HomeMy WebLinkAboutWTR2700450(3) W-450 TALBOT HILL PUMP STATION WTR-10 1
#3 Prel it,.i nary Correspondence
WTR- ( 150/1-pu PATNC- d'`
BEGINNING
OF
" FILE
FILE TITLE OYG�Y/vJ
an)
�3 PPel. imiNasy
CITY OF RENTON
BID PROPOSAL AND SPECIFICATIOTS
WATER PROJECT #450
TALBOT BILL PUMP STATICN
PRELI 1 Y
Warren C. Gonnsson, Y.E.
Public Works Director
4x.
CALL FOR BIDS
Sealed bids will be received until 2:00 o'clock, at the
office of the City Clerk and publicly read aloud at 2:00 o'clock p.m., same day, in
tht Fourth Floor Conference Room located at the Renton Municipal Building, 200 Mill
Avenue South, for the constriction of the Talbot Hill Pump Sta: ion.
Bid proposals delivered in person will be received only at the office of the City
Clerk in the Renton Municipal Building.
Bids received after the time fixed for opening will not be considered.
Plans and specifications may be obtained :roc the office of the Public Works Director
upon receipt of a deposit of $10.DO for each set plus $2.;0 to cover postage if walled.
The mailing charge will not be refunded. The deposit will be forfeited, unless Plans
and Specifications are returned it good condition thirty (30) days after date of bid
opening.
A certified check or bid bond in the amount cf five (5) percent of the total amount
of the bid must accompany each bid.
Washington State Sales Tax shall be a separate bid item.
The City reserves the right to reject any end/or all bids and to waive any and/or all
informalities in bidding.
The City of Renton hereby notifies all bidders that minority business enterprises will
be afforded A,1 opportunity to submit bids in response to this invitation and will
not be discriminated against on the grounds of race, color, or nat'onal origin in
consideration for an award.
Bids will be considered invalid if the required "Certification of Bidder's Affirmative
Action Plan" has not been executed.
The policy of the City of Renton is to promote and afford equal treatment and service
to all citizens and assure equal employment opportunity based on ability and fitness
to all pernons regardless of race, creed, color, national origin, sex, physical handi-
caps or age. This policy shall apply to every aspect of employment practices, employee
treatment and public contact.
Delores A. Mead, City Clerk
Date of Publication:
Record Chronicle
Daily Journal of Cx erce
INSTRUCTIONS TO BIDDERS
1. Sealed bids for this proposal will be received by the City of Renton at
the office of the Renton City Clerk, Renton City Hall, until 2:00 o'clock
P.M.,
At this time the bids will be publicly opened and read, 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 fors attached hereto.
2. The work to be done is shown an the plans. The City reserves the right
to add or to eliminate portions of that work as deemed necessary.
3. Plr may be examined and copies obtained at the public Works Director's
Of e. Bidders shall satisfy themselves as to the local conditions by
inspection of the site.
4. The bid price eor any item must include the performance of all work necessary
for completion of that item as described in the specifications.
• 5• The right is reserved to reject any aid/or all bids and to waive informalities
if it is deemed advantageous to the City to do so.
6. A certified check or satisfactory bid bond made payable without reservation
to the DIRECTOR OF FINANCE OF CITY OF RENTON in an amount no.' less than 54
Of the total amount bid shall accompany each bid proposal. C.lecks will be
returned to unsuccessful bidders immediately following decision as to award
of contract. The check of the successful bidder will be returned provided
he enters into a contract and fiunishee 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.
7. .All bids mist be self-explanatory. No opportunity will be offered for oral
explanaticn except as the City may request further information on particular
points.
8. The bidder shall, upon request, furnis: information to the City as to his
financial and practical ability to satisfactorily perform the work.
9. Payment, for this work will be made in Cash Warrants.
SPECIAL PROVISIONS
GENERAL PROVISIONS
SP-01 STANDARD SPECIFICATIONS
The Special Provisions hereinafter contained shall supersede any provisions of
the Standard Specifications in conflict therewith.
The Standard Specifications for Municipal Public Works Construction prepared
by -lie Washington State Chapter of the American Public Works Association,_IW5- 1 '_,
(rod cover) Edition, shall be hereinafter referred to as the "Standard Spec£ (-
cations" 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
shall apply except as amended or superseded by these Special Provisions.
A copy of these Standard Specifications is on file in the office of the Public
Works irector, City Hall, Renton, Washington, where they may be examined and
consulted by any interested party.
Wherever reference is made 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 con trued to mean the Public
Works Director, City of Renton, or his duly authorized assistant or assistants.
SP-02 DESCRIPTION OF WORK
The wo.s to be performed under this contract consists of furnishing all materials,
equipment, tools, labor, and other work or items incidental thereto and perform-
ing all wark as required by the contract in accordance with the plans, these
Specifications and Standard Specifications, a2l of which are made r. part hereof.
This improvement consists of the construction of the Talbot Hill Pump StaV on.
SP-03 DATE OF PID OPENING
Sealed bids will be received by the City of Renton, Washingtor, by filing with
the City Clerk, City Hall, Renton, Washington, until 2:00 o'clock P.M. Pacific
Time, and will be opened and publicly read aloud in the fourth
floor conference room.
SP-04 TIME OF COMPLETION
The Contractor is expected to diligently prosecute the work to completion in all
parts and reeuirements. The project shall be completed within two hundred twenty
(220) calendar days from starting day of construction.
Provided, however, that the City Council shall have the right upon request of the
Utility Engineering 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.
baY l ,
• SPECLU, PROVISIONS (CONE.
SP-Ob TIME OF COMPLETION (Cont.)
Time lost in replacing improper work shall not furnish any grounds to the Con-
tractor for claiming an extension of time for the completion of the work, and
shall not release the Contractor from damages or liabilities for failure to
eomplete the work within the time required.
SP-05 MATERIALS
The Contractor shall supply all facilities, equipment, and materials including
wiring, pipe, fittings, valves, concrete blocking, shackle rods, and all mis-
cellaneous items necessary to make a complete water main installation.
SP-o6 MBLIC LIABILITY AND PROPERTY DAMAGE 7NS'JRNICE
The Contractor shall obte--n and keep in force during the term of the contract,
public liability and property damage insurance in companies and in form to be
approved by the City. Said insurance shall provide coverage to the Contractor,
any subcontractor performing work provided by ttis contract, and the City. The
City shall be named as an additional insured on said policy insofar as the work
and obligations performed under the contract are concerned. The coverage as
provided shall protect against claims for personal injuries, including accident Q
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 in-
directly emplo.,ad by either of them.
The minimim policy limits of such insurance shall be as follows:
Bodily injury liability coverage with limits of not less than $100,000 for bodily
injury, including accidental death, to any one person, and subject to that limit
for each person, in an amour` not less than $300,000 for each accident; and property
daraige coverage in an amount of not less than $50,000 for each accident.
A copy of the insurance policy, t-)gether with a copy of the endorsement naming
the City as an additional insured, shall be provided to the City within a reasonable
time after receiving notice of award of contract.
PROOF OF C_ARRTAGE JF 11EURANCE
The Contractor shall furnish the City with satisfactory proof of carriage of
`.he insurance required.
S -07 "STATE HICAWAY"
The term "State" as used in the Special Provisions and Special Technical Provisions
is intended to refer to the State of Washington, Department of Highways.
SP-05 "STATE HIMNAY" REgULRE6& TS
The Contractor shall comply with all of the requirements of the State permit,
as enclosea in this document, and shall be responsible for any costs incurred
by the requirements of aforementioned permit.
The Contractor shall notify the State two (2) working days prior to construction
on the State rift-of-way.
SP-2
0 MMMII
SPECIAL PROVISIONS (CONTJ
SP-09 CERTIFICATION OF DIDDERS AFFIRMATIVE ACTION ^:1,N
The Contractor must execute the Bidders Affirmative Action Plan Certification.
Failure to execute this certificate will invalidate the bid.
SP-10 E'dUAL --MPLOYm;._Tf2 OPPORTW17Y AFFIDAVIT
The Contractor shall be required to execute the "Certification by Proposed
Contractor, Subeantractor and supplier Regarding Equal Employment Opportunity'
form, as incorporated in his document. He shall also abide by all rules and
regnzlations as required by the instructions of the aforementioned form.
SP-11 FAIR P,l4CTIMS POLICY
The Contractor shall be required to rd and chide by "The Summary of Fair
Practices Policy of the City of Renton" as incorporated in this document.
SP-12 AFFIRMATIVE ACTION PROGRAM
The Contractor shall be required to read and abide by the City of Renton
Affirmative Action Program as incorporated in this document.
SP-13 NON-COLLISION AFFIDAVIT
The Contractor shall be required to execute a Non-Collusion Affidevit to
satisfy the City that the bid offered is genuine, is not sham or collusive,
and in no respect or degree is made in the interest or on behalf of any
person, firm, or corporation not named in the proposal containing such a bid.
SP-14 NONDISCRIMINATION IN Eijmoy m
Contracts for work under this proposal will obligate the Contractors and sub-
contractors not to discr!minate in employment practices.
