Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAboutContract1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
Award Date: April 29, 2013
Awarded to: Equity Builders, LLC.
5066 E. 26th Drive
Bellingham, WA 98226
Award Amount: $698,391.00
Bidding Requirements, City of Renton
Forms, Contract Forms, Conditions of the
Contract, Plans and Specifications
Construction of:
CAG -13 -046
Lind Avenue Lift Station Replacement
City of Renton
1055 South Grady Way
Renton, WA 98057
Project Manager: John Hobson
PROJECT NO.
WWP -27 -3626
January 2013
(425) 430 -7279
COD
P L A N N £: 2 S
N .�. �'
�.s�..r >r
City of ,,Y �
1 �
t
+ A s'►
r� •'
CITY OF RENTON
RENTON, WASHINGTON
CONTRACT DOCUMENTS
for the
Lind Lift Station
PROJECT NO.
WWP -27 -3626
January 2013
BIDDING REQUIREMENTS
CONTRACT FORMS
CONDITIONS OF THE CONTRACT
SPECIFICATIONS
PLANS
113
Prepared by:
"Cl RR2 Engineering, Inc. 300 Simon Street SE Suite 5
E R East Wenatchee, WA 98802
E R S (509) 886 -2900 (p) (509) 886 -2313 (f)
STS
�677
�Qp qSigned:
!/18/21113 �IONAL 1/18/2013
Department of Labor and Industries
PO Box 44450 k = EQLJTT'nBUILDERS LLC
Olympia, WA 98504 -4450
- �� '° E
�d� `�Reg CC
E.
01.60222
1 A,, j
.4lZegxst r d a
Cc�rsl
CCO
EQUITY BUILDERS LLC,
s T "I -
5066 E 26TH DR
t
�.� r Effecive Dat
BELLINGHAM WA 98226
r
0 M ..
il
-d by Law as:
Contractor
/2002
6/2015
I'
Business License
i Annual it
1055 South Grady Way Renton, WA 98057 (425) 430 -6851
of Expiration Date
0713112013
Issued Date: License #
07/09/2012 BL.034901
Licensee has applied for a City of Renton business
license in accordance with Renton Municipal Code
(the Code), Title V Business, Chapter 5 Business
Licenses. The Licensee agrees to comply with all
requirements of the Code, as well as State laws and
regulations applicable to the business activity licensed.
Post this License at the place of business.
Business Location
'
5066 E 26TH DR
BELLINGHAM, WA 98226
EQUITY BUILDERS LLC
'
5066 E 26TH DR
BELLINGHAM, WA 98226
of Expiration Date
0713112013
Issued Date: License #
07/09/2012 BL.034901
Licensee has applied for a City of Renton business
license in accordance with Renton Municipal Code
(the Code), Title V Business, Chapter 5 Business
Licenses. The Licensee agrees to comply with all
requirements of the Code, as well as State laws and
regulations applicable to the business activity licensed.
Post this License at the place of business.
� I
EQUITY BUILDERS LLC
John,
Here is a list of responsible personnel and for the Lind Ave. Lift Station Project
5066 E 26'" DRIVE
BELLINGHAM WA
98226
George Hochstein: PM and on -site superintendent for above grade construction and mechanical.
5066 E.26th Dr.
Bellingham WA 98226
360- 592 - 2929 - office
360- 739 - 3447 -cel I /jobsite
360- 592 - 9013- home /emergency
360- 739 - 3685 -wife Maria /emergency
Dave Neuser: Site -work and underground superintendent
6463 Vista Drive
Ferndale 98248
360- 961 -7696 cell /primary
360- 384 -3134 home /emergency
Juan Duran: Pipe Foreman
7734 Goodwin Rd.
Everson WA 98247
360- 306 -0436 cell /primary
360- 966 -0340 home /emergency
Brandon Bush
C/o HUB International: Bonding Agent
PO Box 3018
Bothell, WA 98041 -3018
425 - 489 -4500
Thank you.
George Hochstein
Owner
Office # 360- 592 -2929
Fax # 360- 592 -2655
Cell # 360- 739 -3447
May 3, 2013
'
City of Renton
1055 South Grady Way
'
Renton WA, 98057
Attn: John Hobson
John,
Here is a list of responsible personnel and for the Lind Ave. Lift Station Project
5066 E 26'" DRIVE
BELLINGHAM WA
98226
George Hochstein: PM and on -site superintendent for above grade construction and mechanical.
5066 E.26th Dr.
Bellingham WA 98226
360- 592 - 2929 - office
360- 739 - 3447 -cel I /jobsite
360- 592 - 9013- home /emergency
360- 739 - 3685 -wife Maria /emergency
Dave Neuser: Site -work and underground superintendent
6463 Vista Drive
Ferndale 98248
360- 961 -7696 cell /primary
360- 384 -3134 home /emergency
Juan Duran: Pipe Foreman
7734 Goodwin Rd.
Everson WA 98247
360- 306 -0436 cell /primary
360- 966 -0340 home /emergency
Brandon Bush
C/o HUB International: Bonding Agent
PO Box 3018
Bothell, WA 98041 -3018
425 - 489 -4500
Thank you.
George Hochstein
Owner
Office # 360- 592 -2929
Fax # 360- 592 -2655
Cell # 360- 739 -3447
� I
i I
� I
I I
� I
� I
ii
EQUITY BUILDERS LLC
May 9, 2013
City of Renton
1055 South Grady Way
Renton WA, 98057
Attn: John Hobson
John,
5066 E 26'" DRIVE
BELLINGHAM WA
98226
Equity Builders is a single member LLC. George Hochstein is the only member. George Hochstein
carries the title of sole member, managing member, general manager, and /or owner. As the single
member it is George Hochstein, who has authority to sign any and all legal documents for the LLC.
I have included a copy of our initial annual report showing George Hochstein as the only member. I
have included a copy of our most recent annual report showing George Hochstein as the only member.
I have' included a copy of our Certificate of Formation issued by the State of Washington with the
formation date of 7 -16 -2002 consistent with the Registration /Formation date of 7 -16 -2002 on the initial
annual report.
Please accept these documents as proof that George Hochstein is authorized to sign the contract on
behalf of Equity Builders LLC.
Sample signature for George Hochstein
Thank you.
—
Ge6rge Hochstein
' Owner
Office # 360- 592 -2929 � Gj
' Fax # 360- 592 -2655 rj • a 071.3 0- 9-0\1'o q ham \jf A
Cell # 360- 739 -3447 J
Jant n-e D Pew ri s►,
4.29.14
e' a J
�� =�
T4+ ♦A��j� i 1
IR
� I
o
u
LIMITED LIABILITY COMPANY INITIAL ANNUAL REPORT
FILING FEE $10.00
Hit IUKW COMPLETED FORA/ AND A CHECK MADE PAYABLE TO:
Sec,.-stary of State Corporadom DIWston
PO box 40234
Olyrttpia, WA 1;1113604-0234
EQUITY BUILDERS LLC
C/O GEORGE L HOCHSTEIN
5066 E 26TH DR
BELLINGHAM WA 98226
GEORGE L HOCHSTEIN
5066 E 26TH DR
BELLINGHAM WA 98226
Pa • Dy• By: 11 -13 -2002
LI nYtle:ItuilneBa IdentNler: 602 120 464
State of Formation: WA
Rogletradon /Formation Date: , 07 -16 2002
mrs secuon rr Registered wysnvotflce Addret
ntuet be astberizod by the Board of Directors).
New Registered
Agent Name_
(Plea" Type or Print)
Registered Agent's
Consent to Appointment
(Signature of newly appoint Agent)
Registered Office
Street Address
Registered Office
Mailing Address
City State Zip Code
Note: A street address in the same city must be used in conjunction with a PO Box.
ANNUAL REPORT SECTION MUST BE FILLED IN COMPLETELY - TYPE OR PRINT IN DARK INK
tddress of principal place of business in WAS lephone number of Limited liability Company
? - I-
riefly state nature of business in WA__ t nr.1�+r�� f L" �• ,� 't—i^s�c . reign LLC: LLC: Principal office address �,
n state/country of origin_, /V 4
(Include street, city, state and zip code)
Ianagement of the Limited Liability Company Is Vested in (Check One): [ I Members [ vmllanagers
_1st Name(s) and address(es) of Members or Managers (attach additional list if needed)
A 9 (c,
lame / Address city State ZIP �( )
me •' ke, ., S—oi Address n L rf 4,y U," • city State Zip
Address ulty Sale zip
Frne Address City State Zip
ial� j Address city stale Zip
11110daturill of mjfmblr or manager) (Type or Print Name and Title) \-J (Date)
' "V 11 V 1 "rtiaMl.
Please return this entire form.
DO NOT DETACH! PLEASE RETURN THIS ENTIRE FORM WITH REQUIRED FEES
005007
l
Renewal-Agent
ngt necretaryrof State°
"Controlling Interest')
oState
Licensin Service Business 9
Does company own land, buildings, or other real prop rty ' Sh' ton? ❑ Yes
o (SEE instructions on reverse
FOR VALIDATION ONLY
Limited Liability Company
your
Renewal & Annual Report
Is the Limited Liability Company managed by managers? No
To cancel or dissolve this LLC, obtain the format www.sos.wa.9ov 1c0rps
�• 3 jo 0) t� — n! d Contact e-mail address
03N- 400 -925 -0003
Name, Registered Agent, and Registered Office Address
1223 -W
'
Unified Business ID No. 602 220 464
State of Formation WA
/
State law)
EQUITY BUILDERS LLC
Date of Formation ; 07-16-2002'
1
C/O GEORGE L HOCHSTEIN
6 ,�- �� , ` �,� R
5066 E 26TH DR
Expiration Date" 07-31-2012
BELLINGHAW WA 98226
0-side
-tf -the ReTSteTt=d -,d tit3ffice Address information- is incoTrect;-mark thefiox acrd t;omplete ttre reverse sidE�
delivered and could result in the dissolution of your company.
this form. If the address is incorrect, mailings may not be
CITY
RENEWAL. SECTLQN -:, r,* fter re c rtewal your aev�.ex iratipr ate will be.
,,.0 : -3 2013 ..
RENEW ONLINE .I Go to: CorpRenewal.wa -gov
Passwgrd ,-X4.6B 5324
$ 60..00 _..
Domestic Limited.Li_abilit� Company- -- -
- -
'9.00
Renewal Application Fee
OF REVENUE
Failure to return completed form and pay fees by the
expiration date will result in $25.00 late fee and
may lead to the dissolution of your company.
Make check payable to: DEPARTMENT
in U.S. FUNDS only
TOTAL FEES DUE: $69,00.
FEES & REPORT
REQUESTED BY: 07-16-2012
TITLE NAME
HOME OR BUSINESS ADDRESS
CITY STATE ZIP
CITY STATE ZIP
TITLE NAME HOME OR BUSINESS ADDRESS 602 2 2 0 464
If all members or managers are companies, the signer must note which company they represent.
/\
DATE SIGNED
IS DOCUMENT IS HEREBY EXECUTED UNDER PENALTIES OF PERJURY. PRIN NAME &TITLE (MEMBER 1 MANAGER)
AND IS, TO THE BEST OF MY KNOWLEDGE, TRUE AND CORRECT. Please return to: STATE OF WASHINGTON
VICE
Telephone: 1- 800 - 451 -7985
BUSINESS LICENSING SER
PO BOX 34456
I=ATrt. C isrA ho-1 nA 4 AGE
ANNUAL REPORT SECTION - Required every year.
"Controlling Interest')
Does company own land, buildings, or other real prop rty ' Sh' ton? ❑ Yes
o (SEE instructions on reverse
side under
your
Is the Limited Liability Company managed by managers? No
�• 3 jo 0) t� — n! d Contact e-mail address
Contact telephone no.
Briefly Describe the Nature of Your Business �� n ST � u C (�� �' o f S C.<k°
/
State law)
�(f .�t}
1
'eC i f' f
(Stating `none ", no change" or "NIA" is not acceptable under Washington
, C 5
6 ,�- �� , ` �,� R
// / ;Z --
.sue
Address of principal place of business ADDRESS
CITY
STATE ZIP
If formed outside Washington,
list the LLC office address
CITY
STATE ZIP
ADDRESS
and address of managers, if applicable. Otherwise list title, name, and address of members (attach
additional sheets in the
List title, name,
same format, if necessary. Include your U91 number on each page).
LYE �' 7' S 7t'i b !< d b 4 y/� r
l
TITLE NAME NAME HOME/OR BUSINESS ADDRESS
CITY
STATE ZIP
I
TITLE NAME HOME OR BUSINESS ADDRESS
CITY
STATE ZIP
TITLE NAME
HOME OR BUSINESS ADDRESS
CITY STATE ZIP
CITY STATE ZIP
TITLE NAME HOME OR BUSINESS ADDRESS 602 2 2 0 464
If all members or managers are companies, the signer must note which company they represent.
/\
DATE SIGNED
IS DOCUMENT IS HEREBY EXECUTED UNDER PENALTIES OF PERJURY. PRIN NAME &TITLE (MEMBER 1 MANAGER)
AND IS, TO THE BEST OF MY KNOWLEDGE, TRUE AND CORRECT. Please return to: STATE OF WASHINGTON
VICE
Telephone: 1- 800 - 451 -7985
BUSINESS LICENSING SER
PO BOX 34456
I=ATrt. C isrA ho-1 nA 4 AGE
� I
I
I
� I
� I
iI
I I
� I
� I
� I
� I
� I
� I
� I
STATE of WASHINGTON
I, SAM REED, Secretary of State of the State of Washington and custodian of its seal,
hereby issue this
CERTIFICATE OF FORMATION
to
EQUITY BUILDERS LLC
A Washington Limited Liability Company. An application was
filed for record in this office on the date indicated below
UBI Number: 602 220 464
Date: July 16, 2002
STATE
Given under my hand and the Seal of the State
of Washington at Olympia, the State Capital
O
1889
Tani Reed, Secretary of State
Lj
City of
Lind Avenue Lift Station Replacement
WWP -27 -3626
CONTRACT DOCUMENT TABLE OF CONTENTS
Summary of Fair Practices Policy
Summary of Americans with Disability Act Policy
Scope of Work .
Vicinity Map
Instructions to Bidders
Call for Bids
*Proposal & Combined Affidavit & Certificate Form:
Non - Collusion
Anti -Trust Claims
Minimum Wage Form
*Dept. of Labor and Industies Certificate of Registration
*Bid Bond Form
*Schedule of Prices
❖Bond to the City of Renton
•: -Fair Practices Policy Affidavit of Compliance
❖Contract Agreement (Contracts other than Federal - Aid FHWA)
Prevailing Minimum Hourly Wage Rates (New job classifications)
Statement of Intent to Pay Prevailing Wages
Affidavit of Prevailing Wages Paid
Special Provisions
Technical Specifications
Standard Plans
Addenda
Documents marked as follows must be submitted at the time noted and must be executed by the
Contractor, President and Vice President or Secretary if corporation by -laws permit. All pages must
be signed. In the event another person has been duly authorized to execute contracts, a copy of the
corporation minutes establishing this authority must be attached to the bid document.
* Submit with Bid
Submit at Notice of Award
CITY OF RENTON
Public Works Department
1055 South Grady Way
Renton, Washington 98057
CITY 0 RENTON
Denis Law, Mayor
Attest:
Bonnie 1. Walton, City Clerk
RENTON CITY COUNCIL
uncil Pr sident
CITY OF RENTON
SUMMARY OF FAIR PRACTICES POLICY
ADOPTED BY RESOLUTION N0. 4085
it is the policy of the City of Renton to promote and provide equal treatment and service
'
to all citizens and to ensure equal employment opportunity to all persons without regard
to their race; religion /creed; national origin; ancestry; sex; age over 40; sexual orientation
or gender identity; pregnancy; HIV /AIDS and Hepatitis C status; use of a guide dog /service
animal; marital status; parental /family status; military status; or veteran's status, or the
presence of a physical, sensory, or mental disability, when the City of Renton can
reasonably accommodate the disability, of employees and applicants for employment
and fair, non - discriminatory treatment to all citizens. All departments of the City of
Renton shall adhere to the following guidelines:
(1) EMPLOYMENT PRACTICES - The City of Renton will ensure all employment
related activities included recruitment, selection, promotion, demotion,
training, retention and separation are conducted in a manner which is
'
based on job - related criteria which does not discriminate against women,
minorities and other protected classes. Human resources decisions will be
in accordance with individual performance, staffing requirements,
governing civil service rules, and labor contract agreements.
(2) COOPERATION WITH HUMAN RIGHTS ORGANIZATIONS - The City of
Renton will cooperate fully with all organizations and commissions
organized to promote fair practices and equal opportunity in employment.
(3) CONTRACTORS' OBLIGATIONS - Contractors, sub - contractors, consultants
and suppliers conducting business with the City of Renton shall affirm and
subscribe to the Fair Practices and Non - discrimination policies set forth by
the law and by City policy.
Copies of this policy shall be distributed to all City employees, shall appear in all
I
operational documentation of the City, including bid calls, and shall be prominently
displayed in appropriate city facilities.
CONCURRED IN by the City Council of the City of Renton, Washington, this 7th day of
March______., 2011 .
CITY 0 RENTON
Denis Law, Mayor
Attest:
Bonnie 1. Walton, City Clerk
RENTON CITY COUNCIL
uncil Pr sident
I
I
I
I
I
I
I
this 4th drry Of October 1993.
CITY OF RENTON
Mayor
Attest-
City Clerk
RENTON CITY COUNCIL:
Cbuncil President
CITY OF RENTON
SUM,1ABY0FA4&R1CANS WITH DISABHMESACTPOIXY
ADOPTED BYRESOLUTIONNO. 3007
The policy of the City of Renton is to promote and afford equal treatment and service to all citizens and to assure:
employment opportunity to persons with disabilities, when the City of Renton can reasonably accommodate the
disability. This policy shall be based on the principles of equal employment opportunity, the Americans With
Disabilities Act and other applicable guidelines as set forth in federal, state and local laws. All departments of the City
of Renton shall adhere to the following guidelines:
(1) EMPLOYMENT PRACTICES - All activities relating to employment such as
recruitment, selection, promotion, termination and training shall be conducted in a non-
discriminatory manner. Personnel decisions will be based on individual performance,
staffing requirements, and in accordance with the Americans With Disabilities Act and
other applicable laws and regulations.
(2) COOPERATION WITH HUMAN RIGHTS ORGANIZATIONS - The City of
Renton will cooperate fully with all organizations and commissions organized to
promote fair practices and equal opportunity for persons with disabilities in
employment and receipt of City services, activities and programs.
(3) AMERICANS WITH DISABILITIES ACT POLICY - The City of Renton Americans
With Disabilities Act Policy will be maintained to facilitate equitable representation
within the City work force and to assure equal employment opportunity and equal
access to City services, activities and programs to all people with disabilities. It shall
be the responsibility and the duty of all City officials and employees to carry out the
policies and guidelines as set forth in this policy
(4) CONTRACTORS' OBLIGATION - Contractors, subcontractors, consultants and
suppliers conducting business with the City of Renton shall abide by the requirements
of the Americans With Disabilities Act and promote access to services, activities and
programs for people with disabilities.
Copies of this policy shall be distributed to all City employees, shall appear in all operational documentation of the City,
including bid calls, and shall be prominently displayed in appropriate City facilities.
CONCURRED IN by the City Council of the City of Renton, Washington,
I
I
I
I
I
this 4th drry Of October 1993.
CITY OF RENTON
Mayor
Attest-
City Clerk
RENTON CITY COUNCIL:
Cbuncil President
CITY OF RENTON
Lind Avenue Lift Station Replacement
WWP -27 -3626
SCOPE OF WORK
The work involved under the terms of this contract document shall be full and complete installation of
the facilities, as shown on the plans and as described in the construction specifications, to include but
not be limited to:
The construction of the Lind Avenue Lift Station'Replacement, including below -grade wet well and valve
vault, approximately 98 linear feet of 12" gravity sanitary sewer pipeline and 2 manholes,
approximately 167 linear feet of 8" force main pipe, above -grade motor control building, standby
generator and abandonment of the existing lift station. The Work also consists of pavement
rehabilitation, a crosswalk installation, electrical conduit extension and service modifications.
Any contractor connected with this project shall comply with all Federal, State, County, and City codes
and regulations applicable to such work and perform the work in accordance with the plans and
specifications of this contract document. A total of 120 working days will be allowed for the completion
of this project.
rl
t
F1
Ij
t
1
Lind Avenue Lift ,Station Replacement Vicinity Map
'
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 the time and date specified in the Call for Bids.
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 forms attached hereto.
2
Any omissions, discrepancies or need for interpretation should be brought, in writing, to the
attention of the Project Engineer. Written addenda to clarify questions that arise may then be
issued.
No oral statements by Owner, Engineer, or other representative of the owner shall, in any way,
modify the contract documents, whether made before or after letting the contract.
3
The work to be done is shown in the plans and / or specifications. Quantities are understood to
be only approximate. Final payment will be based on actual quantities and at the unit price bid.
The City reserves the right to add or to eliminate of that work as deemed necessary.
portions
4.
Plans may be examined and copies obtained at the Public Works Department Office. Bidders shall
satisfy themselves as to the local conditions by inspection of the site.
5.
The bid price for any item must include the performance of all work necessary for completion of
that item as described in the specifications.
6.
The bid price shall be stated in terms of the units indicated and as to a total amount. In the event
of errors, the unit price bid will govern. illegible figures will invalidate the bid,
7.
The right is reserved to reject any and /or all bids and to waive informalities if it is deemed
advantageous to the City to do so.
8.
A certified check or satisfactory bid bond made payable without reservation to the Director of
Finance of the City of Renton in an amount not less than 5% of the total amount of the bid shall
accompany each bid proposal. Checks will be returned to unsuccessful bidders immediately
following the decision as to award of contract. The check of the successful bidder will be returned
provided he enters into a contract and furnishes a satisfactory performance bond covering the full
amount of the work within ten days after receipt of notice of intention to award contract. Should
he fail, or refuse to do so, the check shall be forfeited to the City of Renton as liquidated damage
for such failure.
9.
All bids must be self - explanatory. No opportunity will be offered for oral explanation except as
the City may request further information on particular points.
t10.
The bidder shall, upon request, furnish information to the City as to his financial and practical
ability to satisfactorily perform the work.
11.
Payment for this work will be made in Cash Warrants.
12.
The contractor shall obtain such construction insurance (e.g. fire and extended coverage, worker's
compensation, public liability, and property damage as identified within Special Provisions,
Specification Section 1 -07.18 "Public Liability and Property Damage Insurance ".
13. The contractor, prior to the start of construction, shall provide the City of Renton a detailed bar
chart type construction schedule for the project.
14 Before starting work under this contract, the Contractor is required to supply information to the
City of Renton on all chemical hazards Contractor is bringing into the work place and potentially
exposing City of Renton Employees.
15. Payment of retainage shall be done in accordance with Section 1- 09.9(1) "Retainage ".
16. Basis For Approval
The construction contract will be awarded by the City of Renton to the lowest, responsible,
responsive bidder. The bidder shall bid on all bid items set forth in the bid forms (including all
alternate bid items) to be considered responsive for award. The Total Bid Price, as indicated on
the Schedule of Prices, will be used to determine the successful low responsive bidder.
Partial bids will not be accepted. The owner reserves the right to award either or none of the
alternate bid items to meet the needs of the City. The intent is to award to only one BIDDER.
17. Trench Excavation Safety Systems
As required by RCW 39.04.180, on public works projects in which trench excavation will exceed a
depth of four feet, any contract therefor shall require adequate safety systems for the trench
' excavation that meet the requirements of the Washington Industrial Safety and Health Act,
Chapter 49.17 RCW. These requirements shall be included in the Bid Schedule as a separate item.
The costs of trench safety systems shall not be considered as incidental to any other contract item
and any attempt to include the trench safety systems as an incidental cost is prohibited.
18. Payment of Prevailing Wages
In accordance with Revised Code of Washington Chapters 39.12 and 49.28 as amended or
supplemented herein, there shall be paid to all laborers, workmen or mechanics employed on this
contract the prevailing rate of wage for an hour's work in the same trade or occupation in the area
of work regardless of any contractual relationship which may exist, or be alleged to exist, between
the CONTRACTOR and any laborers, workmen, mechanics or subconsultants.
The most recent issue of the prevailing wage rates are included within these specifications under
section titled "Prevailing Minimum Hourly Wage Rates ". The Contractor is Responsible for
obtaining updated issues of the prevailing wage rate forms as they become available during the
duration of the contract. The wage rates shall be included as part of any subcontracts the
Contractor may enter into for work on this project.
I19. Pollution Control Requirements
Work under this contract shall meet all local, state and federal requirements for the prevention of
environmental pollution and the preservation of public natural resources. The CONTRACTOR shall
conduct the work in accordance with all applicable pollution control laws. The CONTRACTOR shall
comply with and be liable for all penalties, damages, and violations under Chapter 90.48 RCW, in
performance of the work. The CONTRACTOR shall also comply with Article 4 in the Puget Sound
Air Pollution Control Agency Regulation III regarding removal and encapsulation of asbestos
materials.
20. Standard Specifications
All work under this contract shall be performed in accordance with the following standard
specifications except as may be exempted or modified by the City of Renton Supplemental
j Specifications, Special Provisions other sections of these contract documents. These standard
specifications are hereby made a part of this contract and shall control and guide all activities
within this project whether referred to directly, paragraph by paragraph, or not.
1. WSDOT /APWA "2010 Standard Specifications for Road, Bridge and Municipal Construction"
and "Division 1 APWA Supplement" hereinafter referred to by the abbreviated title
"Standard Specifications."
A. Any reference to "State," "State of Washington, "Department of Transportation,"
" WSDOT," or any combination thereof in the WSDOT /APWA standards shall be
modified to read "City of Renton," unless specifically referring to a standard
specification or test method.
B. All references to measurement and payment in the WSDOT /APWA standards shall be
detected and the measurement and payment provisions of Section 1- 09.14,
Measurement and Payment (added herein) shall govern.
21. A preliminary geotechnical engineering report has been completed based on subsurface
1 explorations that are adjacent to the new lift station site and is available for informational
purposes only. A copy may be obtained on -line through Builders Exchange of Washington, Inc., at
http: / /www.bxwa.com. Click on "bxwa.com "; "Posted Projects ", "Public Works ", "City of Renton",
"Projects Bidding ". The Bidders shall familiarize themselves adequately with the project site and
existing subsurface condition as needed to submit their bid. Upon approval of the City, the Bidder
may make such subsurface explorations and investigations as they see fit. The Bidder shall be
responsible for protection of all existing facilities, utilities and other buried or surface
improvements and shall restore the site to the satisfaction of the City.
22 Bidder's Checklist
❑ It is the responsibility of each bidder to ascertain if all the documents listed on the attached
index are included in their copy of the bid specifications. If documents are missing, it is the
sole responsibility of the bidder to contact the City of Renton to obtain the missing documents
prior to bid opening time.
❑
Have you submitted, as part of your bid, all documents marked in the index as "Submit With
Bid "?
❑
Has bid bond or certified check been enclosed?
❑
Is the amount of the bid guaranty at least 5 percent of the total amount of bid including sales
tax?
❑
Has the proposal been signed?
❑
Have you bid on ALL ITEMS and ALL SCHEDULES?
❑
Have you submitted the Subcontractors List (if required)
❑
Have you reviewed the Prevailing Wage Requirements?
❑
Have you certified receipt of addenda, if any?
❑
Have you submitted the Dept. of Labor & Industries Certificate of Registration form?
CAG -13 -046
CITY OF RENTON
CALL FOR BIDS
Lind Avenue Lift Station Replacement
W W P -27 -3626
Sealed bids will be received until 2:30 .m. Tuesday, April 16, 2013, at the City Clerk's office, 7th
P Y p Y
floor and will be opened and publicly read in conference room Conference Room 511 on the 5th
' floor, Renton City Hall, 1055 South Grady Way, Renton WA 98057 for the Lind Avenue Lift Station
Replacement project.
The work to be performed within 120 working days from the Notice to Proceed Date under this
contract shall include, but not be limited to:
The construction of the Lind Avenue Lift Station Replacement, including below -grade wet well
and valve vault, approximately 98 linear feet of 12" gravity sanitary sewer pipeline and 2
manholes, approximately 167 linear feet of 8" force main pipe, above -grade motor control
building, standby generator and abandonment of the existing lift station. The Work also consists
of pavement rehabilitation, a crosswalk installation, electrical conduit extension and service
modifications.
Any contractor connected with this project shall comply with all Federal, State, County, and City
codes and regulations applicable to such work and perform the work in accordance with the
plans and specifications of this contract document.
I The City reserves the right to reject an and /or all bids and to waive any and /or all informalities.
� tY g 1 Y
Bid documents will be available March 26, 2013. Plans, specifications, addenda, and the plan
holders list for this project are available on -line through Builders Exchange of Washington, Inc., at
http: / /www.bxwa.com. Click on "bxwa.com "; "Posted Projects ", "Public Works ", "City of Renton ",
"Project's Bidding ". (Note: Bidders are encouraged to "Register as a Bidder," in order to receive
automatic email notification of future addenda and to be placed on the "Bidders List. ")
If a bidder has any questions regarding the project, please- contact the Project Manager, John
Hobson, at 1055 South Grady Way, Renton, WA 98057 or (425) 430 -7279.
A certified check or bid bond in the amount of five percent (5%) of the total of each bid must
accompany each bid.
The City's Fair Practices, Non - Discrimination, and Americans with Disability Act Policies shall
apply.
'J. 64"L6,1_1
Bonnie I. Walton, City Clerk
[;r17>IJ�T�:A
Daily Journal of Commerce
Daily Journal of Commerce
Daily Journal of Commerce
� I
March 26, 2013
April 2, 2013
April 9, 2013
I�_ "
i I
� I
� I
� I
� I
it
Lind Avenue Lift Station Replacment
W W P -27 -3626
Proposal & Combined Affidavit & Certificate Form
TO THE CITY OF RENTON
RENTON, WASHINGTON
Ladies and/or Gentlemen:
The undersigned hereby certify that the bidder has examined the site of the proposed work and have read
and thoroughly understand the plans, specifications and contract governing the work embraced in this
improvement, and the method by which payment will be made for said work, and hereby propose to
undertake and complete the work embraced in this improvement, or as much thereof as can be completed
with the money available, in accordance with the said plans, specifications and contract and the schedule
of prices.
The undersigned further certifies and agrees to the following provisions:
NON - COLLUSION AFFIDAVIT
Being duly sworn, deposes and says, that he is the identical person who submitted the foregoing proposal
or bid, and that such bid is genuine and not sham or collusive or made in the interest or on behalf of any
person not therein named, and further, that the deponent has not directly induced or solicited any other
Bidder on the foregoing work or equipment to put in a sham bid, or any other person or corporation to
refrain from bidding, and that deponent has not in any manner sought by collusion to secure to himself or
to any other person any advantage over other Bidder or Bidders.
AND
CERTIFICATION RE: ASSIGNMENT OF
ANTI -TRUST CLAIMS TO PURCHASER
Vendor and purchaser recognize that in actual economic practice overcharges resulting from anti -trust
violations are in fact usually borne by the purchaser. Therefore, vendor hereby assigns to purchaser any
and all claims for such over - charges as to goods and materials purchased in connection with this order or
contract, except as to overcharges resulting from anti -trust violations commencing after the date of the
bid, quotation, or other event establishing the price under this order or contract. In addition, vendor
warrants and represents that such of his suppliers and subcontractors shall assign any and all such claims to
purchaser, subject to the aforementioned exception.
I3\0i11
`Page 12 Proposal & Combines Affidavit & Certificate Form
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see wnvw.bxwa.com - Always Verify Scale
L
iMINIMUM WAGE AFFIDAVIT FORM
I, the undersigned, having been duly sworn, deposed, say and certify that in connection with the
performance of the work of this project, I will pay each classification of laborer, workman, or mechanic
employed in the performance of such work; not less than the prevailing rate of wage or not less than the
minimum rate of wages as specified in the principal contract.
I have read the above and foregoing statements and certificate, know the contents thereof and the
substance as set forth therein is true to my knowledge and belief.
FOR: PROPOSAL, NON COLLUSION AFFIDAVIT, ASSIGNMENT OF ANTI -TRUST CLAIMS TO PURCHASER
AND MINIMUM WAGE AFFIDAVIT
Name of Bidder's Firm
Signature of Authorized Representative of Budder *:
Printed Name: ���� / ..5 t c° 11 Title: a„,, 1n &-• — SO/C 4^ Lev
Address: .�0 fir. (a'cc �s^ /�Se 1���� 004 / 0C _—
_ , // v/
Contact Name (please print): G P�'A I-- /70 im
C-4 S t- ,
Phone: 3 �v s �%� —off — Email: _ Q �� c� �a(- � .
*The above signature must be notarized using the applicable notary language found on pages 3 and 4.
If business is a CORPORATION, please complete this section:
Name of President of Corporation /
Name of Secretary of Corporation
Corporation Organized and e laws of
With Main Office i tate of Washington at
' If business is a PARTNERSHIP ai LIMITED LIABILITY COMPANY, lease complete this section:
Name: // Title (Partner, Member, Manager):
II Proposal & Affidavit /Certificate - Page 2 of 4
08-COMBINED PROP and TRIPLE FORM August 2012 FINAL.doc
Page 13 Minimum Wage Affidavit Form
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see wv,,vr.bxwa.com - Always Verify Scale
INDIVIDUAL FORM
' STATE ASHINGTON }
ss
County of
On this day of before me personally appeared to
me known to be the individuals) de ibed in and who executed the foregoing instrument, and
' acknowledged under oath that (he /she /they) signed and sealed the same as
__ (his, her, their) fre and voluntary act and deed, for the uses and
purposes therein mentioned.
GIVEN under my hand and official seal the day and year last ove written.
(SEAL) _
Notary Public in and r the State of
Washington, residing at _
Print Name: _
My commission expires: _
CORPORATION FORM
TE OF WASHINGTON )
ss
County of }
On this __ day _ before me personally appeared __ to
me known to be the (President, Secretary, Treasurer) of the corporation
that executed the foregoing I rument, and acknowledged said instrument to be the free and
voluntary act and deed of said Corp ation, for the uses and purposes therein mentioned, and on
oath stated that (he /she /the are authorized to execute said instrument.
GIVEN under my hand and official seal the day a ear last above written.
(SEAL)
' Notary Pu ' in and for the State of
Washington, re i ing at
Print Name:
' My commission expires:
Proposal & Affidavit /Certificate - P e 3 of 4
08—COMBINED PROP and TRIPLE FORM August 2012 FINAL.doc
'Page 14
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see w\M1w.bxwa.com - Always Verify Scale
� I
11
� I
1I
� I
II
I I
PARTNERSHIP FORM
STATE WASHINGTON )
ss
County of __ _ ___ )
On this _ _ day of _ _ before me personally appeared to
me known to be a General Par r of the partnership known as that
executed the foregoing instrume and acknowledged said instrument to be the free and
voluntary act and deed of said partners " , for the uses and purposes therein mentioned, and on
oath stated that (he/she( the a authorized to execute said instrument.
GIVEN under my hand and official seal the day and-vNs4r last above written.
(SEAL)
Notary Pub ' in and for the State of
Washington, re ' ing at
Print Name:
My commission expires:
LIMITED LIABILITY COMPANY (LLC) FORM
STATE OF WASHINGTON }
: ss
County of Warn }
001 this _ day Of 20L before me personally appeared
to me known to be a Managing Member of the Limited Liability
Company known as _��} and that he /she /they executed the
foregoing instrument, an ackno edged said instrument to be the free and voluntary act and
deed of said Limited Liability Company, for the uses and purposes therein mentioned, and on oath
stated that k r, (he /she /they) are authorized to execute said instrument.
GIVEN under mi,,jAj nd official seal the day and year last a OVE
.��``
p *.O ary �ubllc i
�Go f•*9 m.f : Washington, n
30: '�G � « ?�= Print Name:
��00 OZI
C
written.
e State of
O
�,�p X016• `���� My commission expires: JI i
/�,NINGTO�````\��
1/N1111111t��
08—COMBINED PROP and TRIPLE FORM August 2012 FINAL.doc
Proposal & Aff idavit /Certificate - Page 4 of 4
rPage 15
Provided to guilders Exchange of WA, Inc. For usage Conditions Agreement see vim- ,w.bxwa.com - Always Verify Scale
Department of Labor and Industries
Certificate of Registration
Name on Registration:.s_
Registration Number: ��l�(1T/3����%�✓
Expiration Date: . —') L,
.Nolte: A copy of the certificate will be requested as part of contract execution when project is awarded.
EQUITY BUILDERS LLC
5066 E 26TH DR
BELLINGHAM WA 98226
epartrrer,t of Labor and Industries Certificate of Registration
Provided to Builders Exchange of WA, Inc. For usage Ccnditions Agreement see www.bxwa.com - Always Verify Scale
'
BID BOND FORM
'
Herewith find deposit in the form of a certified check, cashier's check, cash,
r bVe:total'bid. n the amount
of $ which amount is not less than five percent
oft
f Signature
*Lind Avenue LIft Station Replacement, #CAG -13 -046, WWP -27 -3626
Know All Men by These Presents:
That we; Equity Builders. LLC as Principal, and
The Travelers Casualty and Surety Company
of America as. Surety, are held and firmly, bound unto the City of Renton, as
Obligee, in the penal sum of Five Percent (8 %) of Total Bid Amount Dollars,. for the payment of
which the Principal and the Surety bind themselves, their heirs, executors, administrators, successors
and assigns, jointly and severally, by these presents.
The: condition of this obligation is such that if the Obligee shall make any award to the: Principal for
* See Above according to—the terms of the proposal or bid made by the Rrincipaj .
therefore, and the. Principal shall duly make and enter into a contract with the Obligee in accordance.
with the terms of said proposal or bid and award and shall give bond for the faithful performance
thereof, with Surety or Sureties approved by the Obligee; or if the Principal shall, in case of failure to :do:
so, pay and forfeit to the Obligee the, penal amount of the deposit specified in cal't for bids; then this
obligation. shall be null and void; otherwise it shall be and. remain In full force and effect and the Surety
shall forthwith pay and forfeit to the Obligee, as penalty and liquidated damages, the: amount of this:
bond..
SIGNEQ;. SEALED AND DATED THIS:. 16th DAY OF', April 20: 13
Equity Builders, LLC
Principal
Travel asua t d 5 Co pany of America
Surety Julie M. Glover, Attorney —in —Fact
IReceived return of deposit in the sum of $
�rovided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scale
TRAVELERS
WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER
POWER OF ATTORNEY
Farmington Casualty Company
Fidelity and Guaranty Insurance Company
Fidelity and Guaranty Insurance Underwriters, Inc.
St. Paul Fire and Marine Insurance Company
St. Paul Guardian Insurance Company
Attorney -In Fact No. 224156
St. Paul Mercury Insurance Company
Travelers Casualty and Surety Company
Travelers Casualty and Surety Company of America
United States Fidelity and Guaranty Company
Certificate No. 004809900
KNOW ALL MEN BY THESE PRESENTS: That St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company and St. Paul Mercury Insurance
Company are corporations duly organized under the laws of the State of Minnesota, that Farmington Casualty Company, Travelers Casualty and Surety Company, and
Travelers Casualty and Surety Company of America are corporations duly organized under the laws of the State of Connecticut, that United States Fidelity and Guaranty
Company is a corporation duly organized under the laws of the State of Maryland, that Fidelity and Guaranty Insurance Company is a corporation duly organized under
the laws of the State of Iowa, and that Fidelity and Guaranty Insurance Underwriters, Inc., is a corporation duly organized under the laws of the State of Wisconsin
(herein collectively called the "Companies "), and that the Companies do hereby make, constitute and appoint
Darlene Jakielski, Julie M. Glover, M.J. Cotton, Nancy J. Osborne, S.M. Scott, Steven K. Bush, Michael A. Murphy, Jim W. Doyle, Brandon K.
Bush, Andy D. Prill, Jim S. Kuich, Chad M. Epple, Steve Wagner, Theresa A. Lamb, Brett N. Meier, and Ellen M. Bell
of the City of Bothell , State of Washington , their true and lawful Attorney(s) -in -Fact,
each in their separate capacity if more than one is named above, to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and
other writings obligatory in the nature thereof on behalf of the Companies in their .business of guaranteeing the fidelity of persons, guaranteeing the performance of
contracts and executing or guaranteeing bonds and undertakings required or permitted'in any ctions or- proceedings allowed by law.
10th
be IN WITNESS WHEREOF, the Companies have caused this instrument to{igned an eir corpo at seals to be hereto affixed, this
day of April 2012�YYY }
Farmington Casualty Company >v St. Paul Mercury Insurance Company
Fidelity and Guaranty 'Ins ia"n a Company � Travelers Casualty and Surety Company
Fidelity and Guaranty Insurance tlnderweiters, Inc. Travelers Casualty and Surety Company of America
St. Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company
St. Paul Guardian Insurance Company
JP�S� ANp I,Np sue YY'Y'_•o
.[, G 4
gPOR4 v 9
rF w i
a HARTFORD, i � HAfifFORE1, '9
1951 s �= m CONN. 0 oowt e N lass
EALio: o +SEAL;3 ;�Oo
's aat ��+�J� �O
yj .p �j � Attu
State of Connecticut By:
City of Hartford ss. /GeorgA Thompson, 94mor Pice President
On this the 10th day of April 2012 , before me personally appeared George W. Thompson, who acknowledged
himself to be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters,
Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety
Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, and that he, as such, being authorized so to do,
executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer.
0•Tb7
In Witness Whereof, I hereunto set my hand and official seal.
My Commission expires the 30th day of June, 2016. p�UG * Marie C. Tetreault, Notary Public
58440 -6 -11 Printed in U.S.A.
WITHOUT THE R
This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Farmington Casualty Company, Fidelity
and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance
Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States
Fidelity and Guaranty Company, which resolutions are now in full force and effect, reading as follows:
RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice
President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys -in -Fact and Agents to act for and on behalf
of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the
Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any
of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her; and it is
FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may
delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy
thereof is filed in the office of the Secretary; and it is
FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking
shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice
President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the
Company's seal by a Secretary or Assistant Secretary; or (b) duly executed (under seal, if required) by one or more Attorneys -in -Fact and Agents pursuant to the power
prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is
FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President,
any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any
certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys -in -Fact for purposes only of executing and attesting bonds
and undertakings and other writings obligatory in the nature thereof, and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal
shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on
the Company in the future with respect to any bond or understanding to which it is attached.
I, Kevin E. Hughes, the undersigned, Assistant Secretary, of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance
Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and
Surety Company, Travelers Casualty and Surety Company of America, and United;States Fi deliity and Guaranty Company do hereby certify that the above and foregoing
is a true and correct copy of the Power of Attorney executed by said Companies -thich is in =full forceaud effect and has not been revoked.
IN TESTIMONY WHEREOF, I have hereunto set my hand and Ah' the seals of said`Companies this / � "� day of !r� / 20
Kevin E. Hughes, Assistant Sec tary
�a
i `j? b "3 b` '1 ' � � 9F• •L8 '� �"2�' $H 6 '' , T L D n O � 1 .! 97a 7 _N .a„ o" 7iC1(r.9jPOJ�RA� T ED �i- ' - ' M7 m ° ���O a., . S 1 S �E . .. .A..•.M . L .G F a ,J,D � em , n I s ; � } f W �}a o: ;J / , 1SpP O. ARS. _ A�R_ A L T 'P a Wd D m .,
1s 4 - c.0. / i, A
'w6 m
p
r�lYl RH1S`-
To verify the authenticity of this Power of Attorney, call 1- 800 - 421 -3880 or contact us at www.travelersbond.com. Please refer to the Attorney -In -Fact number, the
above -named individuals and the details of the bond to which the power is attached.
WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER
CITY OF RENTON PUBLIC WORKS DEPARTMENT
' LIND AVENUE LIFT STATION REPLACEMENT
TOTAL BID PRICE NOT INCLUDING ALTERNATE BID ITEMS WILL BE USED TO DETERMINE
t �
SUCCESSFUL LOW RESPONSIVE BIDDER
' (Note: The bid price shall be stated in figures only, in terms of the units indicated and as to a total amount. In the event of errors or where
conflict occurs, the unit price bid shall govern. Illegible figures will invalidate the bid)
SEE SECTION 1 -09.14 OF THE SPECIAL PROVISIONS FOR INFORMATION ON BID ITEMS.
'ITEkj
APPROX.
ITEM
UNIT PRICE
AMOUNT
NO.
QUANTITY
Dollars Cents.
Dollars Cents.
1
1
Schedule A
Mobilization & Demobilization
00
$ 14 n, clOo . z'
p�
$ 40 . 0 D , e
Lump Sum
per Lump Sum
2
1
Site Work and Utilities
$ Itel 000"
$ 61 e 000 �
_
per. Lump um
Lump Sum
3
1
Traffic Control
$ 10,006,
$ ' 0L10
Lump Sum
per Lump Sum
O °
0 1D
4
1
Trench Safety and Shoring
$ / J Q0d „
$
per Lunip Sum
Lump Sum
'
010
�o
6(p 00
b
1
Dewatering
$
$
per Lu4 Sum
Lump Sum
6
1
Lift Station Structural
$ L-` , QC��,
$
Lump Sum
per Lump Sum
7
1
Electrical Building Structural
$ 2y , DUD,
$ �� f
per Lump'Sum
'
Lump Sum
8
1
Lift Station Pumps and Motors
j 1
$ `A �� 000.
j ��y� LO .
$ �f S��
Lump Sum
per Lump Sum
9
1
Mechanical
�-
$ X01 OaD,
Lump Sum
per Lump Sum
10
1
Electrical
$ 1 1Z , 000. 09-
$; 't Tl/DO
Lump Sum
per Lump Sum
'
11
1
$ L—I VW
$ °—
11 WD
Lump Sum
Lift Station Finishes
per Lump Sum
Operation and Maintenance Manuals and
12
1
On- Site Owner Training
$2,500.00
$2,500.00
Lump Sum per Lump Sum
'Page 18
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see w \Arw.bxwa.com - Always Verify Scale
� I
CITY OF RENTON PUBLIC WORKS DEPARTMENT
LIND AVENUE LIFT STATION REPLACEMENT 5 of
TOTAL BID PRICE (NOT INCLUDING ALTERNATE BID ITEMS) WILL BE USED TO DETERMINE
SUCCESSFUL LOW RESPONSIVE BIDDER
Note: The bid price shall be stated in figures only, in terms of the units indicated and as to a total amount. In the event of-errors or where
conflict occurs, the unit price bid shall govern. Illegible figures will invalidate the bid)
SEE SECTION 1 -09.14 OF THE SPECIAL PROVISIONS FOR INFORMATION ON BID ITEMS.
ITEq
APPROX.
ITEM
UNIT PRICE
AMOUNT
NO.
QUANTITY
Dollars Cents.
Dollars Cents.
13
1
Construction Records
$5.000.00
$5;000.00
per Lump Sum
Lurup Sum
14
1
Abandonment of Existing Lift Station
$ :ano o
$ ��
Lump Sum
per Lump Sum
15
1
Pedestrian Crossing System
Lump Sum
per Lump Sum
Subtotal
$
9.50% Sales Tax
$ (QQ� cjq I ,
Total Bid Price
q
$ �p q O � ,�j � i ,.
The construction contract will be awarded by the City of Renton to the lowest, responsible, responsive bidder.
The bidder shall bid on all bid items set forth in the bid forms to be considered responsive for award. The Total
Bid Price, as indicated on the Schedule of Prices, will be used to determine the successful low responsive bidder.
Partial bids will not be accepted. The intent is to award to only one BIDDER.
'Page 5
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scale
IBOND TO THE CITY OF RENTON Bond No. 105910714
KNOW ALL MEN BY THESE PRESENTS:
That we, the undersigned Equity Builders, LLC
as principal, and Travelers Casualty and Surety Company of America
corporation organized and existing under the laws of the State of Connecticut as a
surety corporation, and qualified under the laws of the State of Washington to become surety upon
bonds of contractors with municipal corporations, as surety are jointly and severally held and firmly
bound to the City of Renton in the penal sum of $698,391.00 for the payment of which sum on
demand we bind ourselves and our successors, heirs, administrators or person representatives, as the
case may be.
This obligation is entered into in pursuance of the statutes of the State of Washington, the Ordinance of
the City of Renton.
