Sanitary Sewer kepair S Pump Station SCOPE OF WORK The work under this contract document shall be the full and tom- plate Installation of the facilities required to intercept and reconnect certain main line sewers, pump station and to replace certain substandard sewers all as shown on the plans. The work shall include, but not be limited to, sewer pipe, manholes, com- plete operable pump station and all necessary appurtenances, 1 service tees, sewer stubs, complete restoration and television inspection of all sewer mains prior to acceptance of work by the City of Renton. Any contractor connected with this project shall comply with all Federal, State, County and City codes applicable hereto and shall perform the work in accordance with the plans and specifications of this document. 4'3t". Nt M ' s �f 1 /Mt pnnl SCHEO D //-"\,,,SEE PLAN SHEET 3 OF7 1 S1CHEO. A SEE PLAN .SHEET t OF?� 1 �Jl SEE PLAN SHEET 3 OF 7 LOCATION MAP / OF3 l 800 SCHED. C SEE PLAN SHEET 4 OF I (PUMP STATION) SfE PLAN SHEET 6 OF7 LOCATION MAP 2 OF3 � -I a= \ 1 �• . ' a^ 1' IWI Kw MISCuaM ' ? • I 1 1 I 11 — ' i 4 I. J I vOC.taNa L • SCMOOL i r --- - .- F— T � LI 1IL I MET Y IL 10 '+1y f rr SCHED. F /--SEE PL AN SHEET 7 OF/ �SS TM y y . F LOCATION MAP 3 OF 3 RIVER L _J t 4 1 CITY OF RENTON BID PROPOSAL AND SPECIFICATION 1982 Sanitcry Sewer Repair � "- INDEX Vicinity Map Summary of Fair Practices Scope of Work Instructions to Bidder Call for Bids *Certification by Proposed Contractor/Subcontractor/Supplier/ref. EEO *Minority and Warrens Business Enterprise Participation *Certification of EEO Report *Certification of Bidder's Affirmative Action Plan *Non-Collusion Affidavit *Certification re Assignment of Antitrust Claims to Purchaser *Minimum Wage Form *Bid Bond Form *Proposal *Schedule of Prices Bond to the City of Renton Contract Agreement EEO Compliance Report Sample Form and Instructions Environmental Regulation Listing General Provisions Standard Specifications Special Provisions _ Technical Provisions Detail Sheets/Standard Docunents marked * above 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. x CITY OF RENTON Public Works Department Renton, Washington 98055 `� .... ..�,.....�,..�r...i..+.ra.s,.. j I d+ ;,� �iq�i' yaw• •PN '+ e � w --- - ` It�l 'T` .i '"per+`f � // _ •.^ ._ -. � � ., a ^. .; 1 i f41ie L1bf R/3�4� 14 Y s Visa"• WO � ti.x ..- yL _ lu LL ptu A LLJ O z -C �d - v o J Q \ O a \ W 1 J a g / q ____________r SEE PLAN SHEET 4 QF y (PUMP STATION) 9 f l V r " ED. E i i {e �l 'ra�'e e• try t ,�.. _ . , f PLAN SHEET 6 OF7 1 r T 4'20 f� 1 N-ITV I s i i jv • ''z-' scwooc j ' , + GREENWOOD r 1 - C_c RAE .r ERv ( I � SCHED. F SEE PLAN SHEET 7 OF 7 I j a��ctr •- • T iL(Ti 1.- °y4 LOC,t)T/ON MAP 3_ Of 3 .j (Non-FIRIA Only) y CITY OF REMON CALL FIR BID 1 1982 SANITAF! SEWER REPAIR AND PUNK STATION Sealed bids will be received until 2:00 p.m. , Febr ary lII, 1982 _ at the City clerk's office and will be opened and publicly read In tF0 o c" r 1 Conference Room, Renton Municipal Building, 200 mill Ave. South. 1 The work to be performed under this contract Shall include: 4: Intercept and connect certain main line severs and install "pump Station". The work shall include sewer a necessary es, m service tees, sewer stubs, Pump Station, appurtenances. The City reserves the right to reject any and/or all bids and to waive Any and/or all informalities. Approved plans and specifications and form of contract documents may be obtained I at the pudic Works Department office at the Renton Municipal Building for a deposit of $ 25.00 each set plus $ 5.00 to cover postage, if mailed. The deposit will—Fe---Re unded upon return o?cbe Plans and Speuficati In good after bid opening. The mailing charg. 11 not condition within thirty days be refunded. P. certified check or bid bond in the amount of five (5) percent of the total amount of each bid must accompany each bid. Tne City's Fair Practices and Non-Discrimination policies shall apply. ' ores a ty lark Published: Record Chronicle: January 22 and 29, 1982 'p Daily Journal of I Coasserce: January 22 and 29, 1982 i - x� 1 SCHEDULE "A" Smithey lve. S. 6 Burnet[ Ave. S. Alley SCHEDULE Of PRICES Between S. 5th St. s S. 6th St. (Note: Unit prices for •il items, all e,tensims and total amunt of bid must be shown. show unit prices in both words and figures and where confer:: ocours the written or typed words shall Prcvai!.) ITEM APPROX. ITEM WITH UNIT PRICED BID UNIT PRICE AMOUNT NO. QUANTITY Unit Prices to be written in Wordsj DOLLARS CTS. DOLLARS CIS. 1. 2 Each Connect to Existing Manhole $ f Per Each (Horde) (Figures) 2. 15 Tons Select Trench Backfili s Per 1'on 3. 268 L.F. P.V.C. Sanitary Sewer Pipe - 8" Per L.F. 4. 12 Each PVC Tees - 8" x 6" t 5 Per Each — 5. 12 Each Connect Existing Side Sewer Per Each 6. 66 Tons Crushed Surfacing Course S Per Ton - 1. 33 Tone Ae,halr Concrete Class "B" S Fer Ton 8. 2 Tons Cold Mix Asphalt Patching $_ _ Per Ton -� 9. Lump Sum Television Inspection Per i..S. Subtotal Schedule "A" 6.6R Sales Tix Total Schedule "A" v 1 .0 . .�..... _ SCHEDULE "B" Wr"t of Shattuck Ave. S. t SCHEDULE OF PRICES ". South of S. 6th St. Extended (Note: Unit prices for all stems, all extensions and total aaoun- of l :id must be shown. Show unit prices in both words and figure.- and where oonflict occurs the written or typed words shall prevail.) ITEM APPROX. ITEM WITH UNIT PRICED BID UNIT PRICE AMOUNT NO. QUANTITY Unit prices to be Written in Words DOLLARS CTS. DOLLARS CTS. jt 1 Each Connect to Existing Manhole " 1 $ Per Each (Words) (FS ores) 2. 180 Ton. Select Trench Backfill $ Per Ton 3. 148 L.F. Y.V.C. Sanitary Sewer Pipe - B" $ f Per L.F. 4. 4 Each P.V.C. Tees - 8" x 6" ` $ - Per Each 5. 4 Fach Connect to Existing Side Sewers I Per Each 6. �2 Each Manhole 48" Standard Sanitary Per Each - 7. 12 Tone Crushed Surfacing Course Per Ton 8. 24 Tons Asphalt Concrete Class "B" Per Ton 9. 10 Tons Cold Mix Asphalt Patching $ _ Per Ton 10. Lump Sum Television Inspection SChtDULE "B" (Cont.) A SCHEDULE OF PRICES (Note: Unit prices for all Items, all extensions and total amount of � Dad must be shown. Show unit prices in both words and figures and where ronfli of occurs the written or typed words shall prevail.) ITEM APPROX. ITEM WITH UNIT PRICED BID UNIT PRICE AMOUNT NO. QUANTITY Unit pra ces to be Written in Words DOLLARS CTS, DGLLARS CTS. i Subtotal Schedule "B" i 6.6% Sales Tax Total Schedule "B" I_ � I f n i I "`__. ......ram _. .:_.,.. -....._.. ... __.:...�..... :_.. SCHEDULE "C" ^9oneydew Pump Station SCHEDULE OF PRICES (Note: Unit prices for all items, all extensions and total amount of bid must be shwwn. Show unit prices in both words and figures and where conflict occurs the written or typed Fords shall prevail.) ITEM APPROX. ITEM WITH UNIT PRICED BID UNIT PRICE AMOUNT NO. QUANTITY fujiit Prices to be written in words DOI-LARS CTS. DOLLARS CTS. 1. 10 L.F. 4" Force Main i $ Per L.F. (words) (Fi urea) 2. 12 L.F. P.V.C. Sanitary Sewer Pipe - 8" $ Per I .F. 3. 14 Tons Crushed Surfacing Course Per Ton 4. 35 Tons Select Trench Backfill Per Ton 5. 7 Tons Asphalt Concrete Class "B" Per Ton 6. 