SP-15 WAGE SCHEDULE
The prevailing rate of wages to be paid to all workmen, laborers or mechanics
employed in the performance of any part of this contract shall be in accord?mce
with the provisions of Chapter 39.12 ROW, as amended. The rules and reg,.lations
of the Department of Labor and Industries and the schedule of prevailing wage
rates for the locality or localities where this contract will be performed as
determined by the Industrial Statistician of the Department of Labor and
Industry are by reference made a part of this contract as though fully set forth
herein.
Inasmuch as the Contractor will be held responsible for paying the prevailing
wages, it is imperative that all Contractors familiarise themselves with the
current wage rates before submitting bids based on these specifications.
SP-3
• SP_CIAL PROVISIONS (Co*-Q
SP-h WAGE SCHEDULR
In case any dispute arises as to what are the prevailing rates of wages for
work of a similar nature and such dispute cannot be adjusted by the parties
in interest, including labor and management representatives, the matter shall
be referred for arbitration to the Director of the Department of Labor and
:ndustries of the Stale, and his decisions :herein shall be final aid con-
clusive and binding on all parties involved in the dispute as provided for
by R.C.W. 39.12.060 as amended.
The Contractor, on or before the date of commencement of work, shrul file a
statement under oath with the Owner and with the Director of Labor and
Industries certifying the rate of hourly wage paid and to be paid each
classification of laborers, workmen, or mechanics employed upon the work by
the Contractor or subcontractor which shall be not less than the prevailing
rate of wage. Such statement and any supplemental statements which may be
necessary shall be filed in accordance with the practices and procedures by
the Department of Labor and Industries.
Prior to commencing work, each Contractor and eacn and every subcontractor
shall file a sworn Statement of Intent (SF 9852) with the J+ner and With the
Department of Labor and Industries as to the prevailing wage rate, including
fringe benefits, for each Job classification to be utilized. The wage rates
thus filed will be checked against the prevailing wage rates as determined
• by the Industrial Statistician of the Department of Labor and Industries. If
the wage rates are correct, the Industrial Statistician will issue an acknow-
ledgement of approval to the Contractor and/or Subcontractor with a copy to
the awarding agency (Owner). If any incorrect wage rates are included, the
Contractor and/or subcontractor will be notified of the correct rates by the
Industrial Statistician and approval will be withheld until a correct state-
ment is received.
Each voucher claim submitted by a Contractor for payment on a project estimate
shall state that prevailing wages have been paid in accordance with the pre-
filed Statement or Statements of Intent on file with the Department of Labor
and Industries as approved by the Industrial Statistician.
;:.fidavits of Wages Paid (SF 9g43) are to be filed with the State Treasurer
cr the Treasurer of the County or municipal corporation or other officer or
person charged with the custody and disbu"cement of the State or corporate
funds as the case may be and two (2) ropies of each affidavit are to be filed
with the Director of the Department of Labor and Industries, Attention:
Industrial Relations Division, 1601 Second A%�nue, Seattle. Whenever practical,
affidavits pertinent to a particular contract should be submitted as package.
:Me Contractor shall also be required to read and execute the "Minimum Wage
Affidavit Form" as incorporated in this document.
5P-4 Mi
SPECIAL PROVISIONS (CONT.)
Sp-16 Fmz aimaS
Any alterations or variances from the plans, except minor adjustments in the
field to meet existing conditions shall be requested in writing and may not
be instituted until approved by the Public Works Director or his representa-
tives acting specifically upon his instructions. in the event of disagreement
Of the necessity for such changes, the Engineer's decision shall be final.
SP-17 FAIIZU TO nn SPECIFICATIONS
In the event that any workmanship does not meet the requirements or specifi-
cations, the City may have the option to accept such uorkananship if the
Engineer deems such acceptance to he ir, the test intertst of the City,
provided, the City may negotiate payment of a lower unit price for said
workmanship.
SP-18 PROTECTION OF PU9LIC AND PRIVATE UTILITIES
The Contractor shall conform to Sec•.ion 5-1.09 of Standard Specifications in
regard to protection of public and private utilities.
Location and dimensions show, on the plans for existing underground facilities
are in accordance with the be-t mailable information without uncovering and
measuring. The Owner does not guarantee the size and location of existing
facilities.
It shall be the Ce tractor's responsibility to contact the GAS COMPANY,
TELEPHONE COMPAK ICIWER COMPANY, and the P.FJUW WATER DEPAR"-M ff, a-:d
RENTON ET7GINEb'RIIP' DEPARTMEA?, for exact locations of their respective
utilities. Also, contact the CABLE TV COMPANY if necersary.
SP-19 SQ±EDMING OF WORK
Section 9-1.01 of the Standard Specifications shall be deleted and the
following inserted:
Promptly after the award of the contract, the Contractor r}.all submit for
approval to the Engineer a progress schedule. From this information a
progress schedule diagram will be computed, plotted and a copy returned to
the Contractor. Payment to the Contractor on any estimate may be withheld
until such a schedule has been submitted and approved.
Should it become evident at :V time during construction that operations will
or my fall behind the schedule of this first program, the Cont,netor shall,
upor request, promptly submit revised schedules in the same form as specified
herein; setting out operations, methods, and equipment, added labor forces or
working shifts, night work, etc., by which time lost will be made up, and
confer with the Engineer until an approved modification of the original schedule
SP-5
SPECIAL PROVISIONS (CONT.)
SP-19 SCHEDULING OF WJR% (Cont.
has been secured. Further, if at any time any portion of the accepted
schedule is found to conflict with the contract provisions, it shall,
upon request, be revised by the Contractor and work shall be performed in
compliance with the contract provisions. Payments of any further estimates
to the Contractor after such request is made and until an approved modified
schedule has been provided by the Contractor may be withheld. Execution of
the work according to the �cepted schedule of construction, or approved
modifications thereof, is hereby made an obligation of the contract.
SP-20 MiSTRUC'•'ION CONFERRICE
Prim.' to the start of construction the Engineer will call for a preconstmc-
tiou conference. The Contractor and his subcontractors shall attend the
preconstruction conference, the time, place and date to be determined after
award of the contract. Subsequently, a representative of the Contractor
will attend a weekly conference with the -mer's representative to review
progress and discuss any problems that may be incurred.
SP-21 DISPWES AND LITIGATION
Any questions arising between the Inspector and the Contractor or his Super-
intendent or Foreman as to the meaning and intent of any part of the plans
and specifications shall be immediately brought to the attention of the
Engineer and will be adjusted by him.
Failure on the part of the Engineer or his representatives to discover and
condemn or reject had or inferior work shall not be construed as an acceptance
of any such wor'i or the part of the iWrovement in which the same may have
occurred.
To reduce disputes and litigation, it is Anther agreed by the parties hereto
that the Engineer shall determine the quantity and quality of the several
kinds of work embraced in these improvements. He shall decide all questions
relative to the execution of the work and the interpretation of the Plans
and Specifications.
In the event the Contractor is of the opinion he will be damaged by such
interpretation, he shall, .within three (3) days, notify the Engineer and the
City Clerk in writing of the anticipated nature and .mount of the damage or
damages. In the event an agreement cannot then be reached within three (3)
days the City and the Contractor will each appoint a;: arbitrator and the two
shall then select a third.
The decision of the majority of the arbitration board shall be binding upon
both parties and shaL' be delivered before any work is performed upon the
feature in question.
The arbitration sba11. be conducted in accordance with the statutes of the
State of Washington and court decisions goveiming such procedure.
sp-6
• SPECIAL PROVISIONS CONT.)
SP-21 DISPUTES AND LITIGATION (Cont.)
The costs of such arbitration shall be borne equally by the City and the
Contractor unless it is the majority opinion that the Contractor's filing
of the protest is capricious and without reasonable foundation. In the
latter case, all costs shall be borne by the Contractor.
The venue of any suit shall oe in King County, Washington, and if the Con-
tractor is a non-resident of the State of Washington, he shall designate an
agent upon whom process may be sez'ed before commencing work under this
contract.
SP-a2 3UBCONTF.RCTORS
A list of subcontractors and suppliers that will be involved with this project
shall he given to the 4zgineer for his review and approval immediately after
notification of low bidder status. This lic must be received by the Engineer
before the contracts may be signed.
SP-23 CHANGE ORDERS
All additional work that requires compensation to the Contractor for items for
which prices are not included in the contract or is not within the limits
specified in APWA Standard Specifications, Sec. L-1.03, shall require a written
change order before work may be done. The Contractor shall be responsible for
acquiring the necessary change orders that are required by any of bis subcon-
tractor...
SP-24 SURVEYS
Section 5.106 of the Standard Specifications shall be amended by the addition
of the following sentence: "ihe Contractor shall notify the engineer a
minimum of 48 hours in advance of the need of surveys."
SP-25 OVERTIE FIELD ENGINEERING
When the Contractor performs construction work over the accepted 8 bours per
day or 40 hours per week, or on any City holiday, and the work requires
inspection, then the Contractor shall reimburse the City at the rate of
$17.00 per hour. The City shall have the sole authority in determining the
necessity of having the overtime inspection, and shall notify the Contractor
of intent and said costs will be deducted from monies due the Contractor on
each monthly estimate.
SP-26 HCtW OF WORK
The working hours for this project will be limi ed to week days during the
period from 7:30 A.M. to 5:30 Y.M.., unless other _se approved by the City.
S P-7
SPECIAL PROVISIONS (CONT.)