Dated at Bellingham Washington, this day of 2013.
Nevertheless, the conditions of the above obligation are such that:
t WHEREAS, under and pursuant to Public Works Construction Contract CAG -13 -046 providing for
construction of Lind Avenue Lift Station Replacement
(project name)
' the principal is required to furnish a bond for the faithful performance of the contract; and
WHEREAS, the principal has accepted, or is about to accept, the contract, and undertake to perform the
work therein provided for in the manner and within the time set forth;
NOW, THEREFORE, if the principal shall faithfully perform all of the provisions of said contract in the
manner and within the time therein set forth, or within such extensions of time as may be granted
' under said contract, and shall pay all laborers, mechanics, subcontractors and materialmen, and all
persons who shall supply said principal or subcontractors with provisions and supplies for the carrying
on of said work, and shall hold said City of Renton harmless from any loss or damage occasioned to any
person or property by reason of any carelessness or negligence on the part of said principal, or any
subcontractor in the performance of said work, and shall indemnify and hold the City of Renton
harmless from any damage or expense by reason of failure of performance as specified in the contract
or from defects appearing or developing in the material or workmanship provided or performed under
the contract within a period of one year after its acceptance thereof by the City of Renton, then and in
that event this obligation shall be void; but otherwise it shall be and remain in full force and effect.
Equity Builders, LLC Travelers Casualty and Surety Company of America
Principal Surety
1
Signature Signole Julie M. Glover
Attorney -in -Fact
Title Title
THE RED BORDER
This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Farmington Casualty Company, Fidelity
and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance
Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States
Fidelity and Guaranty Company, which resolutions are now in full force and effect, reading as follows:
RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice
President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys -in -Fact and Agents to act for and on behalf
of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the
Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any
of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her; and it is
FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may
delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy
thereof is filed in the office of the Secretary; and it is
FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking
shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice
President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the
Company's seat by a Secretary or Assistant Secretary; or (b) duly executed (under seal, if required) by one or more Attorneys -in -Fact and Agents pursuant to the power
prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is
FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President,
any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any
certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys -in -Fact for purposes only of executing and attesting bonds
and undertakings and other writings obligatory in the nature thereof, and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal
shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on
the Company in the future with respect to any bond or understanding to which it is attached.
I, Kevin E. Hughes, the undersigned, Assistant Secretary, of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance
Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and
Surety Company, Travelers Casualty and Surety Company of America, and United *.States Fidelity and Guaranty Company do hereby certify that the above and foregoing
is a true and correct copy of the Power of Attorney executed by said Companles' which-is in�full force and effect and has not been revoked.
IN TESTIMONY WHEREOF, I have hereunto set my hand and -Ahlthesials of said'Companies this day of odI 20�
Kevin E. Hughes, Assistant Sec tary
Coe •' '"6 \�/ i PItY ANp J @ , . y JP ,........, q yJ s S ok 4r LP L9.� NAHTFORD, e cm. s�ti i9a .SEAL; %D CONN. � COPUL ? N 6 <
To verify the authenticity of this Power of Attorney, call 1- 800 - 421 -3880 or contact us at www.travelersbond.com. Please refer to the Attorney -In -Fact number, the
above -named individuals and the details of the bond to which the power is attached.
WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER
THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER
POWER OF ATTORNEY
TRAVELERSFarmington Casualty Company St. Paul Mercury Insurance Company
Fidelity and Guaranty Insurance Company Travelers Casualty and Surety Company
Fidelity and Guaranty Insurance Underwriters, Inc. Travelers Casualty and Surety Company of America
St. Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company
St. Paul Guardian Insurance Company
Attorney -In Fact No. 224156 Certificate No. 0 0 4 8 1 0 7 2 9
KNOW ALL MEN BY THESE PRESENTS: That St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company and St. Paul Mercury Insurance
Company are corporations duly organized under the laws of the State of Minnesota, that Farmington Casualty Company, Travelers Casualty and Surety Company, and -
Travelers Casualty and Surety Company of America are corporations duly organized under the laws of the State of Connecticut, that United States Fidelity and Guaranty
Company is a corporation duly organized under the laws of the State of Maryland, that Fidelity and Guaranty Insurance Company is a corporation duly organized under
the laws of the State of Iowa, and that Fidelity and Guaranty Insurance Underwriters, Inc., is a corporation duly organized under the laws of the State of Wisconsin
(herein collectively called the "Companies "), and that the Companies do hereby make, constitute and appoint
Darlene Jakielski, Julie M. Glover, M.J. Cotton, Nancy J. Osborne, S.M. Scott, Steven K. Bush, Michael A. Murphy, Jim W. Doyle, Brandon K.
Bush, Andy D. Prill, Jim S. Kuich, Chad M. Epple, Steve Wagner, Theresa A. Lamb, Brett N. Meier, and Ellen M. Bell
of the City of Bothell , State of Washington , their true and lawful Attorney(s) -in -Fact,
each in their separate capacity if more than one is named above, to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and
other writings obligatory in the nature thereof on behalf of the Companies in their,business of.guaranteeing the fidelity of persons, guaranteeing the performance of
contracts and executing or guaranteeing bonds and undertakings required or pernu_le&in any cations or- proceedings allowed by law.
10th
IN WITNESS WHEREOF, the Companies have caused this instrument to e signed =and their corporate seals to be hereto affixed, this
day of
April 2012y I~`q �aj1Y
Farmington Casualty Comany St. Paul Mercury Insurance Company
Fidelity and Guaranty 1nsuranci. Company; Travelers Casualty and Surety Company
Fidelity and Guaranty Insurance Underwriters, Inc. Travelers Casualty and Surety Company of America
St. Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company
St. Paul Guardian Insurance Company
y � ' O1 P9P�c8Ary I2 �b . " �j L a t n 0 � e 977 b� ��1O9RPO5RA1 T Ep v Nr r ;.~.1...— ...
: PORAJ j
SEAL'
� t 1�AOROf3FN46N9gF. )DY , '$ � � < n �
y
�' ' sH i *� »gtl" n� ��� alr : aN�a I °! "• �a sy +° � . '�P r�Y!
State of Connecticut
City of Hartford ss.
By:
A:�
/Georg99 Thompson, enior ice President
10th April 2012
On this the day of , before me personally appeared George W. Thompson, who acknowledged
himself to be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters,
Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety
Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, and that he, as such, being authorized so to do,
executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer.
eowox In Witness Whereof, I hereunto set my hand and official seal. My Commission expires the 30th day of June, 2016.
58440 -6 -11 Printed in U.S.A.
Marie C. Tetreault, Notary Public
CITY OF RENTON
FAIR PRACTICES POLICY
AFFIDAVIT OF COMPLIANCE
t�eA,�7�af tr r LZ4r hereby confirms and declares that:
(Name o contract /subcontractor /consultant)
I. It is the policy of the above -named contractor /subcontractor /consultant, to offer equal
opportunity to all qualified employees and applicants for employment without regard to their
race; religion /creed; national origin; ancestry; sex; the presence of a physical, sensory, or mental
disability; age over 40; sexual orientation or gender identity; pregnancy; HIV /AIDS and Hepatitis C
status; use of a guide dog /service animal; marital status; parental /family status; military status;
or veteran's status.
II. The above -named contractor /subcontractor /consultant complies with all applicable federal,
state and local laws governing non - discrimination in employment.
III. When applicable, the above -named contractor /subcontractor /consultant will seek out and
negotiate with minority and women contractors for the award of subcontracts.
Print Agent epresentative's Name
Print Agent /Representative's Title
ent /Representative's Signature
Date Signed
Instructions: This document MUST be completed by each contractor, subcontractor, consultant and /or
supplier. Include or attach this document(s) with the contract.
CONTRACTS OTHER THAN FEDERAL -AID FHWA
THIS AGREEMENT, made and entered into this 'L2) day of by and between THE
CITY OF RENTON, Washington, a municipal corporation of the State of Wa ington, hereinafter referred to as
"CITY" and Equity Builders LLC, hereinafter referred to as "CONTRACTOR."
WITNESSETH:
1) The Contractor shall within the time stipulated, (to -wit: within One Hundred and Twenty (120) working
days from date of commencement hereof as required by the Contract, of which this agreement is a
component part) perform all the work and services required to be performed, and provide and furnish all of
the labor, materials, appliances, machines, tools, equipment, utility and transportation services necessary to
perform the Contract, and shall complete the construction and installation work in a workmanlike manner,
in connection with the City's Project (identified as No. CAG -13 -046 for improvement by construction and
installation of:
Work for the Lind Avenue Lift Station Replacement, per the "Scope of Work" included herein.
All the foregoing shall be timely performed, furnished, constructed, installed and completed in strict
conformity with the plans and specifications, including any and all addenda issued by the City and all other
documents hereinafter enumerated, and in full compliance with all applicable codes, ordinances and
regulations of the City of Renton and any other governmental authority having jurisdiction thereover. It is
further agreed and stipulated that all of said labor, materials, appliances, machines, tools, equipment and
services shall be furnished and the construction installation performed and completed to the satisfaction and
the approval of the City's Public Works Director as being in such conformity with the plans, specifications
and all requirements of or arising under the Contract. The Contractor agrees to use recycled materials
whenever practicable.
2) The aforesaid Contract, entered into by the acceptance of the Contractor's bid and signing of this agreement,
consists of the following documents, all of which are component parts of said Contract and as fully a part
thereof as if herein set out in full, and if not attached, as if hereto attached.
a) This Agreement
b) Instruction to Bidders
c) Bid Proposal
d) Specifications
e) Maps and Plans
f) Bid
g) Advertisement for Bids
h) Special Provisions, if any
i) Technical Specifications, if any
3 If the Contractor refuses or fails to prosecute the work or an art thereof, with such diligence as will insure
P YP � g
its completion within the time specified in this Contract, or any extension in writing thereof, or fails to
' complete said work with such time, or if the Contractor shall be adjudged a bankrupt, or if he should make
a general assignment for the benefit of his creditors, or if a receiver shall be appointed on account of the
Contractor's insolvency, or if he or any of his subcontractors should violate any of the provisions of this
' Contract, the City may then serve written notice upon him and his surety of its intention to terminate the
Contract, and unless within ten (10) days after the serving of such notice, such violation or non - compliance
of any provision of the Contract shall cease and satisfactory arrangement for the correction thereof be
' made, this Contract, shall, upon the expiration of said ten (10) day period, cease and terminate in every
respect. In the event of any such termination, the City shall immediately serve written notice thereof upon
the surety and the Contractor and the surety shall have the right to take over and perform the Contract,
' provided, however, that if the surety within fifteen (15) days after the serving upon it of such notice of
termination does not perform the Contract or does not commence performance thereof, the City itself may
take over the work under the Contract and prosecute the same to completion by Contract or by any other
method it may deem advisable, for the account and at the expense of the Contractor, and his surety shall be
liable to the City for any excess cost or other damages occasioned the City thereby. In such event, the City,
if it so elects, may, without liability for so doing, take possession of and utilize in completing said Contract
' such materials, machinery, appliances, equipment, plants and other properties belonging to the Contractor
as may be on site of the project and useful therein.
4) The foregoing provisions are in addition to and not in limitation of any other rights or remedies available to
the City.
' 5) Contractor agrees and covenants to hold and save the City, its officers, agents, representatives and
employees harmless and to promptly indemnify same from and against any and all claims, actions,
damages, liability of every type and nature including all costs and legal expenses incurred by reason of any
work arising under or in connection with the Contract to be performed hereunder, including loss of life,
' personal injury and /or damage to property arising from or out of any occurrence, omission or activity upon,
on or about the premises worked upon or in any way relating to this Contract. This hold harmless and
indemnification provision shall likewise apply for or on account of any patented or unpatented invention,
' process, article or appliance manufactured for use in the performance of the Contract, including its use by
the City, unless otherwise specifically provided for in this Contract.
' The Contractor agrees to name the City as an additional insured on a noncontributory primary basis. In the
event the City shall, without fault on its part, be made a party to any litigation commenced by or against
Contractor, then Contractor shall proceed and hold the City harmless and he shall pay all costs, expenses
' and reasonable attorney's fees incurred or paid by the City in connection with such litigation. Furthermore,
Contractor agrees to pay all costs, expenses and reasonable attorney's fees that may be incurred or paid by
City in the enforcement of any of the covenants, provisions and agreements hereunder.
Nothing herein shall require the Contractor to indemnify the City against and hold harmless the City, from
claims, demands or suits based solely upon the conduct of the City, its officers or employees and provided
' further that if claims or suits are caused by or result from the concurrent negligence of (a) the Contractor's
agents or employees and (b) the City, its agents, officers and employees, and involves those actions covered
by RCW 4.24.115, this indemnity provision with respect to claims or suits based upon such concurrent
' negligence shall be valid and enforceable only to the extent of the Contractor's negligence or the negligence
of the Contractor's agents or employees.
Should a court of competent jurisdiction determine that this agreement is subject to RCW 4.24.115, then, in
the event of liability for damages arising out of bodily injury to persons or damages to property caused by
or resulting from the concurrent negligence of the contractor and the city, its officers, officials, employees
and volunteers, the contractor's liability hereunder shall be only to the extent of the contractor's negligence.
' It is further specifically and expressly understood that the indemnification provided herein constitute the
contractor's waiver of immunity under the Industrial Insurance Act, Title 51 RCW, solely for the purposes
1
t
of this indemnification. This waiver has been mutually negotiated by the parties. The provisions of this
section shall survive the expiration or termination of this agreement.
6) Any notice from one party to the other party under the Contract shall be in writing and shall be dated and
signed by the party giving such notice or by its duly authorized representative of such party. Any such
notice as heretofore specified shall be given by personal delivery thereof or by depositing same in the
United States mail, postage prepaid, certified or registered mail.
7) The Contractor shall commence performance of the Contract no later than 10 calendar days after Contract
final execution, and shall complete the full performance of the Contract not later than One Hundred and
Twenty (120) working days from the date of commencement. For each and every working day of delay
after the established day of completion, it is hereby stipulated and agreed that the damages to the City
occasioned by said delay will be the sum of per Section 1 -08.9 of Standard Specifications as liquidated
damages (and not as a penalty) for each such day, which shall be paid by the Contractor to the City.
8) Neither the final certificate of payment not any provision in the Contract nor partial or entire use of any
installation provided for by this Contract shall relieve the Contractor of liability in respect to any warranties
or responsibility for faulty materials or workmanship. The Contractor shall be under the duty to remedy.
any defects in the work and pay for any damage to other work resulting therefrom which shall appear within
the period of one (1) year from the date of final acceptance of the work, unless a longer period is specified.
The City will give notice of observed defects as heretofore specified with reasonable promptness after
discovery thereof, and Contractor shall be obligated to take immediate steps to correct and remedy any such
defect, fault or breach at the sole cost and expense of Contractor.
Defective or Unauthorized Work. The City reserves its right to withhold payment from Contractor for any
defective or unauthorized work. Defective or unauthorized work includes, without limitation: work and
materials that do not conform to the requirements of this Agreement; and extra work and materials
furnished without the City's written approval. If Contractor is unable, for any reason, to satisfactorily
complete any portion of the work, the City may complete the work by contract or otherwise, and Contractor
shall be liable to the City for any additional costs incurred by the City. "Additional costs" shall mean all
reasonable costs, including legal costs and attorney fees, incurred by the City beyond the maximum
Contract price specified above. The City further reserves its right to deduct the cost to complete the
Contract work, including any Additional Costs, from any and all amounts due or to become due the
Contractor.
r
The Contractor agrees the above one year limitation shall not exclude or diminish the City's rights under
r any law to obtain damages and recover costs resulting from defective and unauthorized work discovered
after one year but prior to the expiration of the legal time period set forth in RCW 4.16.040 limiting actions
upon a contract in writing, or liability expressed or implied arising out of a written agreement.
Final Payment: Waiver of Claims. THE CONTRACTOR'S ACCEPTANCE OF FINAL PAYMENT
(EXCLUDING WITHHELD RETAINAGE) SHALL CONSTITUTE A WAIVER OF CONTRACTOR'S
CLAIMS, EXCEPT THOSE PREVIOUSLY AND PROPERLY MADE AND IDENTIFIED BY
rCONTRACTOR AS UNSETTLED AT THE TIME FINAL PAYMENT IS MADE AND ACCEPTED.
9) The Contractor and each subcontractor, if any, shall submit to the City such schedules of quantities and
' costs, progress schedules, payrolls, reports, estimates, records and miscellaneous data pertaining to the
Contract as may be requested by the City from time to time.
' 10) The Contractor shall furnish a surety bond or bonds as security for the faithful performance of the Contract,
including the payment of all persons and firms performing labor on the construction project under this
Contract or furnishing materials in connection with this Contract; said bond to be in the full amount of the
Contract price as specified in Paragraph 12. The surety or sureties on such bond or bonds must be duly
licensed as a surety in the State of Washington.
r 11) The Contractor shall verify, when submitting first payment invoice and annually thereafter, possession of a
current City of Renton business license while conducting work for the City. The Contractor shall require,
and provide verification upon request, that all subcontractors participating in a City project possess a
current City of Renton business license. The Contractor shall provide, and obtain City approval of, a traffic
control plan prior to conducting work in City right -of -way.
12) The total amount of this contract is the sum of _ $ 698,391.00
' num rs
Six Hundred Ninety Eight Thousand �Three
Hundred Ninety One and xx/100
including Washington State Sales Tax. Payments will be made to Contractor as specified in the "Special
rProvisions" of this Contract.
13) INDEPENDENT CONTRACTOR. The parties intend that an Independent Contractor - Employer
' Relationship will be created by this Agreement and that the Contractor has the ability to control and direct
the performance and details of its work, the City being interested only in the results obtained under this
Agreement.
' 14) LIMITATION OF ACTIONS. CONTRACTOR MUST, IN ANY EVENT, FILE ANY LAWSUIT
ARISING FROM OR CONNECTED WITH THIS AGREEMENT WITHIN 120 CALENDAR DAYS
FROM THE DATE THE CONTRACT WORK IS COMPLETE OR CONTRACTOR'S ABILITY TO FILE
THAT CLAIM OR SUIT SHALL BE FOREVER BARRED. THIS SECTION FURTHER LIMITS ANY
APPLICABLE STATUTORY LIMITATIONS PERIOD.
r15) Non - Waiver of Breach. The failure of the City to insist upon strict performance of any of the covenants
and agreements contained in this Agreement, or to exercise any option
1
conferred by Agreement reement in one or more instances shall not be construed to be a waiver or
g
relinquishment of those covenants, agreements or options, and the same shall be and remain in full force
' and effect.
16) Written Notice. All communications regarding this Agreement shall be sent to the parties at the addresses
listed on the signature page of the Agreement, unless notified to the contrary. Any written notice hereunder
shall become effective three (3) business days after the date of mailing by registered or certified mail, and
shall be deemed sufficiently given if sent to the addressee at the address stated in this Agreement or such
other address as may be hereafter specified in writing.
17) Assignment. Any assignment of this Agreement by either party without the written consent of the non-
' assigning party shall be void. If the non- assigning party gives its consent to any assignment, the terms of
this Agreement shall continue in full force and effect and no further assignment shall be made without
additional written consent.
' 18) Modification. No waiver, alteration, or modification of any of the provisions of this Agreement shall be
binding unless in writing and signed by a duly authorized representative of the city and Contractor.
19) Compliance with Laws. The Contractor agrees to comply with all federal, state, and municipal laws, rules,
and regulations that are now effective or in the future become applicable to Contractor's business,
equipment, and personnel engaged in operations covered by this Agreement or accruing out of the
performance of those operations.
20) Counterparts. This Agreement may be executed in any number of counterparts, each of which shall
constitute an original, and all of which will together constitute this one Agreement.
IN WITNESS WHEREOF, the City has caused these presents to be signed by its Mayor and attested by its City
' Clerk and the Contractor has hereunto set his hand and seal the day and year first above - written.
CONTRACTOR L��OF;rN
President/Partner /Owner Mayor Denis Law
ATTE/S_T'.
AFL, it � � ��?�i � .l.C/G ���.07'✓
Secretary Bonnie I. W a t o n, City Clerk
Firm Name
' check one
❑ Individual ❑ Partnership ❑ Corporation Incorporated in
LLG
I'
Attention:
If business is a CORPORATION name of the corporation should be listed in full and both President and
' Secretary must sign the contract, OR if one signature is permitted by corporation by -laws, a copy of the by -laws
shall be furnished to the City and made a part of the contract document.
' If business is a PARTNERSHIP, full name of each partner should be listed followed by d/b /a (doing business as)
and firm or trade name; any one partner may sign the contract.
' If business is an INDIVIDUAL PROPRIETORSHIP, the name of the owner should appear followed by d/b /a and
name of the company.
� I
� I
� I
UI,'
� I
� I
� I
I PREVAILING MINIMUM
r
Fll
HOURLY WAGE RATES
Department of Labor and Industries 4a� srergo�
Prevailing Wage
(360) 902 -5335
www.hiLwa.t;rt VlTGttiC+i L.iCCnSinfr. /Prey \Vase 4• -_ i?
yr !!a9 tta
. '11iis form must be typed or printed in ink.
s Fill in all blanks or tile form will be returned for correcttost fscc lnsfrtletions).
• Please allow a mtnimutn of 10 working days for processing.
• Once approved, your form will be posted online at
►coos:{ /inrtrcss.wa. L+ ovllni;CwiutrublSearchFt}r.astt
Your Company,lnformation r: Ana
STATEMENT OF INTENT TO
PAS' PREVAILING WAGES
Public Works Contract
$40.00 Filing Fee Required
Intent ID # (Assigned by Lt&I)
Agency Information
Your- Company Name
Project Name
Contract Number
ABC Company, Inc.
❑ Yes ON. ra, <;4
Road Repair ^=
201 I.OiB
Your Address
Awarding Agency
1234 Main Stmet
WA State Department of Transpofiation
City
State,
Zip+4
Awarding Agency Address
Olympia
WA
98501 -1234
XYZ Company. Inc.
PO Box 47354 x
Your Contractor Registration Number
Your UBI Number
City
State
Zip+4
AHCCt•0123M
1 234 567 89
SLJPERFA123AA 321456967
Olympia -
WA '
98501
Your Industrial Insurance Account Number
Awarding Agcttcy Contact Narstc
Pi" Number
1!I,11l -It
0 Yes
John Dcle
Your Entail Address (required far notiftcatialt of approval) Your Phone Number
prevailingwage@lni,*,R.gov (555) 555.5555
lAdditional Details,r.
01/01/2011
Job Site Address/Directions
State Street Q Plum Street
Coritruct Dctulls
,1BId Due Datg:(Prime Conti €$tar s} Award Date (Pritne Contrac(or's)
0R/01P1n1f)a `' 08/10/2010
snlea tee j or time and materials, if applicable.
7. 1000.00
t; f•
A.RRA Funds,
Yeatherizatlaa or EtiergyEfficient Funds
Does this project utilize American Recovery and Reinvestment Act (ARRA) funds?
Does this prtrjnat utilize any weatherization or energy efficiency upgrade funds
❑ Yes ON. ra, <;4
;:
(ARRA ar ottieivrise)7 ) Yes 0 N
Prime Contractor's Company Information .
Hiring Contractor's.Coinptiay laforination
Prime Contractor's Company Nume
Prime Conttaatur's Intent Nunliber
Hgink Contractor's Company Name
XYZ Company. Inc.
123456,.
:
Sope`r,``Pavers, inc.
Hiring Contractor's Contractor Registration Number Hiring Contractor's UBI Number
Prime Contractor's Registration Number
Prime Contractor's UBI Nunibei;" J
XY "LtN *0423AA
987654321
SLJPERFA123AA 321456967
Employment Information
Do you intend to use ANY subconnaci iis?
Q Yes
r; ®'No
Wii[ employees perinrm work on this project?
0 Yes
D. No
Will ALL work be subcontracted?
Cj xYes
' ® No
Do you intend to use apprentice cmplayees7
®Yes
[I No
§ `...,^,
Number of Ownellf}peiaiors who own at least 3 pr of the company tvho will perform work on the project: ❑ None (0) ® One (t) ❑ Two (2) 0 Three (3)
Crafis/Frades/Oecupations -'(Do not list apprjft tees. They arc listed an the Affidavit of Wages Paid only.)
''
Number of
Rate, or Hourly
Rate of Hourly
If an cmployce` works in tuore than one trade, cnsuM that all hours worked in each trade are reported below.
Workers
Pay
Usual ("Fringe")
For ndditianat cm ftshrndes/ticculanttotis'please useWtidendum A.
Benefits
Laborer AspltaltRakerg
2
39.28
5.00
Power Equipment Operator - Asphalt Plaiit Operator
1
48.04
2.35
Truett Driver - Asphalt &fix {over 16 Yd's)
1
46.47
0.00
SI naitire Stock
•
I hereby certifv that I have read and understand the instructions to complete this form and that the information, including any addenda, are correct and that all workers I empioy on this
Title:
NOTICE: If the priate contract Is at a cost of over one million dollars (51.000,000.00), RC \S' 39.04.370 tequtrns you to complete the F,HB 2805 (RCN 39.04.370) Addendum and attach it
to your Affidavit or wages or Pnid when your work an the project concludes. This is only a nollce. The ERB 2805 Addendum is not subnsi"ed eith this Intent.
SAMPLE • F700-029-DOD Statement of Intent to Pay Prevailing Wages 03 -2011
1)
Department of Labor and Industries
srAr�os
Prevailing Wage Program
(360) 902 -5335
��w
c° s
\vtv\v.lni.\va. its +vll'radcsLiccnsine�l'trvlVugc
rr#
Your Address
1234 Main Street
mkt zaee � °y
• This form must be typed or printed in ink.
State
WA
• Fill in ALL blanks or the form will be returned far correction (see Instructions).
• Please allow a minimum of 10 working days for processing.
+ Once approved, your foot will be posted online at
Your UBI Number
123456789
hE1�rS:/ /for) dens.wa.ao \'!Ilti �nN'lapnl))SCafL' h f'4r.asU
ZFp
98501
AFFIDAVIT OF WAGES PAID
Public Works Contract
$40.00 Filing Fee Required
Affidavit ID # (Assigned by L &1):
SAMPLE
Your Corn an Ioforrttatlon
Indicate
(including
'Awardln j &eitcy Iaformailon -
Your Company Name
ABC Company
Project Name
Road Re air
Contmet Number
123 -456
Your Address
1234 Main Street
Awarding Agency
WA St Department of Transportation
City
Olympia
State
WA
?zp+4
98501 -1234
Awarding Agency Address
PO Box 123
Your Contractor Registration Number
ABCCI *0123AA
Your UBI Number
123456789
City State
Olympia WA
ZFp
98501
+4
Your Industrial insurance Account Number
I 1 i,l 11 -1)
Awarding Agency Contact Name Phone
John Doe (555)
Number
555 -5555
Your Email Address (required for notification ofapproml)
revailin wu e r ini.wa. ov
Your Phone Number
555 555 -5555
County Where Work Was Performed City
Thurston lolympia
Where Work Was Performed
Additional Details "
Contract Details
3:= Job Start Date (mmlddlyyyy)
2/112011
Your Date Work Completed (mm/ddlyyyy)
3/l/2011
Bid Due Data (Prime Contractor's) we
111/2011 1/512011
Date (Prime Contractor's)
Job Site AddressWirections
Plum and State Street
Your Approved intent ID ii
123456
Total Dollar Amount ofyour. Contract
sales tax).
$10,000.00
EIIB 2805 (RCW 39.04370) - Is the Prime Contractor's
Contact at s cost of over one million dollars S 1,000
Sfyou answered "Yes" w the Ii IiB 2805 question and the Award Date is 4l1120I0 or
? ❑ Ye` ®1 \° !star u must complete and submit the F.ItB 2805 CW 39.04.370 Addendum.
IARRA "Funds
Does this project utilize American Recovery and Reinvestment Act (ARRA) funds?
0 Yes ® No
(ARRA
or En enzy Efficient Funds
Does this project utilize any weatherization or energy eliEciency upgrade funds
or otherwise)? © Yes ® No
Prime Contractor's Company .It[urmritlon."
HIrInit Contractor's Coutpainy Information
Prime Contractor's Company Name
X YZ Company
Hiring Contractor's Company Name
CBA Com an
Prime Contractor's Registration Number
XYZCI*0123AA
Prime Contractor's UBI Number
1987654321
Hiring Contractors Registration Number
CBACI *0123AA
hiring Contractor's UBI Number
456789123
Employment Information.
Did you use ANX A € subcontractors?
Q Yes (A- ddendam B ilegaIrQd)
® No TDid
employees perform work on this project?
®Yes
❑ No
t Was A work subcontracted?
❑ Yes AAddendum B Rt tnlredl
®No
Did you use apprentice employees?
❑ Yes
® No
INumber of OwnertOperators who own ut least 30% of the company who performed work on this project:
1You must list the First and Last Nauta s or any Owner/Opera tor performing work hot
❑ None (0) (D One (1) ❑ Two (2) ❑ Three (3)
'I. €st your Craftsff'radestOccupations Helow - For Journey Level Workers you must
provide all of the infom)ation below. OwnerfOpemt°rs- must provide their First and Last
name no other information required. --Apprentices are not recorded below. You must
use Addendum D to list Apprentices.
Number of
Workers
Total 0 of Hours Rate
Worked
of Hourly
Pay
Itnte of Huuriy
Usual ( "Fringe ")
Benefits
General Labor
2
153
41.23
8.54
Carpenter
5
210
52.26
10.13
signature Block
I hereby certify that I have read and understand the instructions to complete this form and that the information on the form and any addenda is correct and that all wurkcrs I employed on this
Public Works Project were paid no less titan the Prevailing Wage Rnlc(s ) as deterrmned b • the Industrial Statistician of the Department of labor and Industries.
Print Name: Jane Doe Print Title: Bookkeeper Signature: Date :315/201 I
For I. I Use OnF
APPROYEM Department of Labor anti Industries
By Industrial Statistician
SAMPLE - F7004)07 -000 Affidavit of Wages Paid 3 -2011
�I
�EI i
I�I ii
f!
I�
State of Washington
Department of Labor & Industries
Prevailing Wage Section - Telephone 360 - 902 -5335
PO Box 44540, Olympia, WA 98504 -4540
Washington State Prevailing Wage
The PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate of fringe
benefits. On public works projects, worker's wage and benefit rates must add to not less than this
total. A brief description of overtime calculation requirements are provided on the Benefit Code
Key.
Journey Level Prevailing Wage Rates for the Effective Date:
3/18/2013
.....M....,
County
.r ...,...
Trade
_, ..__.
Jab Classification
-Wag
e
Holiday
Overtime
Note
King
Asbestos Abatement Workers
Journey Level
$40.83
5D
1H
King
Boilermakers
Journey Level
$62.34
5N
1C
King
Brick Mason
Brick And Block Finisher
$42.21
5A
1 M
`King
Brick Mason
Journey Level
$49.07
5A
1M
King
Brick Mason
Pointer- Caulker - Cleaner
$49.07
5A
1 M
King
Building Service Employees
Janitor
$19.98
5S
2F
King
Building Service Empto ewes
Traveling Waxer /shampooer
$20.39
5S
2F
King
Building Service Employees
Window Cleaner (Scaffold)
$24.52
5S
2F
King
Building Service Employees
Window Cleaner(non- scaffold)
$23.66
5S
2F
King
Cabinet Makers In Shop)
Journey Level
$22.74
1
King
Carpenters
Acoustical Worker
$49.57
5D
1M
King
Carpenters
Bridge, Dock And Wharf
Carpenters
$49.57
5D
1M
g
°King
Carpenters
Carpenter
$49.57
5D
1M
King
Carpenters
Carpenters on Stationary Tools
$49.70
5D
1M
King
Carpenters
Creosoted Material
$49.67
5D
1M
°
King
Carpenters
Floor Finisher
$49.57
5D
1M
King
Carpenters
Floor Layer
$49.57
5D
1M
l
4
King
Carpenters
Scaffold Erector
$49.571
5D
1M
King
Cement Masons
Journey Level
$50.13
7A
1M
King
Divers Et Tenders
Diver
$100.28
5D
1M
8A
King
Divers Ft Tenders
Diver On Standby
$56.68
5D
1M
t
King
Divers & Tenders
Diver Tender
$52.23
5D
1M
King
Divers & Tenders
Surface Rcv Et Rov Operator
$52.23
5D
1M
King
Divers & Tenders
Surface Rcv Et Rov Operator
Tender
$48.67
5A
1B
King
Dredge Workers
Assistant Engineer
$51.37
5D
3G
King
Dredge Workers
Assistant Mate(deckhand)
$50.86
5D
3G
King
Dredge Workers
Boatmen
$51.37
5D
3G
j
King
Dredge Workers
Engineer Welder
$51.42
5D
3G
King
Dredge Workers
Leverman, Hydraulic
$52.99
' 5D
3G
I "E,%, %jx i v
a King
Dredge Workers
Maintenance
$51.11
5D
3G
King
Dredge Workers
Mates
$51.37
5D
3G
King
Dredge Workers
Oiler
$50.99
5D
3G
King
Drywall Applicator
Journey Level
$49.74
5D
1H
King
Drywall Tapers
Journey Level
$49.79
5P
1 E
King
Electrical Fixture Maintenance
Journey Level
$25.34
5L
1E
Workers
King
Electricians - Inside
Cable Splicer
$64.241
7C
2W
King
Electricians - Inside
Cable Splicer (tunnel)
$69.07
7C
2W
King
Electricians - Inside
Certified Welder
$62.04
7C
2W
King
Electricians - Inside
Certified Welder (tunnel)
$66.65
7C
2W
King
Electricians - Inside
Construction Stock Person
$34.19
7C
2W
King
Electricians - Inside
Journey Level
$59.85
7C
2W
King
Electricians - Inside
Journey Level (tunnel)
$64.24
7C
2W
King
Electricians - Motor Shop
Craftsman
$15.37
1
King
Electricians - Motor Shop
Journey Level
$14.69
1
King
Electricians - Powertine
Construction
Cable Splicer
$64.95
5A
.4A
King
Electricians - Powerline
Construction
Certified Line Welder
$59.37
5A
4A
King
Electricians - Powertine
Construction
Groundperson
$42.16
5A
4A
King
Electricians - Powerline
Construction
Head Groundperson
$44.50
5A
4A
King
Electricians - Powerline
Construction
Heavy Line Equipment Operator
$59.37
5A
4A
King
Electricians - Powertine
Construction
Jackhammer Operator
$44.50
5A
4A
King
Electricians - Powerline
Construction
Journey Level Lineperson
$59.37
5A
4A
King
Electricians - Powertine
Construction
Line Equipment Operator
$49.95
5A
4A
King
Electricians - Powertine
Construction
Pole Sprayer
$59.37
5A
4A
a
King
Electricians - Powertine
Construction
Powderperson
$44.50
5A
4A
King
Electronic Technicians
Journey Level
$31.00
1
King
Elevator Constructors
Mechanic
$77.70
7D
4A
King
Elevator Constructors
Mechanic In Charge
$84.24
7D
4A
King
Fabricated Precast Concrete
All Classifications - In- Factory
Work Only
$14.60
5B
2K
Products
King
Fence Erectors
Fence Erector
$15.18
1
King
Fla gers
Journey Level
$34.61
7A
2Y
King
Glaziers
Journey Level
$52.76
7L
1Y
King
Heat 8 Frost Insulators And
Asbestos Workers
Journeyman
$56.93
5.1
15
King
Heatin Equipment Mechanics
Journey Level
$68.52
7F
1E
King
Hod Carriers & Mason Tenders
Journey Level
$42.11
7A
2Y
King
Industrial Power Vacuum Cleaner
Journey Level
$9.24
1
King
Inland Boatmen
Boat Operator
$52.32
5B
1K
1
1
1
1
i
1
1
i
1
1
i
1
1
1
1
i
1
1
1
t
t
1
u
u
i u &%. ✓ vl i v
King
Inland Boatmen
Cook
$48.89
5B
1K
King
Inland Boatmen
Deckhand
$48.96
5B
1 K
King
Inland Boatmen
Deckhand Engineer
$49.95
5B
1K
King
Inland Boatmen
Launch Operator
$51.16
5B
1K
King
Inland Boatmen
Mate
$51.16
5B
1K
King
Inspection /Cleaning /Sealing Of
Cleaner Operator, Foamer
Operator
$31.49
1
Sewer &t Water Systems By
Remote Control
King
Inspection /Cleaning /Seating Of
Grout Truck Operator
$11.48
1
Sewer &t Water Systems By
Remote Control
King
Inspection /Cleaning /Seating Of
Head Operator
$24.91
1
Sewer &t Water Systems By
Remote Control
King
Inspection /Cteaning,/Sealing Of
Technician
$19.33
1
Sewer &t Water Systems By
Remote Control
King
t
Inspection /Cleaning /Seating, Of
Tv Truck Operator
$20.45
1
Sewer Et Water Systems By
Remote Control
King
Insulation Applicators
Journey Level
$49.57
5D
1 M
King
Ironworkers
Journeyman
$59.02
7N
10
King
Laborers
Air, Gas Or Electric Vibrating
Screed
$40.83
7A
2Y
King
Laborers
Airtrac Drill Operator
$42.11
7A
2Y
King
Laborers
Ballast Regular Machine
$40.83
7A
2Y
King
Laborers
Batch Weighman
$34.61
7A
2Y
King
Laborers
Brick Pavers
$40.83
7A
2Y
King
Laborers
Brush Cutter
$40.83
7A
2Y
King
Laborers
Brush Hog Feeder
$40.83
7A
2Y
King
Laborers
Burner
$40.83
7A
2Y
King
Laborers
Caisson Worker
$42.11
7A
2Y
King
Laborers
Carpenter Tender
$40.83
7A
2Y
King
Laborers
Caulker
$40.83
7A
2Y
King
Laborers
Cement Dumper - paving
$41.59
7A
2Y
King
Laborers
Cement Finisher Tender
$40.83
7A I
2Y
King
Laborers
Change House Or Dry Shack
$40.83
7A
2Y
=King
Laborers
Chipping Gun (under 30 Lbs.)
$40.83
7A
2Y
King
Laborers
Chipping Gun(30 Lbs. And Over)
$41.59
7A
2Y
>King
Laborers
Choker Setter
$40.83
7A
2Y
;King
Laborers
Chuck Tender
$40.83
7A
2Y
King
Laborers
Clary Power Spreader
$41.59
7A
2Y
King
Laborers
Clean -up Laborer
$40.83
7A
2Y
King
Laborers
Concrete Dumper /chute Operator
$41.59
7A
2Y
King
Laborers
Concrete Form Stripper
$40.83
7A
2Y
`King
Laborers
Concrete Placement Crew
$41.59
7A
2Y
King
Laborers
Concrete Saw Operator /core
Driller
$41.59
7A
2Y
I
King
Laborers
Crusher Feeder
$34.61
7A
2Y
sKing
Laborers
Curing Laborer
$40.83
7A
2Y
nn 11 n Inn n
King
Laborers
Demolition: Wrecking Et Moving
(incl. Charred Material)
$40.83
7A
2Y
a
King
Laborers
Ditch Digger
$40.83
7A
2Y
'King
Laborers
Diver
$42.11
7A
2Y
King
Laborers
Drill Operator
hydraulic, diamond)
$41.59
7A
2Y
King
Laborers
Dry Stack Walls
$40.83
7A
2Y
King
Laborers
Dump Person
$40.83
7A
2Y
King
Laborers
Epoxy Technician
$40.83
7A
2Y
King
Laborers
Erosion Control Worker
$40.83
7A
2Y
King
Laborers
Faller Et Bucker Chain Saw
$41.59
7A
2Y
King
Laborers
Fine Graders
$40.831
7A
2Y
King
Laborers
Firewatch
$34.61
7A
2Y
:King
Laborers
Form Setter
$40.83
7A
2Y
King
Laborers
Gabian Basket Builders
$40.83
7A
2Y
s
King
Laborers
General Laborer
$40.83
7A
2Y
King
Laborers
Grade Checker Et Transit Person
$42.11
7A
2Y
King
Laborers
Grinders
$40.83
7A
2Y
King
Laborers
Grout Machine Tender
$40.83
7A
2Y
King
Laborers
Groutmen (pressure)including
Post Tension Beams
$41.59
7A
2Y
King
Laborers
Guardrail Erector
$40.83
7A
2Y
King
Laborers
Hazardous Waste Worker (level A)
$42.11
7A
2Y
King
Laborers
Hazardous Waste Worker (level B)
$41.59
7A
2Y
King
Laborers
Hazardous Waste Worker (level C)
$40.83
7A
2Y
King
Laborers
High Scaler
$42.11
7A
2Y
King
Laborers
Jackhammer
$41.59
7A
2Y
King
Laborers
Laserbeam Operator
$41.59
7A
2Y
King
Laborers
Maintenance Person
$40.83
7A
2Y
King
Laborers
Manhole Builder - mudman
$41.59
7A
2Y
King
Laborers
Material Yard Person
$40.83
7A
2Y
King
Laborers
Motorman -dinky Locomotive
$41.59
7A
2Y
`King
i
Laborers
Nozzleman (concrete Pump,
Green Cutter When Using
Combination Of High Pressure Air
Et Water On Concrete Et Rock,
Sandblast, Gunite, Shotcrete,
Water Bla
$41.59
7A
2Y
King
Laborers
Pavement Breaker
$41.59
7A
2Y
'King
Laborers
Pilot Car
$34.61
7A
2Y
King
Laborers
Pipe Layer Lead
$42.11
7A
2Y
King
Laborers
Pipe Layer /tailor
$41.59
7A
2Y
King
Laborers
Pipe Pot Tender
$41.59
7A
2Y
King
Laborers
Pipe Reliner
$41.59
7A
2Y
'King
Laborers
Pipe Wrapper
$41.59
7A
2Y .
'King
Laborers
Pot Tender
$40.83
7A
2Y
King
Laborers
Powderman
$42.11
7A
2Y
King
Laborers
Powderman's Helper
$40.83
7A
2Y
King
Laborers
Power Jacks
$41.59
7A
2Y
I- «.__. iir- - ` - - - - --- - ---- n-- I-- ----1-- I._ - -I - - -- --- nn 11 n Inn In
t
t
t
t
t
t
King
Laborers
Railroad Spike Puller - Power
$41.59
7A
2Y
I King
Laborers
Raker - Asphalt
$42.11
7A
2Y
King
Laborers
Re- timberman
$42.11
7A
2Y
King
Laborers
Remote Equipment Operator
$41.59
7A
2Y
King
Laborers
Rigger /signal Person
$41.59
7A
2Y
z
'King
Laborers
Rip Rap Person
$40.83
7A
2Y
King
Laborers
Rivet Buster
$41.59
7A
2Y
;King
Laborers
Rodder
$41.59
7A
2Y
King
Laborers
Scaffold Erector
$40.83
7A
2Y
King
Laborers
Scale Person
$40.83
7A
2Y
=King
Laborers
Sloper (over 20")
$41.59
7A
2Y
King
Laborers
Sloper Sprayer
$40.83
7A
2Y
s
'King
Laborers
Spreader (concrete)
$41.59
7A
2Y
King
Laborers
Stake Hopper
$40.83
7A
2Y
King
Laborers
Stock Piler
$40.83
7A
2Y
'King
Laborers
Tamper ft Similar Electric, Air Et
Gas Operated Tools
$41.59
7A
2Y
King
Laborers
Tamper (multiple Et Self-
propelled)
$41.59
7A
2Y
King
Laborers
Timber Person - Sewer (lagger,.
Shorer Ft Cribber)
$41.59
7A
2Y
King
Laborers
Toolroom Person (at Jobsite)
$40.83
7A
2Y
King
Laborers
Topper
$40.83
7A
2Y
King
Laborers
Track Laborer
$40.83
7A
2Y
a King
Laborers
Track Liner (power)
$41.59
7A
2Y
King
Laborers
Traffic Control Laborer
$37.01
7A
2Y
8R
King
Laborers
Traffic Control Supervisor
$37.01
7A
2Y
8R
King
Laborers
Truck Spotter
$40.83
7A
2Y
i
King
Laborers
Tugger Operator
$41.59
7A
2Y
King
Laborers
Tunnel Work Compressed Air
Worker 0 -30 psi
$55.89
7A
2Y
King
Laborers
Tunnel Work- Compressed Air
Worker 30.01 -44.00 psi
$60.92
7A
2Y
King
Laborers
Tunnel Work- Compressed Air
Worker 44.01 -54.00 psi
$64.60
7A
2Y
8Q
`King
Laborers
Tunnel Work- Compressed Air
Worker 54.01 -60.00 psi
$70.30
7A
2Y
King
Laborers
Tunnel Work- Compressed Air
Worker 60.01 -64.00 psi
$72.42
7A
2Y
8�
King
Laborers
Tunnel Work- Compressed Air
Worker 64.01 -68.00 psi
$77.52
7A
2Y
8�C
t
King
Laborers
Tunnel Work- Compressed Air
Worker 68.01 -70.00 psi
$79.42
7A
2Y
8Q
} King
Laborers
Tunnel Work- Compressed Air
Worker 70.01 -72.00 psi
$81.42
7A
1H
aa
King
Laborers
Tunnel Work- Compressed Air
Worker 72.01 -74.00 psi
$83.42
7A
1H
6 King
Laborers
Tunnel Work -Guage and Lock
Tender
$42.21
7A
2Y
King
Laborers
Tunnel Work -Miner
$42.21
7A
2Y
aa
nn 11 n in n l n
iur,%.vvi tv
King
Laborers
Vibrator
$41.59
7A
2Y
r King
Laborers
Vinyl Seamer
$40.83
7A
2Y
King
Laborers
Watchman
$31.46
7A
2Y
King
Laborers
Welder
$41.59
7A
2Y
tKing
Laborers
Well Point Laborer
$41.59
7A
2Y
King
Laborers
Window Washer /cleaner
$31.46
7A
2Y
King
Laborers - Underground Sewer 8t
General Laborer Et Topman
$40.83
7A
2Y
Water
King
Laborers - Underground Sewer Et
Pipe Layer
$41.59
7A
2Y
Water
King
Landscape Construction
Irrigation Or Lawn Sprinkler
Installers
$13.56
1
King
Landscape Construction
Landscape Equipment Operators
Or Truck Drivers
$28.17
1
King
Landscape Construction
Landscaping or Planting Laborers
$17.87
1
King
Lathers
Journey Level
$49.74
5D
1H
King
Marble Setters
Journey Level
$49.07
5A
1M
King
Metal Fabrication (In Shop)
Fitter
$15.86
1
King
Metal Fabrication (In Shop)
Laborer
$9.78
1
King
Metal Fabrication (In Shop)
Machine Operator
$13.04
1
King
Metal Fabrication (In Shop)
Painter
$11.10
1
King
Metal Fabrication (In Shop)
Welder
$15.48
1
6
King
Millwright
Journey Level
$50.67
5D
1M
King
Modular Buildings
Cabinet Assembly
$11.56
1
T King
Modular Buildings
Electrician
$11.56
1
King
Modular Buildings
Equipment Maintenance
$11.56
1
King
Modular Buildings
Plumber
$11.56
1
King
Modular Buildines
Production Worker
$9.40
1
King
Modular Buildings
Tool Maintenance
$11.56
1
King
Modular Buildings
Utility Person
$11.56
1
King
Modular Buildings
Welder
$11.56
1
King
Painters
Journey Level
$36.53
6Z
2B
King
Pile Driver
Journey Level
$49.82
5D
1M
King
Plasterers
Journey Level
$48.23
7Q
1 R
King
Playground Ft Park Equipment
Installers
Journey Level
$9.19
1
King
Plumbers 8 Pipefitters
Journey Level
$71.69
6Z
1G
King
Power Equipment Operators
Asphalt Plant Operators
$52.19
7A
3C
8P
;King
Power Equipment Operators
Assistant Engineer
$48.92
7A
3C
8P
King
Power Equipment Operators
Barrier Machine (zipper)
$51.70
7A
3C
8P
King
Power Equipment Operators
Batch Plant Operator, Concrete
$51.70
7A
3C
8P
King
Power Equipment Operators
Bobcat
$48.92
7A
3C
8P
King
Power Equipment Operators
Brokk - Remote Demolition
Equipment
$48.92
7A
3C
8P
King
Power Equipment Operators
Brooms
$48.92
7A
3C
8P
King
Power Equipment Operators
Bump Cutter
$51.70
7A
3C
8P
King
Power Equipment Operators
Cableways
$52.19
7A
3C
2P
King
Power Equipment Operators IChipper
$51.70
7A
3C
8P
8
I- - - - -I /l - - -- - --- - ---n-- I-- ----1--I -___ 1._.._-T---1-- I ---- -'.- -- nn /1 n Inn In
I' I
ri
t
f!