7 Tons Cold Mix 4 5 � Per Ton i 7. Limp Sum Pump Station - Complete in Place i S _ 1 L.S. 8. Lump Sum Telemetry - Complete in Place L.S. Subtotal Schedule "C" 6.6% Sales Tax Total of Schedule "C" SCHEDULE "D" 2nd St. 4 Lake Ave. S. DEDUCTIVE ALTERNATE SCHEDULE OF PRICES (hote: Unit prires for all items, all extensions and total amount of bid must be shown. Show unit prices in both words and figures and where ddnfliot occurs the written or typed words shall prevai;.) ITEM APPROX. ITEM WITH UNIT PRICED BID UNIT PRICE AMOUNT NO. QUAIZTITY Unit prices to be written in WQrdsj DOLLARS CTS. DOLLARS CTS. 1. 2 Each Connect to Existing Manhole Per Ea. (Words) (Fi urea) 2. 104 C.Y. Unsuitable Material from Trench S _ Per C.T. 3. 158 Tons Select Trench eackfill i i $ Per Ton 4. 170 L.F. P.V.C. Sanitary Sever - 8" S Per L.F. 5. 1 Each P.V.C. Tee - 8" x 6" S Per Ea. 6. 1 Each Connect Existing Side Sewer S Per Ea. 7. 20 Ton Crushed Surfacing $ _ Per Ton 8. 10 Tons Asphalt Concrete Class "B" S _ Pet Ton I 9. 1.) Tons Coldmix Asphalt Treated Base $ Per Ton 10. .0 L.F. Remove and Replace Curb b Gutter I { $ Per L.F. 4 SCHEDULE "D"(ConL) S. 2nd St. 6 Lake Ave. S. ! DEDUCTIVE ALTERNATE SCHEDULE OF PRICES (Note: Unit prices for all items, all extensions and total amount W bid must be shown. Show unit prices in both words and figures and where conflict occurs the written or tgped words shall prevail.) ITEM APP1Y. ITEM WITH UNI= PRICED BID UNIT PRICE AMOUNT NO. QUANnit Prices to be written in words) DOLLARS CTS. DOLLARS CTS. 11. LumpTelevision Inspection Y $ L.S. 12. 42 SRemove E Replace Existing Concrete Sldewalk 5 Per S.Y. Subtotal Schedule "D" 5.6% Sales Tax Total Schedule "D" r AM An 1 SCHEDULE "E" She[�n Ave. N.E. Cul-de-Sac Between --',DEDUCTIVE ALTERNATE 1 Y.E. .h P1. 6 N.E. 7th St. SCHEDULE OF PRICES E (Note: unAt prices for all Items, all extensions and total amount of f Did must be shown. Show unit prices In both words and figures i and where conf/Icc occurs the written or typed words shall prevail.) _ i ITEM APPROX. ITEM WITH UNIT PRICED BID UNIT PRICE AMOUNT NO. QUANTITY unit prices to be Written in Words DOLLARS CTS. DOLLARS CTS. 1. 1 Each Construct Manhole Over Existing Sewer Line $Per Ea. (Words) ((Figures) I 2. 50 C.Y. Unsuitable Material from Trench S Per C.Y. 3. 75 Tons Select Trench Backfill Per Ton 4. 113 L.F. P.V.C. Sanitary Sewer - 8" $_ Per L.F. S. 2 Each P.V.C. Tee 8" x 6" �y Per Ea. 6. 1 Each Manhole 48" Standard Sanitary $ Per Ea. i 7. 3 V.F. Manhole - 48" Extra Depth Per V.F. 8. 3 Each Connecting Existing Side Sewer Per Ea. 9. 10 Ton Crushed Surfacing Course Per Ton i x� J `RIL / F .� SCHEDULE "E" (Cont.) She4on Ave. N.F. Cul-de-Sac Be, en N.E. 6th P1. S N.E. 7th St. SCHEDULE Of PRICES (Note: Unit prices for all items, all extensions and total amount or bid must be shown. Shaw Wilt prices in both words and figure= I and where conflict occurs the written or typed words shall prevail.) a _ ITEM APPROX. ITEM WITH UNIT PRICED BID UNIT TRICE AMOUNT NO. QUANTITY (Unit Prices to be Written in WordsJ DOLLARS CTS. DGLLARS CTS. 1 10. 10 Tons Asphalt Concrete Class "B' $ 1 Per Ton I 11. 10 Tons Asphalt Treated Base $ Per Ton 12. Lump Sum Television lnspectio❑ $ Per L.S. Subtotal Schedule "E" 6.62 Sales Tax Total Schedule "E" i 1 SCHEDULE "F" ^ S.E. 5th. Street ` SCHENLE OF PRICES (Note: Unit Prices for all i r+as, all extensions and tctal am+unt of bid must be shown. S,, w unit Prices in both wojds and figure" and where conflict occurs the written or typed cards shall Pr. Dail.) ITEM AYP ROX. ITEM WITH UB:T PRICED B:D UNIT PRICE AMOUNT NO. QUANTITY Unit Pri res w b written in woras DOLLARS CTS. DOLLARS CTS. — - 1. 2 Each Connect to Existing Manhole $ f Per Ea. (Words) Figur s) ! 2. 426 Tors Select Trench Backfill I $ Per Ton 3. 381 L.F. P.V.C. Sanitary Sewer Pipe 15" $ Per L.F. � 4. 9 Each P.V.C. 'fees - 15" x 6" S_ Per Ea. 5. 9 Each Connect to Existing Side Sear— Per Fa. 6. 34 Tons rushed Surfacing Course (1l% Minus) Per Ton 7. 34 Tons sphalt Course CL. 'B' 8. �3.. Tons old Mix Asphalt Patching Per Ton 9. Lump Slim Television Inspection Per Subtotal Schedule "F" 6,6% Sales Tax Total Schedule "F" FT- 1 SCHEDULE OF PRICES (Note: Unit prices for all items, all extensions and total amount of bid must be shown. Show unit prices an both words and figures and where conflact occurs the written or typed words shall prevai ITEM APPROX. ITEM WITH UNIT PRICED BID UNIT PRICE AMOUNT NO. QUANTITY Unit Prices to be written in wordsJ DOLLARS CTS. DOLLARS CIS. BID SUMMARY Schedule "A" (Incl. N.S. Sales Tax Schedule "B" Schedule "C" Schedule "D" Schedule "E" Schedule "F" GRAND TOTAL (Incl. W.S. Sales Tax) i s 1 u S 1 ^� SCHEDULE OF PRICES (Note: Unit prices for all Items, all extensions and total amount of Did must be shown. Show unit prices in both words and figures and where conflict occurs the written or typed words shall prevail.) 7 ITEM APPROX. ITEM WITH UNIT PRICED BID UNIT PRICE AMOUNT NO. QUANTITY Unit Prices to be Written in Wordsj DOLLARS CTS. DOLLARS CTS. THE UN ERSIGNED Bl DER HEREBY AGREES TO START CONSTRUL ION WORK 0; THIS PROJECT, I AWAROE HIM, NO LA ER THAN TEN (10) DAYS AFTER FINAL E ELUTION AN TO COMPLETE WITHIN 0 W RKING DAYS FTER STARTING CONSTRUCTION. I DATED T THIS DAV OF I 19 ACKNOW EDGEMENT OF RECEIPT OF ADDENDA: NO. DATE NO. DATE _ a SIGNED TITLE NAME OF COMPA14Y ADDRESS CITY/STATE/ZIP TELEPHONE CITY OF RENTON STATE CO TRACTORS BUSINE S LICENSE a LICENSE e i i fi K, tip.- t law. 1of7 ( CONTRACTS OTHER THAN FEDERAL-AID FHWA THIS AGREEMENT, made and entered into this __ day of 19_ 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." W I T N E S S E T H: 1) The Contractor shall within the time stipulated, (to-wit: within Thirty working days from date of commencement hereof as required by the Contract, of which this agreement is a component part) perform all the work and a services required to be performed, and provide and furnish all of the labor, materials, appliances, machines, tools, equipment, utility and a transportation services necessary to perform the Contract, and shall complete the construction and installation work in a workmanlike manner, in connection with the City's Project (identified as No. _ for improvement by construction and installation of: Sanitary Sewer -° Pipe, Manholes and Pump Station --- All the foregoing shall be timely performed, furnished, constructed, installed and completed in strict conformity with the plans and spec- ifications, including any and all addenda issued by the City and all other documents hereinafter enumerated, and in full compliance with all applicable codes, ordinances and regulations of the City of Renton and ether gove,nmental authority having jurisdiction thereover. It 1s furth.. agreed and stipulated that all of said labor, materials, appliances, machines, tools, equipment and services shall be furnished a�'!' 5 of 7 Contracts Other Than Federal-Aid FNWA notice as heretofore specified shall .. given by personal delivery thereof or by depositing same in the United States mail , postage prepaid, certified or registered mail. 7) The Contractor shall commence pe,fo mance of the Contract no later than 10 calendar days after Contract final execution, and shall complete the ` full performance of the Contract not later than _3p_. working days _ from the date of commencement. For each and every working day of delay after the established day of completion, it is hereby stipulated and agreed that the damages to the City occasioned by said delay will be the sum of .