SP-27 PUBLIC CONVENIENCE AND SAFETY
The Contractor shall, at his own expense, provide flagmen, shall furnish all
signs, barricades, guards, construction warnings, and night lights in order
to protect the public at all times from injury as a result of his operations.
If the Contractor should fail to maintain sufficient lights and barricades
in the opinion of the E„gineer, the City shall have the right to provide these
lights and barricades and deduct such costs from payments due the Contractor.
A plan for traffic control must be submitted for the Engineer's approval before
the beginning of construction. The Contractor shall maintain detour routes and
other routes used by his equipment hauling materials to and from the area.
Appropriate portions of Section 7-1.15 (AFWA) Standard Specifications shall
apply to this contract. In addition, the following Special Provisions shall
e�,ply:
1. There shall be at all times reasonable access to and egress from the
business establishments and other properties adjacent to the project.
2. All road approaches and street c--mections *all be opened to traffic
at the close of each work day.
j. dhere hazardous conditions exist proper signing and barricading shall
be provided as directed by the Engineer. Where designated by the
Engineer, the signs and barricades shall be supplemented by lanterns
or flasher units diu•ing the hours of darkness.
4. The Contractor shall notify the local fire and police departments in
writing before the beginning of his operations so that these agencies
may reroute their emergency vehicles around the construction zone.
5. Any asphalt concrete pavement, crushed surfacing gravel base, or water
required for maintaining traffic during the life of this contract shall
be placed by the Contractor immediately upon request by the Engineer in
the mounts designated.
Al costs involved in the above shall be considered 'incidental to other costs
of work involved and no further compensation will be made.
SP-29 CONSTRUCTION SIGNS
All construction and detour signing shall conform to Part VI "Traffic Controls
for Highway Construction and Maintenance Operations" of the Manual of Uniform
Traffic Control Devices.
SP-29 REMOVING TRAFFIC AND STREET SIGNS
The Contractor shall be responsible for maintaining all traffic and street signs.
In the event it shall be necessary to remove a traffic or street sign, the Con-
tractor shall notify the Director of Public Works, City Municipal Building,
SP-8
SPECIAL PROVISIONS (COAT.)
SP-29 REMOVING TRAFFIC AND STREET SICN3 Cont.)
City of Renton, Washington, for all changes made. When the work has been
completed, and prior to said area being open to traffic, the Contractor
shall notify the Public Works Director, City Municipal Building, City of
Renton, Washington, and obtain his approval of silting.
SP-30 CONSTRUCTION E@UIPmENT
Drivers of motor vehicles used in connection with the construction of repair
work 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.
.-P-31 SIZE, WEIGHT, LOAD RESTRICTIONS FOR MOTOR VEHICLES
All motor vehicles of the Contractor, Subcontractors, and suppliers shall
strictly adhere to Cn. 46.44 of the Motor Vehicle laws of the State of
Washington (1967 Edition and amendments thereof) in regard to size, weight,
and loads of motor vehicles.
Payment will not be made for any material that is delivered in excess of the
legal weight for whica the hauling .,ehicle is licensed.
Any gross violation of these regulations shall be reported to the affected law
enforcement agent.
The Contractor is to furnish to the Engineer a listing of all haul vehicles
used on this project, listing the vehicle number, license number, tare weight
and licensed load limits.
SP-32 DIMIVERY TICKETS
All delivery tickets that are required for the purpose of calculating quantities
for payment must be receiaed by the Engineer at the time of delivery. No pay-
ment will be made on tickets turned in after date of delivery of material.
Payment will not be made for delivery tickets which do not. show type of material,
gross weight, tare weight, truck number, date and inspector's initials.
Scale certification shall be submitted as early in the project a. possible.
Each weighing station shall maintain a record of the trucks weighed, date and
time, tare and gross weight and type of material. In isolated cases where
scale weight is not available, the inspector shall measure the truck volume
and certify as to its full load delivery,
SP-53 WASTE SITE
The Contractor shall conform to Section 4-1.06 of Standard Specifications in
regard to waste sites.
c P-9
SPECIAL PROVISIONS (CONT.)
SP-33 WASTE SITE (Cont.)
The Contractor shall have the responsibility of obtaining his own waste si•e.
All work included in this section shall be considered to be incidental to
other items of work and no further compensation will be made.
The route taken to the waste site shall be maintained solely by the Contractor
in a manner as described below:
The Contractor shall be prepared to use water trucks, power sweepers, and re- ,
lated equipment as deemed necessary by the ::ngineer to alleviate the problem
Of lost spoils along the route. Prompt restoration of the route is sandatcry.
SP-?4 DUST AND :4l7D CCr1ITROL
The Contractor shall be responsible for controlling duct 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 on dust, mud or unsafe practices and/or property damage to private
ownership will be transmitted to the Contractor and prompt action in correct-
ing will be required. Written notice of correction of complaint items will be
called for should repetiti-e complaints be received by the City.
SP-jj FAYMENT TO THE CONTRACTOR
Payment to be made to the Contractor will be made in the mmmner Outlined in
Section 9 of the Standard Specifications. Payments shall be made in Cash
Warrants. Partial payments on estimates may be withheld until wrk progress
schedules as describes I Section SP-19 of these Special Provisions have been
received and approved.
SP-36 ti6pIDATED DIXAGES
Liquidated damages for failure to execute the contract as specified and in
accordance with Section 8-1.08 of tre Standard Specifications will be assessed
as follows: One Hundred Dollars ($100.0„) per calendar day plus cost of
inspection, supervision, leCal expense and court costs incurred beyond said
date. The cost of additional inspection and supervision shall be an amount
equal to actual salary cost, plus one hundred pe"ent (100%) for overhead
and other indirect expenses.
SP-37 CONTRACTOR'S "-TE OFFICE
Provide on site office (trailer is acceptable) with desk space for inspector
and telephone.
SP-10
•
SB _ Al
SL7FM/F__'rAL TECHNICAL SPECIFICATIONS
A. SITE WOFT
I. Scope of Work
This section covers all work necessary to bring the site to the final
condition, indicated or. the Site Plan.
2. Clearing
Conform to Section 12 of the Standard Specifications.
Remove end of shed extending onto Its. Construct new end on shed with
similar materials at property line.
3• Run Off Control
Control storm run off during cocstruction to limit erosion or downstream
siltation.
Do not discharge any petroleum products on site. Do not wash equipment
or concrete trucks.
4. Excavation and Backfill
(1) Under building and trenches within 5' of footing:
Excavate as required to install pump can receptacals and piping.
Backfill with granular material conforming to Section 23-2.02 ballast
of the Standard Specification.
Place in 6" layers and compact with mechanical tampers to 9% density
in accordance with ATM Standard Method D 1557.
(2) Pipe Trenches
Beyond 5' outside building backfill with bank run gravel conforming to
Sec+ion 26 of the Standard .rpecificatio:u. Place in 12" lavers and
compact to R5¢ density In accordance with AS'TM Standard Method ➢ 1557.
5• Base Course
(1) Under floor slab place 4" of crushed rock conforming to Section 23-2.01,
Base Course of the Standard Specification. Compact with approved equip-
ment to 95%, density in accordance with ASTM Standard Method D 1556.
(2) Under Pavement
Place 2" of crushed rock corfcrming to Section 23-2.01 and cmpact.
6. Asphalt Concrete
Conform to Section 34, Class B, of the Standard Specifications.
5 _ A2
7. Synthetic Turf
Furnish and place synthetic turf on a eas of asphalt concrete indicated
on Site Flan. Turf to be Astroturf CH.y as manufactured by Monsanto
Company, or approved equivalent. install in conformance with Manufac-
turer's specifications.
8. Rockery
Construct along east boundary as indicated on plan.
Rocks rectangular in shape minimum 12" thick.
Place rock with nq voids greater than 6" in face.
9. Fence
Chain lick per Standard Specifications of Washington State Higkway
Department for Road and Bridge Construction Section 9 - 16, Fence
Type 1 (6' high with top rail).
STS - Bl
B. PIPE WORK 6 PUMPS '
1. Fxterior Piping
(1) Scope
Exterior piping consists of a 12" pump suction line, an 8" discharge
line to 19th S., a 12" discharge line to SR 515 drain lines outside
the 5' line, and the lines for the future chlorinator.
(2) Materials
7. ctile Iron Pipe - AWWA C151-76 Class 52
Ty-ton Joint
Cast Iron Fittings - AWWA CIIO-71
Mechanical Joints or Cl 125 Flanges,
Gaskets, cloth insert rubber 1/16" thick
Gate Valves - AWWA C500-71
Double disc, parallel seat, "0" ring stem seal,
Open C.C.W., joints as per cast iron fittings
Valve Box - Two-piece cast iron slide extension
• Polye.thelene encasement - AWWA C105-72
Drain Pipe - ASS per ASTM D-1788 Type I or IV
Concrete per AST". C14 Class 2
Galvanized Steel Pipe - ASTM Designation A120 Schedule bO
P.V.C. Pipe - ASTM Designation D 1785 Schedule 40
Tapping Saddle - Mueller 2 strop bronze or approved equal
(3) Installation
Conform to the plans and the Standara Specifications. Use polyethelene
en"nement on 8" and 12" pipe. Pressure test Ductile Iron Pipe at
225 psi. Other pipe at 150 psi. Do not pressure test drain lines.