I
J
�I
t
i�
i uEj%. , vi • v
King
Power Equipment Operators
Compressor
$48.92
7A
3C
8P
'King
Power Equipment Operators
Concrete Pump: Truck Mount With
Boom Attachment Over 42 M
$52.19
7A
3C
8P
King
Power Equipment Operators
Concrete Finish Machine -laser
Screed
$48.92
7A
3C
8P
King
Power Equipment Operators
Concrete Pump - Mounted Or
Trailer High Pressure Line Pump,
Pump High Pressure.
$51.28
7A
3C
8P
King
Power Equipment Operators
Concrete Pump: Truck Mount With
Boom Attachment Up To 42m
$51.70
7A
3C
8P
King
Power Equipment Operators
Conveyors
$51.28
7A
3C
8P
King
Power Equipment Operators
Cranes: 20 Tons Through 44 Tons
With Attachments
$51.70
7A
3C
8P
King
Power Equipment Operators
Cranes: 20 Tons Through 44 Tons
With Attachments Overhead,
Bridge Type Crane: 20 Tons.
Through 44 Tons
$51.70
7A
3C
8P
King
Power Equipment Operators
Cranes: 100 Tons Through 199
Tons, Or 150' Of Boom (including
Jib With
$52.74
7A
3C
8P
King
Power Equipment Operators
Cranes: 100 Tons Through 199
Tons, or 150' of boom (including
jib with attachments); Overhead,
bridge type, 100 tons and over;
Tower crane up to 175' in height,
base to boom.
$52.74
7A
3C
8P g
r
King
Power Equipment Operators
Cranes: 200 Tons To 300 Tons, Or
250' Of Boom (including Jib With
Attachments)
$53.31
7A
3C
8P
t
King
Power Equipment Operators
Cranes: 45 Tons Through 99 Tons,
Under 150' Of Boom (including Jib
With Attachments)
$52.19
7A
3C
8P
`King
Power Equipment Operators
Cranes: A -frame - 10 Tons And
Under
$48.92
7A
3C
8P
King
Power Equipment Operators
Cranes: Friction 100 Tons Through
199 Tons
$53.31
7A
3C
8P
King
Power Equipment Operators
Cranes: Friction Over 200 Tons
$53.87
7A
3C
8P
King
g
Power Equipment Operators
Cranes: Over 300 Tons Or 300' Of
Boom (including Jib With
Attachments)
$53.87
7A
3C
8P
King
Power Equipment Operators
Cranes: Through 19 Tons With
Attachments A -frame Over 10
Tons
$51.28
7A
3C
8P
King
Power Equipment Operators
Crusher
$51.70
7A
3C
8P
King
Power Equipment Operators
Deck Engineer /deck Winches
(power)
$51.70
7A
3C
8P
King
Power Equipment Operators
Derricks, On Building Work
$52.19
7A
3C
8_P
King
J
Power Equipment Operators
Dozer Quad 9, HD 41, D10 and
Over
$52.19
7A
3C
8P
King
Power Equipment Operators
Dozers D -9 Et Under
$51.28
7A
3C
8P
King
Power Equipment Operators
Drill Oilers: Auger Type, Truck Or
Crane Mount
$51.28
7A
3C
8P
:-King
Power Equipment Operators
Drilling Machine
$51.70
7A
3C
8P
King
Power Equipment Operators
Elevator And Man -lift: Permanent
$48.92
7A
3C
8P
nn 11 n inn I n
I—_ ". / /t_.. .---____ - --1- - "I - - __.--- nn /1n /nn'In
t
t
t
t
t
t
And Shaft Type
King
Power Equipment Operators
Finishing Machine, Bidwell And
Gamaco Et Similar Equipment
$51.70
7A
3C
8P
King
Power Equipment Operators
Forklift: 3000 Lbs And Over With
Attachments
$51.28
7A
3C
8P
King
Power Equipment Operators
Forklifts: Under 3000 Lbs. With
Attachments
$48.92
7A
3C
8P
King
Power Equipment Operators
Grade Engineer: Using Blue Prints,
Cut Sheets, Etc
$51.70
7A
3C
8P
King
Power Equipment Operators
Gradechecker /stakeman
$48.92
7A
3C
8P
King
Power Equipment Operators
Guardrail Punch
$51.70
7A
3C
8P
King
Power Equipment Operators
Guardrail Punch /Auger
$51.70
7A
3C
8P
King
Power Equipment Operators
Hard Tail End Dump Articulating
Off- Road Equipment 45 Yards. Et
Over
$52.19
7A
3C
8P
King
Power Equipment Operators
Hard Tail End Dump Articulating
Off -road Equipment Under 45
Yards
$51.70
7A
3C
8P
King
Power Equipment Operators
Horizontal /directional Drill
Locator
$51.28
7A
3C
8P
King
Power Equipment Operators
Horizontal /directional Drill
Operator
$51.70
7A
3C
2P
King
Power Equipment Operators
Hydralifts /boom Trucks Over 10
Tons
$51.28
7A
3C
8P
King
Power Equipment Operators
Hydralifts /boom Trucks, 10 Tons
And Under
$48.92
7A
3C
8P
King
Power Equipment Operators
Loader, Overhead 8 Yards. Et Over
$52.74
7A
3C
8P
King
Power Equipment Operators
Loader, Overhead, 6 Yards. But
Not Including 8 Yards
$52.19
7A
3C
8P
King
Power Equipment Operators
Loaders, Overhead Under 6 Yards
$51.70
7A
3C
8P
King
Power Equipment Operators
Loaders, Plant Feed
$51.70
7A
3C
8P
King
Power Equipment Operators
Loaders: Elevating Type Belt
$51.28
7A
3C
8P
King
Power Equipment 0 erators
Locomotives, All
$51.70
7A
3C
8P
King
Power Equipment Operators
Material Transfer Device
$51.70
7A
3C
8P
King
Power Equipment Operators
Mechanics, All (leadmen - $0.50
Per Hour Over Mechanic)
$52.74
7A
3C
8P
King
Power Equipment Operators
Mixers: Asphalt Plant
$51.70
7A
3C
8P
King
Power Equipment Operators
Motor Patrol Grader - Non-
finishing
$51.28
7A
3C
8P
King
Power Equipment Operators
Motor Patrol Graders, Finishing
$52.19
7A
3C
8P
King
Power Equipment Operators
Mucking Machine, Mole, Tunnel
Drill, Boring, Road Header And /or
Shield
$52.19
7A
3C
8P
King
Power Equipment Operators
Oil Distributors, Blower
Distribution Et Mulch Seeding
Operator
$48.92
7A
3C
8P
King
Power Equipment Operators
Outside Hoists (elevators And
Manlifts), Air Tuggers,strato
$51.28
7A
3C
8P
King
Power Equipment Operators
Overhead, Bridge Type Crane: 20
Tons Through 44 Tons
$51.70
7A
3C
8P
King
Power Equipment Operators
Overhead, Bridge Type: 100 Tons
And Over
$52.74
7A
3C
8P
f
I—_ ". / /t_.. .---____ - --1- - "I - - __.--- nn /1n /nn'In
t
t
t
t
t
t
J
t
J
t
t
i u�a i vi i v
'King
Power Equipment
Operators
Overhead, Bridge Type: 45 Tons
Through 99 Tons
$52.19
7A
3C
8P
a
E
King
Power Equipment
Operators
Pavement Breaker
$48.92
7A
3C
8P
King
Power Equipment
Operators
Pile Driver (other Than Crane
Mount)
$51.70
7A
3C
8P
' King
Power Equipment
Operators
Plant Oiler - Asphalt, Crusher
$51.28
7A
3C
8P
King
Power Equipment
Operators
Posthole Digger, Mechanical
$48.92
7A
3C
8P
King
Power Equipment
Operators
Power Plant
$48.92
7A
3C
8P
King
Power Equipment
Operators
Pumps - Water
$48.92
7A
3C
8P
King
Power Equipment
Operators
Quad 9, Hd 41, D10 And Over
$52.19
7A
3C
8P
King
Power Equipment
Operators
Quick Tower - No Cab, Under 100
Feet In Height Based To Boom
$48.92
7A
3C
8P
King
Power Equipment
Operators
Remote Control Operator On
Rubber Tired Earth Moving
Equipment
$52.19
7A
3C
8P
i
King
Power Equipment
Operators
Rigger And Bellman
$48.92
7A
3C
8P
King
Power Equipment
Operators
Rollagon
$52.19
7A
3C
813
King
Power Equipment
Operators
Roller, Other Than Plant Mix
$48.92
7A
3C
8P
King
Power Equipment
Operators
Roller, Plant Mix Or Multi -lift
Materials
$51.28
7A
3C
8P
'King
Power Equipment
Operators
Roto -mill, Roto - grinder
$51.70
7A
3C
8P I
King
Power Equipment
Operators
Saws - Concrete
$51.28
7A
3C
8P
King
Power Equipment
Operators
Scraper, Self Propelled Under 45
Yards
$51.70
7A
3C
8P
King
Power Equipment
Operators
Scrapers - Concrete Et Carry All
$51.28
7A
3C
8P
King
Power Equipment
Operators
Scrapers, Self - propelled: 45 Yards
And Over
$52.19
7A
3C
8P
King
Power Equipment
Operators
Service Engineers - Equipment
$51.28
7A
3C
8P
;King
Power Equipment
Operators
Shotcrete /gunite Equipment
$48.92
7A
3C
8P
King
Power Equipment
Operators
Shovel , Excavator, Backhoe,
Tractors Under 15 Metric Tons.
$51.28
7A
3C
8P
j
King
Power Equipment
Operators
Shovel, Excavator, Backhoe: Over
30 Metric Tons To 50 Metric Tons
$52.19
7A
3C
8P
King
Power Equipment
Operators
Shovel, Excavator, Backhoes,
Tractors: 15 To 30 Metric Tons
$51.70
7A
3C
8P
King
Power Equipment
Operators
Shovel, Excavator, Backhoes:
Over 50 Metric Tons To 90 Metric
Tons
$52.74
7A
3C
8P '
King
Power Equipment
Operators
Shovel, Excavator, Backhoes:
Over 90 Metric Tons
$53.31
7A
3C
8P
King
Power Equipment
Operators
Slipform Pavers
$52.19
7A
3C
8P i
King
Power Equipment
Operators
Spreader, Topsider Et Screedman
$52.19
7A
3C
813
King
Power Equipment
Operators
Subgrader Trimmer
$51.701
7A
3C
8P
King
Power Equipment
Operators
Tower Bucket Elevators
$51.28
7A
3C
813
King
Power Equipment
Operators
Tower Crane Over 175'in Height,
Base To Boom
$53.31
7A
3C
8P
i
King
Power Equipment
Operators
Tower Crane Up To 175' In Height
Base To Boom
$52.74
7A
3C
8P
King
Power Equipment
Operators
Transporters, All Track Or Truck
Type
$52.19
7A
3C
8P
King
Power Equipment
Operators
Trenching Machines
$51.28
7A
3C
8P
nn n n inn, 1-1
■ u6%. 1 v vi i v
King
Power Equipment Operators
Truck Crane Oiler /driver - 100
Tons And Over
$51.70
7A
3C
8P
King
Power Equipment Operators
Truck Crane Oiler /driver Under
100 Tons
$51.28
7A
3C
8P
King
Power Equipment Operators
Truck Mount Portable Conveyor
$51.70
7A
3C
8P
King
Power Equipment Operators
Welder
$52.19
7A
3C
8P
King
Power Equipment Operators
Wheel Tractors, Farmall Type
$48.92
7A
3C
8P
King
Power Equipment Operators
Yo Yo Pay Dozer
$51.70
7A
3C
8P
King
Power Equipment Operators-
Asphalt Plant Operators
$52.19
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Assistant Engineer
$48.92
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Barrier Machine (zipper)
$51.70
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Batch Plant Operator, Concrete
$51.70
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Bobcat
$48.92
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Brokk - Remote Demolition
Equipment
$48.92
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Underground Sewer Et Water
Brooms
$48.92
7A
3C
8P
King
Power Equipment Operators-
Bump Cutter
$51.70
7A
3C
8P
a
Underground Sewer Et Water
King
Power Equipment Operators-
Cableways
$52.19
7A
3C
2P
Underground Sewer E: Water
King
Power Equipment Operators-
Chipper
$51.70
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Compressor
$48.92
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Concrete Pump: Truck Mount With
Boom Attachment Over 42 M
$52.19
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Underground Sewer Et Water
Concrete Finish Machine -laser
Screed
$48.92
7A
3C
8P
King
Power Equipment Operators-
Concrete Pump - Mounted Or
Trailer High Pressure Line Pump,
Pump High Pressure.
$51.28
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Concrete Pump: Truck Mount With
Boom Attachment Up To 42m
$51.70
7A
3C
8P i
Y
Underground Sewer Et Water
King
Power Equipment Operators-
Conveyors
$51.28
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Cranes: 20 Tons Through 44 Tons
With Attachments
$51.70
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Cranes: 20 Tons Through 44 Tons
With Attachments Overhead,
Bridge Type Crane: 20 Tons
Through 44 Tons
$51.70
7A
3C
8P
Underground Sewer £t Water
King
Power Equipment Operators-
Cranes: 100 Tons Through 199
Tons, Or 150' Of Boom (including
Jib With
$52.74
7A
3C
8P
4
Underground Sewer Et Water
King
Power Equipment Operators-
Cranes: 200 Tons To 300 Tons, Or
250' Of Boom (including Jib With
Attachments)
$53.31
7A
3C
8P
Underground Sewer Et Water
11
t
r�
t
t
L�
fl
J
1 "8� i-i vi i v
King
Power Equipment Operators-
Cranes: 45 Tons Through 99 Tons, _
Under 150' Of Boom (including Jib
With Attachments)
$52.19
7A
3C
8P
g
Underground Sewer Et Water
King
Power Equipment Operators-
Underground Sewer Et Water
Cranes: A -frame - 10 Tons And
Under
$48.92
7A
3C
8P
King
Power Equipment Operators-
Underground Sewer Et Water
Cranes: Friction 100 Tons Through
199 Tons
$53.31
7A
3C
8P
King
Power Equipment Operators-
Cranes: Friction Over 200 Tons
$53.87
7A
3C
2P
Underground Sewer Et Water
;King
Power Equipment Operators-
Cranes: Over 300 Tons Or 300' Of
Boom (including Jib With
Attachments)
$53.87
7A
3C
8P
Underground Sewer Et Water
`King
t
a
Power Equipment Operators-
Underaround Sewer Et Water
Cranes: Through 19 Tons With
Attachments A -frame Over 10
Tons
$51.28
7A
3C
8P a
King
Power Equipment Operators-
Crusher
$51.70
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Deck Engineer /deck Winches
(power)
$51.70
7A
3C
8P
Underoround Sewer Et Water
King
Power Equipment Operators-
Derricks, On Building Work
-
$52.19
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Dozer Quad 9, HD 41, D10 and
Over
$52.19
7A
3C
8P
Underaround Sewer Et Water
King
Power Equipment Operators-
Underground Sewer Et Water
Dozers D -9 Et Under
$51.28
7A
3C
8P
King
Power Equipment Operators-
Underground Sewer Et Water
Drill Oilers: Auger Type, Truck Or
Crane Mount
$51.28
7A
3C
8P
King
Power Equipment Operators-
Underground Sewer Et Water
Drilling Machine
$51.70
7A
3C
8P
King
n
Power Equipment Operators-
Elevator And Man -lift: Permanent
And Shaft Type
$48.92
7A
3C
8P
Underground Sewer Et Water
"King
Power Equipment Operators-
Finishing Machine, Bidwell And
Gamaco Er Similar Equipment
$51.70
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Forklift: 3000 Lbs And Over With
Attachments
$51.28
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Forklifts: Under 3000 Lbs. With
Attachments
$48.92
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Grade Engineer: Using Blue Prints,
Cut Sheets, Etc
$51.70
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Gradechecker /stakeman
$48.92
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Guardrail Punch
$51.70
7A
3C
8P
Underaround Sewer Et Water
King
Power Equipment Operators-
Guardrail Punch /Auger
$51.70
7A
3C
8P
Underground Sewer £t. Water
King
Power Equipment Operators-
Hard Tail.End Dump Articulating
Off- Road Equipment 45 Yards. Et
Over
$52.19
7A
3C
8P
g
Underaround Sewer Et Water
King
Power Equipment Operators-
Underground Sewer Et Water
Hard Tail End Dump Articulating
Off -road Equipment Under 45
Yards
$51.70
7A
3C
8P
King
Power Equipment Operators-
Horizontal /directional Drill
Locator
$51.28
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Horizontal /directional Drill
$51.70
7A
3C
8P
1_u.--- „C__`.-- - - ____ ---- n-- I------ 1-- I-- ._ /.___— T--- I- -I - -.-
nn 11 n inn I �
i uE,%. i � vi i v
i
Underground Sewer Et Water
Operator
King
Power Equipment Operators-
Hydralifts /boom Trucks Over 10
Tons
$51.28
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Hydralifts /boom Trucks, 10 Tons
And Under
$48.92
7A
3C
8P
Underground Sewer $ Water
King
Power Equipment Operators-
Loader, Overhead 8 Yards. Ft Over
$52.74
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Loader, Overhead, 6 Yards. But
Not Including 8 Yards
$52.19
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators -.
Loaders, Overhead Under 6 Yards
$51.70
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Loaders, Plant Feed
$51.70
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Loaders: Elevating Type Belt
$51.28
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Locomotives, All
$51.70
7A
3C
8P
i
:
Underground Sewer Et Water
King
Power Equipment Operators-
Underground Sewer Et Water
Material Transfer Device
$51.70
7A
3C
8P
%King
Power Equipment Operators-
Mechanics, All (leadmen - $0.50
Per Hour Over Mechanic)
$52.74
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Mixers: Asphalt Plant
$51.70
7A
3C
8P
Underground Sewer €t Water
King
Power Equipment Operators-
Motor Patrol Grader - Non-
finishing
$51.28
7A
3C
8P
Underground Sewer €t Water
`King
Power Equipment Operators-
Motor Patrol Graders, Finishing
$52.19
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Mucking Machine, Mole, Tunnel
Drill, Boring, Road Header And /or
Shield
$52.19
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Oil Distributors, Blower
Distribution Et Mulch Seeding
Operator
$48.92
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Outside Hoists (elevators And
Manlifts), Air Tuggers,strato
$51.28
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Overhead, Bridge Type Crane: 20
Tons Through 44 Tons
$51.70
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Overhead, Bridge Type: 100 Tons
And Over
$52.74
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Overhead, Bridge Type: 45 Tons
Through 99 Tons
$52.19
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Pavement Breaker
$48.92
7A
3C
8P
Underground Sewer Et Water
King
i
Power Equipment Operators-
Pile Driver (other Than Crane
Mount)
$51.70
7A
3C
8P
Underground Sewer a Water
King
Power Equipment Operators-
Plant Oiler - Asphalt, Crusher
$51.28
7A
3C
8P
Underground Sewer it Water
King
Power Equipment Operators-
Posthole Digger, Mechanical
$48.92
7A
3C
8P
Underground Sewer €t Water
King
Power Equipment Operators-
Power Plant
$48.92
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Pumps - Water
$48.92
7A
3C
8P
Underground Sewer Et Water
i uE'%. i ✓ vl i v
King
Power Equipment Operators-
Quad 9, Hd 41, D10 And Over
$52.19
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators
Underground Sewer Et Water
Quick Tower - No Cab, Under 100
Feet In Height Based To Boom
$48.92
7A
3C
8P
King
,King
Power Equipment Operators-
Remote Control Operator On
Rubber Tired Earth Moving
Equipment
Rigger And Bellman
$52.19
$48.92
7A
7A
3C
3C
8P
8P
Underground Sewer Et Water
Power Equipment Operators-
Underground Sewer Et Water
(King
Power Equipment Operators-
Rollagon
$52.19
7A
3C
8P
Underground Sewer Et Water
King
Power E uipment Operators-
Roller, Other Than Plant Mix
$48.92
2 7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Roller, Plant Mix Or Multi -lift
Materials
$51.28
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Roto -mill, Roto - grinder
$51.70
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Saws - Concrete
$51.28
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Scraper, Self Propelled Under 45
Yards
$51.70
7A
3C
8P
Underground Sewer £t Water
King
Power Equipment Operators-
Underground Sewer Et Water
Scrapers - Concrete Et Carry All
$51.28
7A
3C
8P
King
Power Equipment Operators-
Scrapers, Self - propelled: 45 Yards
And Over
$52.19
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Service Engineers - Equipment
$51.28
7A
3C
8P
Underground Sewer Et Water
}King
Y
Power Equipment Operators-
Shotcrete /gunite Equipment
$48.92
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Shovel , Excavator, Backhoe,
Tractors Under 15 Metric Tons.
$51.28
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Shovel, Excavator, Backhoe: Over
30 Metric Tons To 50 Metric Tons
$52.19
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Shovel, Excavator, Backhoes,
Tractors: 15 To 30 Metric Tons
$51.70
7A
3C
8P '+
i
Underground Sewer Et Water
a King
Power Equipment Operators-
Shovel, Excavator, Backhoes:
Over 50 Metric Tons To 90 Metric
Tons
$52.74
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Shovel, Excavator, Backhoes:
Over 90 Metric Tons
$53.31
7A
3C
8P
Underground Sewer Et Water
King
i
Power Equipment Operators-
Slipform Pavers
$52.19
7A
3C
8P
Underground Sewer Et Water
;King
Power Equipment Operators-
Spreader, Topsider Et Screedman
$52.19
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Subgrader Trimmer
$51.70
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Tower Bucket Elevators
$51.28
7A
3C
8P
Underground Sewer Et Water
King .
s
Power Equipment Operators-
Tower Crane Over 175'in Height,
Base To Boom
$53.31
7A
3C
8P
g
Underground Sewer Et Water
°King
Power Equipment Operators-
Tower Crane Up To 175' In Height
Base To Boom
$52.74
7A
3C
8P
Underground Sewer Et Water
'King
Power Equipment Operators-
Transporters, All Track Or Truck
Type
$52.19
7A
3C
8P
Underground Sewer & Water
1 usaJ i T vi i v
King
Power Equipment Operators-
Trenching Machines
$51.28
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Truck Crane Oiler /driver - 100
Tons And Over
$51.70
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Truck Crane Oiler /driver Under
100 Tons
$51.28
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Truck Mount Portable Conveyor
$51.70
7A
3C
8P
Underground Sewer Et Water
=King
Power Equipment Operators-
Welder
$52.19
7A
3C
8P
Under round Sewer Et Water
King
Power Equipment Operators-
Wheel Tractors, Farman Type
$48.92
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Yo Yo Pay Dozer
$51.70
7A
3C
8P
Underground Sewer Et Water
King
Power Line Clearance Tree
Trimmers
Journey Level In Charge
$42.91
5A
4A
King
Power Line Clearance Tree
Trimmers
Spray Person
$40.73
5A
4A
King
Power Line Clearance Tree
Trimmers
Tree Equipment Operator
$41.29
5A
4A .
King
Power Line Clearance Tree
Trimmers
Tree Trimmer
$38.38
5A
4A
King
Power Line Clearance Tree
Trimmers
Tree Trimmer Groundperson
$28.95
5A
4A
`King
i
Refrigeration Et Air Conditioning
Journey Level
$70.46
6Z
1G
Mechanics
King
Residential Brick Mason
Journey Level
$49.07
5A
1M
King
Residential Carpenters
Journey Level
$28.20
1
King
Residential Cement Masons
Journey Level
$22.641
1
King
Residential Dawall Applicators
Journey Level
$38.60
5D
1M
`King
Residential Drywall Tapers
Journey Level
$49.79
5P
1E
King
Residential Electricians
JOURNEY LEVEL
$30.44
1
King
Residential Glaziers
Journey Level
$35.10
7L
1 H
King
Residential Insulation Applicators
Journey Level
$26.28
1
King
Residential Laborers
Journey Level
$23.03
1
King
Residential Marble Setters
Journey Level
$24.09
1
King
Residential Painters
Journey Level
$24.46
1
King
Residential Plumbers Et
Pipefitters
Journey Level
$34.69
1
King
Residential Refrigeration Et Air
Journey Level
$70.46
6Z
1G
Conditioning Mechanics
King
Residential Sheet Metal Workers
Journey Level (Field or Shop)
$41.30
7F
1 R
King
Residential Soft Floor La, emirs
Journey Level
$41.78
5A
3D
King
Residential Sprinkler Fitters (Fire
Journey Level
$40.81
5C
211
Protection)
King
Residential Stone Masons
Journey Level
$49.07
5A
1M
King
Residential Terrazzo Workers
Journey Level
$45.43
5A
1M
King
Residential Terrazzo /Tile
Finishers
Journey Level
$21.46
1
King
Residential Tile Setters
Journey Level
$25.17
1
King
Roofers
Journey Level
$43.90
5A
1 R
i CL6 . i ✓ vi i v
King
Roofers
Using Irritable Bituminous
Materials
$46.90
5A
1 R
King
Sheet Metal Workers
Journey Level (Field or Shop)
$68.52
7F
1 E
King
Shipbuildine Et Ship Repair
Boilermaker
$39.66
7M
1 H
King
Shipbuilding Et Ship Repair
Carpenter
$38.241
70
3B
;King
Shipbuildinpp Repair
Electrician
$37.82
70
3B
King
Shipbuilding, Et Ship Repair
Heat Et Frost Insulator
$56.93
5.1
1S
King
Shipbuilding Et Ship Repair
Laborer
$36.78
70
3B
King
Shipbuilding Et Ship Repair
Machinist
$37.81
70
3B
King
Shipbuilding Et Ship Repair
Operator
$40.15
70
3B
;King
Shipbuilding Et Ship Repair
Painter
$37.81
70
3B
King
Shipbuilding Et Ship Repair
Pipefitter
$37.77
70
3B
King
Shipbuilding Et Ship Repair
Rigger
$37.76
70
3B
King
ShipbuiLding Shipbuilding Et Ship Re air
Sandblaster
$36.78
70
3B
King
Shipbuilding Et Ship Repair
Sheet Metal
$37.74
70
3B
i
King
Shipbuilding Et Ship Repair
Shipfitter
$37.76
.70
3B
fiKing
Shipbuilding Et Ship Repair
Trucker
$37.61
70
3B
King
Shipbuilding Et Ship Repair
Warehouse
$37.65
70
3B
King
Shipbuilding Et Ship Repair
Welder /Burner
$37.76
70
3B
King
Sion Makers Et Installers
(Electricat)
Sign Installer
$22.92
1
King
I
Sian Makers Et Installers
(Electricat)
Sign Maker
$21.36
1
King
Sion Makers Et Installers (Non-
Sign Installer
$27.28
1
Electrical}
g King
Sign Makers Et Installers (Non-
Sign Maker
$33.25
1
Electrical)
King
Soft Floor Lam
Journey Level
$41.78
5A
3D
King
Solar Controls For Windows
Journey Level
$12.44
1
=King
Sprinkler Fitters (Fire Protection)
Journey Level
$69.59
5C
1X
lKing
i
Stage Rigging Mechanics (Non
Journey Level
$13.23
1
t
Structural)
King
Stone Masons
Journey Level
$49.07
5A
1M
King
Street And Parking Lot Sweeper
Journey Level
$19.09
1
Workers
King
Survey
Assistant Construction Site
Surveyor
$51.28
7A
3C
8P
i
King
Surveyors
Chainman
$50.76
7A
3C
8P
j, King
Sur�
Construction Site Surveyor
$52.19
7A
3C
8P
King
Telecommunication Technicians
Journey Level
$22.76
1
gKing
Telephone Line Construction -
Cable Splicer
$35.09
5A
2B
Outside
King
Telephone Line Construction -
Hole Digger /Ground Person
$19.22
5A
2B
Outside
King
Telephone Line Construction -
Installer (Repairer)
$33.63
5A
2B
Outside
King
Telephone Line Construction -
Special Aparatus Installer 1
$35.09
5A
2B
Outside
King
I
Telephone Line Construction -
Special Apparatus Installer II
$34.37
5A
2B
Outside
I- - - __IW - a...___ --- - ---n- tL _- ___I- _1_- _ /._.._ «T---I--I ---- -- .--- nn 1/ n /n ^I�
ALL
t
1
� SPECIAL PROVISIONS
1
u
t
1�
11
11
1
F1
11
11
t
SPECIAL PROVISIONS ..................................................................:.................................. .............................10
1 -01 DEFINITIONS AND TERMS ........................................:............................................ .............................10
1 -01.1 General ............................................................................................................... .............................10
1 -01.3 Definitions ......................................................................................................... .............................10
1 -02 BID PROCEDURES AND CONDITIONS .................................................................. .............................12
1 -02.1 Prequalification of bidders ............................................................................... .............................12
1 -02.2 Plans and Specifications ................................................................................... .............................12
1 -02.5 Proposal Forms ................................................................................................. .............................12
1 -02.6 Preparation of Proposal .................................................................................... .............................13
1- 02.6(1) Proprietary Information ............................................................................... .............................13
1 -02.7 Bid Deposit ........................................................................................................ .............................13
1 -02.9 Delivery of Proposal ......................................................................................... .............................13
1 -02.12 Public Opening of Proposals ........................................................................... .............................14
1 -02.13 Irregular Proposals .......................................................................................... .............................14
1 =02.14 Disqualification of Bidders ............................................................................. .............................14
1 -02.15 Pre Award Information ..............................................:.................................... .............................14
1 -03 AWARD AND EXECUTION OF CONTRACT ............................................................ .............................15
1 -03.1
Consideration of Bids ...................:.................................................................... .............................15
1 -03.2
Award of Contract ............................................................................................. .............................15
1 -03.3
Execution of Contract ....................................................................................... .............................15
1 -03.4
Contract Bond ................................................................................................... .............................15
1 -03.7
Judicial Review .................................................................................................. .............................16
1 -04 SCOPE OF WORK .................................................................................................. .............................16
1 -04.2
Coordination of Contract Documents .............................................................. .............................16
1 -04.3
Contractor - Discovered Discrepancies .............................................................. .............................16
1 -04.4
Changes ............................................................................................................. .............................17
1 -04.8
Progress Estimates and Payments .................................................................... .............................17
1 -04.11
Final Cleanup .................................................................................................. .............................17
1 -05 CONTROL OF WORK ............................................:................................................ .............................17
1 -05.4
Conformity With and Deviation from Plans and Stakes .......................:.......... .............................17
1- 05.4(3) Contractor Supplied Surveying .................................................................... .............................18
1- 05.4(4) Contractor Provided As -Built Information .................................................. .............................18
1 -05.7
Removal of Defective and Unauthorized Work ............................................... .............................19
1 -05.10
Guarantees ...................................................................................................... .............................19
1
1 -05.11 Final Inspection ........................................................................................... .............................20
1- 05.11(1) Substantial Completion Date ..................................................................... .............................20
1- 05.11(2) Final Inspection and Physical Completion Date ......................................... ............................20.
,
1- 05.11(3) Operational Testing .................................................................................... .............................21
1 -05.12 Final Acceptance ............................................................................................. .............................21
1 -05.13 Superintendents, Labor and Equipment of Contractor ................................. .............................21
1 -05.14 Cooperation with Other Contractors ............................................................. .............................22
1 -05.16 Water and Power ............:............................................................................... .............................22
1 -05.17 Oral Agreements ............................................................................................. .............................22
1 -05.18 Contractor's Daily Diary .................................................................................. .............................22
1 -06 CONTROL OF MATERIAL ....................................................................................... .............................23
1 -06.1 Approval of Materials Prior to Use .................................................................. .............................23
1- 06.2(1) Samples and Tests for Acceptance ................................:.............................. .............................23
1- 06.2(2) Statistical Evaluation of Materials for Acceptance ...................................... .............................23
1 -07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC .......................:........ .............................23
1 -07.1 Laws to be Observed ......................................................................................... .............................23
1 -07.2 State Sales Tax ................................................................................................... .............................24
1- 07.2(1) General ......................................................................................................... .............................24
1- 07.2(2) State Sales Tax - Rule 171 ............................................................................ .............................25
1- 07.2(3) State Sales Tax - Rule 170 ............................................................................ .............................25
1- 07.2(4) Services ......................................................................................................... .............................25
1 -07.6 Permits and Licenses ......................................................................................... .............................25
1 -07.9 Wages ................................................................................................................ .............................26
1- 07.9(5) Required Documents .................................................................................... .............................26
1 -07.11 Requirements for Non - Discrimination ........................................................... .............................26
1- 07.11(11) City of Renton Affidavit of Compliance ................................................... .............................26
1 -07.12 Federal Agency Inspection .............................................................................. .............................26
1 -07.13 Contractor's Responsibility for Work ............................................................. .............................26
:
1- 07.13(1) General ....................................................................................................... .............................26
1 -07.15 Temporary Water Pollution /Erosion Control ................................................. .............................26
1 -07.16 Protection and Restoration of Property ......................................................... .............................26
1- 07.16(1) Private /Public Property .............................................................................. ............................26.
1 -07.17 Utilities and Similar Facilities ......................................................................... .............................28
1- 07.17(1) Interruption of Services ............................................................................. .............................29
1 -07.18 Public Liability and Property Damage Insurance ........................................... .............................29
1- 07.18(1) General ....................................................................................................... .............................29
1- 07.18(2) Coverages .................................................................................................... .............................29
1- 07.18(3) Limits ..................................................................................................:....... .............................31
1- 07.18(4) Evidence of Insurance: ............................................................................................................ 31
1- 07.18(5) Indemnification: ...................................................................................................................... 31
1 -07.22 Use of Explosives ............................................................................................ .............................32
1 -07.23 Public Convenience and Safety ...................................................................... .............................32
1- 07.23(1) Construction Under Traffic ......................................................................... .............................32
1- 07.23(2) Construction and Maintenance of Detours ............................................... .............................33
1 -07.24 Rights -of- Way .................................................................................................. .............................33
1 -07.28 Confined Space Entry ...................................................................................... .............................34
1 -08 PROSECUTION AND PROGRESS ........................................................................... .............................34
1 -08.0 Preliminary Matters .......................................................................................... .............................34
1- 08.0(1) Preconstruction Conference ........................................................................ .............................35
1- 08.0(2) Hours of Work .............................................................................................. .............................35
1- 08.0(3) Reimbursement for Overtime Work of Contracting Agency Employees .... .............................36
1 -08.1 Subcontracting .................................................................................................. .............................36
1 -08.2 Assignment ....................................................................................................... .............................37
1 -08.3 Progress Schedule ............................................................................................. .............................37
1 -08.4 Notice to Proceed and Prosecution of the Work ............................................. .............................38
1 -08.5 Time For Completion ........................................................................................ .............................38
1 -08.6 Suspension of Work .......................................................................................... .............................39
1 -08.7 Maintenance During Suspension ..................................................................... .............................39
1 -08.9 Liquidated Damages ......................................................................................... .............................40
1 -08.11 Contractor's Plant and Equipment ................................................................. .............................40
1 -08.12 Attention to Work ........................................................................................... .............................40
1 -09 MEASUREMENT AND PAYMENT .......................................................................... .............................40
1 -09.1 Measurement of Quantities ............................................................................. .............................40
1 -09.3 Scope of Payment ............................................................................................. .............................41
1 -09.6 Force Account ................................................................................................... .............................42
1 -09.7 Mobilization ...................................................................................................... .............................42
1 -09.9 Payments ........................................................................................................... .............................42
1- 09.9(1) Retainage ...................................................................................................... .............................43
1- 09.9(2) Contracting Agency's Right to Withhold and Disburse Certain Amounts .. .............................43
1- 09.9(3) Final Payment ............................................................................................... .............................44
3
1 -09.11 Disputes and Claims ........................................................................................ .............................45
1- 09.11(2) Claims ......................................................................................................... .............................45
1- 09.11(3) Time Limitations and Jurisdiction .............................................................. .............................45
1 -09.13 Claims and Resolutions .................................................................................... .............................45
1- 09.13(3) Claims $250,000 or Less ............................................................................. .............................45
1- 09.13(3)A Administration of Arbitration .................................................................. .............................45
1- 09.13(3)B Procedures to Pursue Arbitration ............................................................ .............................45
1 -09.14 Payment Schedule .......................................................................................... .............................46
1- 09.14(1) Scope .......................................................................................................... .............................46
1- 09.14(2) Bid Items ..................................................................................................... .............................46
1 -10 TEMPORARY TRAFFIC CONTROL .......................................................................... .............................51
1 -10.1 General .............................................................................................................. .............................51
1- 10.2(1)B Traffic Control Supervisor .......................................................................... .............................52
1- 10.2(2) Traffic Control Plans ..................................................................................... .............................52
1 -10.3 Flagging, Signs, and All Other Traffic Control Devices ..................................... ...................:.........52
1- 10.3(3) Construction Signs ........................................................................................ .............................52
1 -10.4 Measurement .................................................................................................... .............................53
1 -10.5 Payment ............................................................................................................ .............................53
1 -11 RENTON SURVEYING STANDARDS ....................................................................... .............................53
1- 11.1(1) Responsibility for Surveys ............................................................................ .............................53
1- 11.1(2) Survey Datum and Precision ........................................................................ .............................53
1- 11.1(3) Subdivision Information ............................................................................... .............................53
1- 11.1(4) Field Notes .................................................................................................... .............................54
1- 11.1(5) Corners and Monuments ............................................................................. .............................54
1- 11.1(6) Control or Base Line Survey ......................................................................... .............................54
1- 11.1(7) Precision Levels ............................................................................................ .............................54
1- 11.1(8) Radial and Station -- Offset Topography ...................................................... .............................55
1- 11.1(9) Radial Topography ........................................................................................ .............................55
1- 11.1(10) Station - -Offset Topography ........................................................................ .............................55
1- 11.1(11) As -Built Survey ........................................................................................... .............................55
1- 11.1(12) Monument Setting and Referencing ......................................................... .............................55
1 -11.12 Materials ......................................................................................................... .............................56
1- 11.12(1) . Property /Lot Corners ................................................................................. .............................56
1- 11.12(2) Monuments ................................................................................................ .............................56
1- 11.12(3) Monument Case and Cover ....................................................................... .............................56
4
J
I
1
2 -01 CLEARING, GRUBBING, AND ROADSIDE CLEANUP ............................................. .............................56
2 -01.1 Description ........................................................................................................ .............................56
2 -01.2 Disposal of Usable Material and Debris ........................................................... .............................56
2 -01.5 Payment ............................................................................................................ .............................56
2 -02 REMOVAL OF STRUCTURE AND OBSTRUCTIONS ................................................ .............................57
2- 02.3(3) Removal of Pavement, Sidewalks, and Curbs ...........:.................................. .............................57
2 -02.4 Measurement .................................................................................................... .............................57
2 -02.5 Payment ............................................................................................................ .............................57
2 -03 ROADWAY EXCAVATION AND EMBANKMENT .................................................... .............................57
2 -03.3 Construction Requirements ..............................:............................................... .............................57
2 -03.4 Measurement .................................................................................................... ....:........................58
2 -03.5 Payment .....................................................................................:...................... .............................58
2 -04 HAUL ..................................................................................................................... .............................59
2 -04.5 Payment ............................................................................................................ .............................59
2 -06 SUBGRADE PREPARATION ................................................................................... .............................59
2 -06.5 Measurement and Payment ............................................................................ .............................59
2 -09 STRUCTURE EXCAVATION .................................................................................... .............................59
2 -09.1 Description ........................................................................................................ .............................59
2- 09.3(1)D Disposal of Excavated Material ................................................................. .............................59
2 -09.4 Measurement .................................................................................................... ................:............59
2 -09.5 Payment ............................................................................................................ .............................59
5 -04 ASPHALT CONCRETE PAVEMENT ......................................................................... .............................60
5 -04.2 Materials ........................................................................................................... .............................60
5 -04.3 Construction Requirements ..........................................................................:... .............................60
5- 04.3(5) Conditioning the Existing Surface ................................................................ .............................61
5- 04.3(5)A Preparation of Existing Surface ................................................................. .............................61
5- 04.3(7)A Mix Design .................................................................................................. .............................62
5- 04.3(8)A Acceptance Sampling and Testing —HMA Mixture ................................... .............................62
5- 04.3(10)B Control ...................................................................................................... .............................62
5 -04.5 Payment ............................................................................................................ .............................62
5- 04.5(1)A Price Adjustments for Quality of HMA Mixture ........................................ .............................62
5- 04.5(1)B Price Adjustments for Quality of HMA Compaction ................................. .............................63
5 -06 TEMPORARY RESTORATION IN PAVEMENT AREAS ............................................. .............................63
5 -06.1 Description ........................................................................................................ .............................64
5 -06.2 Materials ........................................................................................................... .............................64
5
n
5 -06.3 Construction Requirements .............................................................................. .............................64
7 -01 DRAINS ................................................................................................................. .............................64
7 -01.2 Materials ........................................................................................................... .............................64
7 -01.3 Construction Requirements .............................................................................. .............................64
7 -01.4 Measurement .................................................................................................... .............................65
7 -02 CULVERTS ............................................................................................................. .............................65
7 -02.2 Materials ........................................................................................................... .............................65
7 -04 STORM SEWERS ................................................................................................. .............................65
7 -04.2 Materials ........................................................................................................... .............................65
7 Measurement
-04.4 .................................................................................................... .............................65
7 -04.5 Payment ............................................................................................................ .............................65
7 -05 MANHOLES, INLETS, AND CATCH BASINS ........................................................... .............................66
7 -05.3 Construction Requirements .............................................................................. .............................66
7- 05.3(1) Adjusting Manholes and Catch Basins to Grade .......................................... .............................66
7- 05.3(2) Abandon Existing Manholes ...............:........................................................ .............................67
7- 05.3(2)A Abandon Existing Sanitary Sewer Pipes .................................................... .............................67
7- 05.3(3) Connections to Existing Manholes ............................................................... .............................67
7- 05.3(5) Manhole Coatings ........................................................................................ .............................68
7 -05.4 Measurement .................................................................................................... .............................68
7 -05.5 Payment ............................................................................................................ .............................68
7 -08 GENERAL PIPE INSTALLATION REQUIREMENTS .................................................. .............................68
7 -08.3 Construction Requirements .............................................................................. .............................68
7- 08.3(1)C Bedding the Pipe ................................................................. ............................... .....................
68
7- 08.3(1)D Pipe Foundation ........................................................................................ .............................68
7-08.3(2)A Survey ine and Grade ...... ............................... ........................................ ...............................
Y
69
7- 08.3(2)B Pipe Laying — General ................................................................................. .............................69
7- 08.3(2)E Rubber Gasketed Joints .............................................................................. .............................69
7- 08.3(2)H Sewer Line Connections ............................................................................ .............................70
�.
7- 08.3(2)) Placing PVC Pipe .......................................................................................... .............................70
7- 08.3(3)A Backfilling Sanitary Sewer Trenches .......................................................... .............................70
7 -08.4 Measurement .................................................................................................... .............................71
7 -08.5 Payment ............................................................................................................ .............................71
7 -09 PIPE AND FITTINGS FOR WATER MAINS .............................................................. .............................71
7- 09.3(15)A Ductile Iron Pipe ...................................................................................... .............................71
7- 09.3(15)B Polyvinyl Chloride (PVC) Pipe (4 inches and Over) .................................. .............................71
4
7- 09.3(17) Laying Ductile Iron Pipe and Fittings with Polyethylene Encasement ..... .............................71
i
7- 09.3(19)A Connections to Existing Mains ................................................................ .............................72
7- 09.3(21) Concrete Thrust Blocking and Dead -Man Block ........................................ .............................72
7- 09.3(23) Hydrostatic Pressure Test .. ...............................
........................................ .........:.....................
7- 09.3(24)A Flushing and ............................................................................................. .............................73
7- 09.3(24)D Dry Calcium Hypochlorite ........................................................................ .............................74
7- 09.3(24)K Retention Period ...................................................................................... .............................74
7- 09.3(24)N Final Flushing and Testing ....................................................................... .............................74
7- 09.3(25) Joint Restraint Systems .............................................................................. .............................74
7 -09.4 Measurement .................................................................................................... .............................75
7 -09.5 Payment ............................................................................................................ .............................76
7 -12 VALVES FOR WATER MAINS ................................................................................. .............................76
7- 12.3(1) Installation of Valve Marker Post ................................................................. .............................76
7- 12.3(2) Adjust, Existing Valve Box to Grade .............................................................. .............................76
7 -12.4 Measurement .................................................................................................... .............................77
7 -12.5 Payment ............................................................................................................ .............................77
7 -14 HYDRANTS ............................................................................................................ .............................77
7-14.3(l). Setting Hydrants ........................................................................................... .............................77
7- 14.3(3) Resetting Existing Hydrants ......................................................................... .............................78
7- 14.3(4) Moving Existing Hydrants ............................................................................ .............................78
7 -14.5 Payment ............................................................................................................ .............................78
7 -15 SERVICE CONECTIONS .......................................................................................... .....:.......................78
7 -15.3 Construction Details ......................................................................................... .............................78
7 -15.5 Payment ............................................................................................................ .............................79
7 -17 SANITARY SEWERS ............................................................................................... .............................79
7 -17.2 Materials ........................................................................................................... .............................79
7 -17.3 Construction Requirements...... ........................... 79
7- 17.3(1) Protection of Existing Sewerage Facilities ................................................... .............................79
7- 17.3(2)H Television Inspection ................................................................................. .............................79
7 -17.4 Measurement .................................................................................................... .............................79
7 -17.5 Payment ............................................................................................................ .............................80
8 -09 RAISED PAVEMENT MARKERS ............................................................................. .............................80
8 -09.5 Payment ............................................................................................................ .............................80
8 -13 MONUMENT CASES ............................................................................................. .............................81
8 -13.1 Description ........................................................................................................ .............................81
1 -04.2
i
03/20/2013
Revise the second paragraph to read:
The successful bidder shall provide an executed contract bond for the full contract amount. This contract bond
shall:
1. Be on the Contracting Agency- furnished form;
2. Be signed by an approved surety (or sureties) that:
'
a. Is registered with the Washington State Insurance Commissioner, and
Addenda
b. Appears on the current Authorized Insurance List in the State of Washington published by the
2.
Office of the Insurance Commissioner;
3. Be conditioned upon the faithful performance of the Contract by the Contractor within the prescribed
Technical Specifications
time;
-
4. Guarantee that the surety shall indemnify, defend, and protect the Contracting Agency against any
claim of direct or indirect loss resulting from the failure:
Contract Plans
a. Of the Contractor (or any of the employees, subcontractors, or lower tier subcontractors of the
6.
Contractor) to faithfully perform the Contract, or
b. Of the Contractor (subcontractors, or lower tier subcontractors of the Contractor) to pay all
Amendments to the Standard Specifications
laborers, mechanics, subcontractors, lower tie subcontractors, material person, or any other
8.
person who provides supplies or provisions for carrying out Work;
I
5. Be accompanied by a power of attorney for the Surety's officer empowered to sign the bond; and
WSDOT /APWA Standard Plans for Road, Bridge and Municipal Construction
6. Be signed by an officer of the Contractor empowered to sign official statements (sole proprietor or
partner). If the Contractor is a corporation, the bond must be signed by the president or vice-
president, unless accompanied by a written proof of the authority of the individual signing the bond to
bind the corporation (i.e., corporate resolution, power of attorney or a letter to such effect by the
president or vice - president).
1 -03.7 Judicial Review
Revise the last sentence to read:
The venue of all causes of action arising from the advertisement, award, execution, and performance of the
Contract shall be in the Superior Court of the County where the Contracting Agency's headquarters are located.
1 -04 SCOPE OF WORK
At
1 -04.2
Coordination of Contract Documents, Plans, Special Provisions Specifications, and Addenda
I
Revise the second paragraph to read:
Any inconsistency in the parts of the Contract shall be resolved by following this order of precedence (e.g., 1
presiding over 2, 2 over 3, 3 over 4, and so forth):
'
1.
Addenda
2.
Proposal Form
3.
Technical Specifications
4.
Special Provisions
5.
Contract Plans
6.
Contracting Agency's Standard Plans (if any)
7.