__See so �3vi<ions jLL4LLldated Oamaae<1 as liquidated damages (and not as a penalty) for each such day, which shall be paid by the Contractor to the City. 8) Neither the final certificate V payment nor any provision in the Contra, nor partial or entire use of any installation provided for by this Contract shall relieve the Contractor of liability in respect to any warranties or responsibility for faulty materials a, .,,rkmanship. The Contractor shall be under the duty to remedy a,.y defects in the work and pay for any damage to other work resulting therefrom which shall appear within the period of one (1� year from the date of final acceptance of the work, unless a longer period is specified. The City will give notice of observed defects as heretofore specified with reasonable promptness after discovery thereof, and Contractor shall be L� �J .,. _ r—� ADorova N JK 66-RS 96 Replaces OF-66 Repo rt in{ Period STANDARD FORM - 267 MONTHLY EMPLOYMENT (Month. Year) (Aug. 1976) UTILIZATION REPORT AD prescribed by "a DePt. of Labor (Crcc?) (sea reverse for lnstructlen-) required Oy Execu rive Order 11246, Section 207. Failure to repor• can This report is result in sanctions which include suspenslon, to rmination, cancellations or de earmenc To: (Neme and location of CdeDlianee Asenrr) From: (Nose and leeatlon of contractor) Project No. Project Name: 6. 1 F. Dino. Tutal oral s umber work Noura of Emplormmt (9ea toetmtal ri o nusD or of c sirzri EmPbr Cla.si •' Dr• Aa 1aN/ .otal Esplor- •a. fiee- Tote Black ndian t>c efts ' ees CompaT'• Nems IZ.D.) Trade tiona nsnlc r.1wd •i• C Tr r i Tr C Tr Te1.pho Number, 7. Coayup Official'. ale tuli.e. an .. e . Date >ianad 9 (Include aru Coda9 (• Nelu 6 Females Minorities 6 nos-minors[Sea) Pass of �I INSTRUCTIONS FOR FILING EMPLOYMENT UTILIZAtION REPORT (SF-257) The Employment Utilisation Report Is to be completed by each subject contractor (both prime and subcontractors) and signed by a responsible official of the company. The reports are to be filed on the day required, each month, during the term of the contract, and they shall include the total work-hours worked for each employee level in each designated trade for the entire reporting period. The prime contractor shall submit a report for its aggregate work force and shall r:,'.lect and submit reports for each subcontractor's aggregate work force to the frraral Compliance Agency that '.s funding their construction project. ..�Irting Period . . . . . . . . . . Self-explanatory. Compliance Agency . . . . . . . . . U. S. Government contracting or adminis- tering agency responsible tot equal employ- ment opportunity on the p:o)ect. Contractor . . . . . . . . . . . . . Any contractor who has a construction con- tract with the U. S. Covernment or applicant (See OFCCP Regs. 60-1.3). 1. Company's Name . . . . . . . . .. Any contractor or subcontracts, who has a felerally involved contract. 2. Trade . . . . . . . . . . . . . . Only those crafts covered under applicable s federal ESO bid conditions. �. Work-hours of Employment The total number of hours worked by all employees in each classification; the total number of hours worked by each .minority group In each classification and the total work-hours for all women. Classification . . . . . . . . . The level of accomplishment or status of the worker in the trade. (C - Craftwerker Qualified, Ap . Apprentice, Tr - Trainee) 4. Percent of minority work- hours of total work-hours . . . . The percentage of total minority work-hours wrked of all work-hours worked. (The sum of coluents b, c, d and a divided by column a.) S. Total Number of minority employees . . . . . . . . . . . . Number of minority employees working in contractor's aggregate work force during reporting period. 6. Total Number of Employees . . . . Number of all employees wrkic2 in con- tractor's aggregate work force during reporting period. • Minority Is defined as including Blacks, Hispanics, American Indiana and Asian and Pacific Islanders - both men and women. t STANDARD SPECIFICATIONS The Standard Specifications for Municipal Public Works Construction prepared by the Washington State Chapter of the American Public Works i Association, 1977 Edition, shall be hereinafter referred to as the "Standard Specifications" and said specifications together with the laws of the State of Washington and the Ordinances and Charter of the City of Renton, so far as applicable, are hereby included in these specifications as though quoted in their entirety and shalt apply except as amended or superseded by the Special Provisions. Wherever reference is made in the Standard Specifications to the Owner, such reference shall be construed to mean the City of Renton, and where reference is made to the Engineer, such reference shall be construed to mean the Public Works Director, City of Renton, or his duly authorized representative(s). i Y I t` ^ J.•�A 1} 1 of o � CITY OF kENTCN SPECIAL PROVISIONS Special provisions hereinafter contained supersede any conflictine provisions of the standard specifications, and the foregoing amendments to the standard specifications are hereby made a part of this contract. Wherever reference is made to the Engineer, such reference $hall be construed to mean the Public works Director, City of Renton or his duly authorized representative. DESCRIPTION OF WORK The work to be performed under this contract consists of furnishing materials, equipment, tools. labor and other work or items incidental thereto (excepting any materials, equipment, utilities or service, if any, specified herein to be furnished by the City or Others), and Performing all work as required by the Contract in accordance with plans and specifications and Standard Spec- ificcations, all of which are made a part hereof. DATE OF PID OPENING Sealed bids will be received by the City of Renton. Washington, by filing with the City clerk. Municipal Building, Renton. Washington, until 2,00 o`clock P.M.,February 18 . 1982 and will be opened and publicly read aloud. TIME OF COMPLETION The Contractor is excepted to diligently prosecute the work to completion in all parts and re- quirements. The project shall be completed within Thirty (30) working days. Provided, however, that the City Council shall have the right upon request of the Public Works Department, City of Renton. Washington, to extend the time of completion of said work. No extension shall be valid unless the same be in writing and accompanied by the written consent to such extension by the surety on the bond of the Contractor. Time lost in replacing improper work or material shall not furnish any grounds to the Contractor for claiming an extension of time for the completion of the work, and shall not release the Contractor from damages or lia- bilities for failure to complete the work within the time required. NONDISCRIMINATION IN EMPWYMENT Contracts for work under this proposal will obligate the Contractors and subcontractors not to discriminate in employment practices. NOTIFICATION OF CONSTRUCTION The Contractor shall notify all property owners along the construction area, by mail, prior to construction. Names and addresses will be furnished by the Owner. The Contractor shall further notify eact. occupancy in person a minimum of three days prior to construction in front of each property. HOURS OF WORK The working hours for this project will be limited to week days during the period from 8:00 a.m. a.m. to 4:30 p.m.. The hours of work may be changed At the discretion of the engineer when it is in the interest of the public or the contractor due to reasons of safety, health or welfare. EXCAVATED MATERIAL SPOIL AREA/WASTE SITE Tha Contractor shall conform to Section 4-1.06 of Standard Specifications in regard to waste I sites. ALA material designated by the Engineer to be wasted shall be hauled, dumped, and spread at the locations selected by the Contractor. The Contractor shall have the responsibility of obtaining his own waste site. All work included in this section shall be considered to be incidental to other items of work and no further canpensation will be made. The route taken to the waste site shall he maintained solely by the Contractor in a manner as described below: •dYmsi.