2. Interior Piping
(1) Scope +
Interior piping includes suction and disci:urge headers, valves, meters
and all miscellaneous items indicated on the plans.
STS - B2
(2) Materials
Steel Pipe including fabricated fittings
Per AWWA C203
Coal Tar Enrmel lines and coated per AWWA C204
CL-125 flanges or Victaulic grooved ends
12" pipe - 12.750" O.D. 0.375" wall.
10" pipe - 10.750" O.D. 0.365" wall.
3" thru 8" pipe - Full I.D. 0.250" wall.
Concrete Pipe - Reinforced for pump can receptacle - ASTM C76 Class II
Galvar_ized Steel & P.V.C. Pipe - As per Exterior Pipe above
Copper Tube - ASTM Designation B88 Type K Hard, soldered ,Joints
Soil Pipe - Cast Iron per Federal Spec. ww-p-101
Class SV service weight
Gate Valves - As per Exterior Piping above except valves to have
hand wheels
Control Valves - Cla-Val GIP-2A, Cl. 125 flanges
Check Valves - Mission Duo-check Style "K" Series 125, Cast Iron
Meter Sparling Verti-Flo (Up) with magnetic
Include tube with straightening vanes.
drive.
Head to have 6 digit totalizer reading in gallons,
flow rate indicator in GPM and be suitable remote
recording
Air Release Valves - Valve & Primer Corp, or approved equivalent
VF__ve on discharge header suitable for 200 psi.
Couplings - Victaulic Style; Victealic Co. of America
- Flexible; Smith-Blair or equivalent
Pressure Gages - Ashcr,.ft Duragage with 41" Dial
Ranges - 0-25 psi - suction
0-250 psi - discharge
0-100 psi - Pumps discharge
Floor Drain - Provide Two, J. R. Smith Figure 2220,
Cast Iron body and grate, removable sediment bucket,
Minimum 12 square inches free area, inside caulk
Outlet Pali size of connecting line (j inches)
Hose Valve - Crane No. 50, 3/4-inch size
Water Hose - Provide two 75-fo3t lengths, 3/2+-inch Rainbird
Commercial Line (CL) Hose
Hose Nozzles -Provide two Rainbird No. B-55 by Rainbird Sprinkler
Manufacturing Corp., 3/4-inch hose thread inlet,
Heavy-duty nozzles
Pipe Supports - Grinnell or approved equal
STS - B2
(2) Materials
Steel Pipe including fabricated fittings
Per ANWA C203
Coal Tar Enamel lines and coated per AWWA C204
CL-125 Ranges or victaulic grooved ends
12" pipe - 12.750" O.D. 0.375" wall.
10" pipe - 10.7-0" O.D. 0.365" wall. �
3" thru 8" pip: - Full I.D. 0.250" wall.
Concrete Pipe - Reinforced for pump can receptacle - ASTM C76 Class 11
Galvanized Steel & P.V.C. Pipe - As per Exterior Pipe above
Copper Tube - ASTM Designation B88 Type K Herd, soldered joints
Soil Pipe - Cast Iron per Federal Spec. WW-P-401
Class 3V service weight
Gate Val'.es . As per Exterior Piping above except Valves to have
hand wheels
Control Valves - Cla-Val GIP-2A, Cl. 125 flanges
Check Valves - Mission Duo-check Style "K" Series 125, Cast Iron
• Meter - Spading Verti-Flo (Up) with magnetic drive.
Include tube with straightening vanes.
Head to have 6 digit totalizer reading in gallc.as,
flow rate indicator in GPM and be suitable remote
recording
Air Release Valves - Valve & Primer Corp. or approved equivalent
Valve on discharge header suitable for 200 psi.
Couplings - Victaulic Style; Vict.aulie Co. of America
- Flexible; Smith-Blair or equivalent
Pressure Gages - Ashcroft Duragage with 41y" Dial
Ranges - 0-25 psi - suction
0-250 psi - discharge
0-100 psi - Pumps discharge
Floor Dr-in - Provide Two, J. R. Smith Figure 2220,
Cast Iron body and grate, removable sediment bucket,
Minimum 12 square inches free area, inside caulk
Outlet Hill size of connecting line (3 inches)
Hose Valve - Crane No. 50, 3/4-inch size
Water Hose - Provide two 75-foot lengths, 3/4-inch Rainbird
Commercial Line (CL) Hose
Hose Nozzles -Provide two Rainbird No. B-55 by Rainbird Sprinkler
Manufacturing Corp., 3/4-inch hose thread inlet.
Heavy-duty nozzles
Pipe Supports - Grinnell or approved equal
sTs - a3
(3) Installation
Conform to layout on plan. Provide blocks and supports indicated.
All drain water from control valves, discharge heads, drive cooling
water to be piped to floor drains. Use gale, steel, copper, or
P.V.C. For small water lines under slab use copper tubing.
Connect to steel pipe with dielectric union, Gpco Model F%.
(4) Testing
Pressure cesc suction and discharge headers at 225 psi.
Include all miscellaneous piping that will be under pump discharge
pressure.
3. Pumps
(1) scope
Furnish and install pumping .wits complete including variable
speed drive.
(2) Total Head
Total head shall be the head in feet at the discharge flange less
the head in feet at the suction flange.
(3) Efficiency
Efficiency shall be total overall efficiency for motor, pump,
connecting shaft and friction between suction and discharge flange.
(14) Dimensional Drawings
F\ . ;h certified dimensional drawings showing outline dimensions,
column section lengths, overall sizes and weights. The drawings
shall show dimensions of pamp component i.e., the motor, dis-
charge head, mechanical seal, and similar information. These di-
mensions shall be such as to permit the pumps to be installed in
the locationr shown without mcdification of the installation design.
The tabulated data at end of this section shall ee completely and
accurately filled out end submitted to Engineer prior to bid.
(5) Materials of Construction, Design Requirements
The pumps shall be vertical canned turbines conforming to ANMA E101,
except as modifYed below:
RW #1 PUMP #2 KW #3 RNP
Capacity, GPM 1750 1500 990 500
Total Head 422 418 414 170
Range of operation, 402-430 398-43o 394-43o constant
Feet of Head pressure
sTs - B4
(5) Materials of Construction, Design Requirements (cont'd.)
PUMP #1 PUMP #2 PUMTF 11
Speed, RPM 1800 max 1800 max 1800 max Variable
1800 a"
Discharge Head 10"x20" 10"x20" 8"x16j" Fabricated Steel
10"-150k 10"-150# 8"-150N "Inline", 8"
Flange Flange Flange Plain End Suction
6" Flanged Diseh.
Head Shaft
Diameter 1-11/16" 1-ll/16" 1-11/16" 1"
%aterial 416 ss 416 SS 416 Ss 416 ss
Suction Barrel
Diameter 20" 20" 2o" 16"
Length, lain. 10'-0" 10'-0" 10'-0" 5'-2"
(6) Fes' u•es Common to All Suction Barrels
3/8" wall thickness
Suction splitters - 1/2" thick x 5" height
Method of venting cans (uppe.rsost point)
Coal ter enamel costing inside/outside. Prime coat eyterior
above separate mounting flange.
25" square x 1,1, thick separate mounting flange.
Rypass connection - 4" pumps 1 and 2; 3" - pump 03•
Connection shall have victaulic groove.
(7) Features Common to all Pumps
4i6 ss Bowl Shaft
416 SS Head Shaft
Bronze or coated Meehanite impellers - enclosed bronze/rubber
bo%.l bearings.
Balanced Borg-Vanier mechanical seals, model U or US. Seals
shall be complete with independent stainless eteel shaft sleeve
with drive collar•, stainless steel seal flange with vent and
drain (plugged).
Four-piece ad,',ustable coupling cadmium plated. The coupling
shall be complete with adjusting plate and removable spacer
for ease of mechanical seal maintenance.
(8) Discharge Heads shal-1 be complete with:
l" Tap for pressure gauge connection.
Suction barrel vent complete with valve
" Tap inside of head for drain of water escaping seal, etc.
Machined base of head for perfect mate to suction barrel
Provide V water source for heat exchanger connection on pump #5 head.
Base of motor to fit exactly with head, provide cap screws and
gaskets between discharge head and suction barrel.
STS - B5
(9) Drive Motors
PUMP l PUMP #2 PUMP #3 PUMP 05
Horsepower 250 200 125 30
Speed, RPM 1775 1775 1770 1750
(10) Features Common to All Motors
Enclosure - wPi, Dripproof
Insulation - Class B
Service Factor - 1.15 - (use of service factor at any point
on -uve is unacceptable)
Duty Cycle - Continuous
Shaft - Vertical Solid
Locked rotor current - NEMA code 0
Rating - 460 volt, 3 phase, 60 hz.
Thrust bearings shall oil k.ath on pumps 1, 2 and 3. 41-,rust bearing
shall have minimum life of 2 years and average life of 10 years.
(11) Variable Speed Unit (pump #5 only)
Vertically mounted, 30 HP, 1750 to 290 RPM speed range "INFl" ?
Drive as manufactured by U.S. Electric Motors. The drive shall be
complete with a Simplex constant pressure system with hydraulic
controller. Features to be included:
Water to oil heat exchanger with water saver valve.
Oil temperature cut-out switch.