Amendments to the Standard Specifications
8.
WSDOT /APWA Standard Specifications for Road, Bridge and Municipal Construction
9.
WSDOT /APWA Standard Plans for Road, Bridge and Municipal Construction
1 -04.3 Contractor - Discovered Discrepancies
Section 1 -04.3 is a new section:
Upon receipt of award of contract, the Contractor shall carefully study and compare all the components of the
Contract Documents and other instructions, and check and verify all field measurements. The Contractor shall,
.prior to ordering material or performing Work, report in writing to the Engineer any error, inconsistency, or -=
omission in respect to design or mode of construction, which is discovered. If the Contractor, in the course of
this study or in the accomplishment of the Work, finds any discrepancy between the Plans and the physical �^
conditiomof the locality as represented in the Plans, or any such errors or omissions in respect to design or L
mode of construction in the Plans or in the layout as given by points and instructions, it shall be the -
Contractor's duty to inform the Engineer immediately in writing, and the Engineer will promptly check the
same. Any Work done after such discovery, until correction of Plans or authorization of extra Work is given, if
the Engineer finds that extra Work is involved, will be done at the Contractor's risk. If extra Work is involved,
16 �i.
.03/20/2013
the procedure shall be as provided in Section 1- 04.4 of the Standard Specifications.
1 -04.4 Changes
The last two paragraphs are replaced with the following:
Renton does not have a formal policy or guidelines on cost reduction alternatives, but will evaluate such
proposals by the Contractor on a case -by -case basis.
1 -04.8 Progress Estimates and Payments
Section 1 -04.8 is supplemented as follows:
The Contractor is encouraged to provide to the Engineer prior to progress payments an estimate of "Lump
Sum" Work accomplished to date. The Engineer's calculations and decisions shall be final in regard to the
actual percentage of any lump sum pay item accomplished and eligible for payment unless another specific
method of calculating lump sum payments is provided elsewhere in the Specifications.
1 -04.11 Final Cleanup
Section 1 -04.11 is supplemented as follows:
All salvage material as noted on the Plans and taken from any of the discarded facilities shall, at the Engineer's
discretion, be carefully salvaged and delivered to the City shops. Any cost incurred in salvaging and delivering
such items shall be considered incidental to the project and no compensation will be made.
The Contract price for "Finish and Cleanup, Lump Sum," shall be full compensation for all Work, equipment and
materials required to perform final cleanup. If this pay item does not appear in the Contract Documents then
final cleanup shall be considered incidental to the Contract and to other pay item and no further compensation
shall be made.
1 -05 CONTROL OF WORK
1 -05.4 Conformity With and Deviation from Plans and Stakes
Section 1 -05.4 is supplemented with the following:
If the project calls for the Contractor supplied surveying, the Contractor shall provide all required survey Work,
including such Work as mentioned in Sections 1 -05, 1 -11 and elsewhere in these Specifications as being
provided by the Engineer. All costs for this survey Work shall be included in "Contractor Supplied Surveying,"
per lump sum.
The Engineer or the Contractor supplied surveyor will provide construction stakes and marks establishing lines,
slopes, and grades as stipulated in Sections 1 -05.4 and will perform such Work per Section 1 -11. The
Contractor shall assume full responsibility for detailed dimensions, elevations, and excavation slopes measured
from the Engineer or the Contractor supplied surveyor furnished stakes and marks.
The Contractor shall provide a work site, which has been prepared to permit construction staking to proceed in
a safe and orderly manner. The Contractor shall keep the Engineer or the Contractor supplied surveyor
informed of staking requirements and provide at least 48 hours notice to allow the Engineer or the Contractor
supplied surveyor adequate time for setting stakes.
The Contractor shall carefully preserve stakes, marks, and other reference points, including existing
monumentation, set by Contracting Agency forces. The Contractor will be charged for the costs of replacing
stakes, markers and monumentation that were not to be disturbed but were destroyed or damaged by the
Contractor's operations. This charge will be deducted from monies due or to become due to the Contractor.
Any claim by the Contractor for extra compensation by reason of alterations or reconstruction Work allegedly
due to error in the Engineer's line and grade, will not be allowed unless the original control points set by the
Engineer still exist, or unless other satisfactory substantiating evidence to prove the error was furnished by the
Engineer. Three consecutive points set on line or grade shall be the minimum points used to determine any
variation from a straight line or grade. Any such variation shall, upon discovery, be reported to the Engineer. In
the absence of such report the Contractor shall be liable for any error in alignment or grade.
17
03/20/2013
The Contractor shall provide all surveys required other than those to be performed by the Engineer. All survey
Work shall be done in accordance with Section 1 -11 SURVEYING STANDARDS of these Specifications.
The Contractor shall keep updated survey field notes in a standard field book and in a format set by the
Engineer, per Section 1- 11.1(4). These field notes shall include all survey Work performed by the Contractor's
surveyor in establishing line, grade and slopes for the construction Work. Copies of these field notes shall be
provided the Engineer upon request and upon completion of the Contract Work the field book or books shall
be submitted to the Engineer and become the property of the Contracting Agency.
If the survey Work provided by the Contractor does not meet the standards of the Engineer, then the
Contractor shall, upon the Engineer's written request, remove the individual or individuals doing the survey
Work and the survey Work will be completed by the Engineer at the Contractor's expense. Costs for
completing the survey Work required by the Engineer will be deducted from monies due or to become due the
Contractor.
All costs for survey Work required to be performed by the Contractor shall be included in the prices bid for the
various items which comprise the improvement or be included in the bid item for "Contractor Supplied
Surveying" per lump sum if that item is included in the contracts.
1- 05.4(3) Contractor Supplied Surveying
Section 1- 05.4(3) is a new section:
When the Contract provides for Contractor Supplied Surveying, the Contractor shall supply the survey Work
required for the project. The Contractor shall retain as a part of the Contractor Organization an experienced
team of surveyors under the direct supervision of a professional land surveyor licensed by the State of
Washington. All survey Work shall be done in accordance with Sections 1 -05.4 and 1 -11.
The Contractor and /or the Surveyor shall inform the Engineer in writing of any errors, discrepancies, and
omissions to the Plans that prevent the Contractor and /or the Surveyor from constructing the project in a
manner satisfactory to the Engineer. All errors, discrepancies, and omissions must be corrected to the
satisfaction of the Engineer before the survey Work may be continued.
The Contractor shall coordinate his Work with the Surveyor and perform his operations in a manner to protect
all survey stakes from harm. The Contractor shall inform the Surveyor of the Contractor's intent to remove any
survey stakes and /or points before physically removing them.
The Surveyor shall be responsible for maintaining As -Built records for the project. The Contractor shall
coordinate his operations and assist the Surveyor in maintaining accurate As -Built records for the project.
If the Contractor and the Surveyor fail to provide, as directed by the Engineer and /or these Plans and
Specifications, accurate As -Built records and other Work the Engineer deems necessary, the Engineer may
elect to provide at Contractor expense, a surveyor to provide all As -Built records and other Work as directed
by the Engineer. The Engineer shall deduct expenses incurred by the Engineer - supplied surveying from monies
owed to the Contractor.
Payment per Section 1 -04.1 for all Work and materials required for the full and complete survey Work required
to complete the project and As -Built drawings shall be included in the lump sum price for "Construction
Surveying, Staking, and As- Builts." .
1- 05.4(4) Contractor Provided As -Built Information
Section 1- 05.4(4) is a new section:
It shall be the Contractors responsibility to record the location prior to the backfilling of the trenches, by
centerline station, offset, and depth below pavement, of all existing utilities uncovered or crossed during his
Work as covered under this project.
It shall be the Contractor's responsibility to have his Surveyor locate by centerline station, offset and elevation
each major item of Work done under this contract per the survey standard of Section 1 -11. Major items of
Work shall include but not be limited to: Manholes, Catch basins and Inlets, Valves, vertical and Horizontal
Bends, Junction boxes, Cleanouts, Side Sewers, Street Lights & Standards, Hydrants, Major Changes in Design
18
I �
I
I
1
03/20/2013
Grade, Vaults, Culverts, Signal Poles, and Electrical Cabinets.
After the completion of the Work covered by this contract, the Contractor's Surveyor shall provide to the City
Y p Y
the hard covered field book(s) containing the as -built notes and one set of white prints of the project drawings
' upon which he has plotted the notes of the Contractor locating existing utilities, and one set of white prints of
the project drawings upon which he has plotted the as -built location of the new Work as he recorded in the
field book(s). This drawing shall bear the Surveyor's seal and signature certifying its accuracy.
All costs for as -built Work shall be included in the Contract item "Construction Surveying, Staking, and As-
Builts", lump sum.
1 -05.7 Removal of Defective and /or Unauthorized Work
Section 1 -05.7 is supplemented as follows:
Upon written notice from the Engineer, the Contractor shall promptly replace and re- execute Work by
Contractor forces, in accordance with the intent of the Contract and without expense to the Owner, and shall
bear the expense of making good all Work of other contractors destroyed or damaged by such removal or
replacement.
If the Contractor does not remove such condemned Work and materials and commence re- execution of the
Work within 7 calendar days of written notice from the Engineer, or fails to perform any part of the Work
required by the Contract Documents, the Owner may correct and remedy such Work as may be identified in the
written notice, with Contracting Agency forces or by such other means as the Contracting Agency may deem
necessary. In that case, the Owner may store removed material.
Direct or indirect costs incurred by the Contracting Agency attributable to correcting and remedying defective
or unauthorized Work, or Work the Contractor failed or refused to perform, shall be paid by the Contractor.
Payment will be deducted by the Engineer from monies due, or to become due, the Contractor. Such direct
and indirect costs shall include in particular, but without limitation, compensation for additional professional
services required, and costs for repair and replacement of Work of others destroyed or damaged by correction,
removal, or replacement of the Contractor's unauthorized Work.
If sufficient funds do not remain in the Contract and the Contractor does not pay the cost of such removal and
storage within 10 calendar days from the date of the notice to the Contractor of the fact of such removal, the
Owner may, upon an additional 10 calendar days written notice, sell such materials at public or private sale,
and deduct all costs and expenses incurred from monies due to the Contractor, including costs of sale, and
accounting to Contractor for the net proceeds remaining. The Owner may bid at any such sale. The Contractor
shall be liable to the Owner for the amount of any deficiency from any funds otherwise due the Contractor.
If the Contractor fails to comply with a written order to remedy what the Engineer determines to be an
emergency situation, the Engineer may have the defective and unauthorized Work corrected immediately,
have the rejected Work removed and replaced, or have Work the Contractor refuses to perform completed by
using Contracting Agency or other forces. An emergency situation is any situation when, in the opinion of the
Engineer, a delay in its remedy could be potentially unsafe, or might cause serious risk of loss or damage to the
public, the Property Owner and the Property Owner's property.
No adjustment in contract time or compensation will be allowed because of the delay in the performance of
the Work attributable to the exercise of the Contracting Agency's rights provided by this section.
The rights exercised under the provisions of this section shall not diminish the Contracting Agency's right to
pursue any other avenue for additional remedy or damages with respect to the Contractor's failure to perform
the Work as required.
1 -05.10 Guarantees
Section 1 -05.10 is supplemented as follows:
If within one year after the Acceptance Date of the Work by the Contracting Agency, defective and /or
unauthorized Work is discovered, the Contractor shall promptly, upon written order by the Contracting Agency,
return and in accordance with the Engineer's instructions, either correct such Work, or if such Work has been
rejected by the Engineer, remove it from the project site and replace it with non - defective and authorized
19
03/20/2013 1
Work, all without cost to the Contracting Agency. If the Contractor does not promptly comply with the written
order to correct defective and /or unauthorized Work, or if an emergency exists, the Contracting Agency
reserves the right to have defective and /or unauthorized Work corrected or removed and replaced pursuant to
Section. 1 -05.7 "Removal of Defective and /or Unauthorized Work."
The Contractor agrees the above one year limitation shall not exclude or diminish the Contracting Agency's
rights under any law to obtain damages and recover costs resulting from defective and /or unauthorized Work
discovered after one year but prior to the expiration of the legal time period set forth in RCW 4.16.040 limiting
actions upon a contract in writing, or liability expressed or implied arising out of a written agreement.
The Contractor shall warrant good title to all materials, supplies, and equipment purchased for, or incorporated
in the Work. Nothing contained in this paragraph, however, shall defeat or impair the right of persons
furnishing materials or labor, to recover under any bond given by the Contractor for their protection, or any
rights under any law permitting such persons to look to funds due the Contractor in the hands of the
Contracting Agency.
The provisions of this paragraph shall be inserted in all subcontracts and material contracts, and notice of its
provisions shall be given to all persons furnishing materials for the Work when no formal contract is entered
into for such materials.
1 -05.11 Final Inspection
1- 05.11(1) Substantial Completion Date
Section 1- 05.11(1) is a new section:
When the Contractor considers the Work to be substantially complete, the Contractor shall so notify the
Engineer and request the Engineer establish the Substantial Completion Date. The Engineer will schedule an
inspection of the Work with the Contractor to determine the status of completion.
To be considered substantially complete the following conditions must be met:
1. The Contracting Agency must have full and unrestricted use and benefit of the facilities
both from the operational and safety standpoint.
2. Only minor incidental Work, replacement of temporary substitute facilities, or
correction of repair Work remains to reach physical completion of the Work.
The Contractor's request shall list the specific items of Work in subparagraph two above that remains to be
completed in order to reach physical completion. The Engineer may also establish the Substantial Completion
Date unilaterally.
If after this inspection, the Engineer concurs with the Contractor that the Work is substantially complete and
ready for its intended use, the Engineer, by written notice to the Contractor, will set the Substantial Completion
Date. If, after this inspection the Engineer does not consider the Work substantially complete and ready for its
intended use, the Engineer will, by written notice, so notify the Contractor giving the reasons therefore.
Upon receipt of written notice concurring in or denying substantial completion, whichever is applicable, the
Contractor shall pursue vigorously, diligently and without unauthorized interruption, the Work necessary to
reach Substantial and Physical Completion. The Contractor shall provide the Engineer with a revised schedule
indicating when the Contractor expects to reach substantial and physical completion of the Work.
h Engineer ablishes the Substantial Completion Date and the
The above process shall be repeated until the establishes p
Contractor considers the Work physically complete and ready for Final Inspection.
1- 05.11(2) Final Inspection and Physical Completion Date
Section 1- 05.11(2) is a new Section:
When the Contractor considers the Work physically complete and ready for Final Inspection, the Contractor, by
Written Notice, shall request the Engineer to schedule a final inspection. The Engineer will set a date for Final
Inspection. The Engineer and the Contractor will then make a final inspection and the Engineer will notify the
Contractor in writing of all particulars in which the Final Inspection reveals the Work incomplete or
unacceptable. The Contractor shall immediately take such corrective measures as are necessary to remedy the
20
1 03/20/2013
listed deficiencies. Corrective Work shall be pursued vigorously, diligently, and without interruption until
physical completion of the listed deficiencies. This process will continue until the Engineer is satisfied the listed
deficiencies have been corrected.
If action to correct the listed deficiencies is not initiated within 7 days after receipt of the Written Notice listing
the deficiencies, the Engineer may, upon Written Notice to the Contractor, take whatever steps are necessary
to correct those deficiencies pursuant to Section 1 -05.8. The Contractor will not be allowed an extension of
contract time because of a delay in the performance of the Work attributable to the exercise of the Engineer's
right hereunder.
Upon correction of all deficiencies, the Engineer will notify the Contractor and the Contracting Agency, in
writing, of the date upon which the Work was considered physically complete, that date shall constitute the
Physical Completion Date of the Contract, but shall not imply all the obligations of the Contractor under the
Contract have been fulfilled.
1- 05.11(3) Operational Testing
Section 1- 05.11(3) is a new section:
Unless otherwise noted in the Contract Documents, the Contractor shall give the Engineer a minimum of 3
working days' notice of the time for each test and inspection. If the inspection is by another authority than the
Engineer, the Contractor shall give the Engineer a minimum of 3 working days' notice of the date fixed for such
inspection. Required certificates of inspection by other authority than the Engineer shall be secured by the
Contractor.
It is the intent of the Contracting Agency to have at the Physical Completion Date a complete and operable
system. Therefore, when the Work involves the installation of machinery or other mechanical equipment;
street lighting, electrical distribution or signal systems; irrigation systems; buildings; or other similar Work, it
may be desirable for the Engineer to have the Contractor operate and test the Work for a period of time, after
final inspection but prior to the physical completion date. Whenever items of Work are listed in the Contract
Provisions for operational testing they shall be fully tested under operating conditions for the time period
specified to ensure their acceptability prior to the Physical Completion Date. During and following the test
period, the Contractor shall correct any items of workmanship, materials, or equipment which prove faulty, or
that are not in first class operating condition. Equipment, electrical controls, meters, or other devices and
equipment to be tested during this period shall be tested under the observation of the Engineer, so that the.
Engineer may determine their suitability for the purpose for which they were installed. The Physical
Completion Date cannot be established until testing and corrections have been completed to the satisfaction
of the Engineer.
The costs for power, gas, labor, material, supplies, and everything else needed to successfully complete
operational testing, shall be included in the unit contract prices related to the system being tested, unless
specifically set forth otherwise in the proposal.
Operational and test periods, when required by the Engineer, shall not affect a manufacturer's guaranties or
warranties furnished under the terms of the Contract.
1 -05.12 Final Acceptance
The third and fourth sentences in paragraph 1 are deleted and replaced with:
The Final Acceptance date shall be that date in which the Renton City Council formally approves acceptance of
the Contract.
1 -05.13 Superintendents, Labor and Equipment of Contractor
Revise the seventh paragraph to read:
21
03/20/2013 1
Whenever the Contracting Agency evaluates the Contractor's qualifications pursuant to Section 1 -02.1, the
Contracting Agency will take these performance reports into account.
1 -05.14 Cooperation with Other Contractors
Section 1 -05.14 is supplemented as follows:
The Contractor shall afford the Owner and other contractors working in the area reasonable opportunity for
the introduction and storage of their materials and the execution of their respective Work, and shall properly
connect and coordinate the Contractor's Work with theirs.
Other utilities, districts, agencies, and contractors who may be working within the project area are
1. Puget Sound Energy (gas and electric)
2. AT &T Broadband
3. Centuryl-ink Communications
4. City of Renton (water, sewer, transportation)
5. Soos Creek Sewer and Water District
6. Cedar River Sewer and Water District
7. Skyway Sewer and Water District
8. Private contractors employed by adjacent property owners
The Contractor shall coordinate with City of Renton on tying into any existing electrical service cabinet. I
1 -05.16 Water and Power
Section 1 -05.16 is a new Section:
( * * * * * *)
The Contractor shall make necessary arrangements, and shall bear the costs for power and water necessary for
the performance of the Work, unless the Contract includes power and water as a pay item. MA
1 -05.17 Oral Agreements
Section 1 -05.17 is a new section:
( * * * * * *)
No oral agreement or conversation with any officer, agent, or employee of the Contracting Agency, either
before or after execution of the Contract, shall affect or modify any of the terms or obligations contained in
any of the documents comprising the Contract. Such oral agreement or conversation shall be considered as
unofficial information and in no way binding upon the Contracting Agency, unless subsequently put in writing
and signed by the Contracting Agency.
1 -05.18 Contractor's Daily Diary
Section 1 -05.18 is a new section:
( * * * * * *)
The Contractor and subcontractors shall maintain and provide to the Engineer a Daily Diary Record of this
Work. This diary will be created by pen entries in a hardbound diary book of the type that is commonly
available through commercial outlets. The diary must contain the Project and Number; if the diary is in loose -
leaf form, this information must appear on every page. The diary must be kept and maintained by the
Contractor's designated project superintendent(s). Entries must be made on a daily basis and must accurately
represent all of the project activities on each day.
At a minimum, the diary shall show on a daily basis:
1. The day and date.
2. The weather conditions, including changes throughout the day.
3. A complete description of Work accomplished during the day with adequate references to the Plans
and Contract Provisions, so that the reader can easily and accurately identify said Work in the Plans.
Identify location /description of photographs or videos taken that day.
4. An entry for each and every changed condition, dispute or potential dispute, incident, accident, or
occurrence of any nature whatsoever which might affect the Contractor, the Owner, or any third
party in any manner.
5. Listing of any materials received and stored on- or off -site by the Contractor for future installation, to
22
03/20/2013
include the manner of storage and protection of the same.
6. Listing of materials installed during each day.
7. List of all subcontractors working on -site during each day.
8. Listing of the number of the Contractor's employees working during each day by category of
employment.
9. Listing of the Contractor's equipment working on the site during each day. Idle equipment on the
site shall be listed and designated as idle.
10. Notations to explain inspections, testing, stake -out, and all other services furnished by the Owner or
other party during each day.
11. Entries to verify the daily (including non -Work days) inspection and maintenance of traffic control
devices and condition of the traveled roadway surfaces. The Contractor shall not allow any
conditions to develop that would be hazardous to the public.
12. Any other information that serves to give an accurate and complete record of the nature, quantity,
and quality of Contractor's progress on each day.
13. Plan markups showing locations and dimensions of constructed features to be used by the Engineer
to produce record drawings.
14. All pages of the diary must be numbered consecutively with no omissions in page numbers.
15. Each page must be signed and dated by the Contractor's official representative on the project.
The Contractor may use additional sheets separate from the diary book if necessary to provide a complete
diary record, but they must be signed, dated, and labeled with project name and number.
It is expressly agreed between the Contractor and the Owner that the Daily Diary maintained by the
Contractor shall be the "Contractor's Book of Original Entry" for the documentation of any potential claims
or disputes that might arise during this contract. Failure of the Contractor to maintain this diary in the
manner described above will constitute a waiver of any such claims or disputes by the Contractor.
The Engineer or other Owner's representative on the job site will also complete a Daily Construction Report.
1 -06 CONTROL OF MATERIAL
1 -06.1 Approval of Materials Prior to Use
Section 1 -06.1 is supplemented as follows:
The materials and equipment lists submitted to the Engineer at the Preconstruction Conference shall include
the quantity, manufacturer, and model number, if applicable, of materials and equipment to be installed under
the Contract. This list will be checked by the Engineer as to conformity with the Contract Documents. The
Engineer will review the lists within 10 working days, noting required corrections. The Contractor shall make
required corrections and file 2 corrected copies with the Engineer within one week after receipt of required
corrections. The Engineer's review and acceptance of the lists shall not relieve the Contractor from
responsibility for suitability for the intended purpose, nor for deviations from the Contract Documents.
1- 06.2(1) Samples and Tests for Acceptance
Section 1- 06.2(1) is supplemented a follows:
The finished Work shall be in accordance with approved samples. Approval of samples by the Engineer does
not relieve the Contractor of responsibility for performance of the Work in accordance with the Contract
Documents.
1-06.2(2) Statistical Evaluation
of Materials for Acceptance
Section 1- 06.02(2) is supplemented by adding the following:
Unless stated otherwise in the special provisions, statistical evaluation will not be used by the City of Renton.
1 -07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC
1 -07.1 Laws to be Observed
Section 1 -07.1 is supplemented as follows:
23
03/20/2013
The Contractor shall erect and properly maintain, at all times, as required by the conditions and progress of the
Work, all necessary safeguards for protection of workers and the public; shall post danger signs warning against
known or unusual hazards; and shall designate as Safety Supervisor, a responsible employee on the
construction site whose duty shall be the enforcement of safety. The name and position of such person so
designated shall be reported in writing to the Engineer by the Contractor.
The Contractor shall, at all times, enforce strict discipline and good order among all employees and shall not
employ any person unfit or not skilled in the Work assigned to him /her.
Necessary sanitation conveniences for the use of the workers on the job, properly secluded from public
observation, shall be provided and maintained by the Contractor.
Incases of conflict between different safety regulations, the more stringent regulation shall apply.
The Washington State Department of Labor and Industries shall be the sole and paramount administrative
agency responsible for the administration of the provisions of the Washington Industrial Safety and Health Act
of 1973 (WISHA).
The Contractor shall maintain at the project site office, or other well -known place at the project site, all articles
necessary for providing first aid to the injured. The Contractor shall establish, publish, and make known to all
employees, procedures for ensuring immediate removal to a hospital or doctor's care, and persons, including
employees, who may have been injured on the project site. Employees should not be permitted to Work on
f
the project site before the Contractor has established and made known procedures for removal of injured
persons to a hospital or a doctor's care.
The Contractor shall have sole responsibility for the safet Y. efficienc Y. and adequacy of the Contractor's plant,
appliances, and methods, and for any damage or injury resulting from their failure, or improper maintenance,
use, or operation. The Contractor shall be solely and completely responsible for the conditions of the project
site, including safety for all persons and property in the performance of the Work. This requirement shall
apply continuously, and not be limited to normal working hours. The required or implied duty of the Engineer
to conduct construction review of the Contractor's performance does not, and shall not, be intended to
include review and adequacy of the Contractor's safety measures, in, on, or near the project site.
1 -07.2 State Sales Tax
Delete this section, including its sub - sections, in its entirety and replace it with the following:
1- 07.2(1) General
The Washington State Department of Revenue has issued special rules on the state sales tax. Sections 1-
07.2(1) through 1- 07.2(4) are meant to clarify those rules. The Contractor should contact the Washington
State Department of Revenue for answers to questions in this area. The Contracting Agency will not adjust its
payment if the Contractor bases a bid on a misunderstood tax liability.
The Contractor shall include all Contractor -paid taxes in the unit bid prices or other contract amounts. In some
cases, however, state retail sales tax will not be included. Section 1- 07.2(3) describes this exception.
The Contracting Agency will pay the retained percentage only if the Contractor has obtained from the
Washington State Department of Revenue a certificate showing that all contract - related taxes have been paid
(RCW 60.28.050). The Contracting Agency may deduct from its payments to the Contractor any amount the
Contractor may owe the Washington State Department of Revenue, whether the amount owed relates to this
contract or not. Any amount so deducted will be paid into the proper state fund.
24
1 03/20/2013
1- 07.2(2) State Sales Tax — Rule 171
WAC 458 -20 -171, and its related rules, apply to building, repairing, or improving streets, roads, etc., which.are
owned by a municipal corporation, or political subdivision of the state, or by the United States, and which are
used primarily for foot or vehicular traffic. This includes storm or combined sewer systems within and included
as part of the street or road drainage system, and power lines when such are part of the roadway lighting
system. For Work performed in such cases, the Contractor shall include Washington State Retail Sales Taxes in
the various unit bid item prices, or other contract amounts, including those that the Contractor pays on the
purchase of the materials, equipment, or supplies used or consumed in doing the Work.
1- 07.2(3) State Sales Tax — Rule 170
WAC 458 -20 -170, and its related rules, applies to the constructing and repairing of new or existing buildings, or
other structures, upon real property. This includes, but is not limited to; the construction of streets, roads,
highways, etc., owned by the state of Washington; water mains and their appurtenances; sanitary sewers and
sewage disposal systems unless such sewers and disposal systems are within, and a part of, a street or road
drainage system; telephone, telegraph, electrical power distribution lines, or other conduits or lines in or
above streets or. roads, unless such power lines become a part of a street or road lighting system; and installing
or attaching of any article of tangible personal property in or to real property, whether or not such personal
property becomes a part of the realty by virtue of installation.
For Work performed in such cases, the Contractor shall collect from the Contracting Agency, retail sales tax on
the full contract price. The Contracting Agency will automatically add this sales tax to each payment to the
Contractor. For this reason, the Contractor shall not include the retail sales tax in the unit bid item prices, or in
any other contract amount subject to Rule 170, with the following exception.
Exception: The Contracting Agency will not add in sales tax for a payment the Contractor or a subcontractor
makes on the purchase or rental of tools, machinery, equipment, or consumable supplies not integrated into
the project. Such sales taxes shall be included in the unit bid item prices or in any other contract amount.
1- 07.2(4) Services
The Contractor shall not collect retail sales tax from the Contracting Agency on any contract wholly for
professional or other services (as defined in Washington State Department of Revenue Rules 138 and 244).
1 -07.6 Permits and Licenses
Section 1 -07.6 is supplemented as follows:
The permits, easements, and right of entry documents that have been acquired are available for inspection and
review.
j The Contractor shall be required to comply with all conditions of the permits, easements, and rights of entry, at
no additional cost to the Owner. The Contractor is required to indemnify the Owner from claims on all
easements and rights of entry.
All other permits, licenses, etc., shall be the responsibility of the Contractor. The Contractor shall comply with
the special provisions and requirements of each.
Permits, permission under franchises, licenses and bonds of a temporary nature necessary for and during the
prosecution of the Work, and inspection fees in connection therewith shall be secured and paid for by the
Contractor. If the Owner is required to secure such permits, permission under franchises, licenses and bonds,
and pay the fees, the costs incurred by the Owner thereby shall be charged against the Contractor and
deducted from any funds otherwise due the Contractor.
25
03/20/2013
1 -07.9 Wages
1- 07.9(5) Required Documents
Delete the first sentence of the third paragraph, and replace it with the following:
1 * * * * * *%
The Contractor must submit weekly- certified payrolls for the Contractor and all subcontractors and lower tier
subcontractors, regardless of project's funding source.
1 -07.11 Requirements for Non - Discrimination
1- 07.11(11) City of Renton Affidavit of Compliance
Section 1- 07.11(11) is new:
( * * * * * *)
Each Contractor, Subcontractor, Consultant, and or Supplier shall complete and submit a copy of the "City of
Renton Fair Practices Policy Affidavit of Compliance ". A copy of this document will be bound in the bid
documents.
1 -07.12 Federal Agency Inspection
Section 1 -07.12 is supplemented with the following:
( * * * * * *)
Required Federal Aid Provisions
The Required Contract Provisions Federal Aid Construction Contracts (FHWA 1273) and the amendments
thereto supersede any conflicting provisions of the Standard Specifications and are made a part of this
contract; provided, however, that if any of the provisions of FHWA 1273, as amended, are less restrictive than
Washington State Law, then the Washington State Law shall prevail.
The provisions of FHWA 1273, as amended, included in this contract require that the Contractor insert the
FHWA 1273 and amendments thereto in each subcontract, together with the wage rates which are part of the
FHWA 1273, as amended. Also, a clause shall be included in each subcontract requiring the subcontractors to
insert the FHWA 1273 and amendments thereto in any lower tier subcontracts, together with the wage rates.
The Contractor shall also ensure that this Section, REQUIRED FEDERAL AID PROVISIONS, is inserted in each
subcontract for subcontractors and lower tier subcontractors. For this purpose, upon request to the Project
Engineer, the Contractor will be provided with extra copies of the FHWA 1273, the amendments thereto, the
applicable wage rates, and this Special Provision.
1 -07.13 Contractor's Responsibility for Work
1- 07.13(1) General
Section 1- 07.13(1) is supplemented as follows:
( * * * * * *)
During unfavorable weather and other conditions, the Contractor shall pursue only such portions of the Work
as shall not be damaged thereby.
No portion of the Work whose satisfactory quality or efficiency will be affected by unfavorable conditions shall
be constructed while these conditions exist, unless the Contractor shall be able to overcome said unfavorable
conditions by special means or precautions acceptable to the Engineer,..
1 -07.15 Temporary Water Pollution /Erosion Control
Delete the first paragraph, and replace it with the following:
( * * * * * *)
In an effort to prevent, control, and stop water pollution and erosion within the project, thereby protecting the
Work, nearby land, streams, and other bodies of water, the Contractor shall perform all Work in strict
accordance with all Federal, State, and local laws and regulations governing waters of the State, as well as
permits acquired for the project.
1 -07.16 Protection and Restoration of Property
1- 07.16(1) Private /Public Property
Section 1- 07.16(1) is supplemented by adding the following: {�
( * * * * * *)
The Contracting Agency will obtain all easements and franchises required for the project. The Contractor shall
26 ,
' 03/20/2013
limit his operation to the areas obtained and shall not trespass on private property.
The Contracting Agency may provide certain lands, as indicated in connection with the Work under the
Contract together with the right of access to such lands. The Contractor shall not unreasonably encumber the
premises with his equipment or materials.
The Contractor shall provide, with no liability to the Contracting Agency, any additional land and access thereto
not shown or described that may be required for temporary construction facilities or storage of materials. He
shall construct all access roads, detour roads, or other temporary Work as required by his operations. The
Contractor shall confine his equipment, storage of material, and operation of his workers to those areas shown
and described and such additional areas as he may provide.
A. General. All construction Work under this contract on easements, right -of -way, over private property
or franchise, shall be confined to the limits of such easements, right -of -way or franchise. All Work shall be
accomplished so as to cause the least amount of disturbance and a minimum amount of damage. The
Contractor shall schedule his Work so that trenches across easements shall not be left open during weekends
or holidays and trenches shall not be open for more than 48 hours.
B. Structures. The Contractor shall remove such existing structures as may be necessary for the
performance of the Work and, if required, shall rebuild the structures thus removed in as good a condition as
found. He shall also repair all existing structures that may be damaged as a result of the Work under this
contract.
C. Easements, cultivated areas and other surface improvements. All cultivated areas, either agricultural
or lawns, and other surface improvements which are damaged by actions of the Contractor shall be restored as
nearly as possible to their original condition.
Prior to excavation on an easement or private right -of -way, the Contractor shall strip topsoil from the trench or
construction area and stockpile it in such a manner that it may be replaced by him, upon completion of
construction. Ornamental trees and shrubbery shall be carefully removed with the earth surrounding their
roots wrapped in burlap and replanted in their original positions within 48 hours.
All shrubbery or trees destroyed or damaged, shall be replaced by the Contractor with material of equal quality
at no additional cost to the Contracting Agency. In the event that it is necessary to trench through any lawn
area, the sod shall be carefully cut and rolled and replaced after the trenches have been backfilled. The lawn
area shall be cleaned by sweeping or other means, of all earth and debris.
The Contractor shall use rubber wheel equipment similar to the small tractor -type backhoes used by side sewer
contractors for all Work, including excavation and backfill, on easements or rights -of -way, which have lawn
areas. All fences, markers, mailboxes, or other temporary obstacles shall be removed by the Contractor and
immediately replace, after the trench is backfilled, in their original position.. The Contractor shall notify the
Contracting Agency and Property Owner at least 24 hours in advance of any Work done on easements or rights-
' of -way.
Damage to existing structures outside of easement areas that may result from dewatering and /or other
construction activity under this contract shall be restored to their original condition or better. The original
condition shall be established by photographs taken and /or inspection made prior to construction. All such
Work shall be done to the satisfaction of the Property Owners and the Contracting Agency at the expense of
the Contractor.
D. Streets. The Contractor will assume all responsibility of restoration of the surface of all streets
(traveled ways) used by him if damaged.
In the event the Contractor does not have labor or material immediately available to make necessary repairs,
the Contractor shall so inform the Contracting Agency. The Contracting Agency will make the necessary repairs
and the cost of such repairs shall be paid by the Contractor.
The Contractor is responsible for identifying and documenting any damage that is pre- existing or caused by
others. Restoration of excavation in City streets shall be done in accordance with the City of Renton Trench
Restoration Requirements, which is available at the Public Works Department Customer Services counter on
the 6th floor, Renton City Hall, 1055 South Grady Way.
1 27
03/20/2013
1 -07.17 Utilities and Similar Facilities
Section 1 -07.17 is supplemented by adding:
Existing utilities indicated in the Plans have been plotted from the best information available to the Engineer.
Information and data shown or indicated in the Contract Documents with respect to existing underground
utilities or services at or contiguous to the project site are based on information and data furnished to the
Owner and the Engineer by owners of such underground facilities or others, and the Owner and the Engineer
do not assume responsibility for the accuracy or completeness thereof. It is to be understood that other
aboveground or underground facilities not shown in the Plans may be encountered during the course of the
Work.
All utility valves, manholes, vaults, or pull boxes which are buried shall be conspicuously marked in a fashion
acceptable to the Owner and the Engineer by the Contractor to allow their location to be determined by the
Engineer or utility personnel under adverse conditions, (inclement weather or darkness).
Where underground main distribution conduits, such as water, gas, sewer, electric power, or telephone, are
shown on the Plans, the Contractor, for the purpose of preparing his bid, shall assume that every property
parcel will be served by a service connection for each type of utility.
The Contractor shall check with the utility companies concerning any possible conflict prior to commencing
excavation in any area. The Contractor shall resolve all crossing and clearance problems with the utility
company concerned. No excavation shall begin until all known facilities, in the vicinity of the excavation area,
have been located and marked.
In addition to the Contractor having all utilities field marked before starting Work, the Contractor shall have all
utilities field marked after they are relocated in conjunction with this project.
Call Before You Dig
The 48 -Hour Locators
1- 800 - 424 -5555
At least 2 and not more than 10 working days prior to commencing any excavations for utility potholing or for
any other purpose under this Contract, the Contractor shall notify the Underground Utilities Location Center by
telephone of the planned excavation and progress schedule. The Contractor is also warned that there may be
utilities on the project that are not part of the One Call system. They must be contacted directly by the
Contractor for locations.
The Contractor shall make arrangements 48 hours in advance with respective utility owners to have a ,
representative present when their utility is exposed or modified, if the utility chooses to do so.
Existing utilities for telephone, power, gas, water, and television cable facilities shall be adjusted or relocated by
the appropriate utility company unless otherwise noted in the Plans. These adjustments may be completed
before the Contractor begins Work, or may be performed in conjunction with the Contract Work. The
Contractor shall be entirely responsible for coordination with the utility companies and arranging for the
movement or adjustment, either temporary or permanent, of their facilities within the project limits. See also
Section 1 -05.14 of these Special Provisions. '
If or when utility conflicts occur, the Contractor shall continue the construction process on other aspects of the
project whenever possible. No additional compensation will be made to the Contractor for reason of delay
caused by the actions of any utility company, and the Contractor shall consider such costs to be incidental to
the other items of the Contract.
Utility Potholing
Potholing may be included as a bid item for use in determining the location of existing utilities in advance of
the Contractor's operations. If potholing is not included as a bid item then it shall be considered incidental to
other Work. The Contractor shall submit all potholing requests to the Engineer for approval, at least 2 working '
days before potholing is scheduled. Additionally, the Contractor shall provide potholing at the Engineer's
request.
In no way shall the Work described under Utility Potholing relieve the Contractor of any of the responsibilities
described in Section 1 -07.17 of the Standard Specifications and Special Provisions, and elsewhere in the
28 1
03/20/2013
Contract Documents.
1- 07.17(1) Interruption of Services
Section 1- 07.17(1) is a new section:
Whenever in the course of the construction operation it becomes necessary to cause an outage of utilities, it
shall be the Contractor's responsibility to notify the affected users and the Engineer not less than 48 hours in
advance of such outage. The Contractor shall make reasonable effort to minimize the duration of outages, and
' shall estimate the length of time service will be interrupted and so notify the users. In the case of any utility
outage that has exceeded or will exceed four hours, user contact shall again be made. Temporary service, if
needed, will be arranged by the Contractor at no cost to the Owner.
Overhead lighting outages shall not exceed 24 hours. All cost to the Contractor for providing temporary
overhead lighting to meet above requirements shall be incidental -to the various unit and Lump sum items of
the Contract; no separate payment will be made.
1 -07.18 Public Liability and Property Damage Insurance
Section 1 -07.18 is deleted replaced by the following new section and subsections:
1- 07.18(1) General
The Contractor shall obtain and maintain in full force and effect, from the Contract Execution Date to the
Completion Date, public liability and property damage insurance with an insurance company(ies) or
through sources approved by the State Insurance Commissioner pursuant to RCW 48.
' The Contractor shall not begin work under the Contract until the required insurance has been obtained
and approved by the Contracting Agency. Insurance shall provide coverage to the Contractor, all
subcontractors, Contracting Agency and the Contracting Agency's consultant. The coverage shall protect
against claims for bodily injuries, personal injuries, including accidental death, as well as claims for
property damages which may arise from any act or omission of the Contractor or the subcontractor, or by
anyone directly or indirectly employed by either of them.
' If warranted work is required the Contractor shall provide the City proof that insurance coverage and
limits established under the term of the Contract for work are in full force and effect during the period of
warranty work.
' The Contracting Agency may request a copy of the actual declaration pages(s) for each insurance policy
effecting coverage(s) required on the Contract prior to the date work commences.
Failure of the Contractor to fully comply during the term of the Contract with the requirements described
herein will be considered a material breach of contract and shall be caused for immediate termination of
the Contract at the option of the Contracting Agency.
All costs for insurance shall be incidental to and included in the unit or Lump Sum prices of the contract
and no additional payment will be made.
' 1- 07.18(2) Coverages
All coverage provided by the Contractor shall be in a form and underwritten by a company acceptable to
the Contracting Agency. The City requires that all insurers:
1. Be licensed to do business within the State of Washington.
2. Coverage to be on an "occurrence" basis (Professional Liability and Pollution coverage are
acceptable when written on a claims -made basis). The City may also require proof of
professional liability coverage be provided for up to two (2) years after the completion of the
project.
3. The City may request a copy of the actual declaration page(s) for each insurance policy affecting
coverage(s) required by the Contract prior to the date work commences.
4. Possess a minimum A.M. best rating of AVII (A rating of A XII or better is preferred.) If any
insurance carrier possesses a rating bf less than AVII, the City may make an exception.
29
03/20/2013
The City reserves the right to approve the security of the insurance coverage provided by the insurance
company(ies), terms, conditions, and the Certificate of Insurance.
Failure of the Contractor to fully comply during the term of the Contract with these requirements will be ,
considered a material breach of contract and shall be cause for immediate termination of the contract at
the option of the City.
The Contractor shall obtain and maintain the minimum insurance coverage set forth below. By requiring ,
such minimum insurance, the City of Renton shall not be deemed or construed to have assessed the risks
that may be applicable to the Contractor. The Contractor shall assess its own risks and if it deems
appropriate and /or prudent, maintain higher limits and /or broader coverage. '
Coverage shall include:
A. Commercial General Liability - ISO 1993 Form or equivalent. Coverage will be written on an
occurrence basis and include:
• Premises and Operations (including CG2503; General Aggregate to apply per project, if
applicable)
• Explosion, Collapse, and Underground Hazards.
• Products /Completed Operations
• Contractual Liability (including Amendatory Endorsement CG 0043 or equivalent which
includes defense coverage assumed under contract)
• Broad Form Property Damage
• Independent Contractors
• Personal /Advertising Injury
• Stop Gap Liability
B. Automobile Liability including all
• Owned Vehicles
• Non -Owned Vehicles
• Hired Vehicles
C. Workers' Compensation
• Statutory Benefits (Coverage A) - Show Washington Labor & Industries Number
D. Umbrella Liability (when necessary)
• Excess of Commercial General Liability and Automobile Liability. Coverage should be as
broad as primary.
E. Professional Liability - (whenever the work under this Contract includes Professional Liability,
including Advertising activities) the (CONTRACTOR) shall maintain professional liability covering
wrongful acts, errors and /or omissions of the (CONTRACTOR) for damage sustained by reason of
or in the course of operations under this Contract.
F. Pollution Liability - the City may require this coverage whenever work under this Contract
involves pollution risk to the environment. This coverage is to include sudden and gradual
coverage for third party liability including defense costs and completed operations.
Contractor shall name City of Renton, and its officers, officials, agents, employees and volunteers as
Additional Insured (ISO Form CG 2010 or equivalent). The Contractor shall provide City of Renton
Certificates of Insurance prior to commencement of work. The City reserves the right to request copies of
insurance policies, if at their sole discretion it is deemed appropriate. Further, all policies of insurance
described above shall:
A. Be on a primary basis not contributory with any other insurance coverage and /or self- insurance
carried by City of Renton.
B. Include a Waiver of Subrogation Clause.
C. Severability of Interest Clause (Cross Liability)
D. The Contractor shall provide the Contracting Agency and all Additional Insured's with written
notice of any policy cancellation, within two business days of their receipt of such notice.
E. Failure on the part of the Contractor to maintain the insurance as required shall constitute a
material breach of contract, upon which the Contracting Agency may, after giving five business
days notice to the Contractor to correct the breach, immediately terminate the contract or, at its
discretion, procure or renew such insurance and pay any and all premiums in connection
therewith, with any sums so expended to be repaid to the Contracting Agency on demand, or at
30
i�
t
' 03/20/2013
I
1
0
the sole discretion of the Contracting Agency, offset against funds due the Contractor from the
Contracting Agency.
1- 07.18(3) Limits
LIMITS REQUIRED
Providing coverage in these stated amounts shall not be construed to relieve the Contractor from liability
in excess of such limits. The Contractor shall carry the following limits of liability as required below:
Commercial General Liability
General Aggregate*
$2,000,000 **
Products /Completed Operations Aggregate
$2,000,000 **
Each Occurrence Limit
$1,000,000
Personal /Advertising Injury
$1,000,000
Fire Damage (Any One Fire)
$50,000
Medical Payments (Any One Person)
$5,000
Stop Gap Liability
$1,000,000
* General Aggregate to apply per project
(ISO Form CG2503 or equivalent)
* *Amount may vary based on project risk
Automobile Liability
Bodily Injury /Property Damage
$1,000,000
(Each Accident)
Workers' Compensation
Statutory Benefits - Coverage A
Variable
(Show Washington Labor and Industries Number)
Umbrella Liability
Each Occurrence Limit
$1,000,000
General Aggregate Limit
$1,000,000
Products /Completed Operations Aggregate
$1,000,000
Professional Liability (If required)
Each Occurrence/ Incident /Claim
$1,000,000
Aggregate .
$2,000,000
Pollution Liability (if required) to apply on a per project
basis
Per Loss
$1,000,000
Aggregate
$1,000,000
The City may require the Contractor to keep professional liability coverage in effect for up to two (2) years
after completion of the project.
' The Contractor shall promptly advise the CITY OF RENTON in the event any general aggregates are
reduced for any reason, and shall reinstate the aggregate at the Contractor's expense to comply with the
' minimum limits and requirements as stated above and shall furnish to the CITY OF RENTON a new
certificate of insurance showing such coverage is in force.
1- 07.18(4) Evidence of Insurance:
Within 20 days of award of the Contract, the Contractor shall provide evidence of insurance by submitting
to the Contracting Agency the Certificate of Insurance (ACORD Form 25s or equivalent) conforming to
items as specified in Sections 1- 07.18(1), 1- 07.18(2), and 1- 07.18(3) as revised above.
' 1- 07.18(5) Indemnification:
Contractor shall hold harmless, indemnify and defend the City of Renton and the Property Owner
(Providence Health & Services — Washington, a Washington nonprofit corporation), its officers, employees
' and agents, from and against any and all claims, actions, suits, liability, loss, expenses, damages and
judgments of any nature whatsoever, including costs and attorney's fees in defense thereof, for injury,
sickness, disability or death to persons or damage to property or business, caused by or arising out of
Contractor's negligent or intentional acts, errors or omissions in Contractor's use of this easement and
' placement of Contractor's facilities thereon and arising during Contractor's construction of its facilities.
1 31
03/20/2013 '
1 -07.22 Use of Explosives ,
Section 1 -07.22 is supplemented by the following:
Explosives shall not be used without specific authority of the Engineer, and then only under such restrictions as
may be required by the proper authorities. Explosives shall be handled and used in strict compliance with WAC '
296 -52 and such local laws, rules and regulations that may apply. The individual in charge of the blasting shall
have a current Washington State Blaster Users License.
The Contractor shall obtain, comply with, and pay for such permits and costs as are necessary in conjunction
with blasting operations.
1 -07.23 Public Convenience and Safety '
1- 07.23(1) Construction Under Traffic
Revise the second paragraph to read:
( * * * * * *)
To disrupt public traffic as little as possible, the Contractor shall permit traffic to pass through the Work with
the least possible inconvenience or delay. The Contractor shall maintain existing roads, streets, sidewalks, '
driveways, and paths within the project limits, keeping them open, and in good, clean, safe condition at all
times. Deficiencies caused by the Contractor's operations shall be repaired at the Contractor's expense.
Deficiencies not caused by the Contractor's operations shall be repaired by the Contractor when directed by '
the Engineer, at the Contracting Agency's expense. The Contractor shall also maintain roads, streets,
sidewalks, driveways, and paths adjacent to the project limits when affected by the Contractor's operations.