� J TECHNICAL PROVISIONS MOBILIZATION Mobilization shall be considered as incidental to the project and no compensa- tion will be made. CLEARING AND GRUBBING Schedule E of this contract may require removal of some trees as shown on the drawings. Such removal shall be considered incidental to t', !ect and no compensation will be made. TRENCH EXCAVATION AND BACXFILL The Contractor shall supply the trench within the limits and to the depths and width and location as specified on the plans. All trench excavation and back- fill shall be constructed in accordance with Section 61 of the Standard Specifi- cations except as modified herein. Unless otnerwise specified, any method of excavation within the work limits shown may be employed which, in the opinion of the Contractor, is considered beet. 9 Where, in the opinion of the Engineer, the undisturbed condition of the natural soils below the excavation grades indicates or specified as inadequate for the support of the planned structure and/or sewer line, the Owner shall direct the .s Contractor to overexcavate to adequate supporting soils and refill the excavated space with foundation material, and/or select backfill as required. Should the excavation be carried below the lines and grades indicated on the drawings because of the Contractor's operations, the Contractor shall refill such excavated space to the proper elevation with acceptable material at the Contractor's expense. Should Ll.e natural foundation soils be disturbed or loosened because of the Contractor's operations, they shall be recom;acted or removed and the space refilled as directed at the Contractor's expense. Except as permitted by the Owner, the trench at the end of the day shall not be excavated to final grade more than one pipe length in advance of 1 pe laying, nor left unbackfilled to the top of the initial backfill for more than two pipe ' lengths after the pipe has been laid. For each complete pipe laying operation, the maximum distance from completed subsequent backfill to the most advance point of excavation shall not be greater than 300 feet unless otherwise shown. The trench shall be covered and barricaded at the end of each day's work. Banks of the trench more than four feet deep shall be shored or sloped to the angle of rr ,ose where a danger of slides or cave-ins exist as a result of excava- tion. Unless otherwise specified excess excavated material unsuitable for backfill shall be disposed of by the Contractor at acceptable site. At those locations where rock, hardpan or cemented gravel are encountered shall ` considered as part of the trench excavation and will be included in the unit price for the ' applicable type of trench. , Trench excavation and backfill shall consist of excavation within the specified limits; Class "B" bedding ^ad backfill with native material unless selected back- fill material is ordered by the Engineer. r TECHNICAL PROVISIONa (CONT.) 1 The unit price for pipe, in place, per linear foot shall be full compensation t . for excavating, loading, placing, tamping, hauling or otherwise disposing of material as directed by the Engineer and all other incidental costs necessary to accomplish the work as specified. SOIL AND/OR SUBSURFACE CONDITIONS The bidder shall make his own decisions and conclusions as to the nature of fff the materials to be excavated, the difficulties of making and maintaining required excavations, Oe difficulties which may arise from subsurface con- ditions, and 3f doing any other work affected by the subsurface conditions and shall accept full responsibility. l Extra compensation will not be made for the adverse conditions that may be encountered. REMOVAL OF PRIVATE PROPERTIES Removal and replacement of private properties shall be assigned as the Con- tractor's responsibility to restore private properties to property owner's satisfaction. This is not be be considered as new replacement, but only restoration of existing facilities, in case of damage by contractor or restora- tion caused 'ay necessity of removal. Such removal and replacement shall be considered incidental to the project and no compensation will be made. GRAVEL FOR PIPE BEDDING - CLASS "B" Gravel for pipe beddins (pea gravel) shall have 1002 passing the U.S. Standard 3/4 inch opening and not more that 3% will pass the U.S. No. 200 (wet sieve), 0-81 will pass the U.S. No. 8 sieve and 95-10% will pans the U.S. Standard 3/8 inch opening with a minimum sand equivalent of 50. Gravel for pipe bedding shall consist of crushed or naturally occurring granu- lar material from sources selected by the Contractor. The source and quality of material shall be approved by the Engineer. Class "B" bedding shall conform to S•_ction 61-303.82 of the Standard Specifica- tions. Pipe bedding material shall be placed to a depth of 6" below bottom of pipe �ppp and extending to 6" aboge the crown of the pipe. The bid price for pipe, in place, per lineal. foot shall be full compensation for selecting, transporting, implacement, and compac•ing the bedding gravel. No further compensation will be made. f; SELECT TRENCH BACKFILL Y Select trench backfill for the pipe shall consist of crushed or naturally occurring granular material from sources selected by the Contractor. The source and quality of the material shall be subject to approval of the Engineer. i Select trench backfill shall meet requirements for bank run gravel Class "B" as outlined in Se-.tion 26-2.01 of the Standard Specifications. y i The horizontal limits for measuring select trench backfill in place shall be the t .L; ur y t tw A w% mF Mr. TECHNICAL PROVISIO^ONT.) side of the excavation except no payment will be made for material replaced outside of vertical planes, 2.5 feet outside of and parallel to the barrel of the pipe and not the bell or collar. No work shall be covered until it has been examined by the Engineer. The earth which is filled around the pipe and to a depth of six (6) inches over the ten of pipe shall be free of rocks greater than two (2) inches in dia- meter. This material shall be hand tamped most meticulously so as to obtain the highest density possible. The remainder of the trench shall be backfilled in uniform layers, not to exceed 12" in depth, and it shall be compacted to 90% optimum using vibratory c mpactor. To prevent cracking of pipe when using a vibratorl compactor the first two (2) lifts of backfill shall be installed and compacted with extreme care. Any excavation in excess of the above requirements shall be replaced with the native material or select trench backfill as directed by the Engineer and at the Contractor's expense. Select trench backfill