System and piston pressure galges liquid filled.
Flexible connection between motor and drive.
Painting; Shop prime discharge head, raising ring,
ton of suction barrel - with Koppers primer
or approved equal.
I Install suction barrels so mating flange to barrel is level
♦ 1/32" on diameter of flange. Follow manufacturer's recommendations
for installation on all equipment.
Provide services of factory trziued personnel for assistance during
installation, start-up, and find testing of pumps, motors and drives.
(12) Method of Selection of Pumps
The engineer and owner shall select pumping units based on initial
costs, operating costs, history and reputation of service provided
by Pump manufacturer.
Th- pump manufacturer shall complete the tables and forms located
at the end of this section. The pump manufacturer shall properly
derate the efficiencies due to thrust and friction. Distortion of
efficiencies will be unacceptable.
s15 - B6
The pumping units shall operate without excessive vibrations i.e.,
4 mils or less at any point on the equipment.
(13) Acceptable Manufacturers
Byron-Jackson
Layne-Bowler
Peerless
POMP DATA SHEETS
CITY OF RENTON, WASHINGTON
PUMP NO. 1 - 1750 GFM VERTICAL TURBINE CANNED B(NX.'iT'ER PUMP
PUMP NO. 2 - 1500• •' •, '• •, ^
PUMP NO. 3 - 1000
PUMP NO. 5 - 500 VARIABLE SPEED
PUMP No. 4 - (FU1 M)
Bidder's Name Date
PUMP DATA PUMP rl PUMP YJMP .,i PUAp
Mm
Manufacturer
Model Number
Number of Stages
Nominal Size of Bowls
Max. OD--of
Overall Length Bowl Sec.
Overall Length of Suction Can
Can Diameter
Can WaII Thickness
Pump Shaft Diameter
_ Pump Shaft Materiel —"—'
Head Shaft Dia.)Material
Pumn Bearing Material _
_ Damp Bowl Catalog Number
Puma Bowl Materi-1
_ Pump Bowl Linn.„
Impeller Number —"—'--
Impeller Material
hp Demand at Guar. Point
DISCHARGE HEAD PUKP #1 PUMP 42 �Mp 3 Pi1'•ff=
Model Number
Suction Size
Discharge Size
Shaft Sleeve Material —'
Seal Flange Material
Mechanical seal Model Mfgr.
Weight Head
PUMP DATA SHEET
CITY OF RENTON, WASHINGTON
PUMP NO. 1 - 1750 GPM VERTICAL TURBINE CANNED BOOSTER PUMP
PUMP NO. 2 - 1500 "
PUMP NO. 3 - 990 „
Bidder's Name Date
LIMP #1 PUMP #2 PUMP 43
Discharge Quantity at Duty Point I
Total Head at Duty Point (in feet)
Total Overall Efficiency at Duty
Point, percent (Pump & Motor)
. Power Factor at Guar. Point
The following data are the actual performance characteristics of the pumps and
motors proposed for installation as specified.
OPERATING CHARACTERISTICS - PUMP NO. 1
Quantity Total Head hp Demand Cverall Efficiency
eRm Feet by Pump Unit s (Pump and Motor)
0
400
1200
1600
1"150
2000
2400
F� #2
Quantity Total Head hp Demand Overall Efficiency
9pa Feet by Pump Unit % (Amp and Motor)
400
BW
--
1200
1500
1
2000
AM #3
Quantity Total Head hp Demand Cverall Eificiency
9pm Feet by Pomp Unit % (Amp and Motor)
0
400
it00 —
1000
1200
1400
PUMS #5
@ 1750 RPM
Quantity Total Head hp Demand Ovemll Efficiency
BPm Feet by Amp Unit % (Pump and Motor)
0
200
Z0p _
500
00
700
RJMP DATA SYEET
THRUST EEARDNG PUMP #1 PUMP #2 PIMP #j PUMP #5
Type
Maximmmm Total rhru t
at Guar. Point
Rating Life In Eous
Manufac-firer --- - ---
Model No. and T.,,
Nominal hp
Power Factor at
_ Guar. Point
Efficiency at
• Guar. Point
Maximum Diameter
Base Di ammeter
Weight
PUMP NO. 5 ONLY
WI Drive
Model No.
Nominal Head
BaEP Diameter
Weight
--
List Accessories:
STS - cl
C. BUILDING
1. Scope:
This section covers the constriction of brick building with prestressed
concrete roof to house the pumping facilities and future chlorination
facilities.
2. Concrete: (See Notes on Structure Plan)
Concrete work shall conform to ACI 301-72 (revised 1975) and the following
supplemental requirements.
fd roof slab - 4000 psi
ft other concrete = 3000 psi
Concrete shall be proportioned for minimum shrinkage, shall have a water
reducing admixture "Plastiment" or "pozzolith" added in accordance with
the manufacturer's recommendations and shall contain 3-6% entrained air.
Type III cement may be used.
Formed surfaces shall have a smooth form finish. p
Roof slab fascia and soffit outside walls shall have a smooth rubbed finish.
Roof and floor slabs shall have a trowelled finish.
3. Reinforced Hollow Unit Masonry
• Hollow masonry clay units shall be 12a-All" the as manufactured by
Mutual Materials Co. complying with ASTM C652-iiffi-SW as modified by ICDO
research approval i42730 for hollow brick grade 1, type 1, H8000.
Color to be selected by Engineer upon submission of brick samples.
Mortar shall be type S and shall be tinted to match brick color.
All joints shall be tooled, making solid, smooth, watertight compacted
,joints. Exterior joints shall be weather joints. Interior joints shall
be concave joints.
At the completion of the work, all holes or defective rortar iointa shall
be painted. Where necessary defective joints shall be cut out and repoirted.
Exposed masonry shall be protected against staining from wall grouting or
other sources and excess mortar shall be cleaned off the surfaces as the
work progresses.
At the completion of the work all exposed masonry shall be clean. In the
event ordinary cleaning is not adequate, special methods such az sand blasting
and chipping must be used to -leer, the surface.
All waste and surplus masonry m_terials shall be removed from the job, and
all stains or dirt from this operation affecting other materials adjacent
shall be cleaned satisfactorily.
STS - C2
4. Floor Covering
Provide Torginol Duresque seamless floor covering over concrete %lab
except under pump heads and electrical panel. Covering to be equivalent
to U at manufactured by Torginol of America and shall consist of 2
compon mt polyurethane liquid binder with colored chips. Chips shall be
a colorfast inert water insoluble mixture of 2 parts Eggshell white 3012
to 1 part Fawn 3014 providing Torginol color and pattern equal to No. 1014.
Install floor covering in strict accordance with the manufacturer's speci-
fications and the following requirements:
Provide 6 finish coats with minimum thickness of covering
to be 1/16".
Protect all other surfaces during installation.
Protect finished covering from damage.
Repair my damage at r� cost to NT.er.
5. Accessori^s
• (1) Ventilating System - Provide thermostat controlled roof mounted
exhaust fan and motorized louver as indicated on the electrical
plan and conforming to following:
Fan: Pace CR£-18 ur equivalent.
Curb mounted with multi leaf gravity back damper within curb.
V-Pelt drive with adjustable pulley.
Rubber-in-shear vibrator isolators.
Integral self-resetting overload protection.
Safety disconnect on fan unit.
AMCA Certified Performance
3000 cfm at l" of water static
16W fps outlet velocity
1.5 hp 460 volt, 3 phase, 1750 rpm motor
Motorized Louver: Construction Specialitiea
4" Model 483CE or equivalent
Frame and Blades 6063-T5 alloy 0.81" thick
Motor - 110V single phase factory
Mounted for 2-position operation.
No bird screen or finish reauired.
Mounting Hoods: Pam Skycap or equivalent
Equip with bird screen
Submit available colors for selection
STS - C3
(2) Doors: Provide two hollow metal doors, one with louver in upper
portion, conforming to the following specifications:
�.L� 1 Frames - Per Steel Door Institute SDI 100 with reinforcement
t� and cutouts for hardware per SD1 107. _
Doors - Type II, Style 2 per SDI 100; chlorinator door to
have haver dcor.
Hardware - Lock - Best matching Owner Existing S'andard
Stop - Pusswin 15371
Threshhold - Pemko 173A
Weatherstripping - Femko Neoprene Tape
Door Bottom - Pemko 216 AV
Keys - Per Owner master key
Group - Furnish • master keys
Lettering - 2" Black (match Talbot Hill Reservoir Utility Bldg.)
City of Renton
Talbot Hill
Booster Pump Statinn
Manufacturers - Republic S Sseelcraft Manufacturing,
Fenestra, .:;rporation or approved equivalent
Shop Drawings - Submit for review prior to any fabrication.
• D. ELECTRICAL STS - DI
1. Conditions, Regulations, Drawings
(1) Conditions
All conditions outlined under "Special Conditions" apply specifically
to electrical subcontract; also applicable terms contained in General
Conditions and other special provisions.
(2) Regulations
All work shall comply with the State of Washington Electrical Code
and Rules for Electrical Construction. Pay for permits required.
(3) Drawings and Site
All bidders become familiar with ground and location of both new
and existing facilities; also extent, terms and conditions of
specifications insofar as they apply.
Keep drawings at site of construction.