Snow and ice control will be performed by the Contracting Agency on all projects. Cleanup of snow and ice ,
control debris will be at the Contracting Agency's expense. The Contractor shall perform the following:
1. Remove or repair any condition resulting from the Work that might impede traffic or create a hazard. '
2. Keep existing traffic signal and highway lighting systems in operation as the Work proceeds. (The
Contracting Agency will continue the route maintenance on such system.) '
3. Maintain the striping on the roadway at the Contracting Agency's expense. The Contractor shall be
responsible for scheduling when to renew striping, subject to the approval of the Engineer. When the
scope of the project does not require Work on the roadway, the Contracting Agency will.be responsible for '
maintaining the striping.
4. Maintain existing permanent signing. Repair of signs will be at the Contracting Agency's expense, except
those damaged due to the Contractor's operations.
5. Keep drainage structures clean to allow for free flow of water. Cleaning of existing drainage structures will '
be at the Contracting Agency's expense when approved by the Engineer, except when flow is impaired due
to the Contractor's operations.
Section 1- 07.23(1) is supplemented by adding the following:
( * * * * * *)
The Contractor shall be responsible for controlling dust and mud within the project limits and on any street, '
which is utilized by his equipment for the duration of the project. The Contractor shall be prepared to use
watering trucks, power sweepers, and other pieces of equipment as deemed necessary by the Engineer, to
avoid creating a nuisance. ,
Dust and mud control shall be considered as incidental to the project, and no compensation will be made for
this section.
Complaints of dust, mud, or unsafe practices and /or property damage to private ownership will be transmitted '
32
t
03/20/2013
to the Contractor and prompt action in correcting them will be required by the Contractor.
The Contractor shall maintain the roads during construction in a suitable condition to minimize affects to
vehicular and pedestrian traffic. All cost to maintain the roads shall be borne by the Contractor.
At least one -way traffic shall be maintained on all cross - streets within the project limits during working hours.
One lane shall be provided in each direction for all streets during non - working hours.
The Contractor shall provide one drivable roadway lane and maintain convenient access for local and
commuter traffic to driveways, businesses, and buildings along the line of Work throughout the course of the
project. Such access shall be maintained as near as possible to that which existed prior to the commencement
of construction. This restriction shall not apply to the paving portion of the construction process.
The Contractor shall notify and coordinate with all property owners and tenants of street closures, or other
restrictions which may interfere with their access at least 24 hours in advance for single - family residential
property, and at least 48 hours in advance for apartments, offices, and commercial property. The Contractor
shall give a copy of all notices to the Engineer.
When the abutting owners' access across the right -of -way line is to be eliminated and replaced under the
Contract by other access, the existing access shall not be closed until the replacement access facility is
available.
All unattended excavations shall be properly barricaded and covered at all times. The Contractor shall not open
any trenches that cannot be completed and refilled that same day. Trenches shall be patched or covered by a
temporary steel plate, at the Contractor's expense, except in areas where the roadway remains closed to public
traffic. Steel plates must be anchored.
1- 07.23(2) Construction and Maintenance of Detours
Revise the first paragraph to read:
Unless otherwise approved, the Contractor shall maintain two -way traffic during construction. The Contractor
shall build, maintain in a safe condition, keep open to traffic, and remove when no longer needed:
1. Detours and detour bridges that will accommodate traffic diverted from the roadway, bridge, sidewalk,
driveway, or path during construction,
2. Detour crossings of intersecting highway, and
Temporary approaches.
1 -07.24 Rights -of -Way
Delete this section in its entirety, and replace it with the following:
Street right -of -way lines, limits of easements, and limits of construction permits are indicated on the Drawings.
The Contractor's construction activities shall be confined within these limits unless arrangements for use of
private property are made.
' Generally, the Contracting Agency will have obtained, prior to bid opening, all rights -of -way and easements,
both permanent and temporary, necessary for carrying out the completion of the Work. Exceptions to this are
noted in the Contract Documents or brought to the Contractor's attention by a duly issued addendum.
Whenever any of the, Work is accomplished on or through property other than public right -of -way, the
Contractor shall meet and fulfill all covenants and stipulations of any easement agreement obtained by the
Contracting Agency from the owner of the private property. Copies of the easement agreements are included in
the Contract Provisions or made available to the Contractor as soon as practical after they have been obtained
' by the Engineer.
Whenever easements or rights -of -entry have not been acquired prior to advertising, these areas are so noted
on the Drawings. The Contractor shall not proceed with any portion of the Work in areas where right -of -way,
' easements, or rights -of -entry have not been acquired until the Engineer certifies to the Contractor that the
right -of -way or easement is available or that the right -of -entry had been received. If the Contractor is delayed
L�
33
03/20/2013
due to acts of omission on the part of the Contracting Agency in obtaining easements, rights of entry of right -
of -way, the Contractor will be entitled to an extension of time. The Contractor agrees that such delay shall not
be a breach of contract.
Each property owner shall be given 48 hours notice prior to entry by the Contactor. This includes entry onto
,
easements and private property where private improvements must be adjusted.
The Contractor shall be responsible for providing, without expense or liability of the Contracting Agency, any
additional land and access thereto that the Contractor may desire for temporary construction facilities, storage
of materials, or other Contractor needs. However, before using any private property, whether adjoining the
Work or not, the Contractor shall file with the Engineer a written permission of the private property owner,
and, upon vacating the premises, a written release from the property owner of each property disturbed or
otherwise interfered with by reasons of construction pursued under this Contract. The statement shall be
'
signed by the private property owner, or proper authority acting for the owner of the private property affected,
stating that permission has been granted to use the property and all necessary permits have been obtained or,
in the case of a release, that the restoration of the property has been satisfactorily accomplished. The
,
statement shall include the parcel number, address and date of signature. Written releases must be filed with
the Engineer before the Completion Date will be established.
1 -07.28 Confined Space Entry
'
Section 1 -07.28 is new:
The Contractor shall:
,
1. Review and be familiar with the City's Public Works Confined Space Entry Program.
2. Review documented information about the City confined spaces in which entry is intended as listed and
t
described in the City's Attribute and Map Book. This information includes identified hazards for each
permit- required confined space.
3. Each contractor shall have their own confined space entry program. Upon request of the City they will
provide a statement confirming they are in compliance with their confined space entry program including
requirements for confined space training for employees associated with the project in Renton.
'
4. Be responsible for following all confined space requirements established by the provisions in WAC 296 -809
and its chapters.
5. Coordinate entry operations with the City of Renton when employees from the contractor will be working
in or near City confined spaces.
6. Discuss entry operations with the City of Renton including the program followed during confined space
entry.
'
7. Debrief the City on any hazards confronted or created at the completion of entry operations.
"Danger,
8. Place signs stating, Follow Confined Space Entry Procedure before Entering" at each confined
space to be entered. Never leave the confined space open and unattended.
The contractor's or consultant's point of contact with the City in regard to confined space entry will be the
City's assigned construction inspector.
1 -08 PROSECUTION AND PROGRESS
1 -08.0 Preliminary Matters
Section 1 -08.0 is a new section with subsection:
,
34 1
03/20/2013
' 1- 08.0(1) Preconstruction Conference,
Section 1- 08.0(1) is a new subsection:
The Engineer will furnish the Contractor with copies of the Contract Documents per Section 1 -02.2 "Plans and
Specifications ". Additional documents may be furnished upon request at the cost of reproduction. Prior to
undertaking each part of the Work the Contractor shall carefully study and compare the Contract Documents,
and check and verify pertinent figures shown therein and all applicable field measurements. The Contractor
shall promptly report in writing to the Engineer any conflict, error or discrepancy, which the Contractor may
discover.
After the Contract has been executed, but prior to the Contractor beginning the Work, a preconstruction
conference will be held between the Contractor, the Engineer and such other interested parties as may be
invited.
The Contractor shall prepare and submit at the preconstruction meeting:
4 Contractor's plan of operation and progress schedule (3+ copies)
4 Approval of qualified subcontractors (bring list of subcontractors if different from list submitted
with bid)
+ List of materials fabricated or manufactured off the project
+ Material sources on the project
+ Names of principal suppliers
4 Detailed equipment list, including "Rental Rate Blue Book" hourly costs (both working and
standby rates)
+ Weighted wage rates for all employee classifications anticipated to be used on Project
+ Cost percentage breakdown for lump sum bid item(s)
+ Shop Drawings (bring preliminary list)
+ Traffic Control Plans (3+ copies)
+ Temporary Water Pollution /Erosion Control Plan
In addition, the Contractor shall be prepared to address:
Bonds and insurance
Project meetings — schedule and responsibilities
Provision for inspection for materials from outside sources
Responsibility for locating utilities
Responsibility for damage
Time schedule for relocations, if by other than the Contractor
Compliance with Contract Documents
Acceptance and approval of Work
Labor compliance, payrolls, and certifications
Safety regulations for the Contractors' and the Owner's employees and representatives
Suspension of Work, time extensions
Change order procedures
Progress estimates, procedures for payment
Special requirements of funding agencies
Construction engineering, advance notice of special Work
Any interpretation of the Contract Documents requested by the Contractor
Any conflicts or omissions in Contract Documents
Any other problems or questions concerning the Work
Processing and administration of public complaints
Easements and rights -of -entry
Other contracts
The franchise utilities may be present at the preconstruction conference, and the Contractor should be
prepared for their review and discussion of progress schedule and coordination.
' 1- 08.0(2) Hours of Work
Section 1- 08.0(2) is a new subsection:
Except in the case of emergency or unless otherwise approved by the Contracting Agency, the normal straight
35
03/20/2013
time working hours for the Contract shall be any consecutive 8 -hour period between 7:00 a.m. and 5:00 p.m. of
a working day with a maximum 1 -hour lunch break and a 5 -day Work week. The normal straight time 8 -hour
working period for the Contract shall be established at the preconstruction conference or prior to the
Contractor commencing the Work.
If a Contractor desires to perform Work on holidays, Saturdays, Sundays, or before 7:00 a.m. or after 5:00 P.M.
on any day, the Contractor shall apply in writing to the Engineer for permission to Work such times. Permission
to Work longer than an 8 -hour period between 7:00 a.m. an 5:00 p.m. is not required. Such requests shall be
submitted to the Engineer no later than noon on the working day prior to the day for which the Contractor is
requesting permission to Work.
Permission to Work between the hours of 10:00 p.m. and 7:00 a.m. during weekdays and between the hours of
10:00 p.m. and 7:00 a.m. on weekends or holidays may also be subject to noise control requirements.
Approval to continue Work during these hours may be revoked at any time the Contractor exceeds the
Contracting Agency's noise control regulations or complaints are received from the public or adjoining property
owners regarding the noise from the Contractor's operations. The Contractor shall have no claim for damages
or delays should such permission be revoked for these reasons.
Permission to Work Saturdays, Sundays, holidays or other than the agreed upon normal straight time working
hours Monday through Friday may be given subject to certain other conditions set forth by the Contracting
Agency or the Engineer. These conditions may include but are not limited to: requiring the Engineer or such
assistants as the Engineer may deem necessary to be present during the Work; requiring the Contractor to
reimburse the Contracting Agency for the cost of engineering salaries paid Contracting Agency employees "
worked during such times; considering the Work performed on Saturdays, Sundays, and holidays as working
days with regards to the Contract Time; and considering multiple Work shifts as multiple working days with
respect to Contract Time even though the multiple shifts occur in a single 24 -hour period. Assistants may
include, but are not limited to, survey crews; personnel from the material testing labs; inspectors; and other
Contracting Agency employees when in the opinion of the Engineer such Work necessitates their presence.
1- 08.0(3) Reimbursement for Overtime Work of Contracting Agency Employees
Section 1- 08.0(3) is a new subsection:
Where the Contractor elects to Work on a Saturday, Sunday, holiday, or longer than an 8 -hour Work shift on a
regular working day, as defined in the Standard Specifications, such Work shall be considered as overtime
Work. On all such overtime Work an inspector will be present, and a survey crew may be required at the
discretion of the Engineer. The Contractor shall reimburse the Contracting Agency for the full amount of the
straight time plus overtime costs for employees and representative(s) of the Contracting Agency required to
Work overtime hours.
The Contractor by these Specifications does hereby authorize the Engineer to deduct such costs from the
amount due or to become due the Contractor.
1 -08.1 Subcontracting
Revise the second paragraph to read:
The Contractor shall not subcontract Work unless the Engineer approves in writing. Each request to
subcontract shall be on the form the Engineer provides. If the Engineer requests, the Contractor shall provide
proof that subcontractor has the experience, ability, and equipment the Work requires. The Contractor shall
require each subcontractor to comply with Section 1 -07.9 and to furnish all certificates and statements
required by the Contract. The Contractor shall require each subcontractor of every tier to meet the
responsibility criteria stated in RCW 39.06, and shall include these requirements in every subcontract of every
tier.
Section 1 -08.1 is supplemented as follows:
Written requests for change in subcontractors shall be submitted by the Contractor to the Engineer at least 7
calendar days prior to start of a subcontractor's Work.
The Contractor agrees that he /she is fully responsible to the Owner for the acts and omissions of all
subcontractors and lower -tier subcontractors, and persons either directly or indirectly employed by the
subcontractors, as well as for the acts and omissions of persons directly employed by the Contractor. The
36
u
II
1
03/20/2013
Contractor shall be required to give personal attention to the Work that is sublet. Nothing contained in the
Contract Documents shall create any contractual relation between any subcontractor and the Owner.
The Contractor shall be responsible for making sure all subcontractors submit all required documentation,
forms, etc.
1 -08.2 Assignment
The second paragraph of Section 1 -08.2 is modified as follows:
The Contractor shall not assign any moneys due or to become due to the Contractor hereunder without the
prior written consent of the Owner. The assignment, if approved, shall be subject to all setoffs, withholdings,
and deductions required by law and the Contract.
1 -08.3 Progress Schedule
Section 1 -08.3 is supplemented as follows:
The progress schedule for the entire project shall be submitted 7 calendar days prior to the Preconstruction
Conference. The schedule shall be prepared using the critical path method (CPM), preferably using Microsoft
Project or equivalent software. The schedule shall contain this information, at a minimum:
1. Construction activities, in sufficient detail that all activities necessary to construct a complete and
functional project are considered. Any activity that has a scheduled duration exceeding 30 calendar days
shall be subdivided until no sub - element has a duration exceeding 30 calendar days.
The schedule shall clearly indicate the activities that comprise the critical path. For each activity not on
the critical path, the schedule shall show the float, or slack, time.
2. Procurement of material and equipment.
3. Submittals requiring review by the Engineer. Submittal by the Contractor and review by the Engineer shall
be shown as separate activities.
4. Work to be performed by a subcontractor, agent, or any third party.
5. Allowances for delays that could result from normal inclement weather (time extensions due to inclement
weather will not be allowed).
6. Allowances for the time required by utilities (Owner's and others) to locate, monitor, and adjust their
facilities as required.
The Engineer may request the Contractor to alter the progress schedule when deemed necessary in the opinion
of the Engineer, in the interest of public safety and welfare of the Owner, or for coordination with any other
activity of other contractors, the availability of all or portions of the job site, or special provisions of this
Contract, or to reasonably meet the completion date of the project. The Contractor shall provide such revised
schedule within 10 days of request.
If, at any time, in the opinion of the Engineer, the progress of construction falls significantly behind schedule,
the Contractor may be required to submit a plan for regaining progress and a revised schedule indicating how
the remaining Work items will be completed within the authorized contract time.
The Contractor shall promptly report to the Engineer any conditions that the Contractor feels will require
revision of the schedule and shall promptly submit proposed revisions in the progress schedule for acceptance
by the Engineer. When such changes are accepted by the Engineer, the revised schedule shall be followed by
the Contractor.
1 Weekly Schedule. The Contractor shall submit a weekly progress schedule to the Engineer which sets forth
specific Work to be performed the following week, and a tentative schedule for the second week.
Failure to Maintain Progress Schedule. The Engineer will check actual progress of the Work against the
progress schedule a minimum of two times per month. Failure, without just cause, to maintain progress in
accordance with the approved schedule shall constitute a breach of Contract. If, through no fault of the
Contractor, the proposed construction schedule cannot be met, the Engineer will require the Contractor to
submit a revised schedule to the Engineer for acceptance. The approved revisions will thereafter, in all
respects, apply in lieu of the original schedule.
Failure of the Contractor to follow the progress schedule submitted and accepted, including revisions thereof,
shall relieve the Owner of any and all responsibility for furnishing and making available all or any portion of the
job site, and will relieve the Owner of any responsibility for delays to the Contractor in the performance of the
1 37
03/20/2013
Work.
The cost of preparing the progress schedule, any supplementary progress schedules, and weekly schedules
shall be considered incidental to the Contract and no other compensation shall be made.
1 -08.4 Notice to Proceed and Prosecution of the Work
Section 1 -08.4 is replaced with the following:
Notice to Proceed will be given after the Contract has been executed and the Contract bond and evidence of
insurances have been approved and filed by the Owner. The Contractor shall not commence the Work until the
Notice to Proceed has been given by the Engineer. The Contractor shall commence construction activities on
the project site within ten days of the Notice to Proceed date. The Work thereafter shall be prosecuted
diligently, vigorously, and without unauthorized interruption until physical completion of the Work. There shall
be no voluntary shutdowns or slowing of operations by the Contractor without prior approval of the Engineer.
Such approval shall not relieve the Contractor from the contractual obligation to complete the Work within the
prescribed Contract Time.
1 -08.5 Time For Completion
The first five paragraphs of Section 1 -08.5 are deleted and replaced with the following:
The Work shall be physically completed in its entirety within the time specified in the Contract Documents or as
extended by the Engineer. The Contract Time will be stated in "working days ", shall begin on the Notice To
Proceed date, or the date identified in the Notice to Proceed as "the first working day ", and shall end on the
Contract Completion date.
A non - working day is defined as a Saturday, a Sunday, a day on which the Contract specifically suspends Work,
or one of these holidays: January 1, third Monday of January, Memorial Day, July 4, Labor Day, November 11,
Thanksgiving Day, the day after Thanksgiving, and Christmas Day. The day before Christmas shall be a holiday
when Christmas Day occurs on a Tuesday or Friday. The day after Christmas shall be a holiday when Christmas
Day occurs on a Monday, Wednesday, or Thursday. When Christmas Day occurs on a Saturday, the two
preceding working days shall be observed as holidays. When Christmas day occurs on a Sunday, the two
working days following shall be observed as holidays. When holidays other than Christmas fall on a Saturday,
the preceding Friday will be counted as a non - working day and when they fall on a Sunday the following
Monday will be counted as a non- working day. The Contract Time has been established to allow for periods of
normal inclement weather that, from historical records, is to be expected during the Contract Time, and during
which periods, Work is anticipated to be performed. Each successive working day, beginning with the Notice to
Proceed date and ending with the Physical Completion date, shall be charged to the Contract Time as it occurs
except a day, or part of a day, which is designated a non - working day or an Engineer determined unworkable
day.
The Engineer will furnish the Contractor a weekly report showing (1) the number of working days charged
against the Contract Time for the preceding week; (2) the Contract Time in working days; (3) the number of
working days remaining in the Contract Time; (4) the number of non - working days; and (5) any partial or whole
days the Engineer declared unworkable the previous week. This weekly report will be correlated with the
Contractor's current approved progress schedule. If the Contractor elects to work 10 hours a day and 4 days a
week (a 4 -10 schedule), and the fifth day of the week in which a 4 -10 shift is worked would ordinarily be
charged as a working day, then the fifth day of that week will be charged as a working day whether or not the
Contractor works on that day.
The Contractor will be allowed 10 calendar days from the date of each report in which to file a written protest
of an alleged discrepancy in the Contract Time as reported. Otherwise, the report will be deemed to have been
accepted by the Contractor as correct.
The requirements for scheduling the Final Inspection and establishing the Substantial Completion, Physical
Completion, and Completion Dates are specified in Sections 1 -05.11 and 1- 05.12.
Revise the seventh paragraph to read:
The Engineer will give the Contractor written notice of the completion date of the Contract after all the
Contractor's obligations under the Contract have been performed by the Contractor. The following events
38
u
H
t
t
1 03/20/2013
Imust occur before the Completion Date can be established:
1. The physical Work on the project must be complete; and
2. The Contractor must furnish all documentation required by the Contract and required by law, to allow the
Contracting Agency to process final acceptance of the Contract. The following documents must be
received by the Project Engineer prior to establishing a completion date:
a. Certified Payrolls (Federal -aid Projects)
b. Material Acceptance Certification Documents
c. Annual Report of Amounts Paid as MBE /WBE Participants or Quarterly Report of Amounts
Credited as DBE Participation, as required by the Contract Provisions.
d. FHWA 47 (Federal -aid Projects)
e. Final Contract Voucher Certification
f. Property owner releases per Section 1 -07.24
Section 1 -08.5 is supplemented as follows:
( * * * * * *)
Within 10 calendar days after execution of the Contract by the Contracting Agency, the Contractor shall provide
the Contracting Agency with copies of purchase orders for all equipment items deemed critical by the
Contracting Agency, including but not limited to signal controller materials, lighting standards, and signal
standards required for the physical completion of the Contract. Such purchase orders shall disclose the
estimated delivery dates for the equipment.
All items of Work that can be performed without delivery of the critical items shall start and be completed as
soon as possible. At that time, the Engineer may suspend the Work upon request of the Contractor until the
critical items are delivered to the Contractor, if the Contracting Agency received a purchase order within 10
calendar days after execution of the Contract by the Contracting Agency.
The Contractor will be entitled to only one such suspension of time during the performance of the Work and
during such suspension shall not perform any additional Work on the project. Upon delivery of the critical
items, contract time will resume and continue to be charged in accordance with Section 1 -08.
1 -08.6 Suspension of Work
Section 1 -08.6 is supplemented as follows:
Owner may at any time suspend the Work, or any part thereof, by giving notice to the Contractor in writing.
The Work shall be resumed by the Contractor within 14 calendar days after the date fixed in the written notice
from the Owner to the Contractor to do so.
The Contractor shall not suspend Work under the Contract without the written order of the Owner.
t If it has been determined that the Contractor is entitled to an extension of time, the amount of such extension
shall be only to compensate for direct delays, and shall be based upon the Contractor's diligently pursuing the
Work at a rate not less than that which would have been necessary to complete the original Contract Work on
time.
1 -08.7 Maintenance During Suspension
Revise the second paragraph to read:
At no expense to the Contracting Agency, the Contractor shall provide through the construction area a safe,
smooth, and unobstructed roadway, sidewalk, driveway, and path for public use during suspension (as
required in Section 1 -07.23 or the Special Provisions). This may include a temporary road or detour.
39
1 .
03/20/2013
1 -08.9 Liquidated Damages
,
Section 1 -08.9 is supplemented as follows:
In addition, the Contractor shall compensate the Owner for actual engineering inspection and supervision costs
and any other expenses and legal fees incurred by the Owner as a result of such delay. Such labor costs will be
billed to the Contractor at actual costs, including administrative overhead costs.
In the event that the Owner is required to commence any lawsuit in order to enforce any provision of this
Contract or to seek redress for any breach thereof, the Owner shall be entitled to recover its costs, including
reasonable attorneys fees, from the Contractor.
1 -08.11 Contractor's Plant and Equipment
,
Section 1 -08.11 is a new Section:
The Contractor alone shall at all times be responsible for the adequacy, efficiency, and sufficiency of his and his
subcontractor's plant and equipment. The Owner shall have the right to make use of the Contractor's plant and
equipment in the performance of any Work on the site of the Work.
The use by the Owner of such plant and equipment shall be considered as extra Work and paid for accordingly.
Neither the Owner nor the Engineer assumes any responsibility, at any time, for the security of the site from
the time the Contractor's operations have commenced until final acceptance of the Work by the Engineer and
the Owner. The Contractor shall employ such measures as additional fencing, barricades, and watchmen
service, as he deems necessary for the public safety and for the protection of the site and his plant and
equipment. The Owner will be provided keys for all fenced, secured areas.
1 -08.12 Attention to Work
,
Section 1 -08.12 is a new section:
The Contractor shall give his personal attention to and shall supervise the Work to the end that it shall be
prosecuted faithfully, and when he is not personally present on the Work site, he shall at all times be
represented by a competent superintendent who shall have full authority to execute the same, and to supply
materials, tools, and labor without delay, and who shall be the legal representative of the Contractor. The
Contractor shall be liable for the faithful observance of any instructions delivered to him or to his authorized
representative.
1 -09 MEASUREMENT AND PAYMENT
1 -09.1 Measurement of Quantities
Section 1 -09.1 is supplemented by adding the following:
Lump Sum. The percentage of lump sum Work completed, and payment will be based on the cost percentage
breakdown of the lump sum bid price(s) submitted at the preconstruction conference.
The Contractor shall submit a breakdown of costs for each lump sum bid item. The breakdown shall list the
items included in the lump sum together with a unit price of labor, materials, and equipment for each item.
The summation of the detailed unit prices for each item shall add up to the lump sum bid. The unit price
values may be used as a guideline for determining progress payments or deductions or additions in payment for
ordered Work changes.
Cubic Yard Quantities. The Contractor shall provide truck trip tickets for progress payments only in the
following manner. Where items are specified to be paid by the cubic yard, the following tally system shall be
used.
All trucks to be employed on this Work will be measured to determine the volume of each truck. Each truck
shall be clearly numbered, to the satisfaction of the Engineer, and there shall be no duplication of numbers.
40
1
t
�j
03/20/2013
Duplicate tally tickets shall be prepared to accompany each truckload of material delivered on the project. All
tickets received that do not contain the following information will not be processed for payment:
1 Truck number
2 Quantity and type of material delivered in cubic yards
3 Drivers name, date and time of delivery
4 Location of delivery, by street and stationing on each street
5 Place for the Engineer to acknowledge receipt
6 Pay item number
7 Contract number and /or name
It will be the Contractor's responsibility to see that a ticket is given to the Engineer on the project for each
truckload of material delivered. Pay quantities will be prepared on the basis of said tally tickets.
Loads will be checked by the Engineer to verify quantity shown on ticket.
Quantities by Ton. It will be the Contractor's responsibility to see that a certified weight ticket is given to the
Inspector on the project at the time of delivery of materials for each truckload delivered. Pay quantities will be
prepared on the basis of said tally tickets, delivered to Inspector at time of delivery of materials. Tickets not
receipted by Inspector will not be honored for payment.
Each truck shall be clearly numbered to the satisfaction of the Engineer and there shall be no duplication of
numbers.
Duplicate tickets shall be prepared to accompany each truckload of material delivered to the project. All tickets
received that do not contain the following information will not be processed for payment:
1. Truck number
2. Truck tare weight (stamped at source)
3. Gross truckload weight in tons (stamped at source)
4. Net load weight (stamped at source)
5. Driver's name, date, and time of delivery
6. Location for delivery by street and stationing on each street
7. Place for the Engineer to acknowledge receipt
8. Pay item number
9. Contract number and /or name
1 -09.3 Scope of Payment
Section 1 -09.3 is supplemented by adding the following:
The bid items listed in Section 1 -09.14 will be the only items for which compensation will be made for the Work
described in each section of the Standard Specifications when the Contractor performs the specified Work.
Should a bid item be listed in a "Payment" clause but not in the Proposal Form, and Work for that item is
performed by the Contractor and the Work is not stated as included in or incidental to a pay item in the
Contract and is not Work that would be required to complete the intent of the Contract per Section 1 -04.1,
then payment for that Work will be made as for Extra Work pursuant to a Change Order.
The words "Bid Item;' "Contract Item," and "Pay Item," and similar terms used throughout the Contract
Documents are synonymous.,
If the "payment" clause in the Specifications relating to any unit bid item price in the Proposal Form requires
that said unit bid item price cover and be considered compensation for certain Work or material essential to
the item, then the Work or material will not be measured or paid for under any other unit bid item which may
appear elsewhere in the Proposal Form or Specifications.
Pluralized unit bid items appearing in these Specifications are changed to singular form.
Payment for bid items listed or referenced in the "Payment" clause of any particular section of the
Specifications shall be considered as including all of the Work required, specified, or described in that particular
section. Payment items will generally be listed generically in the Specifications, and specifically in the bid form.
When items are to be "furnished" under one payment item and "installed" under another payment item, such
' items shall be furnished FOB project site, or, if specified in the Special Provisions, delivered to a designated site.
Materials to be "furnished," or "furnished and installed" under these conditions, shall be the responsibility of
1 41
03/20/2013
the Contractor with regard to storage until such items are incorporated into the Work or, if such items are not
to be incorporated into the Work, delivered to the applicable Contracting Agency storage site when provided
for in the Specifications. Payment for material "furnished," but not yet incorporated into the Work, may be
made on monthly estimates to the extent allowed.
1 -09.6 Force Account
Section 1 -09.6 is supplemented as follows:
Owner has estimated and included in the proposal, dollar amounts for all items to be paid per force account,
only to provide a common proposal for Bidders. All such dollar amounts are to become a part of the
Contractor's total bid. However, the Owner does not warrant expressly or by implication that the actual
amount of Work will correspond with those estimates. Payment will be made on the basis of the amount of
Work actually authorized by the Engineer.
1 -09.7 Mobilization
Section 1 -09.7 is supplemented as follows:
Mobilization shall also include, but not be limited to, the following items: the movement of Contractor's
personnel, equipment, supplies, and incidentals to the project site; the establishment of an office, buildings,
and other facilities necessary for Work on the project; providing sanitary facilities for the Contractor's
personnel; and obtaining permits or licenses required to complete the project not furnished by the Owner.
This item shall also include providing the Engineer and the Inspectors with access to telephone, facsimile
machine, and copy machine during all hours the Contractor is working on the jobsite; and a table and chair for
their use when needed.
Payment will be made for the following bid item(s):
"Mobilization & Demobilization," Lump Sum.
1 -09.9 Payments
Delete the third paragraph and replace it with the following:
Progress payments for completed Work and material on hand will be based upon progress estimates prepared
by the Engineer. A progress estimate cutoff date will be established at the preconstruction meeting.
The initial progress estimate will be made not later than 30 days after the Contractor commences the Work,
and successive progress estimates will be made every month thereafter until the Completion Date. Progress
estimates made during progress of the Work are tentative, and made only for the purpose of determining
progress payment. The progress estimates are subject to change at any time prior to the calculation of the
final payment.
The value of the progress estimate will be the sum of the following:
1. Unit Price Items in the Bid Form — the approximate quantity of acceptable units of Work completed
multiplied by the unit price.
2. Lump Sum Items in the Bid Form — the estimated percentage complete multiplied by the Bid Forms
amount for each lump sum item, or per the schedule of values for that item.
3. Materials on Hand — 100 percent of invoiced cost of material delivered to job site or other storage area
approved by the Engineer.
4. Change Orders — entitlement for approved extra cost or completed extra Work as determined by the
Engineer.
Progress payments will be made in accordance with the progress estimate less:
1. Retainage per Section 1- 09.9(1);
42
t
1 03/20/2013
2. The amount of Progress Payments previously made; and
3. Funds withheld by the Contracting Agency for disbursement in accordance with the Contract Documents.
Progress payments for Work performed shall not be evidence of acceptable performance or an admission by
the Contracting Agency that any Work has been satisfactorily completed.
Payments will be made by check or electronic transfer, issued. by the Contracting Agency's fiscal officer, against
' the appropriate fund source for the project. Payments received on account of Work performed by a
subcontractor are subject to the provisions of RCW 39.04.250.
Section 1 -09.9 is supplemented as follows:
Applications for.payment shall be itemized and supported to the extent required by the Engineer by receipts or
other vouchers showing payment for materials and labor, payments to subcontractors, and other such evidence
of the Contractor's right to payment as the Engineer may direct.
The Contractor shall submit a progress report with each monthly request for a progress payment. The progress
report shall indicate the estimated percent complete for each activity listed on the progress schedule (see
Section 1- 08.3).
1- 09.9(1) Retainage
Section 1- 09.9(1) is supplemented as follows:
The retained amount shall be released as stated in the Standard Specifications if no claims have been filed
against such funds as provided by law, and if the Owner has no unsatisfied claims against the Contractor. In the
event claims are filed, the Owner shall withhold, until such claims are satisfied, a sum sufficient to satisfy all
claims and to pay attorney's fees. In addition, the Owner shall withhold such amount as is required to satisfy
any claims by the Owner against the Contractor, until such claims have been finally settled.
Neither the final payment nor any part of the retained percentage shall become due until the Contractor, if
requested, delivers to the Owner a complete release of all liens arising out of this Contract, or receipts in full in
I lieu thereof, and, if required in either case, an affidavit that so far as the Contractor has knowledge or
information, the release and receipts include all labor and materials for which a lien could be filed: but the
Contractor may, if any subcontractor refuses to furnish a release or receipt in full, furnish a bond satisfactorily
to the Engineer to indemnify the Owner against the lien. If any lien remains unsatisfied after all payments are
made, the Contractor shall reimburse to the Owner all monies that the latter may be compelled to pay in
discharging such lien, including all costs and reasonable engineer's and attorney's fees.
1- 09.9(2) Contracting Agency's Right to Withhold and Disburse Certain Amounts
Section 1- 09.9(2) is a new section:
In addition to monies retained pursuant to RCW 60.28 and subject to RCW 39.04.250, RCW 39.12 and RCW
39.76, the Contractor authorizes the Engineer to withhold progress payments due or deduct an amount from
any payment or payments due the Contractor which, in the Engineer's opinion, may be necessary to cover the
Contracting Agency's costs for or to remedy the following situations:
1. Damage to another contractor when there is evidence thereof and a claim has been filed.
2. Where the Contractor has.not paid fees or charges to public authorities of municipalities, which the
Contractor is obligated to pay.
3. Utilizing material tested and inspected by the Engineer, for purposes not connected with the Work
(Section 1- 05.6).
4. Landscape damage assessments per Section 1- 07.16.
5. For overtime Work performed by City personnel per Section 1- 08.1(4).
6. Anticipated or actual failure of the Contractor to complete the Work on time:
a. Per Section 1 -08.9 Liquidated Damages; or
b. Lack of construction progress based upon the Engineer's review of the Contractor's approved
progress schedule, which indicates the Work will not be complete within the contract time.
When calculating an anticipated time overrun, the Engineer will make allowances for weather
delays, approved unavoidable delays, and suspensions of the Work. The amount withheld
under this subparagraph will be based upon the liquidated damages amount per day set forth
1 43
03/20/2013
in Contract Documents multiplied by the number of days the Contractor's approved progress
schedule, in the opinion of the Engineer, indicates the Contract may exceed the Contract Time.
7. Failure of the Contractor to perform any of the Contractor's other obligations under the Contract,
including but not limited to:
a. Failure of the Contractor to provide the Engineer with a field office when required by the
Contract Provisions.
b. Failure of the Contractor to protect survey stakes, markers, etc., or to provide adequate survey
Work as required by Section 1 -05.5.
c. Failure of the Contractor to correct defective or unauthorized Work (Section 1- 05.8).
d. Failure of the Contractor to furnish a Manufacture's Certificate'of Compliance in lieu of
material testing and inspection as required by Section 1 -06.3.
e. Failure to submit weekly payrolls, Intent to Pay Prevailing Wage forms, or correct
Underpayment to employees of the Contractor or subcontractor of any tier as required by
Section 1 -07.9.
f. Failure of the Contractor to pay worker's benefits (Title 50 and Title 51 RCW) as required by
Section 1- 07.10.
g. Failure of the Contractor to submit and obtain approval of a progress schedule per Section 1-
08.3.
The Contractor authorizes the Engineer to act as agent for the Contractor disbursing such funds as have
been withheld pursuant to this Section to a party or parties who are entitled to payment. Disbursement of
such funds, if the Engineer elects to do so will be made only after giving the Contractor 15 calendar days
prior written notice of the Contracting Agency's intent to do so, and if prior to the expiration of the 15-
calendar day period,
1. No legal action has commenced to resolve the validity of the claims, and
2. The Contractor has not protested such disbursement.
A proper accounting of all funds disbursed on behalf of the Contractor in accordance with this Section will
be made. A payment made pursuant to this section shall be considered as payment made under the terms
and conditions of the Contract. The Contracting Agency shall not be liable to the Contractor for such
payment made in good faith.
1- 09.9(3) Final Payment
Section 1- 09.9(2) is a new section:
Upon Acceptance of the Work by the Contracting Agency, the final amount to be paid the Contactor will be
calculated based upon a Final Progress Estimate made by the Engineer. Acceptance by the Contractor of the
final payment shall be and shall operate as a release:
1. To the Contracting Agency of all claims and all liabilities of the Contractor, other than claims in stated
amounts as may be specifically excepted in writing by the Contractor;
2. For all things done or furnished in connection with the Work;
3. For every act and neglect by the Contracting Agency; and
4. For all other claims and liability relating to or arising out of the Work.
A payment (monthly, final, retainage, or otherwise) shall not release the Contractor or the Contractor's Surety
from any obligation required under the terms of the Contract Documents or the Contract Bond; nor shall such
payment constitute a waiver of the Contracting Agency's ability to investigate and act upon findings of non-
compliance with the WMBE requirements of the Contract; nor shall such payment preclude the Contracting
Agency from recovering damages, setting penalties, or obtaining such other remedies as may be permitted by
law.
Before the Work will be accepted by the Contracting Agency, the Contractor shall submit an. affidavit, on the
form provided by the Engineer, of amounts paid to certified disadvantaged (DB), minority (MBE) or women
business enterprises (WBE) participating in the Work. Such affidavit shall certify the amounts paid to the DB,
MBE or WBE subcontractors regardless of tier.
On federally funded projects the Contractor may also be required to execute and furnish the Contracting
Agency an affidavit certifying that the Contractor has not extended any loans, gratuity or gift and money
pursuant to Section 1 -07.19 of these Specifications.
If the Contractor fails, refuses, or is unable to sign and return the Final Progress Estimate' or any other
documents required for the final acceptance of the Contract, the Contracting Agency reserves the right to
44
t
t
1
�1
�i
03/20/2013
establish a completion date and unilaterally accept the Contract. Unilateral acceptance will occur only after the
Contractor has been provided the opportunity, by written request from the Engineer, to voluntarily submit such
documents. If voluntary compliance is not achieved, formal notification of the impending unilateral acceptance
will be provided by certified letter from the Engineer to the Contractor that will provide 30 calendar days for
the Contractor to submit the necessary documents. The 30- calendar day deadline shall begin on the date of the
postmark of the certified letter from the Engineer requesting the. necessary documents. This reservation by the
Contracting Agency to unilaterally accept the Contract will apply to contracts that are completed in accordance
with Section 1 -08.5 for contracts that are terminated in accordance with Section 1- 08.10. Unilateral acceptance
of the Contract by the Contracting Agency does not in any way relieve the Contractor of the provisions under
contract or of the responsibility to comply with all laws, ordinances, and federal, state, and local regulations
that affect the Contract. The date the Contracting Agency unilaterally signs the Final Progress Estimate
constitutes the final acceptance date (Section 1- 05.12).
1- 09.11 Disputes and Claims
1- 09.11(2) Claims
Paragraph 5 is revised as follows:
Failure to submit with the Final Application for Payment such information and details as described in this
section for any claim shall operate as a waiver of the claims by the Contractor as provided in Section 1 -09.9.
1- 09:11(3) Time Limitations and Jurisdiction
1 Paragraph 1, Sentence 1 is revised as follows:
( * * * * * *)
...such claims or causes of action shall be brought in the Superior Court of the county where the Work is
performed.
1 -09.13 Claims and Resolutions
1- 09.13(3) Claims $250,000 or Less
Delete this Section and replace it with the following:
( * * * * * *)
The Contractor and the Contracting Agency mutually agree that those claims that total $250,000 or less,
submitted in accordance with Section 1 -09.11 and not resolved by nonbonding ADR processes, shall be
resolved through litigation, unless the parties mutually agree in writing to resolve the claim through binding
arbitration.
1- 09.13(3)A Administration of Arbitration
Revise the third paragraph to read:
( * * * * * *)
1 The Contracting Agency and the Contractor mutually agree to be bound by the decision of the arbitrator, and
judgment upon the award rendered by the arbitrator may be entered in the Superior Court of the county in
which the Contracting Agency's headquarters are located. The decision of the arbitrator and the specific basis
for the decision shall be in writing. The arbitrator shall use the Contract as a basis for decisions.
I
fi
1
1- 09.13(3)B Procedures to Pursue Arbitration
Section 1- 09.13(3)B is supplemented by adding:
( * * * * * *)
The findings and decision of the board of arbitrators shall be final and binding on the parties, unless the
aggrieved party, within 10 days, challenges the findings and decision by serving and filing a petition for review
by the superior court of King County, Washington. The grounds for the petition for review are limited to
showing that the findings and decision:
1. Are not responsive to the questions submitted;
2. Is contrary to the terms of the contract or any component thereof;
3. Is arbitrary and /or is not based upon the applicable facts and the law controlling the issues submitted to
arbitration. The board of arbitrators shall support its decision by setting forth in writing their findings and
conclusions based on the evidence adduced at any such hearing.
The arbitration shall be conducted in accordance with the statutes of the State of Washington and court
decisions governing such procedure.
45
03/20/2013
t
The costs of such arbitration shall be borne equally by the City and the Contractor unless it is the board's ,
majority opinion that the Contractor's filing of the protest or action is capricious or without reasonable
foundation. In the latter case, all costs shall be borne by the Contractor.
1 -09.14 Payment Schedule
Measurement and Payment Schedule for Bid Items in This Project Proposal
Section 1 -09.14 is a new section:
GENERAL j
1- 09.14(1) Scope
Section 1- 09.14(1) is a new section:
A. Payment for the various items of the bid sheets, as further specified herein, shall include all
compensation to be received by the Contractor for furnishing all tools, equipment, supplies, and
manufactured articles, and for all labor, operations, and incidentals appurtenant to the items of Work
being described, as necessary to complete the various items of the Work all in accordance with the
requirements of the Contract Documents, including all appurtenances thereto, and including all costs
of compliance with the regulations of public agencies having jurisdiction, including Safety and Health
Administration of the U.S. Department of Labor (OSHA). No separate payment will be made for any
item that is not specifically set forth in the Bid Schedules, and all costs therefore shall be included in
the prices named in the Bid Schedules for the various appurtenant items of Work.
The Owner shall not pay for material quantities, which exceed the actual measured amount used and
approved by the Engineer.
C. It is the intention of these specifications that performance of work under bid items shall result in
complete construction, in proper operating condition, of improvements identified in these written
specifications and accompanying plans.
Work and material not specifically listed in the proposal but required in the Plans, Specifications, and
general construction practice, shall be included in the bid price. No separate payment will be made for
these incidental items.
t
D. The Owner will not pay for materials until delivered and installed per these written specifications and I
the accompanying plans. The only exception to this rule is for the MCC and the pumps. The Owner will
pay up to 100 - percent of the invoice cost for the MCC and the pumps delivered to a secured storage
area approved by the Owner.
The Contractor must provide a cost proposal for all alternative bid items in order for their proposal to
be considered responsive. The City reserves the right to reject any bids that fail to provide a cost
proposal for all alternative bid items.
1- 09.14(2) Bid Items
1- 09.14(2)A Mobilization & Demobilization (Bid Item 01)
Section 1- 09.14(2)A is a new section:
Measurement for Mobilization & Demobilization shall be lump sum. This bid item may not be more than ten
percent (10 %) of the total amount of Bid.
Payment for Mobilization & Demobilization will be made at the lump sum amount bid (NOT to exceed eighty -
percent (80 %) of bid price prior to completion of construction). Based on the lump. sum Contract price for
"Mobilization & Demobilization ", partial payments will be made as follows:
46
t
1
t
1
1 03/20/2013
1. When five - percent (5%) of the total Work is complete, by dollar value, at the time of measurement,
excluding amounts paid for materials on hand, fifty - percent (50 %) of the amount Bid for Mobilization &
Demobilization, or five - percent (5%) of the total contract amount, whichever is the least, will be paid.
2. When ten - percent (10 %) of the total Work is complete, by dollar value, at the time of measurement,
excluding amounts paid for materials on hand, eighty - percent (80 %) of the amount Bid for Mobilization &
Demobilization, or eight - percent (8%) of the total original Schedule A amount, whichever is the least, will
be paid.
3. When the project is complete, the final twenty - percent (20 %) of Mobilization & Demobilization will be
paid.
Nothing herein shall be construed to limit or preclude partial payments otherwise provided by the Contract.
Said lump sum price shall cover, but not be limited to, the complete cost of preparation of all necessary
submittals, obtain all necessary licenses, bonds, insurance and permits, all mobilization of labor, equipment,
materials onto the job site to organize the site for construction of improvements as shown on the plans and
jspecified herein, site improvements to prepare for construction operations, including, temporary construction
fencing, erosion and sedimentation control, provide and maintain all necessary support facilities and utilities,
and maintain the site and surrounding areas during construction, provide protection of existing utilities,
provide component and system testing, final clean -up of the site, and removal of all personnel and equipment
off the site after contract completion.
1- 09.14(2)B Site Work and Utilities (Bid Item 02)
Section 1- 09.14(2)B is a new Section:
Measurement for Site Work and Utilities shall be lump sum, based on the percentage completion of work
under this bid item.
Payment for Site Work and Utilities will be made at the measured percentage amount for the pay period times
the lump sum amount bid, said payment will be complete compensation for all labor, equipment, materials to
provide all site work and utilities relating to construction of improvements as shown on the Plans and specified
herein. Work includes, but is not limited to: pot holing in street; structure excavation; trenching; backfill and
' compaction; site grading; temporary construction fencing; temporary stormwater control including treatment
and disposal; removal and disposal of unsuitable materials; select backfill, bedding; appurtenances and all
other work necessary for a complete installation of all facilities including the wet well, the valve vault, the
sewer manholes, asphalt restoration, parking lot striping, roadway striping, electrical building foundation,
landscaping restoration and other site utilities. Site utilities include, but are not limited to: collection sewer,
pressure sewer, and underground utilities that may not be covered in another bid item. Other work involved
includes the protection of existing utilities located within the area of construction that may include, but not
limited to: telephone, street lighting, electrical, natural gas, water mains, petroleum pipelines and drainage
facilities.
1- 09.14(2)C Traffic Control (Bid Item 03)
Section 1- 09.14(2)C is a new section:
Measurement for Traffic Control shall be lump sum, based on the percentage total Work complete, by dollar
value, at the time of measurement.
iPayment for Traffic Control will be made at the measured percentage amount for the pay period times the
lump sum amount bid, said payment will be complete compensation for all labor (e.g. flaggers), materials,
tools, equipment, and incidentals, for providing WSDOT certified Traffic Control Supervisor (TCS), certified
flaggers, off -duty police officer(s) when working within 50 feet of any signalized intersection, furnishing,
installing,. maintaining, removing traffic control signs, VMS information boards, construction warning and
detour signs, sequential arrow boards, traffic cones, barrels, barricades and the like, steel plating, pins, shims,
temporary pavement markers and striping, removing, relocating, re- installing existing roadway signs,
47
03/20/2013
preparing, revising, and implementing any traffic control /detour plans required by the Contract Documents
and right -of -way use permit, and conforming to the Manual on Uniform Traffic Control Devices (MUTCD) and
as directed by the Engineer and by the City's Transportation Department. Also, included in the contract price is
the cost to furnish traffic control services and equipment for construction surveying, staking, and as- builting.
This bid item shall also include complete costs for preparing Traffic Control Plans as necessary for approval by
the permitting agency.
1- 09.14(2)D Trench Safety and Shoring (Bid Item 04)
Section 1- 09.14(2)D is a new section:
Measurement for Trench Safety and Shoring shall be lump sum, based on the percentage total Work complete,
by dollar value, at the time of measurement.
Payment for Trench Safety and Shoring will be made at the measured percentage amount for the pay period
times the lump sum amount bid, said payment will be complete compensation for all labor, equipment,
materials, hauling, planning, design, engineering, submittals, furnishing and constructing and removal and
disposal of such temporary sheeting, shoring, and bracing complete as required for trench safety and shoring
work as detailed in the contract specifications and as required by applicable codes and standards, whether
shown on the Plans or not.
1- 09.14(2)E Dewatering (Bid Item 05)
Section 1- 09.14(2)E is a new section:
Measurement for Dewatering shall be lump sum, based on the percentage of total Work complete, by dollar
value, at the time of measurement.
Payment for Dewatering will be made at the measured percentage amount for the pay period times the lump
sum amount bid, said payment will be complete compensation for all for all labor, equipment, materials,
furnishing all plans, material, labor and equipment necessary to install a dewatering system to facilitate
excavations necessary to install lift station dry vault, wet well, and gravity sewer system. The dewatering
system shall include water treatment facilities to reduce turbidity, dissipate energy at the point of discharge,
and aerate water. The cost shall cover all pumps, piping, power,,and any other items necessary to provide this
system.