shall be paid for by the ton in place. REMOVAL OF EXISTING UTILITIES Where indicated on the plane the Contractor shall remove and dispose of such existing utilities as directed by the Engineer. The bid price for "Pipe in Place per Linear Foot" shall be full compensation for removing and disposing of the existing utilities. No further compensation shall be m"de. MANHOLE - 48" STANDARD SANITARY Manholes shall conform to Section 63 of the Standard Specifications and Standard Drawings as per these Specifications except as modified herein. Location of manholes shall be staked in the field by the Engineer. Rubber jo L,. manholes shall be used for proper moisture tightness. A minimum of one (1) course of 8" wide brick shall be placed under frame for adjustment. The completed manholes shall be rigid, true to dimension and water tight. After the barrel has been constructed, the channels shall be completed. Shaping shall be such that channels conform to slope and grade and join together with well-rounded junctions. Channel sides shall be brought up vertically to the crown elevation of the pipes. The shelf shall be smoothly finished and evenly warped, sloping to drain to the channel Concrete for shaping the bottom of the manholes shall be 3/4 inch maximum aggregate size. The bid price for Sanitary Manholes shall be full compensation for all labor, equipment, materials, including adjusting frame to final grade and all incidental costs necessary for furnishing and placing manholes. Ask „:Pig 4 TECHNICAL PROVISIONSiONT.) CONNECT TO EXISTING MANHOLE Where shown on the plans, new sewer pipes shall be connected to an existing m.nhole. The Contractor shall be required to break into the structure, shape the new pipe to fit and regrout the opening in a workmanlike manner. Where ! directed by the Engineer additional channelization will be required. The unit price bid for each pipe connection to an existing manhole shall be full compensation for all labor, equipment, materials, excavation and all - incidental costs necessary to connect new sewer pipes to existing manhole. MANHOLE - 48" EXTRA DEPTH Section 63 shall be amended as follows: "Extra Depth" shall mean that portion required for installation when invert shall be greater than seven (7) feet below finish grade. The unit price per foot of extra depth shall be full compensation for all labor, equipment and materials required for complete installation of standard 48" diameter manhole section per vertical foot per plans and no further com- pensation will be made. SANITARY SEWER PIPE P.V.C. sewer pipe shall conform to A.S.:.M. D3033 or D3034 except as otherwise provided. Rubber gaskets for P.V.C. pipe shall conform to A.S.T.M. D1869. .. Fittings shall be of the same material and class as the pipe. P.V.C. pipe shall be furnished and installed in accordance with Sections 60 and 61 of the Standard Specifications except as modified herein. Six (6") inches of bedding material shall be required under all sever pipe. Bedding material shall be the same material as described in these technical provisic-s. Section 61-3.05 shall include the following: The hand-placed bedding around the pipe and to a point six inches above the crown shall be foot-tamped until it is unyielding. The remaining backfil shall be mechanically tamped with hand-operated mechanical or pneumatic tampers, to 95% density. All excavation, placing of pipe, and backfilling shall be done in accordance with State of Washington Safety Standards for Construction Work, Part C, of the latest edition. To insure a watertight connection between P.V.G. pipe and concrete manholes, couplings or a rubber ring corresponding to a sewer size shall be used unless otherwise specified. The unit nrice per linear foot shall constitute complete compensation for all labor, material, fittings, tools, and equipment necessary for its installation; including excavation, bedding, backfilling, placing of pipe, and mechanically tamping the backfill material. No further compensation will be made. 1 4, ik f, , TECHNICAL PROVISIONS (CONT.) 1 TEES/STUBS Tess shall be installed where shown on the plans or as directed by the Engineer. Tees shall be of the same material, class and use as the sewer line. Whenever possible the contractor shall make all efforts to contact property owner regarding proper location of each sewer stub. The unit price per tee s:iall be full compensation for all labor, materials, tools, { and equipment necessary for complete installation. It shall be the contractor's responsibility to verify with the property owner the location of all tees and/or stubs, prior to installation. i I CONNECT EXISTING SIDE SEWER ! The Contractor shall determine the location of all existing side sewers, and con- nect them to the new main. The first joint from the main shall be a test "Tee" and the side sewer shall be plugged at the time of air testing the main line. Side sewers shall be 6' to property or easement line. Sewer service shall not be interrupted without prior approval of the Engineer., :nd prior notification of affected properties. Interruptions shall be held to a an absolute minimum and in no case shall they exceed two hours. The bid price to connect existing side sewer shall be full compensation for all materials, labor and incidentals required to connect existing side sewers, which shall include 6" P.V.C. sewer pupe and 4 transition couplings. TESTING FOR ACCEPTANCE The method used for testing the sewer pipr for acceptance shall be Low Pressure Air Test. Refer to table in this document. If additional information is required, see Section 62-3 of the Standard Specification. CRUSHED SURFACE COARSE (1-1/4" MINUS) Crushed surfacing course, (1-1/4" minus) shall meet the requirements as outlined Y in Section 23 of the Standard Specifications. The Contractor shall select the i source, but the source and quality shall be approved by the Engineer. Where additional "fines" are required the Engineer may require 5/8" minus crushed rock, meeting specifications, in lieu of 1-1/4" at no change In price. Existing shoulders, and existing gravel surfaces shall be resurfaced as required by the Engineer with crushed rock so that a minimum finished thickness of 4 inches is obtained. The finished surface shall match the slope, crown and grade of the existing surface. Materials and Placing shall be in accordance with the applicable Provisions of Section 23. A.P.W.A Standard Specifications except as modified herein. Ballast and maintenance rock will not be reauired. Crushed rock surfacine shall be in all respects meet the requirements set forth in Section 23-2.01. A.P.W.A. Stan- dard Specifications. Water shall be added during rolling operations as necessary to secure required compaction. 