Any changes required must receive approval of Engineer before
prcceeding.
Drawh.gs diagrammatic; check location of outlets on ,Job.
• Where conflict occurs with other equipment, consult Engineer for
final location.
Correlate work to prevent interference between outlets, fixtures,
piping, hangers, etc.
2. Materials
(1) General
Materials as herein specified; new, best quality, free from defects,
listed by Underwriters' Laboratories for purposes used.
Each type material same make and cuality throughout.
Submit list of materials, manlifacture.s' names, catelog numbers
for approval.
(2) Raceways, Boxes, Fittings, Wire, Cable
(a) Term "Conduit" used in these specifications applies to rigid
metallic conduit or plastic.
(b) PVC Conduit: Rigid heavy-wall polyvinyl-chloride high-impact
conduit, assembled with couplings, adapters, etc., of like
material. Carlon type 40 or Western Plastics Co.
(c) Metallic Conduit: Figid steel or aluminum by J & L, Kaiser,
Alcoa-Rome, Reynolds, General Flectric.
•
SIS - D2
(d) Metallic Conduit Fittings: Cast, threaded hubs, aluminum
where se available and where not in concrete; malleable iron
with cadmium or galvanized finish where not available in
aluminum or where in concrete - Crouse-Hinds, Appleton, T & B,
Killark.
(e) Union Joints in Conduit: Ericksor couplings or equal; running
threads not permitted.
(f) Outlet & Junction Boxes: Surface boxes of material acme as
conduit fittings, minimum 1-1/2 deep - Appleton, Crouse-Hinds,
T & B, Killark.
(g) Wire all except cable Type THW insulation. All wire marked
with gage, tvpe and make on 24" centers, with Underwriters'
Label.
All conductors copper of size noted on dr"wings.
(3) Wiring Devices
(a) Li tin, Switches: 20 amps at 217 volts, Single pole Bryant
No. `4901.
(b) Receptacle: Duplex. 15 amps at 125 volts, grounding type,
• Bryant No. 5242.
(c) Plates (covers) and Color of "^vices: Covers to match sizes
' of outlet boxes used. Color of devices to be brown. Weather-
proof Bell #1900 or #6250 box.
_ .• (4) Fluorescent Fixtures: Fluorescent 48" (2) lamp fixture with in_ustrial
reflector. Ld thon la (#AF240.
(5) Outside Light Fixtures: Well mounted on surface conduit box - "O watt
lamp and gasketed Hercules diffuser. Kerall #3650. Mount +6'-(
(6) Electric Heater: Wall mounted unit heater 5 KW - 480 volt. Built-in
thermostatic control. Markel #.P3F. 1505 CA /T1500 control.
`a••� (7) Demudifer: Humidistat activates emit automatically. Water removal
'2 pt.s. in 24 brs. 120 volt operation. H. D. Fowler Co. /b222.
(8) Braoch Circuit Panels; Circuit breaker panels witl. trip ratings
listed are
6.E. Co. type NLAB for 120/240 volt pa el.
Type NAB for 480/277 volt panel. Type index for each circuit.
Install nameplate with voltage on front of door.
Transformer for 480 voit to 120/240 to be dry type, single phase
class H insulated and wall mounted. Meet NEMA and UL standards.
0•E , Square L or Jefferson mfgrs.
s
SrS - D3
• (9) Service and Pump Motor Panel:
!a) General: Floor mounted switch board with UL label for service
entrance equipment. Mains to be rated for available short-
circuit current at service. Assembly to consist of incoming
section for 480 volt 3-phase with Puget Power current trans-
formers, starters and control accessories. Square D Co. 1y;>e
QKB with elapsed time meters.
(b) Starter: Fusible disconnect switch type with Bussmann Fusetron
fuses. Starter to be autotransformer type, reduced voltage non-
reversing for 48o volt - 3 phase pumps. Three hand reset melting
alloy overload relays. Control circuit voltage In volt. NERA 1
enclosures. Provi ie green "run" pilot light (transformer base
type), HOA switch and namtplates as directed on each starter cover.
Square D CO. Class 8606.
(c) Shop Drawings: Provide shop drawings for all equipment in this
section for approval before fabrication.
3. Installation
(1) Underground Conduit
,
• Verify routing with Engineer. Ditch, as required. Provide even
bed without large rocks or other irregularities for conduit. Backfill
and compact in graded layers s required by Engineer. First layer to
be 2" minimum of sand followed by graded backfill to prevent penetra-
tion by rock of the sand layer. Conduit to be 30" mi.nim m below finish
grade. Paint metal conduit below grade rith two coats Bituplastic #33,
one coat before assembling and one coat after.
(2) Conduit Installation in Buildings, Vaults, etc.
Check drawings and at site for details of building.
Conduit to have smooth interior, ends cut square and reamed and butt
end-to-end in couplings.
Exposed raceways run only where directed by Engineer and installed
?arallel or at right angles with build'ng.
Bends carefully made to avoid injuring or flattening conduit.
Bends in conduit 1-1/4" and larger factory ells.
Cap conduit during construction with manufactured conduit cap to
prevent entrance of water or iebris. Swab out conduit before wires
are nulled.
Conduit in exterior walls, floor slabs, below ground or outside of
building, rigid steel or plastic.
Exposed raceways, boxes m.d f_ttings pai"ted one coat metallic primer
and two costs lead and oil paint, Schorn hc•. 85, or equal, except
color required by Engineer.
f
• • 1
STS - D4
Place no conduit in any slab less than 2-3/4" thick, nor between
bottom of reinforcing steel and bottom of slab e
bedded in concrete slab v`th m-
outsi
etrvetioa. de diameter grea. No conduit ter than 33-1/2%
Of slab thickness. Locate conduit to not impair strength of ror.-
Terminate conduit 1" and larger in Bakelite bushings, 0y Type A
(3) Branch Wiring
(a) General_ Complete system of conduit ae shown required to
light outlets, receptacles, switches, etc. Conduit sizes
SS shown or required by National Elect. ical Code. Install
exposed switches, receptacles, or other outlet boxes in
Type F5 or FD condulete.
(t) Boxes' Support eecarely and independently using galvanized
fasteners. Check location and avoid conflict with other
trades.
(c) Locations: Locate Switch 6" from door casing. Heights of
outlets as follows, except as otherwise noted.
Receptacle
Wall Switch V-0" above floor.
41-o" above floor.
. Dimersions to center of outlet unless otherwise shown.
(d) Wire s: Branch ciro-aits to outlets No. 12 W except as noted. gage minimum
(a) Wirimmon plate.ng De- vices: Two wiring devices
co in one location under
(4) Power Wiring
(a) General: Wiring connections complete for e11 equ._ •nt.
Wire es izes shown on drawings and insulation types as specified.
(b) Electrical Contractor: Fl:rnish starters, control switches
and motor disconnect aw•tches not provided a.4 part of a ui, 1
Mace rll electrical connections. Ascertain exact location of"t
motor connections and details of control em ipment before i.nstal-
latior, of conduit.sa Install flexible conduit between conduit stubs
d/or outlet box to motor te•minal.
(5) Telephone Service
Coordinate telephone service into site with Pacific N.W. gall,
Provide 1" conduit from pump at
drawings ation Junction box shown on
. Provide trench to pr m operty line for telephone cable.
is Wady for placement.
Contact Telephone Company, P.
?28-0208, 48 hours before cable
STS - D5
(6) Contrcls
Owner furnished a�. existing Tiffany Park Ramp Station for pumps
1, 2 and 3• Remove receiver for elevated tank float controls
and reinstall in new pump stst.ion.
Coordinate with Owner's operating personnel so that Tiffany
?ark Station can be hand operated.
Do not remove until Talbot Fill Rmp Station is ready w operat.e.
For Rump #e� control will be constant pressure contr.." _. furnished
by variable speed drive manufacturer. Include time clock for on-
off control, 24-hour adjustable to 20-min. increments, with res^rve
power to operate _.6 hairs during power failure.
Clock to be Tork or approved equal.
a
STS - E1
E. PAINTING
1. scope
This section covers all painting on the ,job.
2. Surface Preparation
Per manufacturer's requirements, AWWA C204, and Steel Structures Painting
Council SSPC SP 10 Near-White Blest cleaning.
3. Paint
(1) Shop Coat
Steel Pipe - Not Coal tar ena el per AWWA Standard C204,
Pump Can - Coal tar enamel per AWWA Standard C204.
Miscellaneous steel, doors, hatches, etc.
1 - Coat Koppers Pug Primer.
(2) Field Coat
Pipe in pump stations, including valves as directed.
2 - Coats Kopper's tar stop for grime on bituminous coat pipe
• 2 - Coats Kopper's 501 enamel color 306 Light Grey
Miscellaneous steel framing, doors, discharge heads
1 - Coat Kopper's Pug Primer
• 2 - Coats Kopper's Ponkote 300 enamel, color 306,
pump discharge head, color 314 Red.
Door exterior, hatches, etc.