1- 09.14(2)F Lift Station Structural (Bid Item 06)
Section 1- 09.14(2)F is a new section:
Measurement for Lift Station Structural shall be lump sum, based on the percentage of Work complete under
this bid item at the time of measurement.
Payment for Lift Station Structural will be at the lump sum amount bid, which payment shall be complete
compensation for all labor, equipment, materials, necessary for constructing the wet well and valve vault,
complete as shown on the Plans and detailed in the contract specifications including: pre -cast concrete, and
supports, miscellaneous metal work, access hatches, waterproofing, patching, repairing, and testing. Cost for
installing the wet well and the valve vault is covered under Bid Item No. 2.
48
t
J
t
J
1
r
03/20/2013
1- 09.14(2)G Electrical Building Structural (Bid Item 07)
Section 1- 09.14(2)G is a new section:
Measurement for Electrical Building Structural shall be lump sum, based on the percentage of Work complete
under this bid item at the time of measurement.
Payment for Electrical Building Structural will be made at the unit price bid per'lump sum, which payment will
be complete compensation for all materials, equipment and labor necessary for constructing the electrical
building structure completes as shown on the Plans and detailed in the contract specifications including:
concrete foundation, masonry, miscellaneous metal work, doors, ceilings, insulation, carpentry, roof,
waterproofing, electrical building HVAC, patching, and repairing.
1- 09.14(2)H Lift Station Pumps and Motors (Bid Item 08)
Section 1- 09.14(2)H is a new section:
Measurement for Lift Station Pumps and Motors shall be lump sum, based on the percentage of Work
complete under this bid item at the time of measurement.
Payment for Lift Station Pumps and Motors will be made at the unit price bid per lump sum, which payment
will be complete compensation for all labor, equipment, materials, necessary for the duplex submersible pump
and electric motor system as shown on the Plans and detailed in the contract specifications. Price shall include
cost of materials and installation of rail system, cabling, testing, and startup.
1- 09.14(2)1 Mechanical (Bid Item 09)
Section 1- 09.14(2)1 is a new section:
Measurement for Mechanical shall be lump sum, based on the percentage of Work complete under this bid
item at the time of measurement.
Payment for Mechanical will be made at the unit price bid per lump sum, which payment will be complete
compensation for all labor, materials, and equipment necessary for the mechanical work shown on the Plans
and detailed in the contract specifications, including all mechanical work and equipment not listed in the other
bid items.
1- 09.14(2)1 Electrical (Bid Item-10)
Section 1- 09.14(2)1 is a new section:
Measurement for Electrical shall be lump sum, based on the percentage of Work complete under this bid item
at the time of measurement.
Payment for Electrical will be made at the amount bid per lump sum, which payment will be considered
complete compensation for all labor, materials, and equipment necessary for the electrical work shown on the
Plans and detailed in the contract specifications including conduit, vault and wiring shown on site plan.
Coordination, testing, start -up of electrical, automatic control, mechanical equipment, and telemetry
equipment detailed in Division 17 of the Special Provisions shall also be paid under this bid item.
1- 09.14(2)K Lift Station Finishes (Bid Item 11)
Section 1- 09.14(2)K is a new section:
49
03/20/2013
Measurement for Lift Station Finishes shall be lump sum, based on the percentage of Work complete under
this bid item at the time of measurement.
Payment for Lift Station Finishes, will be made at the amount bid per lump sum, which payment will be
complete compensation for all labor, equipment; materials necessary for painting and coating all surfaces of
the improvements as shown on the Plans and detailed in the Technical Specifications.
1- 09.14(2)L Operation and Maintenance Manuals and On -Site Owner Training (Bid Item 12)
Section 1= 09.14(2)1_ is a new.section:
Measurement for Operation and Maintenance Manuals and On -Site Owner Training shall be lump sum. Cost
for this bid item shall be $2,500. Partial payment of up to 20 percent ($500) of the total bid item cost is
allowed prior to "initial owner training ". Final 80 percent ($2,000) of payment shall not be paid until 0 &M
Manuals are determined complete by the Owner and until the Engineer and the Owner are satisfied that all
training has been accomplished to operate the improvements.
Payment for Operation and Maintenance Manuals and On -Site Owner Training will be made at the amount bid
per lump sum price which payment will be complete compensation for all labor, equipment, materials
necessary to provide 3 copies of the Operations and Maintenance Manuals as described in the specifications
and train the Owner's personnel on site with manufacturer certified representatives for the following items:
Pumps and Motors, Power and Telemetry equipment, as shown on the Plans and detailed in the contract
specifications
1- 09.14(2)M Construction Records (Bid Item 13)
Section 1- 09.14(2)M is a new section:
Measurement for Construction Records shall be lump sum. Cost for this bid item shall be $5,000. Payment for
this work will not be made prior to the final payment. Failure to comply with the as -built requirements and
furnish acceptable construction records will result in non - payment of this bid item.
Payment for Construction Records will be made at the amount bid per Lump sum which payment will be
complete compensation for all labor, equipment, materials necessary for providing all mark -up plans necessary
for the Owner to create accurate construction records as detailed in the specifications. The work includes
surveying all structures and utilities to determine their constructed locations and elevations, records of all
mechanical and electrical equipment for maintenance purposes.
1- 09.14(2)N Abandonment of Existing Lift Station (Bid Item 14)
Section 1- 09.14(2)N is a new section:
Measurement for Abandonment of Existing Lift Station shall be lump sum, based on the percentage of Work
complete under this bid item at the time of measurement.
Payment for Abandonment of Existing Lift Station will be made at the amount bid per Lump sum which
payment will be complete compensation for all labor, equipment, materials necessary to abandon the existing
lift station as shown on the project plans including: draining, plugging and abandoning existing force main and
gravity line, removal and disposal of top sections of dry and wet vaults, filling the dry and wet vault with sand,
removal and disposal of all piping and pumps, all costs of salvaging of existing identified equipment items to
the City, site restoration and all other items needed in order to abandon the existing lift station in accordance
with the project plans .
1- 09.14(2)0 Pedestrian Crossing System (Bid Item 15)
Section 1- 09.14(2)0 is a new section:
t
d
i
t
1 03/20/2013
Measurement for Pedestrian Crossing System shall be lump sum, based on the percentage of Work complete
under this bid item at the time of measurement.
Payment for Pedestrian Crossing System will be made at the amount bid per Lump sum which payment will be
complete compensation for all labor, equipment, materials necessary to install the pedestrian crossing system
as shown on the project plans including: sawcutting, removal of existing curbs and asphalt, grading, concrete
curbs and gutters, CSTC, concrete ramps and walkways, detectable warning surfaces, rapid flash beacons,.
plastic crosswalk, removal of existing pavement markers, pavement striping, landscaping, and all other items
needed in order to install the pedestrian crossing system in accordance with the project plans .
1
1 -10 TEMPORARY TRAFFIC CONTROL
t
t
IJ
t
t
r
t
1
1 -10.1 General
Revise the first paragraph to read:
The Contractor shall provide flaggers, signs, and other traffic control devices not otherwise specified as being
furnished by the Contracting Agency. The Contractor shall erect and maintain all construction signs, warning
signs, detour signs, and other traffic control devices necessary to warn and protect the public at all times from
injury or damage as a result of the Contractor's operations which may occur on highways, roads, streets,
sidewalks, or paths. No Work shall be done on or adjacent to any traveled way until all necessary signs and
traffic control devices are in place.
Section 1 -10.1 is supplemented by adding the following:
When the bid proposal includes an item for "Traffic Control," the Work required for this item shall be all items
described in Section 1 -10, including, but not limited to:
1. Furnishing and maintaining barricades, flashers, construction signing, and other channelization
devices, unless a pay item is in the bid proposal for any specific device and the Special Provisions
specify furnishing, maintaining, and payment in a different manner for that device;
2. Furnishing traffic control labor, equipment, and supervisory personnel for all traffic control labor;
3. Furnishing any necessary vehicle(s) to set up and remove the Class B construction signs and other
traffic control devices;
4. Furnishing labor and vehicles for patrolling and maintaining in position all of the construction signs
and the traffic control devices, unless a pay item is in the bid proposal to specifically pay for this
Work; and
5. Furnishing labor, material, and equipment necessary for cleaning up, removing, and replacing of the
construction signs and the traffic control devices destroyed or damaged during the life of the project.
6. Removing existing signs as specified or as directed by the Engineer and delivering to the City Shops,
or storing and reinstalling as directed by the Engineer.
7. Preparing a traffic control plan for the project and designating the person responsible for traffic
control at the Work site. The traffic control plan shall include descriptions of the traffic control
methods and devices to be used by the prime Contractor, and subcontractors, _shall be submitted at
or before the preconstruction conference, and shall be subject to review and approval of the
Engineer.
8. Contacting police, fire, 911, and ambulance services to notify them in advance of any Work that will
affect and traveled portion of a roadway.
9. Assuring that all traveled portions of roadways are open to traffic during peak traffic periods, 6:30
a.m. to 8:30 a.m., and 3:00 p.m. to 6:00 p.m., or as specified in the special provisions, or as directed
by the Engineer.
10. Promptly removing or covering all non - applicable signs during periods when they are not needed.
If no bid item "Traffic Control" appears in the proposal, then all Work required by these sections will be
considered incidental and their cost shall be included in the other items of Work.
If the Engineer requires the Contractor to furnish additional channelizing devices, pieces of equipment, or
services, which could not be usually anticipated, by a prudent Contractor for the maintenance and protection
51
03/20/2013 1
of traffic, then a new item or items may be established to pay for such items. Further limitations for ,
consideration of payment for these items are that they are not covered by other pay items in the bid proposal,
they are not specified in the Special Provisions as incidental, and the accumulative cost for the use of each
individual channelizing device, piece of equipment, or service must exceed $200 in total cost for the duration of
their need. In the event of disputes, the Engineer will determine what is usually anticipated by a prudent
Contractor. The cost for these items will be by agreed price, price established by the Engineer, or by force
account. Additional items required as a result of the Contractor's modification to the traffic control plan(s)
appearing in the Contract shall not be covered by the provisions in this paragraph.
If the total cost of all the Work under the Contract increases or decreases by more than 25 percent, an
equitable adjustment will be considered for the item "Traffic Control" to address the increase or decrease.
Traffic control and maintenance for the safety of the traveling public on this project shall be the sole
responsibility of the Contractor and all methods and equipment used will be subject to the approval of the
Owner.
Traffic control devices and their use shall conform to City of Renton standards and the Manual on Uniform j
Traffic Control Devices( MUTCD).
The Contractor shall not proceed with any construction until proper traffic control has been provided to the
satisfaction of the Engineer. Any days lost due to improper traffic control will be charged against the
Contractor's allowable contract time, and shall not be the cause for a claim for extra days to complete the
Work. '
1- 10.2(1)B Traffic Control Supervisor
Paragraphs 1 and 2 are revised as follows:
A Traffic Control Supervisor (TCS) shall be on the project whenever traffic control labor is required or as
authorized by the Engineer.
The TCS shall assure that all the duties of the TCS are performed during the duration of the Contract. During
non -Work periods, the TCS shall be able to be on the job site within a 45- minute time period after notification
by the Engineer.
1- 10.2(2) Traffic Control Plans
Section 1- 10.2(2) is supplemented as follows:
The Contractor shall be responsible for assuring that traffic control is installed and maintained in conformance
to established standards. The Contractor shall continuously evaluate the operation of the traffic control plan
and take prompt action to correct any problems that become evident during operation.
1 -10.3 Flagging, Signs, and All Other Traffic Control Devices
Section 1 -10.3 is supplemented as follows:
At the end of each working day, provisions shall be made for the safe passage of traffic and pedestrians during
non - working hours.
Barricades shall be reflectorized as specified in Part VI of the MUTCD, and shall be 3M- diamond grade or
equivalent approved by the Engineer. Barricades shall also be equipped with flashers.
1- 10.3(3) Construction Signs
Section 1- 10.3(3) paragraph 4 is supplemented as follows:
No separate pay item will be provided in the bid proposal for Class A or Class B construction signs. All costs for
the Work to provide Class A or Class B construction signs shall be included in the unit contract price for the
various other items of the Work in the bid proposal.
52
t
i]
iJ
F1
1 03/20/2013
t
I
t
1
1 -10.4 Measurement
Section 1 -10.4 is replaced with:
No specific unit of measurement will apply to the lump sum item of "Traffic Control ".
No adjustment in the lump sum bid amount will be made for overtime Work or for use of relief flaggers.
1 -10.5 Payment
Section 1 -10.5 is replaced with:
Payment for all labor, materials, and equipment described in Section 1 -10 will be made in accordance with
Section 1 -04.1, for the following bid items when included in the proposal:
"Traffic Control," Lump Sum.
1 -11 RENTON SURVEYING STANDARDS
The following is a new section with new subsections:
1- 11.1(1) Responsibility for Surveys
All surveys and survey reports shall be prepared under the direct supervision of a person registered to practice
land surveying under the provisions of Chapter 18.43 RCW.
All surveys and survey reports shall be prepared in accordance with the requirements established by the Board
of Registration for Professional Engineers and Land Surveyors under the provisions of Chapter 18.43 RCW.
1- 11.1(2) Survey Datum and Precision
The horizontal component of all surveys shall have as its coordinate base: The North American Datum of
1983/91.
All horizontal control for projects must be referenced to or in conjunction with a minimum of two of the City of
Renton's Survey Control Network monuments. The source of the coordinate values used will be shown on the
survey drawing per RCW 58.09.070.
. The horizontal component of all surveys shall meet or exceed the closure requirements of WAC 332 - 130 -060.
The control base lines for all surveys shall meet or exceed the requirements for a Class A survey revealed in
Table 2 of the Minimum Standard Detail Requirements for ALTA /ACSM Land Title Surveys jointly established
and adopted by ALTA and ACSM in 1992 or comparable classification in future editions of said document. The
angular and linear closure and precision ratio of traverses used for survey control shall be revealed on the face
of the survey drawing, as shall the method of adjustment.
The horizontal component of the control system for surveys using global positioning system methodology shall
exhibit at least 1 part in 50,000 precision in line length dependent error analysis at a 95 percent, confidence
level and performed pursuant to Federal Geodetic Control Subcommittee Standards for GPS control surveys as
defined in Geometric Geodetic Accuracy Standards & Specifications for Using GPS Relative Positioning
Techniques dated August 1, 1989, or comparable classification in future editions of said document.
The vertical component of all surveys shall be based on NAVD 1988, the North American Vertical Datum of
1988, and tied to at least one of the City of Renton Survey Control Network benchmarks. If there are two such
benchmarks within 3000 feet of the project site a tie to both shall be made. The benchmark(s) used will be
shown on the drawing. If a City of Renton benchmark does not exist within 3000 feet of a project, one must be
set on or near the project in a permanent manner that will remain intact throughout the duration of the
project. Source of elevations (benchmark) will be shown on the drawing, as well as a description of any
benchmarks established.
1- 11.1(3) Subdivision Information
Those surveys dependent on section subdivision shall reveal the controlling monuments used and the
subdivision of the applicable quarter section.
Those surveys dependent on retracement of a plat or short plat shall reveal the controlling monuments,
measurements, and methodology used in that retracement.
53
03/20/2013 1 1
1- 11.1(4) Field Notes
Field notes shall be kept in conventional format in a standard bound field book with waterproof pages. In cases
where an electronic data collector is used field notes must also be kept with a sketch and a record of control
and base line traverses describing station occupations and what measurements were made at each point.
Every point located or set shall be identified by a number and a description. Point numbers shall be unique
within a complete job. The preferred method of point numbering is field notebook, page and point set on that
page. Example: The first point set or found on page 16 of field book 348 would be identified as Point No.
348.16.01, the second point would be 348.16.02, etc.
Upon completion of a City of Renton project, either the field notebook(s) provided by the City or the original
field notebook(s) used by the Surveyor will be given to the City. For all other Work, Surveyors will provide a
copy of the notes to the City upon request. In those cases where an electronic data collector is used, a hard
copy print out in ASCII text format will accompany the field notes.
1- 11.1(5) Corners and Monuments
Corner: A point on a land boundary, at the juncture of two or more boundary lines. A monument is usually set
at such points to physically reference a corner's location on the ground.
Monument: Any physical object or structure of record, which marks or accurately references:
• A corner or other survey point established by or under the supervision of an individual per Section 1-
11.1(1) and any corner or monument established by the General Land Office and its successor the
Bureau of Land Management including section subdivision corners down to and including one -
sixteenth corners; and
• Any permanently monumented boundary, right -of -way alignment, or horizontal and vertical control
points established by any governmental agency or private surveyor including street intersections but
excluding dependent interior lot corners.
1- 11.1(6) Control or Base Line Survey
Control or Base Line Surveys shall be established for all construction projects that will create permanent ,
structures such as roads, sidewalks, bridges, utility lines or appurtenances, signal or light poles, or any non -
single family building. Control or Base Line Surveys shall consist of such number of permanent monuments as
are required such that every structure may be observed for staking or "as- builting" while occupying one such
monument and sighting another such monument. A minimum of two of these permanent monuments shall be
existing monuments, recognized and on record with the City of Renton. The Control or Base Line Survey shall
occupy each monument in turn, and shall satisfy all applicable requirements of Section 1 -11.1 herein.
The drawing depicting the survey shall be neat, legible, and drawn to an appropriate scale. North orientation
should be clearly presented and the scale shown graphically as well as noted. The drawing must be of such
quality that a reduction thereof to one -half original scale remains legible.
If recording of the survey with the King County Recorder is required, it will be prepared on 18 inch by 24 inch
mylar and will comply with all provisions of Chapter 58.09 RCW. A photographic mylar of the drawing will be
submitted to the City of Renton and, upon their review and acceptance per the specific requirements of the
project, the original will be recorded with the King County Recorder.
If recording is not required, the survey drawing shall be prepared on 22 inch by 34 inch mylar, and the original
or a photographic mylar thereof will be submitted to the City of Renton. I
The survey drawings shall meet or exceed the requirements of WAC 332 - 130 -050 and shall conform to the City
of Renton's Drafting Standards. American Public Works Association symbols shall be used whenever possible,
and a legend shall identify all symbols used if each point marked by a symbol is not described at each use.
An electronic listing of all principal points shown on the drawing shall be submitted with each drawing. The
listing should include the point number designation (corresponding with that in the field notes), a brief
description of the point, and northing, easting, and elevation (if applicable) values, all in ASCII format, on IBM
PC compatible media.
1- 11.1(7) Precision Levels
Vertical Surveys for the establishment of benchmarks shall satisfy all applicable requirements of Sections 1 -05
54
d
t
11
t
t
1
11
03/20/2013
and 1 -11.1.
Vertical surveys for the establishment of benchmarks shall meet or exceed the standards, Specifications and
procedures of third order elevation accuracy established by the Federal Geodetic Control Committee.
Benchmarks must possess both permanence and vertical stability. Descriptions of benchmarks must be
complete to insure both recoverability and positive identification on recovery.
1- 11.1(8) Radial and Station -- Offset Topography
Topographic surveys shall satisfy all applicable requirements of Section 1 -11.1 herein.
All points occupied or back sighted in developing radial topography or establishing baselines for station - offset
topography shall meet the requirements of Section 1 -11.1 herein.
The drawing and electronic listing requirements set forth in Section 1 -11.1 herein shall be observed for all
topographic surveys.
1- 11.1(9) Radial Topography
Elevations for the points occupied or back sighted in a radial topographic survey shall be determined either by,
1) spirit leveling with misclosure not to exceed 0.1 feet or Federal Geodetic Control Committee third order
elevation accuracy Specifications, OR 2) trigonometric leveling with elevation differences determined in at least
two directions for each point and with misclosure of the circuit not to exceed 0.1 feet.
1- 11.1(10) Station - -Offset Topography
Elevations of the baseline and topographic points shall be determined by spirit leveling and shall satisfy Federal
Geodetic Control Committee Specifications as to the turn points and shall not exceed 0.1 foot's error as to side
shots.
1- 11.1(11) As -Built Survey
All improvements required to be "as- built" (post construction survey) per City of Renton Codes, TITLE 4 Building
Regulations and TITLE 9 Public Ways and Property, must be located both horizontally and vertically by a Radial
survey or by a Station offset survey. The "as- built" survey must be based on the same base line or control
survey used for the construction staking survey for the improvements being "as- built ". The "as- built" survey
for all subsurface improvements should occur prior to backfilling. Close cooperation between the installing
Contractor and the "as- builting" surveyor is therefore required.
All "as- built" surveys shall satisfy the requirements of Section 1- 11.1(1) herein, and shall be based upon control
or base line surveys made in conformance with these Specifications.
The field notes for "as- built" shall meet the requirements of Section 1- 11.1(4) herein, and submitted with
stamped and signed "as- built" drawings which includes a statement certifying the accuracy of the "as- built ".
The drawing and electronic listing requirements set forth in Section 1- 11.1(6) herein shall be observed for all
"as- built" surveys.
1- 11.1(12) Monument Setting and Referencing
All property or lot corners, as defined in 1- 11.1(5), established or reestablished on a plat or other recorded
survey shall be referenced by a permanent marker at the corner point per 1- 11.2(1). In situations where such
markers are impractical or in danger of being destroyed, e.g., the front corners of lots, a witness marker shall
be set. In most cases, this will be the extension of the lot line to a tack in lead in the curb. The relationship
between the witness monuments and their respective corners shall be shown or described on the face of the
plat or survey of record, e.g., "Tacks in lead on the extension of the lot side lines have been set in the curbs on
the extension of said line with the curb." In all other cases the corner shall meet the requirements of Section
1- 11.2(1) herein.
All non - corner monuments, as defined in 1- 11.1(5), shall meet the requirements of Section 1- 11.2(2) herein. If
the monument falls within a paved portion of a right -of -way or other area, the monument shall be set below
the ground surface and contained within a lidded case kept separate from the monument and flush with the
pavement surface, per Section 1- 11.2(3).
In the case of right -of -way centerline monuments all points of curvature (PC), points of tangency (PT), street
55
03/20/2013
intersections, center, points of cul -de -sacs shall be set. If the point of intersection (PI) for the tangents of a
curve fall within the paved portion of the right -of -way, a monument can be set at the PI instead of the PC and
PT of the curve.
For all non corner monuments set while under contract to the City of Renton or as part of a City of Renton
approved subdivision of property, a City of Renton Monument Card (furnished by the city) identifying the
monument; point of intersection (PI), point of tangency (PT), point of curvature (PC), one - sixteenth corner, Plat
monument, street intersection, etc., complete with a description of the monument, a minimum of two
reference points and NAD 83/91 coordinates, and NAVD 88 elevation shall be filled out and filed with the city.
1 -11.2 Materials
1- 11.2(1) Property /Lot Corners t
Corners per 1- 11.1(5) shall be marked in a permanent manner such as 112 inch diameter rebar 24 inches in
length, durable metal plugs or caps, tack in lead, etc., and permanently marked or tagged with the surveyor's
identification number. The specific nature of the marker used can be determined by the surveyor at the time of
installation.
1- 11.2(2) Monuments
Monuments per 1- 11.1(5) shall meet the requirements as set forth in City of Renton Standard Plans page H031
and permanently marked or tagged with the surveyor's identification number.
1- 11.2(3) Monument Case and Cover
Materials shall meet the requirements of Section 9 -22 and City of Renton Standard Plans page H031.
2 -01 CLEARING, GRUBBING, AND ROADSIDE CLEANUP
2 -01.1 Description
Section 2 -01.1 is supplemented as follows:
The limits of clearing and grubbing (construction limits) shall be defined as being the construction limit lines as
shown in the Plans. Where, in the opinion of the Engineer, any trees abutting or adjacent to the limits of
clearing and grubbing are damaged and require removal, the Contractor shall remove such trees. Any trees
flagged by the Engineer to remain within the clearing and grubbing limits shall be left undamaged by the
Contractor's operations. Any flagged trees, which are damaged, shall be replaced in kind at the Contractor's
expense.
Existing landscaping outside the construction limits, including but not limited to, sod, rockeries, beauty bark,
decorative gravel or rock, bushes, and shrubbery shall be protected from damage.
The property owners shall be responsible for removing and /or relocating irrigation equipment, trees, shrubs,
curbing, ornamental plants, and any other decorative landscaping materials within the construction limits that
they wish to save. The Contractor shall give property owners 10 days' written notice prior to removing
landscaping materials. All landscaping materials that remain in the construction limits after that time period
shall be removed and disposed of, by the Contractor, in accordance with Section 2 -01 of the Standard
Specifications, these Special Provisions, and the Plans.
The Contractor shall receive approval from the Engineer prior to removal.
2 -01.2 Disposal of Usable Material and Debris
Section 2 -01.2 is supplemented as follows:
The Contractor shall dispose of all debris by Disposal Method No. 2 — Waste Site.
2 -01.5 Payment
Section 2 -01.5 is supplemented as follows:
The lump sum price for "Clearing and Grubbing" shall be full compensation for all Work described herein and
shown in the Plans, including removing trees and shrubbery where shown in the Plans and directed by the
Engineer.
56
F1
I
n
t
03/20/2013
2 -02 REMOVAL OF STRUCTURE AND OBSTRUCTIONS
2- 02.3(3) Removal of Pavement, Sidewalks, and Curbs
Section 2- 02.3(3) is revised and supplemented as follows:
Item "1" is revised as follows:
In removing pavement, sidewalks, driveways, and curbs, the Contractor shall haul broken -up pieces to some
off - project site.
The section is supplemented as follows:
When an area where pavement, sidewalk, or driveway has been removed is to be opened to traffic before
pavement patching has been completed, temporary mix asphalt concrete patch shall be required. Temporary
patching shall be placed to a minimum depth of 2 inches immediately after backfilling and compaction are
complete, and before the road is opened to traffic. MC cold mix or MC hot mix shall be used at the discretion
of the Engineer.
2 -02.4 Measurement
Section 2 -02.4 replaces the existing vacant section:
Sawcutting existing cement and asphalt concrete pavements shall be measured by the linear foot along the
sawcut, full depth. Wheel cutting of pavement will not be measured for separate payment, but shall be
included in other items of Work.
2 -02.5 Payment
Section 2 -02.5 is supplemented by adding:
"Saw Cutting ", per lineal foot.
"Remove Sidewalk ", per square yard.
"Remove Curb and Gutter ", per lineal foot.
"Cold Mix ", per ton
"Remove Asphalt Concrete Pavement," per square yard.
"Remove Cement Concrete pavement," per square yard.
"Remove existing ," per
All costs related to the removal and disposal of structures and obstructions including saw cutting, excavation,
backfilling, and temporary asphalt shall be considered incidental to and included in other items unless
designated as specific bid items in the proposal. If pavements, sidewalks, or curbs lie within an excavation area
and are not mentioned as separate pay items, their removal will be paid for as part of the quantity removed in
excavation. If they are mentioned as a separate item in the proposal, they will be measured and paid for as .
provided under Section 2 -02.5, and will not be included in the quantity calculated for excavation.
2 -03 ROADWAY EXCAVATION AND EMBANKMENT
2 -03.3 Construction Requirements
Section 2 -03.3 is supplemented by adding the following:
Roadway excavation shall include the removal of all materials excavated from within the limits shown on the
Plans. Suitable excavated material shall be used for embankments, while surplus excavated material or
unsuitable material shall be disposed of by the Contractor.
Earthwork quantities and changes will be computed, either manually or by means of electronic data processing
equipment, by use of the average end area method. Any changes to the proposed Work as directed by the
Engineer that would alter these quantities shall be calculated by the Engineer and submitted to the Contractor
for his review and verification.
iAny excavation or embankment beyond the limits indicated in the Plans, unless ordered by the Engineer, shall
not be paid for. All Work and material required to return these areas to their original conditions, as directed by
the Engineer, shall be provided by the Contractor at his sole expense.
All areas shall be excavated, filled, and /or backfilled as necessary to comply with the grades shown on the
57
03/20/2013
1
Plans. In filled and backfilled areas, fine grading shall begin during the placement and the compaction of the
final layer. In cut sections, fine grading shall begin within the final six (6) inches of cut. Final grading shall
produce a surface, which is smooth and even, without abrupt changes in grade.
Excavation for curbs and gutters shall be accomplished by cutting accurately to the cross sections, grades and
elevations shown. Care shall be taken not to excavate below the specified grades. The Contractor shall
maintain all excavations free from detrimental quantities of leaves, brush, sticks, trash, and other debris until
final acceptance of the Work.
Following removal of topsoil or excavation to grade, and before placement of fills or base course, the subgrade
under the roadway shall be proof - rolled to identify any soft or loose areas which may warrant additional
compaction or excavation and replacement.
The Contractor shall provide temporary drainage or protection to keep the subgrade free from standing water.
Acceptable excavated native soils shall be used for fill in the area requiring fills. Care shall be taken to place
excavated material at the optimum moisture content to achieve the specified compaction. Any native material
used for fill shall be free of organics and debris, and have a maximum particle size of 6 inches.
It shall be the responsibility of the Contractor to prevent the native materials from becoming saturated with
water. The measures may include sloping to drain, compacting the native materials, and diverting runoff away
from the materials. If the Contractor fails to take such preventative measures, any costs or delay related to
drying the materials shall be at his own expense.
If the native materials become saturated, it shall be the responsibility of the Contractor to dry the materials, to
the optimum moisture content. If sufficient acceptable native soils are not available to complete construction
of the roadway embankment, Gravel Borrow shall be used.
If subgrade trimmer is not required on the project, all portions of Section 2 -03 shall apply as though a subgrade
trimmer were specified.
If sufficient acceptable native soils, as determined by the Engineer, are not available to complete construction
of the roadway embankment, Gravel Borrow meeting the requirements of Section 9 -03.14 of the Standard
Specifications, shall be used.
2 -03.4 Measurement
Section 2 -03.4 is supplemented by adding the following:
At the discretion of the Engineer, roadway excavation, borrow excavation, and unsuitable foundation
excavation - by the cubic yard (adjusted for swell) may be measured by truck in the hauling vehicle at the point
of loading. The Contractor shall provide truck tickets for each load removed. Each ticket shall have the truck
number, time and date, and be approved by the Engineer.
2 -03.5 Payment
Section 2 -03.5 is revised as follows:
Payment for embankment compaction will not be made as a separate item. All costs for embankment
compaction shall be included in other bid items involved. Payment will be made for the following bid items
when they are included in the proposal:
"Roadway Excavation Including Haul," per cubic yard
"Removal and Replacement of Unsuitable Foundation Material," per ton
"Gravel Borrow Including Haul," per ton
"Roadway Excavation Including Haul" shall be considered incidental and part of the bid item(s) provided for the
installation of the utility mains and appurtenances. When the Engineer orders excavation below subgrade, then
payment will be in accordance with the item "Removal and Replacement of Unsuitable Foundation Material ". �.
In this case, all items of Work other than roadway excavation shall be paid at unit contract prices.
The unit contract price per cubic yard for "Roadway Excavation Including Haul" shall be full pay for excavating,
loading, placing, or otherwise disposing of the material.
58 1
t
03/20/2013
The unit contract price per ton for "Removal and Replacement of Unsuitable Foundation Material' shall be full
pay for excavating, loading, and disposing of the material.
Payment for embankment compaction will not be made as a separate item. All costs for embankment
compaction shall be included in other bid items involved.
2 -04 HAUL
2 -04.5 Payment
Section 2 -04.5 is revised.and supplemented as follows:
All costs for the hauling of material to, from, or on the job site shall be considered incidental to and included in
the unit price of other units of Work.
2 -06 SUBGRADE PREPARATION
2 -06.5 Measurement and Payment
Section 2 -06.5 is supplemented by adding the following:
Subgrade preparation and maintenance including watering shall be considered as incidental to the construction
and all costs thereof shall be included in the appropriate unit or lump sum contract bid prices.
2 -09 STRUCTURE EXCAVATION
2 -09.1 Description
Section 2 -09.1 is supplemented by adding the following:
This Work also includes the excavation, haul, and disposal of all unsuitable materials such as peat, muck,
swampy or unsuitable materials, including buried logs and stumps.
2- 09.3(1)D Disposal of Excavated Material
Section 2- 09.3(1)D is revised as follows:
The second paragraph is replaced with:
All costs for disposing of excavated material within or external to the project limits shall be included in the unit
contract price for structure excavation, Class A or B.
The third paragraph is replaced with:
If the Contract includes structure excavation, Class A or B, including haul, the unit contract price shall include all
costs for loading and hauling the material the full required distance, otherwise all such disposal costs shall be
considered incidental to the Work.
i2 -09.4 Measurement
Section 2 -09.4 is revised and supplemented as follows:
Gravel backfill. Gravel backfill, except when used as bedding for culvert, storm sewer, sanitary sewer,
manholes, and catch basins, will be measured by the cubic yard in place determined by the neat lines required
by the Plans or by the ton as measured in conformance with Section 1 -09.2.
2 -09.5 Payment
Section 2 -09.5 is revised and supplemented as follows:
Payment will be made for the following bid items when they are included in the proposal:
"Structure Excavation Class A ", per cubic yard.
"Structure Excavation Class B ", per cubic yard.
"Structure Excavation Class A Incl. Haul" , per cubic yard.
"Structure Excavation Class B Incl. Haul", per cubic yard.
59
03/20/2013
Payment for reconstruction of surfacing and paving, within the limits of structure excavation, will be at the
applicable unit prices for the items involved.
If the Engineer orders the Contractor to excavate below the elevations shown in the Plans, the unit contract
price per cubic yard for "Structure Excavation Class A or B" will apply. But if the Contractor excavates deeper
than the Plans or the Engineer requires, the Contracting Agency will not pay for material removed from below
the required elevations. In this case, the Contractor, at no expense to the Contracting Agency, shall replace
such material with concrete or other material the Engineer approves. The unit contract price per cubic yard for
the bid items listed as 1 through 4 above shall be full pay for all labor, materials, tools, equipment, and
pumping, or shall be included in the unit bid price of other items of Work if "Structure Excavation" or
"Structure Excavation Incl Haul" are not listed as pay items in the Contract.
t
"Shoring or Extra Excavation Class B ", per square foot. —'
The unit contract price per square foot shall be full pay for all excavation, backfill, compaction, and other Work
required when extra excavation is used in lieu of constructing shoring. If select backfill material is required for
backfilling within the limits of the structure excavation, it shall also be required as backfill material for the extra
excavation at the Contractor's expense. Any excavation or backfill material being paid by unit price shall be
calculated by the Engineer only for the neat line measurement of the excavation and shall not include the extra
excavation beyond the neat line.
If there is no bid item for shoring or extra excavation Class B on a square foot basis and the nature of the
excavation is such that shoring or extra excavation is required as determined by the Engineer, then shoring or Iff
extra excavation shall be considered incidental to the Work involved and no further compensation shall be
made.
"Gravel Backfill (Kind) for (Type of Excavation) ", per cubic yard or per ton.
"Controlled Density Fill ", per cubic yard.
F�
When gravel backfill is paid by the ton, the Contractor shall take care to assure to the satisfaction of the
Engineer that such per ton backfill is only being used for the specified purpose and not for purposes where
backfill is incidental or being paid by cubic yard. Evidence that per ton gravel backfill is not being used for its
designated purpose shall be grounds for the Engineer to deny payment for such load tickets.
5 -04 ASPHALT CONCRETE PAVEMENT
5 -04.2 Materials
Section 5 -04.2 is revised and supplemented as follows:
Delete the second and fourth paragraphs of this section.
The base course shall be untreated crushed surfacing.
Asphalt concrete shall meet the grading requirements for the specified mix.
Temporary patch shall be cold or hot mix.
5 -04.3 Construction Requirements
Section 5 -04.3 is supplemented as follows:
Shoulder Restoration
The existing surfacing of disturbed asphalt shoulders shall be removed to a minimum depth of 6 inches below
original street grade to provide for placement of the new subgrade and paving. The subgrade shall be
constructed of 1% inch minus crushed surfacing base course placed to a compacted thickness of 2%: inches,
followed by 5/8 -inch minus crushed surfacing top course placed to a compacted thickness of 1%2 inches. HMA
Class %" shall then be placed and compacted in 2 -inch lifts up to a maximum 4 -inch thickness to match existing
pavement thickness. Minimum thickness shall be 2 inches. The shoulder shall be replaced to the existing fog
line in areas where the existing asphalt shoulder is seriously disturbed, or at the Engineer's discretion.
.]
t
t
I
r
t
03/20/2013
Asphalt Concrete Patching and Overlay
The Contractor shall maintain temporary hot mix asphalt patches daily during construction to the satisfaction
of the governing road agency and the Engineer until said patch is replaced with a permanent hot patch. The
permanent hot mix asphalt patch shall be placed and sealed with paving grade asphalt within 30 calendar days.
Private Driveways
Where a private driveway is damaged by either construction of the project or by the Contractor's use and
activity on the road, it shall be repaired to the satisfaction of the property owner, the City, and to its original
condition or better. Damaged asphalt- concrete driveways shall be replaced by saw cutting to a straight line and
replacing a full width section. Damaged cement - concrete driveways shall be removed to the nearest joint (real
or dummy) and replaced with a full width section. Damaged gravel driveways shall have crushed surfacing
placed and compacted to a minimum depth of 4 inches.
Curbs, Gutters and Sidewalks
Existing curbs, gutters, and sidewalks damaged by construction of the project or the Contractor's use and
activity, shall be repaired to the satisfaction of the property owner, the City, and to its original condition or
better.
5- 04.3(5) Conditioning the Existing Surface
Section 5- 04.3(5) is supplemented as follows:
The Contractor shall maintain existing surface contour during patching, unless otherwise instructed by the City
Engineer or Inspector.
5- 04.3(5)A Preparation of Existing Surface
Section 5- 04.3(5)A is supplemented as follows:
The Contractor shall provide his own mechanical sweeping equipment. The sweeper will be on the project
prior to the start of paving, to insure the streets to be paved are clean before the tack coat is applied. The
sweeper will keep the streets clean ahead of the paving machine and clean the streets behind the empty trucks
that have dumped their loads into the paving machine. The sweeper must sweep all streets made dirty by the
Contractor's equipment. If the paving machine is "walked" from one site to another, the sweeper must sweep
up behind paving machine. The sweeper shall not leave the overlay site until given permission by the City's
inspector.
All utilities shall be painted with a biodegradable "soap" to prevent the tack and ACP from sticking to the lids.
Diesel will not be used. After the application of soap, catch basins must be covered to prevent tack and ACP
from getting into catch basins.
Preparation of existing surface shall be done as outlined in this Section and a tack coat shall be applied at the
rate of 0.02 to 0.08 gallons per square yard. Payment for preparation of the surface and application of the tack
coat shall be considered incidental to the paving and no separate payment shall be made.
The Contractor shall locate all utilities for access immediately after any paving and mark the location by means
of painting a circle around the location and scooping a portion of asphalt 4" - 6" in diameter and the depth of
the overlay from the center of the utility location.
The Contractor shall locate and completely expose gas and water valves for access immediately after final
rolling.
l61
03/20/2013 1
The day following the start of application of ACP, utility adjustments must begin. The Contractor shall have an
adjustment crew adjusting utilities every workable working day until adjustments are complete.
During the adjustment of any utility, existing concrete bricks or grouting material that has been broken or
cracked shall be removed and replaced at the Contractor's expense.
Utility adjustments must be completed within 15 working days after overlay is complete, and within the
specified working days.
Payment for utility adjustments includes all labor, materials, tools, and equipment necessary to complete the
adjustments and is incidental to pay items for Asphalt Patch and Asphalt Overlay.
5- 04.3(7)A Mix Design
Item 2 is deleted and replaced with:
2. Nonstatistical HMA Evaluation. The Contractor shall submit a certification that the mix design
submitted meets the requirements of Sections 9- 03.8(2) and 9- 03.8(6). The Contractor must submit
the mix design using DOT Form 350 -042 EF. Verification of the mix design by the Contracting Agency
is not needed. The Project Engineer will determine anti -strip requirements for the HMA.
The mix design will be the initial job mix formula (JMF) for the class of mix. Any additional adjustments
to the JMF will require the approval of the Project Engineer and may be made per Section 9- 03.8(7).
5- 04.3(8)A Acceptance Sampling and Testing HMA Mixture
Item 1 is deleted and replaced with:
1. General. Acceptance of HMA shall be as provided under nonstatistical or commercial evaluation.
Nonstatistical evaluation will be used for the acceptance of HMA.
Commercial evaluation will be used for Commercial HMA, and for other classes of HMA in the following
applications: sidewalks, road approaches, ditches, slopes, paths, trails, gores, prelevel, and pavement
repair. Other nonstructural applications as approved by the Project Engineer. Sampling and testing of
HMA accepted by commercial evaluation will be at the option of the Engineer. The proposal quantity
of HMA that is accepted by commercial evaluation will be excluded from the quantities used in the
determination of nonstatistical evaluation.
Item 7 is deleted.
5- 04.3(10)B Control
Replace Section 5- 04.3(10)B with the following:
Sub -base shall be compacted to 95% of the maximum density by the Modified Proctor Test Method, ASTM D
1557. Compact asphalt concrete patch and paving to 95% of maximum compaction.
5 -04.5 Payment
5- 04.5(1)A Price Adjustments for Quality of HMA Mixture
Section is deleted and replaced with:
Statistical analysis of quality of gradation and asphalt content will be performed based on Section 1-
62 1
1 03/20/2013
t
1
1
06.2 using the following price adjustment factors:
Table of Price Adjustment Factors
Constituent
Factor "f"
All aggregate passing: 1 % ", 1 ", % ", % ", 3/8" and No. 4 sieves .
2
All aggregate passing No. 8, No 16, No. 30, No. 50, No. 100
3
All aggregate passing No. 200 sieve
20
Asphalt binder
52
A pay factor will be calculated for sieves listed in Section 9- 03.8(7) for the class of HMA and for the asphalt
binder.
Nonstatistical Evaluation. Each lot of HMA produced under Nonstatistical Evaluation and having all
constituents falling within the tolerance limits of the job mix formula shall be accepted at the unit
contract price with no further evaluation. When one or more constituents fall outside the
nonstatistical acceptance tolerance limits in Section 9- 03.8(7); the lot shall be evaluated in accordance
with Section 1 -06.2 to determine the appropriate CPF. The nonstatistical tolerance limits will be used
in the calculation of the CPF and the maximum CPF shall be 1.00. When less than three sublots exist,
backup samples of the existing. sublots or samples from the street shall be tested to provide a minimum
of three sets of results for evaluation.
2. Commercial Evaluation. If sampled and tested, HMA produced under Commercial Evaluation and
having all constituents falling within the tolerance limits of the job mix formula shall be accepted at the
unit contract price with no further evaluation. When one or more constituents fall outside the
commercial acceptance tolerance limits in Section 9- 03.8(7), the lot shall be evaluated to determine
the appropriate CPF. The commercial tolerance limits will be used in the calculation of the CPF and the
maximum CPF shall be 1.00. When less than three sublots exist, backup samples of the existing sublots
or samples from the street shall be tested to provide a minimum of three sets of results for evaluation.
For each lot of HMA produced under Nonstatistical or Commercial Evaluation when the calculated CPF
is less than 1.00, a Nonconforming Mix factor (NCFM) will be determined. THE NCFM equals the
algebraic difference of CPF minus 1.00 multiplied by 60 percent. The Job Mix Compliance Price
Adjustment will be calculated as the product of the NCMF, the quantity of HMA in the lot in tons, and
the unit contract price per ton of the mix.
If a constituent is not measured in accordance with these Specifications, its individual pay factor will be
considered 1.00 in calculating the composite pay factor.
5- 04.5(1)6 Price Adjustments for Quality of HMA Compaction
Section is deleted and replaced with:
The maximum CPF of a compaction lot is 1.00
For each compaction lot of HMA when the CPF is less than 1.00, a Nonconforming Compaction Factor (NCCF)
will be determined. THE NCCF equals the algebraic difference of CPF minus 1.00 multiplied by 40 percent. The
Compaction Price Adjustment will be calculated as the product of the NCFF, the quantity of HMA in the lot in
tons and the unit contract price per ton of the mix.
5 -06 TEMPORARY RESTORATION IN PAVEMENT AREA
Section 5 -06 is new Section with subsections:
63
03/20/2013
5 -06.1 Description
Pavement areas that have been removed by construction activities must be restored by the Contractor prior to
the end of each working period, prior to use by vehicular traffic. Within paved streets, the Contractor may use
temporary pavement to allow vehicular traffic to travel over the construction areas. Temporary pavement shall
be placed around trench plates or others devices used to cover construction activities in a manner that
provides a smooth and safe transition between surfaces.
5 -06.2 Materials
The asphalt pavement for temporary patches shall be 2" of a hot mix asphalt composition determined by the
Contractor to provide a product suitable for the intended application. The Contractor shall not use materials
that are a safety or health hazard.
Temporary pavement material that does not form a consolidated surface after compaction shall be considered
p Yp P
unsuitable and shall be removed from the site. Unsuitable temporary pavement shall be disposed of offsite. �.
5 -06.3 Construction Requirements q'
The Contractor shall maintain temporary hot mix asphalt patches daily during to the satisfaction of the
governing road agency and the Engineer until said patch is replaced with permanent hot patch. The completed
pavement shall be free from ridges, ruts, bumps, depressions, objectionable marks, or other irregularities. The
permanent hot mix asphalt patch shall be placed and sealed with a paving asphalt within 30 calendar days.
The Contractor shall immediately repair, patch, or remove any temporary pavement that does not provide a flat
transition between existing pavement areas. _
All temporary asphalt pavement shall be removed from the site by the end of the project and shall not be used
as permanent asphalt pavement or subgrade material.
7 -01 DRAINS
7 -01.2 Materials j
The second paragraph of Section 7 -01.2 is revised as follows:
Drain pipes may be concrete, zinc coated (galvanized) corrugated iron with Asphalt Treatment I, aluminum
coated (aluminized) corrugated iron with Asphalt Treatment I, zinc coated (galvanized) steel with Asphalt I
Treatment I, corrugated aluminum alloy, polyvinyl chloride (PVC), or corrugated polyethylene (PE) at the option
of the Contractor unless the Plans specify the type to be used.
7 -01.3 Construction Requirements
Section 7 -01.3 is revised as follows:
The second paragraph is revised as follows:
PVC drainpipe shall be jointed with a bell and spigot joint using a flexible elastomeric seal as described in
Section 9 -04.8. The bell shall be laid upstream. PE or ABS drainpipe shall be jointed with snap -on, screw -on, or
wraparound coupling bands as recommended by the manufacturer of the tubing.
The sixth paragraph is revised as follows:
PVC under drain pipe shall be jointed using either the flexible elastomeric seal as described in Section 9 -04.8 or
solvent cement as described in Section 9 -04.9, at the option of the Contractor unless otherwise specified in the
Plans. The bell shall be laid upstream. PE or ABS drainage tubing under drain pipe shall be jointed with snap -on,
screw -on, or wraparound coupling bands, as recommended by the manufacturer of the tubing.
64
1 03/20/2013
7 -01.4 Measurement
Section 7 -01.4 is supplemented adding the following:
When the Contract does not include "Structure Excavation Class B" or "Structure Excavation Class B Including
Haul" as a pay item all costs associated with these items shall be included in other contract pay items.
7 -02 CULVERTS
7 -02.2 Materials
The second paragraph of Section 7 -02.2 is revised and supplemented as follows:
Where steel or aluminum are referred to in this section in regard to a kind of culvert pipe, pipe arch, or end
sections, it shall be understood that steel is zinc coated (galvanized) with Asphalt Treatment I or aluminum
coated (aluminized) corrugated iron or steel, and aluminum is corrugated aluminum alloy as specified in
Sections 9 -05.4 and 9 -05.5. Where plain or reinforced concrete, steel, or aluminum are referred to in Section 7-
02 it shall be understood that reference is also made to PVC.
7 -04 STORM SEWERS
7 -04.2 Materials
The second paragraph of Section 7 -04.2 is revised as follows:
Where steel or aluminum are referred to in this section in regard to a kind of storm sewer pipe, it shall be
understood that steel is zinc coated (galvanized), Asphalt Treatment I Coated, corrugated iron or steel and
aluminum is corrugated aluminum alloy as specified in Sections 9 -05.4 and 9 -05.5.