1 The crushed rock may be spread In one layer and shall be adequately bladed and mixed to obtain even distribution of the rock. t r S 4� t 1 i +.4 TECHNICAL PROVISIONS (CONT. , CRUSHED SURFACING COURSE (1-1/4" Minus) (Cont.) •' The crushed rock shall be compacted to at least 100 percent maximum dry density at optimum moisture content. water shall be added as necessary to obtain the required compaction. The unit price per ton for crushed surfacing course (1-1/4" minus) shall be full compensation for all labor, material, equipment, and -11 incidental costs necessary to complete the work as specified. RESTORATION OF IMPROVED SURFACES * " V i � a. General R"ads, streets, driveways, shoulders and all other surfaced areas, removed, broker ..fi caved, settled or otherwise damaged due to installation of the improvements covere by this contract shall be repaired and resurfaced to match the existing pa-r.ment or landscaped areas as set forth in these specifications. The ends and edges of the patched and resurfaced areas shall meet and match the existing surface and grade, and shall terminate in neat, even lines parallel to, and at right angles to the roadway. No piecemeal patching or repair will be allowed. Damaged, disturbed or otherwise affected areas as defined shall have edges of existing pavement trimmed back to provide clean, solid, vertical faces, free from loose material. b. Areas to be Resurfaced (1) Existing asphaltic concrete surfaces shall be patched with asphaltic concrete over a crushed rock base course. (2) Existing shoulders and existing gravel surfaces shall be repaired with crushed rock surfacing. (3) Existing prtland cement concrete surfaces shall be repaired with Portland Cement Concrete to match the existing. c. Maximum Patching width The maximimum patching width in trench area will be 5 feet. Any patching done beyond this limit will be done at the Contractor's expense. d. Asphaltic Concrete Surfacfug The finished patch or new road section shall provide a minimum thickness of 2 inches of asphaltic concrete over 4 inches of crushed rock base course. Before placement of the asphaltic concrete patch, the base course material shall be shaped to the same section and slope as to the finished grade and compacted to 100 per cent maximum dry density at optimum moisture content as determined by Standard Proctor compaction test, ASTM Designation D698, Method D. The asphaltic com'rete patch shall be placed over the base course so as to obtain a minimum thickness after compaction of 2 inches, and shall match exist- ing surfacing. The asphaltic concrete shall be rolled and crossrolled to obtain - thorough compaction. et Frt r W.tA Y b i P t TECHNICAL PROVISIONS (CONT.) RESTORATION OF IMPROVED SURFACES (Cont.) d. Asphaltic Concrete Surfacing (Cont.) Base course materials shall meet the requirements set forth herein for crushed rock surfacing. Asphaltic concrete shall be hot plant-mix, conforming to Section 34, A.P.W.A. Standard Specifications, Class B. Paving asphalt shall be Grade AR 4000 or Section 27. ASPHALT CONCRETE CLASS "B" Asphalt concrete Class "B" (AR-4000) shall be in accordance with Section 34 of the Standard Specifications except as herein modified. SPECIFICATION DESIGNATION AR-4000 Absolute Viscosity @ 1400 F. poise 30DO - 5000 Kinematic Viscosity @ 2750 F. CS, Min. 275 Penetration at 770 F., 100 g/5 sec., min. 25 Percent of original penetration at 770 F. min. 45 Ductility at 770 F.. CM, min. 75 Test on Original Asphalt Flashpoint, Pensky-Martens, deg. F.. min. 440 Solubility in Trichlorethylene S min. 99 Installation shall be any method determined by contractor as adequate to place asphalt concrete and compacted to withstand loads imposed by vehicular traffic present on existing roadway. Care shall be taken to inscre free vehicular movement as much as is possible when restoring existing asphalt roadway, and to prevent undue roadway settle- ment after contractor has completed contract. Additional asphalt placement or roadway work as required by the Engineer shall be pu t at the unit price. The unit price shall be full compensation for labor, equipment and materials required for complete installation including compaction and no further compensa- tion will be mane. SAW CUTTING y The Contractor shall saw cut existing asphalt concrete pavement, cement concrete pavement, and cement concrete sidewalk for all trenching. tf The depth of the saw cut shall be a minimum of 1-1/2 inches and such additional depth as may be required to effect a uniform break. The method of saw cutting shall be approved by the Engineer. Saw cutting shall be considered incidental to the pipe and no further compensa- tion will be made. 1 �1 TECHNICAL PROVISIONS (CONT.) TELEVISION INSPECTION After completion of construction, but prior to acceptance by the City, the Con- tractor shall flush the mainline and utilizing television facilities, inspect and video tape record for the Engineer's approval of all mainline sewer pipe. This items shall be lump sum price and include all equipment, facilities, manpower and all other appurtenances necessary for complete and permanent record of Tele- vision Inspection. No further compensation will be made. RESTORATION, FINISH AND CLEANUP i Restoration, finish and cleanup shall be performed in strict compliance with Section 4-1.08, 57 and 68 of Standard Specifications. This item shall be con- sidered incidental to construction and no further compensation will be made. '•. PUMP STATION Pump Equipment The Contractor shall furnish and install a Paco 470-15 Type NSC-Qd5 submersible non-clog sewage injector system or equal. .ry;•,_. The system shall include two heavy duty submersible non-clog sewage ejectors with close-coupled submersible electric motors. Motors shall be designed for Class 1, Group D, Division 1 hazardous locations and carry Underwriters Laboratories label. Each pump shall have a gray iron volute and a gray iron non-clog impeller designed to pump raw unscreened sewage and waste products. Each motor shall be designed for continuous duty and have tandem mechanical shaft seals and built-in thermal joverload protection. The inner seal chamber shall have two moisture sensing probes. Furnished with pumps will be four bulb type level controls each with 60 foot cable. Each pump shall have a capacity of 150 GPM at a total head of 15 feet. Motors shall be rated at 2 N"P., 1150 RPM, 7 Phase, 60 Hertz, 270 Volts. Pumps shall be designed to pass solids up to J" in diameter. 8" P.V.C. GRAVITY LINE TO PUMP STATION (SCHEDLLE C) a _ 8" P.V.C. gravity sewer line shall be installed outside of the pump station out t� 5 and including connecting to the existing 8" concrete Esser main with a 450 WYE and " connecting to the existing 54" Pump Station as shown on the plans. F I The unit bid price per linear foot shall constitute complete compensation for all lr-^ labor, material, fittings, tools, and equipment necessary for its Installation;vLr including connecting to existing 54" pump station, 8" 450 WYE, excavation, backfill, bedding, placing of pipe and mechanical compaction. No further compensation will be j '4 made. ' FORCE MAIN 4" D.I. Class 52 shall be installed outside the Pump Station up to and including - ;.. the 450 WYE, 4" Gate Valve and valve box, and the 22V bend. Fittings shall be {, mechanical joint unless otherwise specified. f r .a, lire+ ,ln,laXf r '4e yin-• f fii�.,� F= r 1 Kul' P 1 5 1 a 9 TECHNICAL PROVISIONS (CONT.) FORCE MAIN (Cont.) The unit bid price per linear foot for 4" Force Main shall include all labor for, 4" D.I. Class 52 pipe, 4" gate valve and valve box, 22110 bend, fittings, couplings, tools and equipment necessary for Its installation; including placing of pipe, exca- vation and backfill, connecting to existing force main, and placing concrete thrust block. No further compensation will be made. Measurement will be from the center of the "Pump Station" to the center of the existing "Force Main". PIPING AND VALVES I The station piping shall be 4" Schedule 40 