2 - Coats Kopper's Ponkote 300 enamel color 306, Light Grey
(3) Ccacrete
11L,p Station Interior Ceiling and any interior exposed concrete
' - :oats K;,pper's Ramuc Utility Undercoater
1 - Font Kopper's Utility Enamel - White
4. Acplicatirn
Conform to manufacturer's recommendations, including coating thickness
a
•
PROPOSAL
TO THE CITY Of RENTON
RENTON, WASHING-ON
Gentlemen:
The undersigned hereby certif that has examined the site of
the proposed work and ha_read and thoroughly understand_ the plans,
specieications and contract g^verning 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, specificatioi,s and contract and the following prices:
Signature
Address
Names of Members of Partnership:
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
• LUMP SUM BID FOR
CITY OF RENTON
TALBOT HILL PUMP STATION
• WATER PR0,7ECf NO. 450
The Bidder agrees io accept as full payment for furnishing,
installing, and constructing all items indicated on the plans,
in the Standard Specifications and the Specifications for -
project and as necessary to provide a comt zte operetional
facility the following lump sum:
Bond and Insurance $
Site work, including all exterior piping, grading,
modification to existing shed, paving, synthetic turf
and fencing $
Building, including all accessories, ventilating equipment,
drains, seamless floor covering (Torginol), interior painting
and concrete pipe pump can receptacles $
Pumps and interior pipe work, including all valves, meters,
and miscellaneous items necessary for complete installation
and operation of the pumps
•
Electrical, including Utility and Telephone Co. charges,
moving controls $
• Lw2 Sum Bid $
5•4% Sales Tax $
TOTAL, BID $
Breakdown of work is to facilitate monthly paya.nts. In case of any discrepancies
the amount indica—d as Lumn Sum Bid before sales tax will take precedence.
The undersigned, if awarded this Contract, hereby agrees to place orders for
major items of equipment within ten (10) slender days, •o start on site
construction work within thirty (30) calendar days and to �,%plete all work
within two hundred and twenty (220) calendar days.
DATE: THIS DAy OF
Day -_, 197,
a SLED:
TITLE:
a _
ADDRESS:
47 nt
i ,
dr
I
k
Y '
{
,y
f;
A .
Y.
1 "
... a
.��
-,.
�.' - i
f T �
4 �� � CF � y� Y//'P{/J����fl'f
�. icy-- ii C nl nl �{ r�'�11�_ .. V_ _
� � _.y � . �-- .__ ..-_.--.Y__— . ._.-.- +. . . ..- - .. _ _ -��__
M ' • �
w f , � `
r 1'' � 'yL f � i 'G �� ,
T yi G'
1 H III N"i � r. � r1 t
�' 1
tc d1/ 'S ,� � � �. ,V
t:- �''! 3Z
. .. _ fi{
./ � �f 9L � 1
V - _.
NlY j�
.^ I .. ` �-
�" ; TI
, �
�:
' � I �
� ��
r; .�- . �4 ,,s , ��
,tip y ;%
'. vv e-
�. bir r-95fnoC a-.-. 4y' fu".-' _ _
� � t
H �
�� /t
e
_ - �� j
{
i
.-..ba.
�� 6�'4 z. � i. � 43 S 'i 9 V
.':. .
�,
,,
, ,
�'� �,
`, y
,a
r
•
35`�'P� �
1
,'i
.�
• S
�,� ...
99 'Zto ' Pn 3i v V
7r,Sa,z
It
r :cE
1G ARDNER ENGINEE* INC. •
J CONSULTING ENGINEERS PLANNERS . SURVEYORS Since 1883
Arctic Buildup PenMouw.Swnle.WEEMAQW 9610E TeLpe *1206I 62E 6266
APRIL 19%
FILE: 1056
Mr. Richard Ho
ughton, Utilities Engineer
City of Renton
200 Mill Avenue South
Renton Washington 98055
Re: Talbot Hills Pump Station
Gentlemen:
We submit herewith our Letter Report on the proposed Talbot Hill Pump Station.
1. Existing Reports and Data Examined
Engineering Investigation of the Municipal Water System
CH214 S - 3651.D 26 October 1965
Proposed Water System Facilities Rolling Hills
CH2M S 5353.0 28 March 1969
Intertie a Renton and Seattle Water in the Rolling Hills and
Talbot Hii,- areas
1" - 800' Plan Sheet Study No. 2 2 November 1970
Plan Sheet Benson & Talbot Hills Water System Studies
City of Renton Zoning Map, 31 July 1974
1974, 1975 water usage from City Records
II. Recommendations
PREbSURE ZONES
The pressure zones indicated on the 2 November 1970, study M2 plan
are probably the most efficient possible for water service and we
recommend their adoption.
Pressure zone 3 (Talbot Hill) is shown as reduced from the Rolling
Hills Lank. We recommend that it be served with a separate booster
pump, preferably variable speed, rather than by water that has been
pumped to elev. 590' and then reduced back to a 350' H.G. The
booster pump would provide icmestic service only with fire and
emergency protection coming from P.R.V.s.
ELEVATED TANK ZONES (590' H.G.)
(Pressure Zone No. refer to NOV. 2, 1970 Study M2)
The 28 March 1969 report (S5353.0) recommended that the Talbot Hill
Pump Station be constructed with 3 pumps of 1,000 G.P.M.; 1,500 G.P.M.;
RGY L. GARDNER MORTMER N. TNGMAE - ALRERT J NE6RANR ALBERT M ARNIM - L. J. IJACRI LOCRE
A 164WId wrrR ConsWunp£npinwIt Coarcd AmencEn SWiWY Gl O✓i1 fnpirMerE.Lend Sume✓on'AEsocienon DI WoshietpW
Mr. Richard Houghton • •
29 April 1976
Page two
and 1,750 G.P.M. capacity with space for a 4th pump.
This did not include service to the area immediately surrounding and
south of Talbot reservoirs (Pressure zone 3).
The 1969 report was developed by CH2M using demand figures from
previous experience in the City of Renton. Using figures we developed
in similar areas and projecting population figures from the City's
comprehensive plan, we estimate the following peak day average demand
requirements:
Pressure Zone 1 (Rolling Hills) 590' R.G.
1720 Single Family Units @ 0.85 G.P.M. = 1500 C.P.M.
620 Apartment Units @ 0.40 G.P.M. 250 G.P.M.
1750 C.P.M.
Pressure Zone 2 (Thunder Hill) 590' N.G. reduced
360 Single Family Units @ 0.85 G.P.M. 306 G.P.M.
1250 Apartment Units @ o.40 C.P.M. 500 C.P.M.
806 G.F.M.
Pressure 'Lone 4 - 590' H.G. reduced
350 Single Family Units @ 0.85 G.P.M. = 298 C.P.M.
Pressure Zone 5 (Renton-Scenic Hill) 590' H.C. reduced
350 Single Family Units @ 0.85 C.P.M. - 298 G.P.M.
100 Apartment Units @ 0.40 G.P.M. 40 C.F.M.
338 G.P.M.
Total 3192 G.F.M. average
Assume 18 hr. pump efficiency
Required pump capacity - 24 x 3192 4245 G.P.M.
18
The projected requirements of 4245 G.P.M. for the elevated tank
zone are identical to the recommended pomp capacities in the 1969 CI12M
report. We will therefore adhere to that report's recommendations
TALBOT HILL (350' N.G. Zone)
The requirements of the Talbot Hill zone were not developed in
the 1969 report. The 1965 report indicated the following demands:
lref. Appendix 5, pages 5-3 & 5-4.
Maximum Day Maximum ,'nay
Area Demand M.G.D. Demand G.P.M.
Talbot Hill 0.94 650
South of Ta.1bot Reservoir 0.53 370
1.47 1020
Mr. Richard Houghton • •
29 April 1976
Page three
We developed the following demands for the area within present City
limits:
Pressure Zone 3 (Talbot Hill)
635 Single Family Units 8 i.85 G.P.M. = 540 G.P.M.
Assure peaking factor of 2.2 tetveen daily average
instantaneous peak.
instantaneous peak = 2.2 x 540 1190 G.P.M.
The CH2M figures indicate a projected service area of 535 acres,
or double the area we considered. Their numbers therefore appear appear reasonable
and should be used.
Estimated Present Consumption
Peak Month July 1975 4.200.000 gal.
Daily Average 136,000 gal. or 94 G.P.M.
Estimated Peak Day average rate 200 G.P.M.
Estimated Peak Hour rate 440 G.P.M.
We recommend that one variable speed pump of about 500 G.P.M. capacity
be installed with space for a second pump.
Yours very truly,
GARDNER ENGINEERS, INC.
MT/bet !.brtimer H. Thomas
O ONER ENGINEERS, INC
AR . •
1 CONSULTING ENGINEERS , PLANNERS SURVEYORS Since Ma
A.O.6uliding Penewur.SeanM.WANlrpwn 9610a T*IwIwRw 12061 62A46266
6 .aey 1976
Mr. Richard Houghton, Utilities Engineer
City of Renton
200 Mil' Avenue South
Renton Washington 98055
Re: Economic Comparison Renton
Source vs. Seattle Source.
Talbot Hills, et.ai.
Gentlemen:
Per cur agreement we submit our economic analysis of the Talbot till Pump
Station including the effect of the change from Seattle source to Renton
source water in the Rolling Hills, Renton Frills, Talbot. Hill area. Our
estimates are based on the usage for 1975 as this was a low average use
year and will give conservative results as far as the benefits of changing
to Renton source.