The Contractor shall require pipe suppliers to furnish certificates signed by their authorized representative,
stating the Specifications to which the materials or products were manufactured. The Contractor shall provide
2 copies of these certifications to the Engineer for approval. Certificates showing nonconformance with the
Contract shall be sufficient evidence for rejection.
Approval of certificates shall be considered only as tentative acceptance of the materials and products, and
such action by the Engineer will not relieve the Contractor of his /her responsibility to perform field tests and to
replace or repair faulty materials, equipment, and /or workmanship and the Contractor's own expense.
7 -04.4 Measurement
The first paragraph of Section 7 -04.4 is revised as follows:
The length of storm sewer pipe will be the number of linear feet of completed installation measured along the
invert and will include the length through elbows, tees, and fittings. The number of linear feet will be measured
�1 from the center of manhole or from the center of catch basin to center of catch basins and similar type
structures.
7 -04.5 Payment
The second and third paragraphs of Section 7 -04.5 are revised as follows:
The unit contract price per linear foot for storm sewer pipe of the kind and size specified shall be full pay for all
Work to complete the installation, including adjustment of inverts to manholes. When no bid item "Gravel
Backfill for Pipe Bedding" is included in the Schedule of Prices, pipe bedding, as shown in the Standard Plans,
shall be considered incidental to the pipe and no additional payment shall be made.
Testing of storm sewer pipe, if required by the Engineer, shall be considered incidental to and included in the
unit contract prices for other items.
Cost of connecting pipe to structures shall be included in the various unit contract prices for storm sewer pipe,
and no additional compensation will be allowed.
Abandonment and plugging of pipe shall be included in the lump sum contract price for "Removal of Structure
and Obstruction ". No separate payment will be made.
65
03/20/2013 1
7 -05 MANHOLES, INLETS, AND CATCH BASINS
7 -05.3 Construction Requirements
Section 7 -05.3 is supplemented by adding the following:
All manholes shall have eccentric cones and shall have ladders.
Sanitary sewer pipe to manhole connections shall be "Kor -n- Seal" boot or approved equal.
7- 05.3(1) Adjusting Manholes and Catch Basins to Grade
Section 7- 05.3(1) is replaced with:
( * * * * * *)
Where shown in the Plans or where directed by the Engineer, the existing manholes, catch basins, or inlets shall
be adjusted to the grade as staked or otherwise designated by the Engineer.
The existing cast iron ring and cover on manholes and the catch basin frame and grate shall first be removed
and thoroughly cleaned for reinstalling at the new elevation. From that point, the existing structure shall be
raised or lowered to the required elevation.
The Contractor shall construct manholes so as to provide adjustment space for setting cover and casting to a
finished grade as shown on the Construction Plans. Manhole ring and covers shall be adjusted to the finished
elevations per standard detail 400.1, prior to final acceptance of the Work. Manholes in unimproved areas
shall be adjusted to 6" above grade.
In unpaved streets: manholes, catch basins, and similar structures in areas to be surfaced with crushed rock or
gravel shall be constructed to a point approximately eight inches below the subgrade and covered with a
temporary wood cover. Existing manholes shall be cut off and covered in a similar manner. The Contractor
shall carefully reference each manhole so that they may be easily found upon completion of the street Work.
After placing the gravel or crushed stone surfacing, the manholes and manhole castings shall be constructed to
the finished grade of the roadway surface. Excavation necessary for bringing manholes to grade shall center
about the manhole and be held to the minimum area necessary. At the completion of the manhole
adjustment, the void around the manhole shall be backfilled with materials which result in the section required
on the typical roadway section, and be thoroughly compacted.
In cement concrete pavement: manholes, catch basins, and similar structures shall be constructed and adjusted
in the same manner as outlined above except that the final adjustment shall be made and cast iron frame be
set after forms have been placed and checked. In placing the concrete pavement, extreme care shall I taken
not to alter the position of the casting in any way.
In asphalt concrete pavement: manholes shall not be adjusted until the pavement is completed, at which time
the center of each manhole shall be carefully relocated from references previously established I , the
,
Contractor. The pavement shall be cut in a restricted area and base material be removed to permit removal of
the cover. The manhole shall then be brought to proper grade utilizing the same methods of construction as
for the manhole itself. The cast iron frame shall be placed on the concrete blocks and wedged up to the desired
grade. The asphalt concrete pavement shall be cut and removed to a neat circle, the diameter of which shall be
equal to the outside diameter of the cast iron frame plus two feet. The base materials and crushed rock shall
be removed and Class 3000 or Commercial Portland Cement Concrete shall be placed so that the entire volurne
of the excavation is replaced up to but not to exceed 2 inches of the finished pavement surface. On the day
following placement of the concrete, the edge of the asphalt concrete pavement, and the outer edge of the
casting shall be painted with hot asphalt cement. Asphalt Class G concrete shall then be placed and compacted
with hand tampers and a patching roller. The complete patch shall match the existing paved surface for texture,
density, and uniformity of grade. The joint between the patch and the existing pavement shall then be carefully
painted with hot asphalt cement or asphalt emulsion and shall be immediately covered with dry paving sand
before the asphalt cement solidifies. The inside throat of the manhole shall be thoroughly mortared and'
plastered.
Adjustment of inlets: The final alignment and grade of cast iron frames for new and old inlets to be adjusted to
grade will be established from the forms or adjacent pavement surfaces. The final adjustment of the top of the
inlet will be performed in similar manner to the above for manholes. On asphalt concrete paving projects using
66
t
r
f
t
1
1
03/20/2013
curb and gutter section, that portion of the cast iron frame not embedded in the gutter section shall be solidly
embedded in concrete also. The concrete shall extend a minimum of six inches beyond the edge of the casting
and shall be left 2 inches below the top of the frame so that the wearing course of asphalt concrete pavement
will butt the cast iron frame. The existing concrete pavement and edge of the casting shall be painted with hot
asphalt cement. Adjustments in the inlet structure shall be constructed in the same manner and of the same
material as that required for new inlets. The inside of the inlets shall be mortared and plastered.
Monuments and cast iron frame and cover: monuments and monument castings shall be adjusted to grade in
the same manner as for manholes.
Valve box castings: adjustments of valve box castings shall be made in the same manner as for manholes.
7- 05.3(2) Abandon Existing Manholes
Section 7- 05.3(2) is revised as follows:
Where it is required that an existing manhole be abandoned, the structure shall be broken down to a depth of
at least 4 feet below the revised surface elevation, all connections plugged, the manhole base shall be fractured
to prevent standing water, and the manhole filled with sand and compacted to 90 percent density as specified
in Section 2- 03.3(14)C. Debris resulting from breaking the upper part of the manhole may be mixed with the
sand subject to the approval of the Engineer. The ring and cover shall be salvaged and all other surplus material
disposed of.
7- 05.3(2)A Abandon Existing Sanitary Sewer Pipes
Section 7- 05.3(2)A is a new section:
Where it is required that an existing sanitary sewer pipe be abandoned (or portions of pipe installed as part of
this project which are to be abandoned as shown on the Plans), both ends of the abandoned pipe and all lateral
connections to the pipe shall be plugged with 3,000 psi cement concrete and the pipe shall be filled with
cement -based grout.
A cement -based grout shall be used to fill the void of the abandoned sewer pipe. The grouting material must
have a strength of at least 100 psi and shall have flow characteristics appropriate for filling a sanitary sewer.
The grout mix designed and method of installation shall be approved by the Engineer prior to beginning the
operation (See Section 9- 03.22).
7- 05.3(3) Connections to Existing Manholes
Section 7- 05.3(3) is supplemented by adding the following:
Where shown on the Plans, new drain pipes shall be connected to existing line, catch basin, curb inlets and /or
manholes. The Contractor shall be required to core drill into the structure, shape the new pipe to fit and re-
grout the opening in a workmanlike manner. Where directed by the Engineer or where shown on the Plans,
additional structure channeling will be required.
Connections to existing sanitary sewer manholes shall be core drilled. Couplings shall be equal to "Kor -n- Seal"
boots. Existing sanitary sewer manholes shall be cleaned, repaired, and re- channeled as necessary to match
the new pipe configuration and as shown on the Construction Plans.
A "connection to existing" item will be allowed at any connection of a new line to an existing structure, or the
connection of a new structure to a existing line. No "connection to existing" will be accepted at the location of
new installation, relocation and adjustment of line manholes, catch basins, or curb inlets.
Any damage to existing pipe or structure that is to remain in place resulting from the Contractor's operations
shall be repaired or replaced at her /his own expense.
The unit bid price per each shall be full compensation for all labor, materials and equipment required.
67
W/20/2013
11
7- 05.3(5) Manhole Coatings
Section 7 -05.5 is an added new section:
All new sanitary sewer manholes shall be coated as specified below. The following coating system
Specifications shall be used for coating (sealing) all interior concrete surfaces of sanitary sewer manholes.
Coating Material: High Solids Urethane
Surfaces: Concrete
Surface Preparation: In accordance with SSPC SP -7
(Sweep of brush off blast)
Application: Shop /Field
The drying time between coats shall not exceed 24 hours in any case
System Thickness: 6.0 mils dry film
Coatings: Primer: One coat of Wasser MC- Aroshield (2.0 mils DFT)
Finish: Two or more coats of Wasser MC- Aroshield (min. 4.0 mils DFT)
Color: White
7 -05.4 Measurement
Section 7 -05.4 is revised and supplemented as follows:
Manholes will be measured per each. Measurement of manhole heights for payment purposes will be the
distance from finished rim elevation to the invert of the lowest outlet pipe.
Adjustments of new structures and miscellaneous items such as valve boxes shall be considered incidental to
the unit contract price of the new item and no further compensation shall be made.
Connection to existing pipes and structures shall be measured per each.
7 -05.5 Payment
Section 7 -05.5 is supplemented as follows:
"Adjust Existing ," per each.
The unit contract price per each for "Adjust Existing shall be full pay for all costs necessary to make the
adjustment including restoration of adjacent areas in a manner acceptable to the Engineer.
If no bid item for Structure Excavation Class A or Structure Excavation Class B is included in the schedule of
prices then the Work will be considered incidental and its cost should be included in the cost of the pipe.
"Connect to Existing Catch Basin," per each.
"Connect Structure to existing pipe," per each.
7 -08 GENERAL PIPE INSTALLATION REQUIREMENTS
7 -08.3 Construction Requirements
7- 08.3(1)C Beddin g the Pipe
Section 7- 08.3(1)C is supplemented by adding the following:
Pipe bedding for PVC sewer pipe shall consist of clean, granular pea gravel consistent with Section 9- 03.12(3).
It shall be placed to a depth of 6" over and 6" under the exterior walls of the pipe.
Hand compaction of the bedding materials under the pipe haunches will be required. Hand compaction shall
be accomplished by using a suitable tamping tool to firmly tamp bedding material under the haunches of the
pipe. Care shall be taken to avoid displacement of the pipe during the compaction effort.
Pipe bedding shall be considered incidental to the pipe and no further compensation shall be made.
7- 08.3(1)D Pipe Foundation
Section 7- 08.3(1)D is a new section: I
68
03/20/2013
Pipe foundation in poor soil: When soft or unstable material is encountered at the subgrade which, in the
opinion of the Engineer, will not uniformly. support the pipe, such material shall be excavated to an additional
depth as required by the Engineer and backfilled with foundation gravel material placed in maximum 12 -inch
lifts. Foundation gravel shall be ballast and conform to the requirements of Section 9- 03.9(1) of the Standard
Specifications.
Corrections faulty grade: Excess excavation below grade shall be backfilled with foundation gravel as specified
above and thoroughly compacted to the required grade line.
7- 08.3(2)A Survey Line and Grade
Section 7- 08.3(2)A is replaced with:
Survey line and grade control shall be provided in accordance with Sections 1 -05.4, 1 -05.5 and 1 -11 in a
manner consistent with accepted practices.
The Contractor shall transfer line and grade into the trench where they shall be carried by means of a laser
beam. Any other procedure shall have the written approval of the Engineer.
7- 08.3(2)B Pipe Laying - General
Section 7- 08.3(2)B is supplemented by adding the following:
Checking of the invert elevation of the pipe may be made by calculations from measurements on the top of the
pipe, or by looking for ponding of 1/2 or less, which indicates a satisfactory condition. At manholes, when the
downstream pipe(s) is of a larger size, pipe(s) shall be laid by matching the (eight- tenths) flow elevation, unless
otherwise approved by the Engineer.
All pipe, fittings, etc. shall be carefully handled and protected against damage, impact shocks, and free fall. All
pipe handling equipment shall be acceptable to the Engineer. Pipe shall not be placed directly on rough ground
but shall be supported in a manner, which will protect the pipe against injury whenever stored at the trench
site or elsewhere. No pipe shall be installed where the lining or coating show defects that may be harmful as
determined by the Engineer. Such damaged lining or coating shall be repaired, or a new undamaged pipe shall
be furnished and installed.
The Contractor shall inspect.each pipe and fitting prior to installation to insure that there are not damaged
portions of the pipe. Any defective, damaged, or unsound pipe shall be repaired or replaced. All foreign
r matter or dirt shall be removed from the interior of the pipe before lowering into position in the trench. Pipe
shall be kept clean during and after laying. All openings in the pipeline shall be closed with watertight
expandable type sewer plugs at the end of each day's operation, or whenever the pipe openings are left
unattended. The use of burlap, wood, or other similar temporary plugs will not be permitted.
Where necessary to raise or lower the pipe due to unforeseen obstructions or other causes, the Engineer may
change the alignment and /or the grades. Except for short runs, which may be permitted by the Engineer, pipes
shall be laid uphill on grades that exceed 10 percent. Pipe, which is laid on a downhill grade, shall be blocked
and held in place until sufficient support is furnished by the following pipe to prevent movement.
'} Unless otherwise required, all pipe shall be laid straight between the changes in alignment, and at uniform
grade between changes in grade. For concrete pipes with elliptical reinforcement, the pipe shall be placed with
the minor axis of the reinforcement in a vertical position.
rIII Immediately after the pipe joints have been made, proper gasket placement shall be checked with a feeler gage
as approved by the pipe manufacturer to verify proper gasket placement.
7- 08.3(2)E Rubber Gasketed Joints
r Section 7- 08.3(2)E is supplemented as follows:
Care shall be taken by the Contractor to avoid over pushing the pipe and damaging the pipe or joint system.
Any damaged pipe shall be replaced by the Contractor at his expense.
69
03/20/2013
i1,
Fire hydrant assembly shall include: cast -iron or ductile iron tee (MJ x FL), 6" gate valve (FL x MJ), 6" DI spool sj
(PE x PE), 5 -1/4" MVO fire hydrant (MJ connection), 4" x 5" Stortz adapter, cast iron valve box and cover, 3/4"
shackle rods and accessories, concrete blocks and two concrete guard posts (only if hydrants are outside of
right -of -way).
Joint restraint (Shackle Rods) shall be installed in accordance with Section 7- 11.3(15).
7- 14.3(3) Resetting Existing Hydrants
Section 7- 14.3(3) is supplemented by adding the following:
All hydrants shall be rebuilt to the approval of the City (or replaced with a new hydrant). All rubber gaskets
shall be replaced with new gaskets of the type required for a new installation of the same type.
7- 14.3(4) Moving Existing Hydrants
Section 7- 14.3(4) is supplemented by adding the following:
All hydrants shall be rebuilt to the approval of the City (or replaced with a new hydrant). All rubber gaskets
shall be replaced with new gaskets of the type required for a new installation of the same type.
7 -14.5 Payment
Measurement and Payment Schedule for installation of water mains and is shown in
_appurtenances
Section 1 -09.14
Section 7 -14.5 is revised as follows:
Payment will be made in accordance with Section 1 -04.1, for each of the following bid items that are included
i
in the proposal:
_
"Furnish and Install Hydrant Assembly ", per each. ;
" ",
The unit contract price per each for Furnish and Install Hydrant Assembly shall be full pay for the bid item as
described in Section 1- 09.14.
"Resetting Existing Hydrants ", per each.
The unit contract price per each for "Resetting Existing Hydrant" shall be full pay for all Work to reset the
existing hydrant, including rebuilding (or replacement with a new hydrant), shackling, blocking, painting, and
guard posts and reconnecting to the main. The new pipe connecting the hydrant to the main shall be
considered incidental and no additional payment shall be made. Guard posts, shown on the Plans shall be
incidental to the contract.
"Moving Existing Hydrants ", per each.
The unit contract price per each for "Moving Existing Hydrant" shall be full pay for all Work to move the
existing .hydrant, including new tee, rebuilding (or replacement with a new hydrant), shackling, blocking,
painting, and guard posts and reconnecting to the main. The new pipe connecting the hydrant to the main shall
be considered incidental and no additional payment shall be made. Guard posts, shown on the Plans shall be
incidental to the contract.
7 -15 SERVICE CONECTIONS
j�
7 -15.3 Construction Details
Section 7 -15.3 is supplemented as follows:
Pipe materials used to extend or replace existing water service lines shall be copper..
Where installation is in existing paved streets, the service lines shall be installed by a trenchless percussion and
impact method (hoe- hogging). If the trenchless percussion and impact method fails, regular open trench
methods may be used. - !
78
03/20/2013
7 -15.5 Payment
Measurement and Payment Schedule for installation of water mains and appurtenances is shown in
Section 1 -09.14
Section 7 -15.5 is revised as follows:
Payment will be made in accordance with Section 1 -04.1, for the following bid item when it is included in the
proposal:
"Furnish and Install In. Water Service Connection ", per each.
The unit contract price per each for " Furnish and Install In. Water Service Connection ", shall be full pay
for the bid item as described in Section 1- 09.14.
7 -17 SANITARY SEWERS
7 -17.2 Materials
Section 7 -17.2 is replaced with the following:
Pipe
Gravity sewer pipe shall be as specified herein and as shown on the Plans. The Contractor shall provide two
copies of the pipe manufacturer's technical literature and tables of dimensional tolerances to the Engineer.
Any pipe found to have dimensional tolerances in excess of those prescribed or having defects, which prevent
adequate joint seal or any other damage, shall be rejected. If requested by the Engineer, not less than three
nor more than five lengths of pipe for each size, selected from stock by the Engineer, shall be tested as
specified for maximum dimensional tolerance of the respective pipe.
Material for PVC sewer pipe shall meet the requirements of Section 9- 05.12.
All pipe shall be clearly marked with type, class, and thickness. Lettering shall be legible and permanent under
normal conditions of handling and storage.
7 -17.3 Construction Requirements
7- 17.3(1) Protection of Existing Sewerage Facilities
Section 7- 17.3(1) is supplemented by adding the following:
When extending an existing sewer, the downstream system shall be protected from construction debris by
placing a screen or trap in the first existing manhole downstream of the connection. It shall be the Contractor's
responsibility to maintain this screen or trap until the new system is placed in service and then to remove it.
Any construction debris, which enters the existing downstream system, shall be removed by the Contractor at
his expense, and to the satisfaction of the Engineer. When the first manhole is set, its outlet shall be plugged
until acceptance by the Engineer.
7- 17.3(2)H Television Inspection
Section 7- 17.3(2)H is supplemented by adding the following:
Once the television inspection has been completed the Contractor shall submit to the Engineer the written
reports of the inspection plus the videotapes. Said videotapes are to be in color and compatible with the City's
viewing and recording systems.
The City will accept video submittals on DVD viewable on a standard player or a CD or DVD compatible with
Cues DataCAP 4.0.
7 -17.4 Measurement
Section 7 -17.4 is supplemented as follows:
79
03/20/2013
Measurement of 'Bank Run Gravel for Trench Backfill Sewer" will be determined by the cubic yard in place,
measured by the neat line dimensions shown in the Plans, or by the ton on truck tickets.
7 -17.5 Payment
Measurement and Payment Schedule for installation of sanitary sewer mains and appurtenances is
shown in Section 1 -09.14
Section 7 -17.5 is revised and supplemented as follows:
Payment will be made in accordance with Section 1 -04.1, for each of the following bid items that are included
in the proposal:
Furnish and Install In. sewer pipe ,I , per linear foot.
The unit contract price per each for " Furnish and Install In. sewer pipe ", shall be full pay for the bid
item as described in Section 1- 09.14.
"Furnish and Install In. side sewer pipe ", per linear foot.
The unit contract price per each for " Furnish and Install In. side sewer pipe ", shall be full pay for the
bid item as described in Section 1- 09.14.
"Testing Sewer Pipe ", per linear foot.
The unit contract price per linear foot for "Testing Sewer Pipe" shall be full pay for all labor, material and
equipment required to conduct the leakage tests required in Section 7- 17.3(2). If no unit price for "Testing
Sewer Pipe" is included it shall be considered incidental to the pipe items.
"Removal and Replacement of Unsuitable Material ", per cubic yard or ton.
The unit contract price per cubic yard or ton for "Removal and Replacement of Unsuitable Material" shall be
full pay for all Work to remove unsuitable material and replace and compact suitable material as specified in
Section 7- 08.3(1)A.
"Bank Run Gravel for Trench Backfill Sewer ", per cubic yard or ton.
The unit contract price per cubic yard or ton for "Bank Run Gravel for Trench Backfill Sewer" shall be full pay for
all Work to furnish, place, and compact material in the trench.
"Television Inspection per linear foot.
8 -09 RAISED PAVEMENT MARKERS
8 -09.5 Payment
Section 8 -09.5 has been revised as follows:
Payment will be made for each of the following bid items that are included in the proposal:
"Raised Pavement Marker Type 1 ", per each.
"Raised Pavement Marker Type 2 ", per each.
"Raised Pavement Marker Type 3- In. ", per each.
"Recessed Pavement Marker ", per each.
The unit contract price per each for "Raised Pavement Marker Type 1 ", "Raised Pavement Marker Type 2 ", and
"Raised Pavement Marker Type 3- In." and "Recessed Pavement Marker" shall be full pay for all labor,
materials, and equipment necessary for furnishing and installing the markers in accordance with these
Specifications, including all cost involved with traffic control unless traffic control is listed in the Contract as a
separate pay item.
80
t
i
03/20/2013
8 -13 MONUMENT CASES
8 -13.1 Description
Section 8 -13.1 is revised and supplemented as follows:
This Work shall consist of furnishing and placing monument cases and covers, in accordance with the Standard
Plans and these Specifications, in conformity with the lines and locations shown in the Plans or as staked by the
Engineer or by the Contractor supplied Surveyor.
8 -13.3 Construction Requirements
Paragraphs 2 and 3 of Section 8 -13.3 is revised and supplemented as follows:
The monument will be furnished and set by the Engineer or by the Contractor supplied Surveyor.
When existing monuments will be impacted by a project, the Contractor shall be responsible for assuring that a
registered surveyor references the existing monuments prior to construction. After construction is complete,
the monuments shall be re- established by the Surveyor in accordance with RCW58.09.130.
8 -13.4 Measurement
Section 8 -13.4 is supplemented by adding the following:
All costs for surveying and resetting existing monuments impacted by construction shall be considered_
incidental to the Contract unless specifically called out to be paid as a bid item.
8 -13.5 Payment
Section 8 -135 is supplemented by adding the following:
"Reset Existing Monument" per each.
Resetting an existing monument impacted by construction shall be incidental unless included as a pay item in
the Schedule of Prices.
8 -14 CEMENT CONCRETE SIDEWALKS
8- 14.3(4) Curing
Section 8- 14.3(4) is replaced with:
The curing materials and procedures outlined in Section 5- 05.3(13) of the Standard Specifications shall prevail,
except that white pigmented curing compound shall not be used on sidewalks. The curing agent shall be
applied immediately after brushing and be maintained for a period of 5 days.
The Contractor shall have readily available sufficient protective covering, such as waterproof paper or plastic
membrane, to cover the pour of an entire day in the event of rain or other unsuitable weather. During the
curing period, all traffic, both pedestrian and vehicular, shall be excluded. Vehicular traffic shall be excluded for
such additional time as the Engineer may specify.
The Contractor shall be responsible for barricading, patrolling, or otherwise protecting the newly placed
concrete to prevent damage. Damaged, vandalized, discolored, stained, or unsightly concrete shall be removed
and replaced at the expense of the Contractor.
8 -14.4 Measurement
Section 8 -14.4 is supplemented by adding the following:
When the Contract contains a pay item for "Curb Ramp, Cement Concrete," the per each measurement shall
include all costs for the complete installation per the Plans and standard details including expansion joint
material, curb and gutter and ramped sidewalk section. Sawcutting, removal and disposal of excavated
81
03/20/2013.
materials including existing pavement and sidewalk, crushed surfacing base materials and all other Work,
materials and equipment required per Section 8 -14, shall be included in the per each price for "Curb Ramp,
Cement Concrete" unless any of these other items are listed and specified to be paid as separate pay items.
If the Contract does not provide a pay item for "Curb Ramp, Cement Concrete," but the Plans call for such
installation, then quantities shall be measured with and paid for under the bid items for Curb and Gutter and
for Cement Concrete Sidewalk. When curb ramps are to be constructed of asphalt concrete, the payment shall
be included in the pay item for "Miscellaneous and /or Driveway Asphalt Concrete."
8 -14.5 Payment
Section 8 -14.5 is supplemented by adding the following:
"Curb Ramp, Cement Concrete," per each.
Payment for excavation of material not related to the construction of the sidewalk but necessary before the
sidewalk can be placed, when and if shown in the Plans, will be made in accordance with the provisions of
Section 2-03. Otherwise, the Contractor shall make all excavations including haul and disposal, regardless of the
depth required for constructing the sidewalk to the lines and grades shown, and shall include all costs thereof
in the unit contract price per square yard for "Cement Concrete Sidewalk" and the per each contract price for
"Curb Ramp, Cement Concrete."
8 -17 IMPACT ATTENUATOR SYSTEMS
8 -17.5 Payment
Section 8 -17.5 is supplemented by the following:
If no pay item is included for temporary impact attenuators then all costs to provide and install shall be
considered a part of the pay item for "Traffic Control."
t
8 -20 ILLUMINATION, TRAFFIC SIGNAL SYSTEMS, AND ELECTRICAL I
8- 20.2(1) Equipment List and Drawings
Paragraph four of Section 8- 20.2(1) is revised and supplemented with the following:
The Contractor shall submit for approval six sets of shop drawings for each of the following types of standards
called for on this project:
1. Light standards with or without pre- approved Plans.
2. Signal standards with or without pre- approved Plans.
3. Combination Signal and lighting standards.
4. Metal Strain Poles.
Paragraph five of Section 8- 20.2(1) is deleted.
Paragraph six of Section 8- 20.2(1) is deleted.
Section 8- 20.2(1) is supplemented as follows:
The Contractor also shall submit either on the signal standard shop drawings or attached to the signal standard
shop drawings all dimensions to clearly show the specific mast arm mounting height and signal tenon locations
for each signal pole to be installed.
8 -22 PAVEMENT MARKING
8 -22.1 Description
The following item in Section 8 -22.1 is revised as follows:
Crosswalk Stripe
A SOLID WHITE line, 8 inches wide and 10 -feet long, installed parallel to another crosswalk stripe and parallel to
the direction of traffic flow and centered in pairs on lane lines and the center of lanes. See detail sheet.
82
03/20/2013
Skip Center Line (Replacement)
A BROKEN YELLOW line 4 inches wide. The broken or "skip" pattern shall be based on a 24 -foot unit consisting
of a 9 -foot line and a 15 -foot gap. Skip center strip is used as centerline delineation on two -lane or three -lane,
two -way highways.
Double Yellow Center Line (Replacement)
Two SOLID YELLOW lines, each 4 inches wide, separated by a 4 -inch space. Double yellow center stripe is used
as centerline delineation on multilane, two -way highways and for channelization.
Approach Line (New)
A SOLID WHITE line, 8 inches wide, used to separate left and right turning movements from through
movements, to separate high occupancy vehicle lanes from general - purpose lanes, for islands, hash marks, and
other applications. Hash mark stripes shall be placed on 45- degree angle and 10 feet apart.
Lane Line (Replacement)
�. A _BROKEN WHITE line, .4 inches wide, used to delineate adjacent lanes traveling in the same direction. The
broken or "skip" pattern shall be based on a 24 -foot unit consisting of a 9 -foot line and a 15 -foot gap.
Two Way Left Turn Line (Replacement)
A SOLID YELLOW line, 4 inches wide, with a BROKEN YELLOW line, 4 inches wide, separated by a 4 -inch space.
The broken or "skip" pattern shall be based on a 24 -foot unit consisting of a 9 -foot line and a 15 -foot space. The
solid line shall be installed to the right of the broken line in the direction of travel.
Crosswalk Line (Replacement)
A SOLID WHITE line, 8 inches wide and 10 feet long, installed parallel to another crosswalk stripe and parallel to
the direction of traffic flow and centered in pairs on lane lines and the center of lanes. See detail sheet.
Stop Line (Replacement)
A SOLID WHITE line 12, 18, or 24 inches wide as noted on the Contract Plans.
8- 22.3(5) Installation Instructions
Section 8- 22.3(5) is revised as follows:
( * * * * * *)
A manufacturer's technical representative need not be present at the initial material installation to approve the
installation procedure.
8 -22.5 Payment
Section 8 -22.5 is supplemented as follows:
( * * * * * *)
"Approach Stripe," per linear foot.
"Remove Paint Line ....." wide," per linear foot.*
"Remove Plastic Line ......" Wide," per linear foot.*
"Remove existing traffic markings, "per Lump Sum.*
*The linear foot contract price for "Remove Paint Line" and "Remove Plastic Line" and the lump sum contract
price for "Remove existing traffic markings" shall be full compensation for furnishing all labor, tools, material,
and equipment necessary for removal of existing traffic markings as per the Plans, Specifications and detail
sheets. If these pay items do not appear in the contract schedule of prices, then the removal of old or
conflicting traffic markings required to complete the channelization of the project as shown on the Plans or
detail sheets shall be considered incidental to other items in the Contract and no further compensation shall be
made.
8 -23 TEMPORARY PAVEMENT MARKINGS
8 -23.5 Payment
83
03/20/2013 1
Section 8 -23.5 is supplemented with the following:
( * * * * * *)
( * * * * * *)
Reinforced Concrete Storm Sewer pipe shall conform to the requirements of ASTM C -76 and shall be Class IV.
If no pay item is included in the Contract for installation, or for removal of temporary pavement markings, then
all costs associated with these items are considered incidental to other items in the Contract or included under
"Traffic Control," if that item is included as a bid item.
Section 9- 05.7(2)A is supplemented by the following:
9- 03.8(7) HMA Tolerances and Adjustments
( * * * * * *)
Item 1 is deleted and replaced with:
a hydrostatic test of rubber gasket joints in accordance with ASTM C361 or AWWA C302 except test pressure
1. Job Mix Formula Tolerances. After the 1MF is determined
as required in 5- 04.3(7)A, the constituents
of the mixture at the time of acceptance shall conform to the following tolerances:
Nonstatistical
Commercial
Evaluation
Evaluation
Aggregate, percent passing
1" , % , Y2" , and 3,/8 sieves ±6 o
%
0
±8%
U.S. No. 4 sieve ±6%
+8°%
U.S. No. 8 sieve ±6%
U.S. No. 16 sieve ±4%
±8%
±6%
U.S. No. 30 sieve ±4%
±6%
U.S. No. 50 sieve ±4%
U.S. No. 100 sieve ±3%
±6%
±5%
U.S. No. 200 sieve ±2.0%
±3.0%
Asphalt Binder ±0.5%
±0.7%
VMA 1.5% below minimum value in 9- 03.8(2)
VFA minimum and maximum as listed in 9- 03.8(2)
Va 2.5% minimum and 5.5% maximum
These tolerance limits constitute the allowable limits as described in Section 1 -06.2. The tolerance limit for
aggregate shall not exceed the limits of the control point's section, except the tolerance limits for sieves
designated as 100% passing will be 99 -100.
9 -05 DRAINAGE STRUCTURES, CULVERTS, AND CONDUITS
9 -05.4 Steel Culvert Pipe and Pipe Arch (RC)
Section 9 -05.4 is revised as follows:
( * * * * * *)
Steel culvert pipe and pipe arch shall meet the requirements of AASHTO M 36, Type I and Type II. Welded seam
aluminum coated (aluminized) corrugated steel pipe and pipe arch with metallized coating applied inside and
out following welding is acceptable and shall be asphalt treatment coated.
9- 05.7(2) Reinforced Concrete Storm Sewer Pipe (RC)
Section 9- 05.7(2) is replaced by the following:
( * * * * * *)
Reinforced Concrete Storm Sewer pipe shall conform to the requirements of ASTM C -76 and shall be Class IV.
Cement used in the manufacture of reinforced concrete pipe shall be Type II in conformance with ASTM C150.
No admixture shall be used unless otherwise specified.
9- 05.7(2)A Basis for Acceptance (RC)
Section 9- 05.7(2)A is supplemented by the following:
( * * * * * *)
All pipe shall be subject to (1) a three - edge- bearing strength (D -load) test in accordance with ASTM C76; and (2)
a hydrostatic test of rubber gasket joints in accordance with ASTM C361 or AWWA C302 except test pressure
shall be 5 psi.
84
S
1 03/20/2013
9- 05.7(3) Concrete Storm Sewer Pipe Joints (RC)
Section 9- 05.7(3) is replaced by the following:
Joint assembly design shall be reinforced concrete bell and spigot type incorporating a fully retained single
rubber gasket in accordance with ASTM C361 or AWWA C302. Rubber gasket material shall be neoprene.
9- 05.7(4) Testing Concrete Storm Sewer Pipe Joints (RC)
Section 9- 05.7(4) is supplemented by the following:
Hydrostatic testing of rubber gasket joints shall be performed in accordance with ASTM C361 or AWWA C302
except test pressure shall be 5 psi.
9 -05.9 Steel Spiral Rib Storm Sewer Pipe (RC)
Section 9 -05.9 is replaced with:
The manufacturer of spiral rib storm sewer pipe shall furnish the Engineer a Manufacturer's Certificate of
Compliance stating that the materials furnished comply in all respects with these Specifications. The Engineer
may require additional information or tests to be performed by the Contractor at no expense to the City.
Unless otherwise specified, spiral rib storm sewer pipe shall be furnished with pipe ends cut perpendicular to
the longitudinal axis of the pipe. Pipe ends shall be cut evenly. Spiral rib pipe shall be fabricated either by using
a continuous helical lock seam or a continuous helical welded seam paralleling the rib.
Steel spiral rib storm sewer pipe shall be manufactured of metallic coated (aluminized or galvanized)
corrugated steel and inspected in conformance with Section 9 -05.4. The size, coating, and metal shall be as
shown in the Plans or in the Specifications.
For spiral rib storm sewer pipe, helical ribs shall project outwardly from the smooth pipe wall and shall be
fabricated from a single thickness of material. The ribs shall be essentially rectangular and shall be 3/4 inch plus
two times the wall thickness (2t) plus or minus 1/8 inch (measured outside to outside) and a minimum of 0.95
inch high (measured as the minimum vertical distance from the outside of pipe wall immediately adjacent to
the lockseam or stiffener to the top surface of rib). The maximum spacing of the ribs shall be 11.75 inches
center to center (measured normal to the direction of the ribs). The radius of bend of the metal at the corners
of the ribs shall be a minimum of 0.10 inch and a maximum of 0.17 inch. If the sheet between adjacent ribs
does not contain a lockseam, a stiffener shall be included midway between ribs, having a nominal radius of 0.25
inch and a minimum height of 0.20 inch toward the outside of the pipe. Pipe shall be fabricated with ends that
can be effectively jointed with coupling bands.
When required, spiral rib or narrow pitch spiral rib pipe shall be bituminous treated or paved. The bituminous
treatment fors spiral rib pipe shall conform to the requirements of Sections 9 -05.4 3 and 9-05.4(4).
p pP q ()
For narrow pitch spiral rib sewer pipe, the helical ribs shall project outwardly from the smooth pipe wall and
shall be fabricated from a single thickness of material. The ribs shall be .375 inch + 1/8 inch wide (measured
outside to outside) and a minimum of .4375 inch high (measured as the minimum vertical distance of ribs shall
be 4.80 inches center to center (measured normal to the direction of the ribs). The radius of bend of the metal
at the corners of the ribs shall be 0.0625 inch with an allowable tolerance of + 10 percent.
9 -05.12 Polyvinyl Chloride (PVC) Pipe
Section 9- 05.12(3) is a new additional section:
9- 05.12(3) CPEP Sewer Pipe
Section 9- 05.12(3) is a new additional section:
CPEP - Smooth interior pipe and fittings shall be manufactured from high density polyethylene resin which shall
meet or exceed the requirements of Type 111, Category 4 or 5, Grade P33 or P34, Class C per ASTM D1248. In
addition, the pipe shall comply with all material and stiffness requirements of AASHTO M294.
9 -05.14 ABS Composite Sewer Pipe
Section 9 -05.14 is deleted
1 85
03/20/2013 1
9 -05.17 Aluminum Spiral Rib Storm Sewer Pipe
Section 9-05.17 is replaced with:
Unless otherwise specified, spiral rib storm sewer pipe shall be furnished with pipe ends cut perpendicular to
the longitudinal axis of the pipe. Pipe ends shall be cut evenly. Spiral rib pipe shall be fabricated by using
a continuous helical lock seam with a seam gasket.
For spiral rib storm sewer pipe, helical ribs shall project outwardly from the smooth pipe wall and shall be
fabricated from a single thickness of material. The ribs shall be 3/4 inch wide by 3/4 inch deep with a nominal
spacing of 7 -1/2 inches center to center. Pipe shall be fabricated with ends that can be effectively jointed with
coupling bands.
For narrow pitch spiral rib storm sewer pipe, helical ribs shall project outwardly from the smooth pipe wall and
shall be fabricated from a single thickness of material. The ribs shall be 0.375 inch + 1/8 inch wide (measured
outside to outside) and a minimum spacing of ribs shall be 4.80 inches center to center (measured normal to
the direction of the ribs). The radius of bend of the metal at the corners of the ribs shall be 0.0625 inch with an
allowable tolerance of + 10 percent.
For wide pitch spiral rib storm sewer pipe, helical ribs shall project outwardly from the smooth pipe wall and �.
shall be fabricated from a single thickness of material. The ribs shall be 3/4 inch + 1/8 inch wide (measured
outside to outside) and a minimum of 0.95 inch high (measured as the minimum vertical distance from the
outside of pipe wall to top surface of the rib). The maximum spacing of ribs shall be 11.75 inches center to
center (measured normal to the direction of the ribs). The radius of bend of the metal at the corners of the ribs
shall be 0.0625 inch with an allowable tolerance of + 10 percent.
9 -05.22 High Density Polyethylene Piping
Section 9 -05.22 is a new section:
DRISCOPLEXTm 4100 High- density Polyethylene Piping
1 General Terms and Conditions
1.1 Scope - This Specification covers requirements for DriscoPlexTm 4100 PE 3408 high- density polyethylene
piping. All Work shall be performed in accordance with these Specifications.
1.2 Engineered and Approved Plans - Construction shall be performed in accordance with Engineered
Construction Plans for the Work prepared under the direction of a Professional Engineer.
1.3 Referenced Standards - Where all or part of a federal, ASTM, ANSI, AWWA, etc., Standard Specification is
incorporated by reference in these Specifications, the reference standard shall be the latest edition and
revision. ■
1.4 Licenses and Permits —The Contractor shall be licensed and bonded. 1
1.5 Inspections - All Work shall be inspected by an Authorized Representative of the City who shall have the
authority to halt construction if, in his opinion, these Specifications or standard construction practices are not
being followed. Whenever any portion of these Specifications is violated, the Engineer shall, by written notice,
order further construction to cease until all deficiencies are corrected.
2 Polyethylene Pipe and Fittings
2.1 Qualifications of Manufacturers - The manufacturer shall have manufacturing and quality assurance
facilities capable of producing and assuring the quality of the pipe and fittings required by these Specifications.
86
e
t
11
H-1
e
1
03/20/2013
The manufacturer's production facilities shall be open for inspection by the City or his Authorized
Representative. The Project Engineer shall approve qualified manufacturers.
2.2 Materials - Black PE materials used for the manufacture of polyethylene pipe and fittings shall be PE 3408
high density polyethylene, meeting ASTM D 3350 cell classification 345464C and shall be listed in the name of
the pipe and fitting manufacturer in PPI (Plastics Pipe Institute) TR -4, with a standard grade HDB rating of 1600
psi at 73 °F. Color material, when used, shall be the same except for meeting ASTM D 3350 cell classification
345464E. The material shall be listed and approved for potable water in accordance with NSF Standard 61.
When requested on the order, the manufacturer shall certify that the materials used to manufacture pipe and
fittings meet these requirements.
2.3 Interchangeability of Pipe and Fittings - The same qualified and approved manufacturer shall produce
polyethylene pipe and fittings. Products such as fittings or flange adapters made by sub - contractors or
distributors are prohibited.
2.4 Polyethylene Fittings & Custom Fabrications - Polyethylene fittings and custom fabrications shall be molded
or fabricated by the approved pipe manufacturer. All fittings and custom fabrications shall be pressure rated
for the same internal pressure rating as the mating pipe.
2.5 Molded Fittings - Molded fittings shall be manufactured and tested in accordance with ASTM D 3261 and
shall be so marked. Molded fittings shall be tested in accordance with AWWA C906.
2.6 Fabricated Fittings - Fabricated fittings shall be made by heat fusion joining specially machined shapes cut
from pipe, polyethylene sheet stock or molded fittings. Fabricated fittings shall be rated for internal pressure
service at least equal to the full service pressure rating of the mating pipe. Fabricated fittings shall be tested in
accordance with AWWA C906.
2.7 Polyethylene Flange Adapters - Flange adapters shall be made with sufficient through -bore length to be
clamped in a butt fusion - joining machine without the use of a stub -end holder. The sealing surface of the
flange adapter shall be machined with a series of small v- shaped grooves (serrations) to promote gasketless
sealing, or restrain the gasket against blowout.
2.8 Back -up Rings & Flange Bolts - Flange adapters shall be fitted with back -up rings that are pressure rated
equal to or greater than the mating pipe. The back -up ring bore shall be chamfered or radiused to provide
clearance to the flange adapter radius. Flange bolts and nuts shall be Grade 3 or higher.
9 -08 PAINTS
9 -08.8 Manhole Coating System Products
Section 9 -08.8 is a new section and subsections:
9- 08.8(1) Coating Systems Specification
A. High Solids Urethane
Coating System:
C1
Coating Material:
High Solids Urethane
Surfaces:
Concrete
Surface
In accordance with SSPC
Preparation:
SP -7 (Sweep or brush off
blast)
87
03/20/2013
Application:
Shop /Field: The drying
wedging device and 0 -ring stuffing box.
time between coats shall
Resilient Seated Gate Valves:
not exceed 24 hours in
Resilient seated gate valves shall be manufactured to meet or exceed the requirements of AWWA Standard
any case
System Thickness:
6.0 mils dry film
Coatings:
Primer: One coat of
fusion bonded epoxy. The epoxy coating shall be factory applied to all valve parts prior to valve assembly and
Wasser MC- Aroshield
shall meet or exceed the requirements of AWWA Standard C -550 latest revision. Valves shall be provided with
high solids urethane (2.0
two (2) internal O -ring stems seals. The valves shall be equipped with one (1) anti - friction washer. The resilient
DFT) Finish: Two or more
gate valve shall have rubber sealing surfaces to permit bi- directional flow. The stem shall be independent of
coats of Wasser MC-
the stem nut or integrally cast.
Aroshield (min. 4.0 DFT)
Color:
White
9 -23 CONCRETE CURING MATERIALS AND ADMIXTURES
9 -23.9 Fly Ash (RC)
Section 9 -23.9 is revised as follows:
Fly ash shall not be used around water lines.
9 -30 WATER DISTRIBUTION MATERIALS
9- 30.1(1) Ductile Iron Pipe (RC)
Section 9- 30.1(1) is revised as follows:
Ductile iron pipe shall be centrifugally cast and meet the requirements of AWWA C151. Ductile iron pipe shall
have a cement - mortar lining meeting the requirements of AWWA C104. All other ductile iron pipe shall be
Standard Thickness Class 52 or the thickness class as shown in the Plans.
9- 30.3(1) Gate Valves (3 inches to 12 inches)
Section 9- 30.3(1) is replaced with:
( * * * * * *)
Valves shall be designed for a minimum water operating pressure of 200 PSI. Gate valves shall be Iowa List 14,
Mueller Company No. A2380, Kennedy, or M &H.
Approval of valves other than models specified shall be obtained prior to bid opening.
All gate valves less than 12" in diameter shall include an 8" x 24" cast iron gate valve box and extensions, as
required. All 12" diameter and larger gate valves shall be installed in a vault. See the City of Renton Standard
Details for 12" gate valve assembly vault and 1" bypass installation.
s
t
Q
Ll
t
t
Gate valves shall conform to AWWA C500 and shall be iron body, bronze - mounted, double disc with bronze
wedging device and 0 -ring stuffing box.
Resilient Seated Gate Valves:
Resilient seated gate valves shall be manufactured to meet or exceed the requirements of AWWA Standard
C509 latest revisions.
All external and internal ferrous metal surfaces of the gate valve shall be coated for corrosion protection with
fusion bonded epoxy. The epoxy coating shall be factory applied to all valve parts prior to valve assembly and
shall meet or exceed the requirements of AWWA Standard C -550 latest revision. Valves shall be provided with
U
two (2) internal O -ring stems seals. The valves shall be equipped with one (1) anti - friction washer. The resilient
gate valve shall have rubber sealing surfaces to permit bi- directional flow. The stem shall be independent of
the stem nut or integrally cast.
I
Manufacturers of Resilient Seated Gate Valves shall provide the City on request that the valve materials meet
the City specifications. I
88 1
f
n
J
I
03/20/2013
Valves shall be designed for a minimum water operating pressure of 200 psi.
End connections shall be mechanical joints, flanged joints or mechanical by flanged joints as shown on the
project plans.
Resilient Seated Gate Valves shall be U.S. Metroseal 250, Clow, M &H Style 3067, Mueller Series 2370, Kennedy.
Approval of valves other than model specified shall be obtained prior to bid opening. All gate valves less than
12 inches in diameter shall include an 8"x24" cast iron gate valve box and extensions, as required.
All 12 inch diameter and larger resilient seated gate valves shall have a 1 inch by -pass assembly and shall be
installed in a concrete vault per City of Renton Standard Details, latest revision.
9- 30.3(3) Butterfly Valves
Section 9- 30.3(3) is supplemented by adding the following:
Butterfly valves shall be Dresser 450 or Pratt Groundhog.
9- 30.3(5) Valve Marker Posts
Section 9- 30.3(5) has been deleted and replaced with the following:
The valve markers shall be fabricated and installed in conformance with the Standard Drawings.
Valve markers shall be carsonite composite utility marker .375 "x 6' -0" or approved equal with blue label
"water."
9- 30.3(7) Combination Air Release /Air Vacuum Valves
Section 9- 30.3(7) has been supplemented as follows:
Air and vacuum release valves shall be APCO- Valve and Primer Corp, "Heavy- Duty," combination air release
valve, or equal.
Installation shall be per the City of Renton Standard Details, latest revision.
Piping and fitting shall be copper or brass. Location of the air release valve as show on the plans is
approximate. The installation shall be set at the high point of the line.
9- 30.3(8) Tapping Sleeve and Valve Assembly
Section 9- 30.3(8) is revised as follows:
Tapping sleeves shall be cast iron, ductile iron epoxy- coated steel, or other approved material.
9- 30.3(9) Blow -Off Assembly
Section 9- 30.3(9) is a new section:
Permanent blow -off assembly shall be #78 Kupferle Foundry Co. or approved equal. Installation of blow -off
permanent blow -off assembly shall be per City of Renton Standard Details, latest revision. Pipe and fittings
shall be galvanized. Blow -off assembly shall be installed at location(s) shown on the plans. Temporary blow -
off assembly on new dead -end water main shall be installed at location shown on the plans.
Temporary blow -off assemblies for testing and flushing of the new water mains will not be included under this
item and shall be considered incidental to the contract and no additional payment shall be made.
89
03/20/2013 1
9 -30.5 Hydrants
Section 9 -30.5 is supplemented by adding the following:
'
( * * * * * *)
Fire hydrants shall be Iowa, Corey Type (opening with the pressure) or approved equal conforming to AWWA C-
502-85. Approval must be obtained prior to bid opening.
'
Compression type fire hydrants (opening against pressure) shall be Clow Medallion, M &H 929, Mueller Super
Centurion 200, conforming to AWWA C- 502 -85.