C.I. pipe and 6" fittings as sham on the plans. The check valve shall be of the spring-loaded lever type so that the clapper can be litted to backflush the pump. The check valves shall have stainless steel _ shafts with non-lubricated packing glands. The gate valve shall be cast iron body, non-rising stem, full bronze mounted with double disc gates. Each valve shall be "0" ring type, provided with a standard square operating nut, and shall open by turning counter clockwise. All fittings shall be flange to flange. Installation of internal pipe and fittings shall be considered incidental and shall ' be included In the lump sum price of "Pump Station - Complete to Place". No sepa- rate payment will be made. PUMP STATION STRUCTURE ! The Pump Static" shall be constructed of a 72" I.D. Water-tight Concrete Manhole (concrete pipe). A 72" flat slab with 36" orf-set reducing section a minimum of one (1) foot thick shall be Installed for the a.,pport of traffic loads. A minimum of six (6) inch course of 8" wide ma bri y be placed under the man- hole ring for adjustment. Manhole ring and cover shallfbe Neenah R-6562-JH (water- tight) or equal. The offset section shall be rotated t0 insure proper access to the Pumps. i , Holes shall be core drilled into the 72" concrete pipe sections for the Installation and grouting per A.P.W.A. Standard Specifications. A removable grate shall be installed as shown on the plans. The exact location shall be determined in the field by the Engineer. The grate shall be "RAMGRATE ALUMINUM GRATING", Type I, with 2" "I" bars. Both ends of the grating shall be cut to fit the contour of the wall and each shall be banded. The grating shall be supported by two 24," X 21" X 3/8" X 1'8" Angle Iron fastened to the wall by three 3/8" expansion bolts - ,:,a,;. per each angle iron. The angle iron shall be warped to fit the contour of the wall. All metal fabrications shall be hot-dipped galvanized. t EXISTING 54" PUMP STATION The Contractor shall remove all of the existing pumping equipment, electrical equipment and all other appurtenances related to the station and deliver to the City Shop. ). o. o Yl �[T f sty_ i TECHNICAL PROVISIONS (CONT.) EXISTING 54" PUMP STATION (Cont.) The Contractor shall the existing conduit with an approved conduit seal. All openings - for new pipe openings shall be core drilled. The bottom of the pump station shall be fillad with concrete, channeled and sloped to drain as shown on the plans. 8" D.I. Class 52 shall be installed between the existing wet well and the newly con- structed wet well as shown on the plans. The gate valve shall be cast iron body, non-rising stem, full bronze mount with double disc. gates. The valve shall "0" ring type, provided with a standard square operating nut and shall open by turning counter clockwise. A valve operating nut extension shall be installed wiThln 3' of finish grade as shown on the plans. ELECTRICAL All electrical work shall be performed by qualified licensed personnel and meet all codes for such work and material Work shall include the furnishing and installation of all necessary conduits, armored j,.. cable and connections from the pump station to the control panel. The contractor shall install an enclosure with a "awttch-over" and "disconnect" for use of an auxiliary power unit or a combination of the main power supply and auxiliary unit. An auxiliary power supply receptacle and enclosure shall be CROUSHINDS STILE 2, 3-wire, -OI.E or equal. All electrical work shall be underground and meet all applicable City of Renton elec- trical codes. i CONTROL PANEL The Contractor shell furnish and install a duplex control panel with Nema 3 weatherproof deadf ront enclosure. Panel will have circuit breaker disconnects for motors and for control circuit, starters,. alternator, H-O-A selectors, running lights, moisture-sensing relays and lights with test button, intrinsically safe relays for level controls and running time meters. Space will be provided In panel for addition of telemetry equip- ment. Panel will have a terminal strip for connection of alarms; high water, running time for each motor. PAYMENT The lump sum bid for Pumpt Station "Complete to Place" shall be full compensation for all necessary labor, material, equipment, testing and all other costs for work speci- fied and necessary to install the lift station in an operable condition as shown on the construction plan. The lump sum shall also include full compensation for excava- tion, removal and dispot,al of unsuitable and/or surplus material, hauling and placing of select back fill material and mechanical compaction. No further compensation will - be made. TELEMETRY EQUIPMENT General Description The Telemetry Equipment shall consist of a complete working system to monitor several lift station conditions monitored by the City of Renton Utilities Division. Pump Station 1. Running time for two pump motors must be monitored. 2. High Water Alarm 3. Parer Telephone line failure,. f' A► TECHNICAL PROVISIONS fCONT.) Telemetry Equipment Specifications e The equipment shall be of solid state design with plug-in modules or cards and shall operate from a 120 volt AC source. i Transmitter The transmitter shall be of a frequency shift design with a three-frequenc, capability; mark, space, and center frequency. The transmitter shall be ^t, complete in a replaceable unit. This unit will be of plug-in construction for replacement or repair. The transmitter shall be capable of being keyed by an external contact closure for mark and space frequencies. Transmitter power 514'ply will be of sufficient size and rating to supply all voltages for each frequency shift transmitter specified a, the transmitter locations. , , met supply also shall have sufficient reserve for transmitter addi- tional transmit.. -a. " Termination All transmitter cha rnels, both input and output, will be brought out to a barrier type terminal strip for easy access. Transmitter Mounting Transmitter and power supply shall be mounted in a rack or cabinet to allow room for future expansion by the addition of cards or modules. Transmitter and power supply shall be mounted in a stainless steel or Suitable fibreglass enclosure to !permit the operation of the transmitter power supply in a humidity environment of 95X. Transmitter Sue 1f its tions Frequency stability + .15% + 2 H'L). Transmitter shall be capable of operating within the temperature range of -20 degrees C. to + 60 degrees C. Total output of transmitter shall be adjustable to 0 DBM. Keying operation shall be dry contact. Output impedance shall be 600 ohm, nominal. Receiver Soecfflcatl ns Receiver, power supply &indicating alarm equipment shall be rack-mounted In a The cabinet cabinet with doors front and rear for access to components. shall be approximately 72" high and 19" wide. Cabinet color will be specified at the time of order. Receivers shall be of a solid state design, plug-in modules or cards, for quick replacement in the event of a failure or need for repair. Receivers shall be capable of center carrier detection. Receivers _ shall have a senstivity adjustable from 0 DBM to -35 DRM. Adjacent channel rejection shall be 35 DB minimum. Normal input impedance to the receiver shall be 600 ohms. Out',wt of the receiver shall be a single-pole, single-throw con- tact closure. In the receiver rack, the power supply for the