The costs for Seattle water are based on $0.17/100 cu. ft. for Talbot Hill
and Tiffany Park, and 40.04/100 cu. ft. for the Renton Hills' meter plus
Seattle meter charges. Power costs for the Tiffany Park pump station are
the actual 1975 bills.
Costs for Renton source water are figures at $0.03/100 cu. ft. This is
based on the City's figure of $0.09/100 cn. l". for supply and transmission.
We assigned $0.01 to transmission leaving $0.08 as an assumed cost of
supply. Power costs for the new Talbot Hill pump station are based on
P.S.F.&L. Rate Schedule 24 and our estimate of power use.
We also assumed that the Talbot pump station would replace the Tiffany
Park pwnp station without any increase in operation and maintenance persomel.
Our findings are summarized as follows:
Present cost of using Seattle water (water & power)
Tiffany Park - $23,249.47 or $0.198/100 cu. ft.
Talbot Pill - $6,815.86 or $0.19/100 cu. ft.
Renton Hill - $2.435.24 or $0.069/L00 cu. ft.
ROY L "ROMER MORTIMER H. THOMAS AUSIAT l ,IEaaANR AL8111 M ARNCR L. J. UAC91 LOCK&
Ant-at"Won ConsNarp Eiprnaen Council. American SOcirr of Civil Engineers:land Surveyors Assoaanon of Washington
Mr. Richard Houghton
Page two
6 May 1976
Estimated cost of using Renton Water
Ti any Park Ta oot Hill $17,695.65 or $0.115/100 cu. ft.
"
Renton Hill - $3,713.92 Or $0.105/100 cu. ft.
As it costs more to use Renton water than to use $0.04/100 Seattle water ve
recommend that the City continue to use the cheaper Seattle water as long
as it is available.
Using the Tiffany Park - Talbot Hill supplied areas only the amount available
for amortizing the cost of the new Pump Station is:
$30,065.33
- 17,659.65
$12,405.68
Usinc 20 years at 6.5%, as recommended by Seattle-Northwest, this would be
adequate to pay debt service on $135,000. Our present estimate for the
pump station is $120,000. We believe therefore that the City is justified
in proceeding with the project at this time.
The figure of $0.08 per 100/cu. It. is quite conservative and we believe
that more detailed analysis would show a lover cost. However, we do not
feel that this is warranted.
Very truly yours,
GARDNER ENGINEERS, INC.
Mortimer H. Thomas
MHT/bet
Encs.
TALBOT HILLS PUMP STATION
POWER COST - VARIABLE SPEED 350' M.G. 11-5 REDUCED 590' H.G.
VARIABLE SPEED
30 H.P. 18,000 K.W.H. ANNUAL POWER USE
DEMAND CHARGE @ $1.50 K.W. _ $33.57/MONTH
12 x $33.57 = $402.84
7,000 @ 0.0150 = 105.00
11,000 @ 0.0231 = 254.10
$761.94
75 H.P. 45,000 K.W.H. ANNUAL POWER USE
DEMAND CHARGE @ $1.50 K.W. _ $83.93/MONTH
12 x $83.93 = $1,007.16
17,500 @ 0.0150 = 262.50
27,500 @ 0.0231 = 635.25
$1,904.91
SAVING WITH VARIABLE SPEED PUMPING $1,142.97
1975 CO. t
USING SEATTLE WATER !
TIFFANY PARK TAL60T HILL RENTON HILLS
VTI GI
0.171100 C.F. 1975 $0.17/100 C.F. I $0.04/100 CU.FT.
POWER IN PETER COM ODI TY CONSUMPTION MIER OOMSIDITY CONSUMPTION METER
K.W.N. CHARGE O-IARGE POWER TOTA' CHARGES
[OCHARGEY
_ IN 100 C.F. QIMCE CHARGE TOTAL IN 100 C.F. fJyARGES CHARGE TOTAL MONTH
_ 4464 $130. $1,322.60 5175. $1,627.60 1826 $60. $310.42 $370.42 2008 $85. $80.32 $165.32 JAN
4776 S130. $1,503.48 $134. $1,767.48 2041 $60. $346.97 $406.97 2048 $!S- $81.92 $166.92 FEB
3888 $130. S1,639.31 $118, $1,867.31 '286 $60. $388.96 5448.96 P246 $85. $89.84 $174.84 MAR
3552 $130. $1,337.05 Slob. $1,573.05 2231 $60. $379.27 $439.27 2059 $85. $82.36 $167-36 APR
3552 $130. $1,188.64 $148, $1,466.64 2413 S6o. $410.21 $470.21 1968 $85. $74.72 $159.72 MAT
7080 $130. $2,324.41 $241. $2,695.41 4672 660. $794.24 $854.24 4614 I$85• $184.56 $269.56 JUN
- 5496 $130. $2,522.63 $141. $2,793.63 5624 $60. $956.08 $1,016.06 4414 $85. $176.56 $261.56 JUL
7416 $130. $1,936.34 $187. $2,255.34 3775 $60. S641.75 $701.75 4312 $85. $172.48 $257,48 AUG
- 4560 $330. $1,376.3' $153. $1,659.32 2614 660. $444.38 $504.38 3433 $85. $137.32 $222.32 SUP
_ 434A $130. $1,517.93 $105. $1,752.93 2899 $60. $492.83 t552.83 2571 $85. $102.84 $187.84 OCT
4608 $130. $1,618.06 $Ill. $1,859.06 2785 $60. S473.45 $533.45 2797 $85. $111.88 $196.88 Nav
4728 $130. $1 667.70 $114. S1 11.yo 269C 560. $457.30 $517.30 3031_ $05. $120,44 $2�0s 44 DEC
$1,560. $19,956.47 51,733. $23,249.47 35,858 $270. $6,o95.66 $6,815.86 35,381 $1 020. $1,415.2" $2,435.24
TOTAL COST TALBOT7TIFF/NY = $30,065.33
�AN
PAP% 50.19E
TOTT HILL $0.16
TOM HILLS $0.069 '
t
I
I
1
ES' 'AfLD 1975 COSTS
USING RENTON WATER
TIFFANY-TALEOT AREA RENTON HILLS AREA
WATER WATER
$0.08/lOD CU.
$0.081100 CU. FT. POWER FT.
comma lln CUSTOFER OFlW47 ENERGY @ TOTAL COMIODI TT
MONTH CHARM CHARGE CHARGE K.M.H. $0.0231 $0.015 POWER Ell POWER
JAN $768.48 -".95 S73.45 10600 $244.86 $160.64 $57.75
FEE $870-W ,..95 $73,45 12100 $279.51 $163.84 $57.75
FAR $054.48 e, q5 $73.45 133DO $307.23 $179.68 464.6E
APR $807.6P v5 $73.45 10900 $251.79 S164.72 $57.75
MAY $7'>2.40 +._95 S73.45 10000 $231.00 $149.44 $55.44
JLN $1,467.60 ;t.95 $329.66 19600 $346.50 $69.00 $369.12 $135.w
JUL $1,637.04 52.95 $329.66 21300 $346.50 $94.50 $353.12 582.50
AUG. $1,214.16 $2-95 $329.66 1610D $341 $16.50 $344.96 $82.5D
_ SEP S856.80 52.95 $73.45 U500 $265.65 $274.64 S99.33
OCT $946.24 $2.95 S73.45 12700 $293.37 5205.6E $73.92
NEW $984.24 $2.95 $73.45 133DO $307.23 1 $E0.85
oEc 51.t tgp -.0 _$73.45 1300 snc16 _ $240.88 985.47
S 12,259.92 $35.40 $1,650.03 165,000 $3,534.30 $180.w Ill 73 $2,830.48 $883.44
IOrAt. COST 519,h59.65 TOTAL m$T $3,Y13.'1:'
COST/100 CU-Fr. 40.105
C0$7/100 CU. FT. 50.115Jill
I
• INFORMATION-•SOT AN AGENDA ITEM
OF RF.I
T
J
PUBLIC WORKS DEPARTMENT
g WARREN C GONNASON, P.E • DIRECTOR
P
b MUNICIPAL BUILDING 100 MILL AVE $O PENiON WA 990Y 7Jt !.. :56i
�p
�fEO SE P",
CHARLES J DFLAURfNTI
MAvon
May 19, 197b
Honorable Charles J. Deiaurenti , Mayor
Members of the City Council
Dear Mayor Delaurenti and Council Members:
As a part of our agreement with Gardner Engineers, Inc.
to provide consulting engineering services in connection
with the 'Talbot Hill pump station, we requested that
they prepare an economic analysis „f the comparison of
water costs between the Renton source of water
through the proposed pumping station and the present
Seattle source. Attached is a copy of their letter
findings dated b May I9'11 which indicates that the
proposed pump station at Talbot Hill Reservoir and the
transmission main to Rolling Hills does provide a cost
effective program and that the project is financially
feasible and the City is justified in proceeding with
the project at this time.
This is submitted for your information, and we will
proceed with Phase II of the engineering design of the
pump station .facilities,
NARKL'. , . GONNASON, P,E.
Publi.: Aorks Director
B'CG:cah
' Dick Houghton
Gardner Engineers
46;;�m�� P�7 pgq-eq-f-
E DING
F FiL "
FILE TITLE • 7
4500 TCbo�- m�
sfaY'ianJ
41= 3 PAQL "r4 "lvOk1V
�R eS�OoiUo�erUee.