Loading...
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.