receiver shall also be mounted. This power supply shall have reserve capability to run addi- tional receivers that may be plugged in to the rack. 1 TECHNICAL PROVISIONS (CONT.) TELWj9Y EQUIPMENT (Cant.) Running time meter for each pump motor monitored shall be installed in a panel in the rack. The meter shall have a re-set to 0 capability. Each meter v111 have engraved label to identify motor that is monitored. The vendor shall also include an alternate for a digital solid state display running time monitor. The rack shall have an audio alarm capable of at least 85 DR audio output. This alarm may be tone pulsed or continuous tone. The alarm panel shall have a switch to disable the audio alarm. The audio alarm shall reset automatically with the correction of the fault. In addition to the audio alarm panel there shall be a light display to indicate the fault circuit ener, ined. There shall be a light display for each motor to indicate when motor Is operating. These lights shall have on various engraved name plates identifying location and function represented by these lights. Receiver Specifications (Cont. Vendor all have to submit full and complete technical drawings of equipment for servicing units. The vendor also must certify that equipment bid will be available for three years from the purchase date for the future expansion of the Utilities Mcnitoring System. Eaufpment List (Suggested) Qty- Model No. Description 1 QC-3 or DC-3 Outdoor Cabinet 1 X ] Q -3 or DX-3 :bunting Frame QP-3 or DP-3 Power Supply 2 QT-30-3 or DT-30-3 Tone Trans:nitt er Payment Lump sum for telemetry complete in place shall be full compensation for all necessary labor, material, equipment, including trenching, installing under- ground telephone to Pump Station and all other costs for work es specified and necessary to complete the telemetry. DELAY IN DELIVERY Additional compensation will not be granted because of a delay in the delivery of the pump station. The contract time would be extended Ln accordance with the specifications if such delay occurs. i I page.(6 Srm,dnrd Drawings F rxcLt 1ONun. Dx LnuN10'Is [VT CNxLL e[ VEPI'll L,c n• ,AT MIX R[PL>C[NINi PI r< SINAI ME lIM[S AS ClA ITIO{ 10011Y1+ AfIMeU ��iRln vVrlt.11Y CONC.IT[ \/ EXIGIING l0•ICREr( PAYEXINT .MALt IA VFN[ML nxeN(tl0 lAiqNED ROCI NI[[AIi10 RAiI/A.. Y' J;D iR(NLN {N(Nrlll�' : I T IAxAII N 'MeLT COYCG[tf ON IIiUNINO YS CUrAxI x1Y !AV[MENt {"LAC'II \ _ / DMSMtx a TNItIY(5f Cr (Y15TING / LS 01P(R(0rPAYHt4T PLiS tVNATIC PN(M(Nt CUTTIN- I / [TISTI PIG COXCIET[ `P..Vl Yf4T ASPMALT RIISIING M ISC EXISTING xlGl^ NfE- NMu[ MIPrx or PRICK Is L[ss T.A. : '—S/dMINUS V MtRE Wt. IS L' ONE/ CRUSIEfD ROCK MORE IN VIDTM I LOX.M TtO rrIYCX lntRllll��/1 c1RIReL[ I... yi. _Y R ISIO P.Vf NE.T SIT. ASPxAtt A 1EALUT LOVIRIETI PAVEMENT � -- � — [LUCR[TF SURPLL[. 0 L t I x A t F - B r YP1IA PAICM POR x GID IAY [ M [ N1 t'IIftIML ASPM1lr LONC VET! ASP MALT LONCxtTf ON GITUxINLU{ PIRVt MI[ PIPLALE"T 'Art' `\ NIM SVn(A(l u lsrl NL ,it n+r/ .. I EIIITING RXSE R" S/S"MWW �'� —J �(DxrR[r[D n[xtN eACRPTIL CRUSH O ROCK rY { ICAL rAI Cx tOr ItIIIITLE L[YENAL NOTE: S[!.E D• nCT ORMCIAss Stl-1VALLYof GLAIR 65S SP ECI(If0[.s. EPovement r RENTON PAVE"C%T ••([MENT CONEAE't CLASS ( 1 wR PA"'tNT PATC' Patching YAID. 'ASIxALt [OYU[Tf CLAts 9' III .AAEM[Ni PAiI- . P(R i0N ^el rea«evs nrxr N1X roN rev[xE NT PATc x••, PEA .cx Plan No If .r.♦VR� t ,.Yxr,. ..Y �r.Y•a aFxWF\o•• �I.t4Y NxN N re w•rn nrw. NY .of N.. • _�� f.rn T._ 1 \orw Ywr.. �N.Ww,W MtxY 11 Erin ] - �� ,n .xN •rWYt Nnxt�Y♦/ N. c •r1Y[Yxw +j IY \ �o w� •NMa '.� t I �� '•`y' r Nrrrw TrrN�tNt N. f1Y.rlw�r•�-w^rx TIPT M vY•n a5f0� •1 twN tNF.NNM1 H xr �.xnr I ' ] S.rNx frryt ryw• •.1 ♦ Y♦i.YxY W ` x 1'i.[. •5rW1 L. Yr VrM A' r» ra r wwl^t w. ' PLAN ""'t•"" Nrn w«.rr CLEANOUT DROP STRUCTURE Nn .Ir W. [Awn rrewe rn.Www I��' iW.+l:wl i`r•» [.r NtMr Y.nu. w tw. [A.eYrN»n».w -� frra�N. � ♦ /ul NYw wnt Yt Wi nn rp n rnu� �Yw•ivsnt�.n�r r :+�:��]i mrwM n YI _'�� yNwx.Yfyn N 1♦1 Ww�r{ I Yvn nT Y "ern] n rrw �1 rn W/4 � � NYY 1W\tN«xIW �jny�L {,I_�••l Y (� �� a INr Ynln v�..YK WW n. �+• }[I'(p��+1 www[..Wt SAFETY SYEP LADDER w .YNnr•w♦rw Wu E SHORT MANHOLE LESS THAN 4'•0" DEEP ,.VWIyWN;WW.nlfnr-r.N. rrl� •,y}a «��wN[. 'e:a.:tW:YtitNr'.'i•':it tt1Yt ,ih [ ♦v ♦ r N � ' '. Y♦i iwY1'.•N W tNr♦0 Y]\ IY iNrN. VTrMIY• iW a[rwr[n11Y♦. iNN fY]yrw 5Tr0 �cafr• i PI, ! . n. w;+' 011DMLNY FIVE\EDDIND r..`.•i i W Y..u. r'M Yw rYlr. - FM E w�♦YK♦-WIM y �wt . . Wn rr x Y Wn. frrYlrr /� "i0[I•' [,Wmyrm.YwlY-♦twt ryW. l Yrw NmW ]„Y LtAN yrrf Ilrn Ywr[ryYr N.•w)N.t•'t V Yam, • ':i ! •1. N Yl twrn f.wwl tw n r Imr nWNI.r Wt ��i �_ �^�.�.� tmeN mm r �rYtw wi Y wwr ♦-r[Wu.^Ws�rn tr..rN»ww.tr �.- -a+.[•le -s W ww♦.W^Wt Y Wr yr»tNlt H INrM 1•WnlwYYt fW[N W.ti♦Y 1. Y,:T tHr f Y.4n '• ! r i NW[!1wYtYAr•V Wt �Ntt �i •y r NtY\ uN.r 1'In. l YtIWNn f[w.rrgYnryA T-�� -. � +�e N -[Yl[l Wt Wt NY Y•41t 1.I �uw♦,ttYnn<Y YFy Nw Y.tr♦(y wK trR•YAM1♦rY q. l.-y S'•n%r W[••w r Y[iN tw[W. Yt wwt N[♦rO♦t fw. 1� Rry R wtM♦ft[♦rs DIIDI FIFE IEDDING CA ♦.I w. wrxrl.l 4nn w.ewrr.fFyll tYW. Fpl 6. N0 LEwDEw wFES •.YW rY1N r»ow N[4.4ew w w:YY I {.Y.•1[N.J�WrWM\lr rY tW,Y r "rxN ryYW i♦.r M♦r 0 N tY♦rN N[nN __ rYr\l[Mlr ' • npY+t1Y]W xt\W. w w Pr.4. �.•�: �� aarl I aW n aFYt s t'[ ♦, _ 'NY t-Y .illy,♦yyl W[5W.-YI W' rt xN WYr yHlt V♦W YY[.tH NtlxYrrW. s _�`...�s� W♦WrNrn r w-YI tW�rMW».M.NY�uI !'� ywV ' YYwI [ Y .Y�t4.W[PrW r- I[U „ Ir.YI YYtW n.K...tIY tYY , ••�. •YW Z Npxri .Y..[v.snY n.un. I.wwr:i[rH�r YrY f4NrK.rM xWrY.W IY.irr YW�'.w•U fW W wY. STANDARD MANHOLE twrr.<Wrn-YlNln CONCRETE EMCASCY[Nt [Awn xr. MINIMUM 4'-0' DEEP rx.tN.♦l Wwn PIPE BEDDING CLASSES SEWER STANDARD DETAIL CITY OF RENTON r 1p vSCYE DEPARTMENT OF PUBLIC WORKS auGUST 1941 J I i - �+IJIf1" sue,. I ,�V S x t •.m we a yr wur EI a w ,af NTn..a\. wN\.THY.in F fur:n`Y:'IFVINw 6"SIDE SEWER AND BUILDING SEWER PLAN t M Iar 4 nN Y Islwn �,�+ � Nanu nw n.{ Mo-ln.�Mbiyn w\n nlww a. p' nny �!w,�•1l {",fin pY,wr nl OONCIIETE SLO IKING ANSLE OF TEE AT MAIN OVER 25• [LEVATgN + reuY Nn �ew wn•iw w.li{eiN\ w1\[y[:iiN w.fiM IMa n SIDE SEWER CONNECTION TO EXISTING MAST ELEVATION •W N• wN�NK N n ai13Y1J-- nM.VN TOWAL SIDE SERR ELEVATION SIDE SEWER INSTALLAT!ON SEWER STANDARD DETAIL CITY OF RENTON nor ro fear DFPARTMFNT OF PIIRIIC WORIrq .., —J ,I _ LENGTH OF 6" PIPE (FT.) O 50 IOC 150 200 250 300 350 400 0 O 20 40 S9 79 99 119 139 158 50 35 75 95 114 134 154 174 176 100 70 90 Ito 130 150 169 187 06 104 a 150 106 .25 145 163 185 195 193 1 191 189 m 200 141 161 180 200 202 99 197 195 193 LL 250 176 196 214 209 205 202 200 198 196 O 300 2 u 220 215 211 208 205 202 200 196 = 350 227 221 217 213 210 207 205 202 201 H Z 400 227 222 218 214 211 209 206 204� 202 W J LENGTH OF 6" PIPE (FT.) O 50 100 150 200 250 300 350 400 0 0 20 1 40 1 59 1 79 99 1 119 139 158 50 55 75 95 1 114 134 154 4 74 192 190 W 100 110 130 150 169 189 209' 210 207 203 _ a 150 165 18S 20S 224 233 227 222 217 214 = 20C 220 240 257 248 241 235 230 22S 222 r O 250 275 271 261 253 2.47 241 236 12, 1 228 300 283 2731 264 257 251 246 241 237 233 = 350 283 274 1 267 260 254 249 245 241 237 H Z 400 283 2?S 269 263 257 252 248 244 241 I PROCEDURE: A Pressure Of 35 PS.I. Is Attained And CITY OF RENTON Left For l. a Required Seconds From The Proper Table. The Maximum Drop In Pressure Is I PS.1. For The Required Time AIR TEST TABLE ENGINEERING DEPARTMENT I x7