9- 30.5(1) End Connections (RC)
Section 9- 30.5(1) is supplemented by adding the following:
( * * * * * *)
Hydrants shall be constructed with mechanical joint connection unless otherwise specified in bid proposal
description.
9- 30.5(2) Hydrant Dimensions
Section 9- 30.5(2) is replaced with the following:
( * * * * * *)
Fire hydrants shall be Corey type (opening with the pressure) or compression type (opening against pressure)
'
conforming to AWWA C- 502 -85 with a 6 inch mechanical joint inlet and a main valve opening (M.V.O.) of 5 1/4
inches, two 2 1/2 inch hose nozzles with National Standard Threads 7 1/2 threads per inch and one 4 inch
pumper nozzles with the new Seattle Pattern 6 threads per inch, 60 degrees V. Threads, outside diameter of
male tread 4.875 and root diameter 4.6263. Hydrants shall have a 1 -1/4" pentagon operating nut opened by
turning counter clockwise (left).
The two 2 -1/2 hose nozzles shall be fitted with cast iron threaded caps with operating nut of the same design
and proportions as the hydrant stem nut. Caps shall be fitted with suitable neoprene gaskets for positive water
tightness under test pressures.
The 4" pumper nozzle shall be fitted with a Stortz adapter, 4" Seattle Thread x 5" Stortz. Stortz adapter shall
be forged and /or extruded 6061 -T6 aluminum alloy, hardcoat anodized. Threaded end portion shall have no
lugs and 2 set screws 180 degrees apart. Stortz face to be metal, no gasket to weather. Stortz cap to have
synthetic molded rubber gasket, and shall be attached to hydrant adapter with 1/8" coated stainless steel
aircraft cable.
Fire hydrants shall be installed per City of Renton Standard Details for fire hydrants, latest revisions.
9- 30.6(3)6 Polyethylene Pipe
Section 9- 30.6(3)6 has been modified as follows:
( * * * * * *)
Polyethylene pipe shall not be used.
9- 30.6(4) Service Fittings
Section 9- 30.6(4) has been revised as follows:
( * * * * * *)
Fittings used for copper tubing shall be compression type with gripper ring.
9- 30.6(5) Meter Setters
Section 9- 30.6(5) has been supplemented as follows:
Meter setters shall be installed per the City of Renton Standard Details for water meters, latest revision.
90 1
C
0
r
t
11
TECHNICAL
SPECIFICATIONS
u
J
t
Table of Contents
Division1 General .........................................:............................................... ............................1
-1
1.10 General .................................................................................................. ...............................
1 -1
1.11 Project Description ...................................................................... ...............................
1 -1
1.11.02 Reuse of Documents ................................................................. ...............................
1 -1
1. 11.03 Electronic Data ........................................................................... ...............................
1 -2
1.12 Project Scheduling .................................................... : .....................................................
1 -2
1.13 Permits and Licenses ....................................................................... ...............................
1 -2
1.15 Warranty ............................................................................................ ...............................
1 -3
1.16 Owner Standard Locks and Keys .................................................. ...............................
1 -3
'
1.30 Administrative ......................................................................................... ............................1
1.31 Responsibilities . ................................................................................ ...............................
P
-3
1 -3
'
1.31.1 Contractor's Responsibility ......................................................... ...............................
1.31.1.1 Special Inspection Scheduling ................................................. ...............................
1 -3
1 -4
'
1.31.1.2 Contractor Conducted Progress Meetings ............................ ...............................
1.31.1.3 Contractor Provided Schedule and Non - working Day Approval.....................
1 -4
1 -4
1.31.2 Owner Inspector's Responsibility .............................................. ...............................
1.33 Submittals ......................................................................................... ...............................
1 -5
1 -5
1.33.1 Submittal and Shop Drawings ......................................... ...............................
1.33.2 Substitutions .................................................................................. ...............................
1-5
1 -6
1.40 Quality Control ........................................................................................ ............................1
1.42 Reference Specifications .................................................................... ............................1
-7
-7
1.50 Construction Support .......................................................................... ...............................
1.51 Temporary Utilities ......................................................................... ...............................
1 -7
1 -7
1.52 Temporary Facilities ........................................................................ ...............................
1 -7
1.53 Traffic Control ................................................................................. ...............................
1 -8
1.59 Site Control ....................................................................................... ...............................
1 -8
'
1.59.1 Surveying and Staking .................................................................. ...............................
1 -8
1.70 Execution and Closeout ...................................................................... ...............................
1 -8
1.75 Testing, Startup and Operation ............. ...............................
1.75.1 Schedule ......................................................................................... ...............................
1 -8
1.75.2 Testing ............................................................................................ ...............................
1 -9
1.75.2A General ........................................................................................ ...............................
1 -9
i
'
H: \File Sys \WWP - WasteWater \WWP -27 -3626 Lind Ave Lift Station \Design \Final Design \Final Lind LS Tech Specs - City
Modified.doc 03/20/201311:36 AM
© 2013 RH2 Engineering, Inc.
Table of Contents
1.75.2B Scheduling of Owner /Engineer. Review for Testing ........... ............................... 1 -9
1.75.2C Pump, Piping, Electrical and Instrumentation Testing .......... ...........................1
-10
1.75.3 Lift Station Startup, Operational Demonstration and Training .........................1
-10
1.75.3A General .......................................................................................... ...........................1
-10
1.75.3B Startup ........................................................................................... ...........................1
-11
1.75.3C Training ......................................................................................... ...........................1
-11
1.75.3D Operational Demonstration ...................................................... ...........................1
-12
1.77 Cleaning .............................................................................................. ...........................1
-12
1.77.2 Site and Facility Cleanup ............................................................... ...........................1
-12
1.79 Training and Documentation .......................................................... ...........................1
-13
1.79.2 Operation and Maintenance Manuals ......................................... ...........................1
-13
1.79.3 Construction Record Drawings .................................................... ...........................1
-14
1.80 Performance Requirements .................................................................. ...........................1
-15
1.81 Seismic Restraint and Anchorage .................................................... ...........................1
-15
1.82 Pressure Ratings .........................................:....................................... ...........................1
-15
Division2 Sitework ..................................................................................... ............................... 2 -1
2.00 General .................................................................................................. ...............................
2 -1
2.05 Common Work for Sitework ......................................................... ...............................
2 -1
2.09 Special Inspections for Earth Work ............................................. ...............................
2 -2
2.10 Site Preparation .................................................................................... ...............................
2 -2
2.10.2 Clearing and Grubbing ................................................................ ...............................
2 -2
2.10.4 Dewatering .................................................................................... ...............................
2 -3
2.10.5 Construction Access .................................................................... ...............................
2 -4
2.11.1 Common Work for Earthwork Materials ................................. ...............................
2 -5
2.11.2 General Fill .................................................................................... ...............................
2 -5
2.11.3 Structural Fill ................................................................................. ...............................
2 -6
2.11.4 Pipe Bedding ................................................................................. ...............................
2 -7
2.11.5 Trench Backfill .............................................................................. ...............................
2 -7
2.11.8 Crushed Surfacing Top Course .................................................. ...............................
2 -8
2.11.20 Geotextile Fabric ........................................................................ ...............................
2 -8
2.12 Road Surfacing ................................................................................. ...............................
2 -9
2.12.1 Common Work for Road Surfacing .......................................... ...............................
2 -9
2.12.3 Hot Mix Asphalt ( HMA) ............................................................. ...............................
2 -9
H: \File Sys \WWP - WasteWater \WWP -27 -3626 Lind Ave Lift Station \Design\Final Design \Final Lind LS Tech Specs - City
Modified.doc ll 03/20/2013 11:36 AM
© 2013 RH2 Engineering, Inc.
i�
J
'J
1�
Table of Contents
2.13 Vegetation Protection ..................................................................... ............................... 2 -9
2.13.1 Common Work for Vegetation Protection .............................. ............................... 2 -9
2.13.2 Fencing ........................................................................................... ...............................
2 -9
'
2.13.5 Excavation Around Trees ......................................................... ...............................
2 -10
2.20 Earth Moving ....................................................................................... ...............................
2 -10
2.23 Excavation .................:........................................................................ ...........................2
-10
2.25 Erosion and Sedimentation Control ........................................... ...............................
2 -11
2.25.3 Temporary Erosion and Sedimentation Control ................... ...............................
2 -11
2.25.4 Stormwater Discharge
2.30 Site Improvements ............................................................................. ...............................
2.31 Fencing
2 -13
................................................................................................ ...........................2
-13
2.31.2 Temporary Construction Security Fence ................................ ...............................
2 -13
'
2.40 Shoring and Support .......................................................................... ...............................
2 -13
2.41 Contractor Designed Shoring ...................................................... ...............................
2 -13
2.60 Contaminated & Waste Materials Handling ................................... ...............................
2 -14
2.60.2 Waste Material Control .............................................................. ...............................
2 -14
t2.61
Contaminated Materials ................................................................ ...............................
2 -15
2.61.2 Toxic Spill or Release Contact Requirements ........................ ...............................
2 -15
2.90 Landscaping ..................... ...............................
2 -15
2.90.1 Common Work for Landscaping ............................................. ...............................
2 -15
2.90.3 Soil Amendments ....................................................................... ...............................
2 -19
2.90.3.1 Commercial Fertilizer ............................................................. ...............................
2 -19
2.90.12 Potted Plant and Trees ............................................................ ...............................
2 -19
2.90.20 Landscape Accessories ............................................................ ...............................
2 -21
Division3 Concrete .................................................................................... ...............................
3 -1
3.00 General .................................................................................................. ...............................
3 -1
'
3.05 Common Work for Concrete ........................................................ ...............................
3 -1
.......................................................................... ...............................
3.15.4 Embedded Items 3 -3
'
3.15.5 Pipe Penetrations through Concrete ......................................... ............................... 3 -3
3.15.7 Epoxy o Grout for Anchor Bolts .................................................. ............................... 3 -4
'
3.20 Reinforcing ............................................................................................ ............................... 3 -4
3.21 Reinforcing Steel .............................................................................. ............................... 3 -4
3.21.13 Reinforcing Steel ........................................................................ ............................... 3 -4
H: \File Sys \WWP - WasteWater \WWP -27 -3626 Lind Ave Lift Station \Design \Final Design \Final Lind LS Tech Specs
- City
Modified.doc Ill 03/20/2013 11:36
AM
© 2013 RH2 Engineering,
Inc.
Table of Contents
3.31 Concrete Materials ........................................................................... ...............................
3 -5
3.31.2 Structural Concrete ...................................................................... ...............................
3 -5
3.31.3 Thrust Blocks, Driveways, Curb and Gutter, & Sidewalks .... ...............................
3 -5
3.35 Surface Finishing ............................................................................. ...............................
3 -6
3.35.1 Common Work for Surface Finishing ....................................... ...............................
3 -6
3.35.3 Ordinary Wall Finish .................................................................... ...............................
3 -6
3.35.5 Floated Finish ............................................................................... ...............................
3 -7
3.35.6 Light Brush Finish ........................................................................ ...............................
3 -7
3.40 Pre -Cast Concrete ................................................................................ ...............................
3 -7
3.40.10 Utility Structures ......................................................................... ...............................
3 -7
3.60 Grouting ................................................................................................ ...............................
3 -8
3.62 Non - Shrink Grout ........................................................................... ...............................
3 -8
Division4 Masonry ..................................................................................... ............................... 4 -1
4.00 General .................................................................................................. ............................... 4 -1
4.05 Common Work for Masonry ......................................................... ............................... 4 -1
4.05.13 Masonry Mortar .......................................................................... ............................... 4 -2
4.05.16 Masonry Grout ........................................................................... ............................... 4 -3
4.05.19 Reinforcement and Accessories ............................................... ............................... 4 -3
4.08 CMU Inspection and Testing ........................................................ ............................... 4 -4
4.20 Unit Masonry ........................................................................................ ............................... 4 -4
4.22 Concrete Masonry Units ................................................................. ............................... 4 -4
Division 5 Fabricated Metalwork and Structural Plastics ...................... ............................... 5 -1
5.00 General .................................................................................................. ............................... 5 -1
5.05 Common Work for Fabricated Metalwork and Plastics ............ ............................... 5 -1
5.05.23 Structural Connectors ................................................................ ............................... 5 -3
5.05.24 Concrete Anchors ...................................................................... ............................... 5 -3
5.10 Structural Framing ............................................................................... ............................... 5 -4
5.12 Structural Steel ................................................................................. ............................... 5 -4
5.13 Stainless Steel ................................................................................... ............................... 5 -4
5.14 Aluminum ......................................................................................... ............................... 5 -5
5.15 Galvanized Steel ................................................................................ ............................... 5 -5
5.17 Fiberglass Reinforced Plastic (FRP) Structural Shapes .............. ............................... 5 -5
5.53 Grating .............................................................................................. ............................... 5 -6
H: \File Sys \WWP - WasteWater \WWP -27 -3626 Lind Ave Lift Station \Design \Final Design \Final Lind LS Tech Specs - City
Modified.doc iv 03/20/2013 11:36 AIM
© 2013 RH2 Engineering, Inc.
1
u
u
�i
J
1
s
t
t
t
Table of Contents
5.53.1 Common Work for Grating ........................................................ ............................... 5 -6
5.53.7 Fiberglass Reinforced Plastic (FRP) Grating ............................ ............................... 5 -7
5.60 Ladders .................................................................................................. ............................... 5 -8
5.60.1 Common Work for. Ladders ....................................................... ............................... 5 -8
5.60.10 Fiberglass Reinforced Plastic (FRP) Ladders ......................... ............................... 5 -8
Division6 Carpentry ................................................................................... ............................... 6 -1
6.00 General .................................................................................................. ............................... 6 -1
6.05 Common Work for Carpentry ....................................................... ............................... 6 -1
6.14 Pressure Treated Wood .................................................................. ............................... 6 -1
6.16 Wood Sheathing .............................................................................. ............................... 6 -1
6.17 Shop Fabricated Structures ............................................................ ............................... 6 -2
6.17.53 Premanufactured Wood Trusses ............................................. ............................... 6 -2
Division 7 Thermal and Moisture Protection ......................................... ............................... 7 -1
7.00 General .................................................................................................. ...............................
7 -1
7.05 Common Work for Thermal and Moisture Protection ............. ...............................
7 -1
7.20 Thermal Protection .............................................................................. ...............................
7 -1
7.21 Thermal Insulation .......................................................................... ...............................
7 -1
7.21.3 Ceiling Insulation .......................................................................... ...............................
7 -1
7.21.4 Foundation Insulation ...... :.........................................................................................
7 -2
7.21.5 CMU Wall Insulation ................................................................... ...............................
7 -2
7.21.10 Exposed Small Piping Insulation ............................................. ...............................
7 -3
7.46 Siding ................................................................................................. ...............................
7 -3
7.46.43 Steel Materials ............................................................................. ...............................
7 -3
7.46.43.2 Steel Soffit Panels .................................................................... ...............................
7 -3
7.60 Flashing and Sheet Metal .................................................................... ...............................
7 -4
7.61 Metal Roofing .................................................................................. ...............................
7 -4
7.61.1 Common Work for Metal Roofing ............................................ ...............................
7 -4
7.61.3 Preformed Metal Roofing over Wood Decking ...................... ...............................
7 -6
7.70 Roof and Wall Specialties ................................................................... ...............................
7 -7
7.72 Roof Accessories ............................................................................. ...............................
7 -7
7.72.1 Common Work for Roof and Wall Specialties ........................ ...............................
7 -7
7.72.26 Ridge Vent ................................................................................... ...............................
7 -7
7.10 Dampproofing and Waterproofing ................................................... ........:......................
7 -7
H: \Ffle Sys \WWP - WasteWater \WWP -27 -3626 Lind Ave Lift Station \Design \Final Design \Final Lind LS Tech Specs - City
Modified.doc v 03/20/2013 11:36 AM
0 2013 RH2 Engineering, Inc.
Table of Contents
7.90 Joint Protection .................................................................................... ...............................
7 -7
7.92 Caulk .................................................................................................. ...............................
7 -8
Division8 Openings ................................................................................... ...............................
8 -1
8.00 General .................................................................................................. ...............................
8 -1
8.05 Common Work for Openings ....................................................... ...............................
8 -1
8.06 Schedule ............................................................................................ ...............................
8 -1
8.10 Doors and Frames ............................................................................... ...............................
8 -1
8.11 Metal Doors and Frames ................................................................ ...............................
8 -1
8.11.1 Common Work for Metal Doors and Frames ......................... ...............................
8 -1
8.11.13 Steel Doors and Frames ............................................................ ...............................
8 -4
8.30 Specialty Doors .................................................................................... ...............................
8 -4
8.34 Access Hatches ................................................................................ ...............................
8 -4
8.34.2 Vault Hatches ................................................................................ ...............................
8 -4
Division9 Finishes ...................................................................................... ...............................
9 -1
9.00 General .................................................................................................. ...............................
9 -1
9.05 Common Work for Finishes ...................................................:...... ...............................
9 -1
9.06 Color Schedule ................................................................................. ...............................
9 -4
9.90 Painting and Coating ........................................................................... ...............................
9 -4
9.90.2 Unpainted Items ........................................................................... ...............................
9 -4
9.91 Painting ............................................................................................. ...............................
9 -4
9.91.13.1 Metals Exterior (Wet Conditions) ........................................ ...............................
9 -4
9.91.13 Exterior Painting ........................................................................ ...............................
9 -5
9.91.33 Submerged Piping ...................................................................... ...............................
9 -5
9.91.33.3 Metals Submerged In Wastewater — Non NSF .................. ...............................
9 -5
9.91.23.5 Exterior of Exposed Ductile Iron Pipe ............................... ...............................
9 -6
9.91.33.8 Pump Impellors (Submerged, Waste Water) ....................... ...............................
9 -7
9.97 Special Coatings ............................................................................... ...............................
9 -7
9.97.23 Concrete and Masonry .............................................................. ...............................
9 -7
9.97.23.1 Concrete Wet Well Interior ................................................... ...............................
9 -7
9.97.23.6 Concrete Vault Interior .......................................................... ...............................
9 -8
9.97.23.7 Concrete Wetwell and Vault Exterior — Bottom and Walls ............................
9 -9
9.97.23.13 Concrete Exterior Surface Sealer (Equipment Pads, Wetwell and Vault Tops)
.................................................................................................................... ...............................
9 -9
H: \File Sys \WWP - WasteWater \WWP -27 -3626 Lind Ave Lift Station \Design \Final Design\Final Lind LS Tech Specs - City
Modified.doc vi 03/20/2013 11:36 AM
© 2013 RH2 Engineering, Inc.
r-.
'J
M�
t
t
J
i)
t
1
Ll
1
t
Table of Contents
9.97.23.11 CMU Exterior Anti - Graffiti Non - Sacrificial Coating and Water Repellent ... 9-
10
Division10 Specialties .........................................................................:.......... ...........................10 -1
10.00 General .................................................................................................. ...........................10 -1
10.05 Common Work for Specialties ...................................................... ...........................10
-1
10.10 Information Specialties ................................................................:...... .............:.............10
-1
10.14 Signs and Labels .............................................................................. ...........................10
-1
10. 14.1 Common Work for Signs and Labels ........................................ ...........................10
-1
10.14.2 Equipment Signs .......................................................................... ...........................10
-2
10.14.4 Danger Signs ............................................... .............................................................
10 -2
10. 14.8 Electrical and Control Equipment ............................................. ...........................10
-2
10. 14.9 Pump and Check Valve Signs ..................................................... ...........................10
-3
Division 11 Equipment ........................................ ...............................
11.00 General .................................................................................................. ...........................11 -1
11.05 Common Work for Equipment .....................................:.............. ...........................11 -1
11.10 Pumps ............................................................................................... ...........................11 -1
11.10.1 Common Work for Pumps ......................................................... ...........................11 -1
11.12 Wastewater Pumps .......................................................................... ...........................11 -6
11.12.2 Submersible Sewage Pump .................................... ................................................ 11 -6
11.12.2 Lind Lift Station Pumps and Motors ........................................ ...........................11 -6
11.12.3 Sump Pump ................................................................................... ...........................11 -9
Division12 Furnishings .................................................................................. ...........................12 -1
Division 13 Special Construction .................................................................. ...........................13 -1
Division 14 Conveying Systems .................................................................... ...........................14 -1
Division15 Mechanical ................................................................................... ...........................15 -1
15.00 General .................................................................................................. ...........................15 -1
15.05 Common Work for Mechanical .................................................... ...........................15 -1
15.10 Buried Pipe Installation ....................................................................... ...........................15 -2
15.12 Sewer Main Installation .................................................................. ...........................15 -2
15.18 Buried Piping Inspection and Testing .......................................... ...........................15 -3
15.18.3 Valve Testing ................................................................................ ...........................15 -3
15.18.5 Sewer Force Main Inspection and Testing ............................... ...........................15 -3
15.20 Pipe and Fittings .................................................................................. ...........................15 -4
H: \File Sys \WWP - WasteWater \WWP -27 -3626 Lind Ave Lift Station \Design \Final Design \Final Lind LS Tech Specs - City
Modified.doc vii 03/20/2013 11:36 AM
© 2013 RH2 Engineering, Inc.
Table of Contents
15.21 Common Work for Pipe and Fittings .......................................... ...........................15 -4
15.22 Metal Pipe and Fittings ................................................................... ...........................15
-5
15.22.2 Ductile Iron Pipe and Fittings .......................... ...............................
-6
15.22.4 Stainless Steel Pipe and Fittings ................................................. ...........................15
-6
15.23.5 PVC Pipe and Fittings — Solvent Weld ..................................... ...........................15
-7
15.23.7 Polyvinyl Chloride (PVC) Pipe and Fittings for Sewer — Push on Joint.........
15 -7
15.30 Valves ..................................................................................................... ...........................15
-8
15.31 Common Work for Valves ............................................................ ...........................15
-8
15.32 Isolation Valves ............................................................................... ...........................15
-9
15.32.5 Eccentric (Plug) Valves ............................................................... ...........................15
-9
15.33 Check Valves .................................................................................... ...........................15
-9
15.33.2 Swing Check Valves ..................................................................... ...........................15
-9
15.40.4 Adapters and Dielectric Fittings ............................................... ..........................15
-10
15.60 Pressure and Level Measurement ..................................................... ..........................15
-10
15.60.1 Common Work for Pressure and Level Measurement .......... ..........................15
-10
15.61 Pressure Gauges ............................................................................. ..........................15
-11
Division16 Electrical ...................................................................................... ...........................16 -1
16.00 General .................................................................................................. ...........................16 -1
16.05 Common Work for Electrical ........................................................ ...........................16
-1
16.10 Electrical Site Work ............................................................................. ...........................16
-6
16.10.1 Common Work for Electrical Site Work .................................. ...........................16
-6
16.10.2 Underground Marking Tape (Detectable Type) ...................... ...........................16
-6
16.15 Electrical Grounding ................................... ...................................................................
16 -6
16.15.1 Common Work for Electrical Grounding ................................ ...........................16
-6
16.20 Utility Service ...................................... ...............................
16.21 Electrical Service .............................................................................. ...........................16 -8
16.21.2 Electrical Utility Meter Enclosure .............................................. ...........................16 -9
16.21.3 Service Disconnect Switch .......................................................... ...........................16 -9
16.21.4 Manual Transfer Switch ............................................................. ..........................16
-10
16.21.5 Generator Connection Receptacle ............................................ ..........................16
-10
16.30 Panel Components .............................................................................. ..........................16
-10
16.31 Panel Monitoring and Indication ................................................. ..........................16
-10
16.31.2 Run Time Meters ......................................................................... ..........................16
-10
H: \File Sys \WWP - WasteWater \WWP -27 -3626 Lind Ave Lift Station \Design \Final Design \Final Lind LS Tech Specs - City
Modified.doc viii 03/20/2013 11:36 AM
0 2013 RH2 Engineering, Inc.
11
C
fl
t
t
1
Table of Contents
16.31.3 Power Meter ................................................................................. ..........................16
-11
16.31.5 Operational Counters ................................................................. ..........................16
-11
16.31.10 Indicating Pilot Lights .............................................................. ..........................16
-12
16.32 Panel Switches ................................................................................. ..........................16
-12
16.32.2 Selector Switch ............................................................................. ..........................16
-12
16.32.5 Pushbuttons ..........................................................:...................... ..........................16
-12
16.33 Panel Relays ..................................................................................... ..........................16
-12
16.33.2 Relays ............................................................................................ ..........................16
-12
16.33.3 Phase Fail Relay (PFR) ............................................................... ..........................16
-13
16.35 Other Panel Components ............................................................. ..........................16
-14
16.35.5 Terminal Blocks ........................................................................... ..........................16
-14
16.35.10 Surge Protection Device (SPD) .............................................. ..........................16
-14
16.40 Motor Control ..................................................................................... ..........................16
-15
16.41 Motor Control Center .................................................................... ..........................16
-15
16.41.2 Standard Motor Starter Unit ...................................................... ..........................16
-19
16.55 Switches and Protective Devices ...................................................... ..........................16
-20
16.55.1 Common Work for Switches and Protective Devices ........... ..........................16
-20
16.55.16 Molded Case Circuit Breakers ................................................. ..........................16
-20
16.55.17 Instantaneous Magnetic Trip Breakers .................................. ..........................16
-20
16.55.18 Disconnect Switches ................................................................. ..........................16
-21
16.60 Conductors .......................................................................................... ..........................16
-21
16.61 Low Voltage Wire and Cable ........................................................ ..........................16
-21
16.63 Signal Cable ..................................................................................... ..........................16
-23
16.70 Conduit, Raceways, Boxes and Fittings ........................................... ..........................16
-25
16.71 Raceways .......................................................................................... ..........................16
-25
16.72 Boxes and Enclosures ........................................................................ ..........................16
-27
16.72.2 Outlet and Junction Boxes ......................................................... ..........................16
-27
16.72.3 Watertight Enclosures ................................................................ ..........................16
-28
16.72.4 Pull Boxes and Vaults ................................................................. ..........................16
-28
16.75 Wiring Devices ................................................. : ............................................................
16 -29
16.75.1 Common Work for Wiring Devices ......................................... ..........................16
-29
16.75.2 Receptacles ................................................................................... ..........................16
-29
16.75.3 Line Voltage Switches ................................................................. ..........................16
-30
H: \File Sys \WWp - WasteWater \WWp -27 -3626 Lind Ave Lift Station \Design \Final Design \Final Lind LS Tech Specs - City
Modified.doc lx 03/20/2013 11:36 AM
0 2013 RH2 Engineering, Inc.
Table of Contents
I
16.75.6 Plates
16.85 Lighting ................................................................................................. ..........................16
-31
16.85.1 Common Work for Lighting Fixtures ................... ............................... ..............16
-31
16.85.2 Lamps ............................................................................................ ..........................16
-31
16.85.3 Fixtures ......................................................................................... ..........................16
-32
16.85.4 Ballast ............................................................................................ ..........................16
-32
,
16.88 Sensors and Controls .......................................................................... ..........................16
-32
16.88.1 Common Work for Sensors and Controls .............................. ..........................16
-32
16.88.2 Intrusion Alarm Switch .............................................................. ..........................16
-33
16.88.2A Keyed Switch Box .............................. ...............................
Level Switches
16.88.3 Flood Liquid ..................................................... ..........................16
-34
16.88.4 Wastewater Level Float Switches .............................................. ..........................16
-34
Transmitter
16.88.5 Submersible Level ................................................. ..........................16
-35
16.90 Power Generation ............................................................................... ..........................16
-36
16.91 Engine Generator ........................................................................... ..........................16
-36
16.91.2 Standby Diesel Engine Generator Set ...................................... ..........................16
-36
16.92 Transfer Switches ................................................. ....................................................
16 -48
,
16.92.2 Automatic Transfer Switch ........................................................ ..........................16
-48
16.95 Testing .................................................................................................. ..........................16
-50
'
16.95.1 Common Work for Testing ....................................................... ..........................16
-50
16.95.4 Ground Electrode Resistance Test Report ............................. ..........................16
-52
Division 17 Automatic Control ..................................................................... ...........................17
-1
17.0 General ................................................................................................. ...........................17
-1
17.05 Remote Communications Devices ............................................... ...........................17
-1
17.10 Installation of Equipment by Others ........................................... ...........................17
-2
Division 18 Measurement and Payment ....................................................... ...........................18
-1
I1
H: \File Sys \WWP - WasteWater \WWP -27 -3626 Lind Ave Lift Station \Design \Final Design \Final Lind LS Tech Specs - City
Modified.doc X 03/20/2013 11:36 AM
© 2013 RH2 Engineering, Inc.
Division 1
General
1.10 GENERAL
Sections in these specifications titled "Common Wlork for General." shall apply to all following
subsections whether directly referenced or not.
Sections in these specifications titled "Belated SectzonZ' shall be read as integral to the
specification as if they were fully detailed within. All work and materials described in such
sections shall be provided and performed by the Contractor.
1.11 Project Description
The City of Renton Lind Lift Station consists of a submersible sewage lift station. The work
includes but not is limited to:
• Temporary sedimentation and erosion control systems and site restoration
• Excavation and placement of underground vault and manhole.
• Precast concrete work
• Installation of two (2) submersible pumps and other mechanical components
• Installation of isolation valves, check valves and air /vac release assembly
inside a precast vault
• Installation of an outdoor rated engine generator
• Construction of a CMU building
• Installation of electrical and telemetry systems
• Site work and site utilities
• Paving and striping
• Finish grading and site cleanup
This project is locally funded with no federal funding requirements or "buy American"
provisions of federal stimulus projects.
1.11.02 Reuse of Documents
Contractor and any Subcontractor or Supplier shall not:
1. Have or acquire any title to or ownership rights in any of the Drawings,
Specifications, or other documents (or copies of any thereon prepared by or bearing
the seal of Engineer or its consultants, including electronic media editions; or
2. Reuse any such Drawings, Specifications, other documents, or copies thereof on
extensions of the Project or any other project without written consent of Owner and
Engineer and specific written verification or adaptation by Engineer.
3. The prohibitions of this Paragraph will survive final payment, or termination of the
Contract. Nothing herein shall preclude Contractor from retaining copies of the
Contract Documents for record purposes.
1 -1
H:\File Sys \WWP - WasteWater \WWP -27 -3626 Lind Ave Lift Station \Design \Final Design \Final Lind LS Tech Specs - City
Modified.doc 03/20/2013 11:36 AM
© 2013 RH2 Engineering, Inc.
Spring 2013 City of Renton
P g tY
Division 1- General Lind Lift Station
1.11.03 Electronic Data
1. Unless otherwise stated in the Supplementary Conditions, the data furnished by ,
Owner or Engineer to Contractor, or by Contractor to Owner or Engineer, that may
be relied upon are limited to the printed copies (also known as hard copies). Files in '
electronic media format of text, data, graphics, or other types are furnished only for
the convenience of the receiving party. Any conclusion or information obtained or
derived . from such electronic files will be at the user's sole risk. If there is a ,
discrepancy between the electronic files and the hard copies, the hard copies govern.
2. Because data stored in electronic media format can deteriorate or be modified
inadvertently or otherwise without authorization of the data's creator, the party
receiving electronic files agrees that it will perform acceptance tests or procedures
within 30 days, after which the receiving party shall be deemed to have accepted the
data thus transferred. Any errors detected within the 30 -day acceptance period will
be corrected by the transferring party.
3. When transferring documents in electronic media format, the transferring party ,
makes no representations as to long term compatibility, usability, or readability of
documents resulting from the use of software application packages, operating
systems, or computer hardware differing from those used by the data's creator.
1.12 Project Scheduling
The Contractor shall notify the City one week prior to mobilizing to the site. The City will
coordinate with the property Owner prior to the mobilization. Coordinate with the City
prior to installing the following:
• All saddle manholes ,
• Installing the proposed forcemain on Lind Avenue
1.13 Permits and Licenses j
The Owner will secure and pay for the following permits:
• SEPA Permit
•
Right-of-Way Permit
• Conditional Use Permit
The Contractor shall acquire and pay for all other necessary permits which may include:
• Mechanical Permits
• Electrical Permits
• Disposal Permits
• Transportation Permits
• Permanent Installation of above Ground Storage Tank Permit
1 -2 ,
H: \File Sys \WWP - WasteWater \WWP -27 -3626 Lind Ave Lift Station \Design \Final Design \Final Lind LS Tech Specs - City
Modified.doc 03/20/2013 11:36 AM
© 2013 RH2 Engineering, Inc.
Spring 2013 City of Renton
Division 1- General Lind Lift Station
A copy of the Owner acquired permits are /will be available at the Owner's office for
examination by bidders. Conform to the requirements of these permits and all other permits
issued for this project.
1.15 Warranty
The Contractor shall warrant all products used in the construction of this project for a
period of one (1) year following project acceptance except for those components and listed
warrantees below. The date of project acceptance is defined as the date the final payment is
sent to the Contractor from the Owner.
1 -3
H: \File Sys \WWP - WasteWater \WWP -27 -3626 Lind Ave Lift Station \Design \Final Design \Final Lind LS Tech Specs - City
Modified.doc 03/20/201311:36 AM
© 2013 RH2 Engineering, Inc.
Warranty does not cover damage due to misuse by the Owner or conditions outside of the
Owner or Contractor's control (force majeure) including but not limited to war, strikes,
floods, fire, earthquakes, high winds (over 85 mph for 3 seconds peak gust), freezes below
10 degrees Fahrenheit, governmental restrictions, vandalism, and power failures or surges.
The contractor has :control over workmanship, third party subcontractors and parts and
materials used to complete the project.
Warranties in addition to this warranty are listed in the following sections:
• Div 2.13.1 Vegetation Protection
• Div 2.90.1 Landscaping
• Div 8.34.2 Vault hatches
• Div 11.10.1 Common Work for Pumps
• Div 7.05 Roofing
• Div 16.91 Standby Diesel Engine Generator Set
1.16 Owner Standard Locks and Keys
All devices requiring locks, including but not limited to doors, gates, access hatches,
convenience hatches, etc. shall have locks provided and cored to match Owner standard lock
and keys. If construction cores are utilized during the project, Contractor shall provide
Owner with construction key(s) for all temporary locks.
1.30 ADMINISTRATIVE
1.31 Responsibilities
1.31.1 Contractor's Responsibility
The work included in this contract is shown on the contract plans and described in these
project specifications. All work incidental and necessary to the completion of the work
described and shown shall be performed by the Contractor. In submitting a bid for this
project, the Bidder warrants that they are an expert in this and related work, that they
understand the process and functions shown, and that various work and processes not
shown but necessary for the successful operation of this project will be provided by the
Contractor.
1 -3
H: \File Sys \WWP - WasteWater \WWP -27 -3626 Lind Ave Lift Station \Design \Final Design \Final Lind LS Tech Specs - City
Modified.doc 03/20/201311:36 AM
© 2013 RH2 Engineering, Inc.
1.31.1.1 Special Inspection Scheduling
III
g City Spring 2013 Ci of Renton
P
Division 1- General Lind Lift Station
The General (or Prime) Contractor is fully responsible for providing his subcontractors and
suppliers with all relevant portions of the plans and specifications necessary to bid and
construct the improvements.
Damage to existing utilities or property shall be repaired or replaced by the Contractor at the
discretion of the Owner.
The Contractor and each of the Subcontractors are responsible for coordinating the required
inspections. There are specific requirements for inspection responsibilities and the advance
notice that must be given to minimize construction delays. It is the Contractor's
responsibility to be familiar with these requirements, include the coordination necessary in
this estimate of project costs and schedule, and to comply with the requirements during
construction. Failure to follow proper inspection and notification procedures may result in
on -site work stoppages and removal or demolition of unapproved structures or systems, all
at the Contractor's expense. See Testing, Startup and Operation section below for details.
Do not start work on this project or on any public or private right -of -way or easement until
clearance is given by the Owner. It will be the responsibility of the Contractor to comply
with the requirements of any permit for the project. Do not hinder private property access
without a 24 -hour notice to the private property owner, and do not hinder access for more
than an 8 -hour period. Do not disrupt emergency aid access to private property.
The Contractor is solely responsible for all elements of site safety. Inspections performed by
the Engineer are only to monitor and record that project plans and specifications are being
complied with and construction is consistent with the design intent.
The Contractor shall be responsible for managing, coordinating, and overseeing his
subcontractors, suppliers, manufacturers' representatives, or any other persons performing
Work. The Contractor shall have a competent representative, familiar with the project and
work being performed, on -site at all times.
1.31.1.1 Special Inspection Scheduling
III
Unless otherwise noted on the plans or within these specifications, 24 -hour prior notice shall
be given to the Engineer for all inspections required for the construction of the project. 24-
hour notice is defined as 1 complete working day notice. Time is not counted on weekends
and holidays (inspections required on a Monday or the day after a holiday shall be scheduled
a minimum of 24 hours in advance not including the holiday hours or weekend hours.)
1.31.1.2 Contractor Conducted Progress Meetings
The Contractor shall schedule and hold regular on -site progress meetings at least bi- weekly
and at other times as requested by the Owner or as required by progress of the work. The
Contractor, Engineer, and all Subcontractors active on the site must attend each meeting.
1.31.1.3 Contractor Provided Schedule and Non - working Day
Approval
Contractor is responsible for providing an up to date construction schedule with each
monthly pay estimate and at other times as requested by the Owner or as required by
progress of the work. If the current schedule is still inline with the previous schedule, the
1 -4
H:\File Svs \WWP - WasteWater \WWP -27 -3626 Lind Ave Lift Station \Design \Final Design\Final Lind LS Tech Specs - City
Modified.doc 03/20/2013 11:36 AM
0 2013 RH2 Engineering, Inc
1
Spring 2013 City of Renton
Division 1- General Lind Lift Station
Contractor shall inform the owner and engineer with each pay estimate. Non - working day
approval shall also be received by the Owner with each monthly pay estimate. Owner may
delay monthly progress payments if contractor fails to submit updated schedule and non-
working day requests.
1.31.2 Owner Inspector's Responsibility
The Owner may elect to have an inspector on site to monitor, observe and record
construction progress. The Contractor maintains complete responsibility to verify
construction is meeting the design intent and is being constructed in accordance with the
plans and specifications. It is not the responsibility of the Owner's inspector to address
neither means and methods issues on site nor direct safety issues on site. The Owner's
inspector does not have the authority to stop work if unsafe conditions are observed.
I
1 -5
H: \File Sys \WWP - WasteWater \WWP -27 -3626 Lind Ave Lift Station \Design \Final Design \Final Lind LS Tech Specs - City
Modified.doc 03/20/2013 11:36 AM
© 2013 RH2 Engineering, Inc.
1.33 Submittals
1.33.1 Submittal and Shop Drawings
Shop drawing submittals are required for all items installed on this contract. Submit 3 copies
of each submittal in addition to the number of copies the contractor needs returned to them
to:
RH2 Engineering, Inc.
22722 29`'' Drive SE, Ste 210
iBothell,
WA 98021
Attn: Edwin Halim, P.E.
Submittal data for each item shall contain sufficient information on each item to determine if
it is in compliance with the contract requirements.
(
Items that are installed in the work that have not been approved through the shop drawing
process shall be removed and an approved product shall be furnished, all at the Contractor's
expense.
Shop drawing review will be limited to general design requirements only, and shall not
relieve the Contractor from responsibility for errors or omissions, or responsibility for
consequences due to deviations from the contract documents. No changes may be made in
any submittal after it has been reviewed except with written notice and approval from the
Owner.
Shop drawings shall be submitted on 8'/2" x 11 ", 11" x 17 ", or 22" x 34" sheets and shall
contain the following information:
• Project Name as it appears on the Document Cover.
•
Prime Contractor and Applicable Subcontractor.
• Applicable Specification and Drawings Reference.
I
1 -5
H: \File Sys \WWP - WasteWater \WWP -27 -3626 Lind Ave Lift Station \Design \Final Design \Final Lind LS Tech Specs - City
Modified.doc 03/20/2013 11:36 AM
© 2013 RH2 Engineering, Inc.
Spring 2013 City of Renton
Division 1- General Lind Lift Station
• A stamp showing that the Contractor has checked the equipment for conformance
with the contract requirements, coordination with other work on the job, and
dimensional suitability.
• A place for the Engineer to stamp.
Submittals that do not comply with these requirements may be returned to the Contractor
for re- submittal. Acceptable submittals will be reviewed as promptly as possible, and
transmitted to the Contractor not later than 12 working days after receipt by the Engineer.
Revise and submit as necessary. Delays caused by the need for re- submittal shall not be a
basis for an extension of contract time or delay damages.
Shop drawings and submittals shall contain the following information for all items:
A. Shop or equipment drawings, dimensions, and weights
B. Catalog information.
C. Manufacturer's specifications.
D. Special handling instructions.
E. Maintenance requirements.
F. Wiring and control diagrams.
G. List of contract exceptions.
By approving and submitting shop drawings and samples, the Contractor warrants that they
have determined and verified all field measurements, field construction criteria, materials,
catalog numbers, and similar data, and have checked and coordinated each shop drawing
with the requirements of the work and of the contract documents.
The Owner will pay the costs and provide review services for a first and second review of
each submittal item. Additional reviews shall be paid by Contractor by withholding the
appropriate amounts from each payment estimate.
The Contractor is responsible for identifying the shop drawings and submittals required for
this project. Items that are installed but have not been approved through the submittal
process may be rejected and must be removed and replaced with an approved product.
Specific submittal requirements are listed in each section of these specifications. Contractor
shall keep a complete and up to date copy of all submittals and review responses at the job
site readily available to the Engineer and Owner for inspection.
Electronic submittal via email is acceptable, however the Contractor shall take responsibility
to follow up with the Engineer to verify that the submittal was received. Neither the
Engineer nor Owner assumes responsibility for emails that do not make it to the recipient.
1.33.2 Substitutions
Any product or construction method that does not meet these specifications will be
considered a substitution. Substitutions must be approved prior to their installation or use
on this project.
1 -6
H: \File Sys \WWP - WasteWater \WWP -27 -3626 Lind Ave Lift Station \Design \Final Design\Final Lind LS Tech Specs - City
Modified.doc 03/20/2013 11:36 AM
© 2013 RH2 Engineering, Inc.
L
III]
M
F
I
i_I
t
ri
i]
1
I
1
Spring 2013 City of Renton
Division 1- General Lind Lift Station
1.40 QUALITY CONTROL
1.42 Reference Specifications
Work under this contract shall be performed in accordance with applicable sections of the
current Standard Specifications for Road, Bridge and Municipal Construction, Washington
State Chapter, American Public Works Association, and Washington State Department of
Transportation, hereafter referred to as the Standard Specifications.
Certain other referenced standards used in this specification are from the latest editions of:
IBC
International Building Code 2006
• UPC
Uniform Plumbing Code
• UMC
Uniform Mechanical Code
• NEC
National Electrical Code
• AWWA American Water Works Association
• ANSI American National Standards Institute
• ASA American Standards Association
• ASTM American Society for Testing and Materials
1.50 CONSTRUCTION SUPPORT
1.51 Temporary Utilities
Sanitary facilities adequate for all workers shall comply with all codes and regulations.
At the close of this contract, the Contractor shall pay all utility bills that are outstanding,
remove all temporary electrical, sanitary, gas, telephone and water facilities, and any other
temporary service equipment that may remain. In addition, the Contractor shall arrange for
the transfer of electrical and water accounts to the Owner's name, if applicable.
Power for Construction Use
The Contractor shall be responsible for an adequate temporary electrical system. This
system shall be arranged by and all costs paid by the Contractor.
Water for Construction Use
The Contractor may use the fire hydrant with contractor provided hydrant meter and
backflow prevention assembly as necessary for water supply for construction. The
Contractor shall coordinate with the City for hydrant use and shall pay all the water charges
to the City.
1.52 Temporary Facilities
The Contractor shall be responsible for construction and location of all field offices, all
necessary gates and barricades, fences, handrails, guard rails, and securities required by this
contract, or by laws and regulations. There shall be shelters and dry facilities for the workers
1 -7
H: \File Sys \WWP - WasteWater \WWP -27 -3626 Lind Ave Lift Station \Design \Final Design \Final Lind LS Tech Specs - City
Modified.doc 03/20/2013 11:36 AM
© 2013 RH2 Engineering, Inc.
Spring 2013 City of Renton
Division 1 - General Lind Lift Station
as required. The Contractor shall insure that all guards, marks, shields, protective clothing,
rain gear, and other equipment required by law, ordinance, labor contracts; Occupational
Safety and Health Administration (OSHA) regulations, and other regulations for the
maintenance of health and safety be supplied. First aid kits and equipment as required by
law shall also be supplied.
1.53 Traffic Control
Any traffic control activities required during construction shall be consistent with the
Uniform Traffic Control Manual, latest addition and applicable local codes. The contractor
shall limit delay of traffic to 3 minutes maximum.
If flaggers are used, orientation meetings per WAC 296- 155 -305 shall be held each time a
new flagger is introduced to the site or if site conditions change significantly. The
Contractor is responsible for scheduling such meetings.
Construction traffic control shall follow traffic control plans, signage and be reviewed and
approved prior to implementation.
1.59 Site Control
The Contractor shall not perform work activities, store materials or equipment, move
equipment through, or disturb in any way the areas outside the "Construction Limits" unless
approved by the Owner and Issaquah School District in writing.
1.59.1 Surveying and Staking
The Contractor shall be responsible for surveying and staking and will stake out the
locations of the permanent easements, temporary easements, rights -of -way, and all major
facilities shown on the Plans and establish bench marks at locations designated by the
Owner. The Contractor shall protect all stakes and marks in their original conditions. If
stakes and markings are destroyed or defaced before their use is ended, the cost of replacing
them will be at the Contractor's expense. All stakes, points, and marks, shall be administered
and approved by a registered professional land surveyor licensed in the State of Washington.
Provide approved and stamped survey notes, and control points to the Owner for
construction records.
Replace all damaged survey monuments in accordance with WAC 332 -120.
1.70 EXECUTION AND CLOSEOUT
1.75 Testing, Startup and Operation
1.75,1 Schedule
The Contractor shall coordinate all scheduled power shutdowns with the City of Renton
maintenance shop one week in advance of the proposed shutdowns. The coordination shall
be done in writing and be approved before a power shutdown. Contractor shall provide a
construction plan with the request for shutdown that demonstrates the proposed work can
be completed within the allowable power shutdown days. The requested shutdown may not
H: \File Sys \WWP - WasteWater \WWP -27 -3626 Lind Ave Lift Station \Design \Final Design \Final Lind LS Tech Specs - Ciry
Modified.doc 03/20/2013 11:36 AM
© 2013 RH2 Engineering, Inc.
i
1
1
J
I I
i�
1
All piping shall be tested as required by specifications and applicable codes. During testing,
the Contractor shall correct any defective work discovered. Startup shall not begin until all
tests required by these specifications have been completed and approved by the Owner.
1.75.2B Scheduling of Owner /Engineer Review for Testing
The Contractor shall provide a minimum of 48 -hours (2 complete working days) prior
notification to the Engineer where witnessed testing or startup is required. The Contractor
shall provide further notification within 2 working hours of the scheduled test to the
Engineer confirming that the Contractor has successfully completed all preliminary testing
fand that all equipment, tools, materials, labor, subcontractors, manufacturer's
■ representatives, and all other items required for witnessed testing are available and fully
functional. Failure to provide advance notification and confirmation, or meet any of the
testing requirements shall constitute a failed test in accordance with the section Inspection
and Tests of the General Conditions.
A detailed testing schedule shall be provided by the Contractor and updated as needed to be
at least 48 hours ahead of actual testing at the project site. If testing requires downtime in
order to perform repairs due to failed test, the Contractor shall pay the Owner in the amount
of $150 per hour per Engineer or Owner Representative on site (minimum of $300 per
scheduled visit) for downtime lasting longer than 1 hour required to complete repairs to
verify the complete construction is ready for startup and operation. This amount will be
deducted from the appropriate bid item that relates to the finished construction and
documented by the Owner or Engineer at their discretion.
1 -9
H: \File Sys \WWP - Waste)X 7ater \WWR27 -3626 Lind Ave Lift Station \Design \Final Design \Final Lind LS Tech Specs - City
Modified.doc 03/20/2013 11:36 AM
© 2013 RH2 Engineering, Inc.
S P rin 2013 City of Renton
g
Division 1- General Lind Lift Station
be accepted unless the Owner is satisfied the schedule can be met. Refer also to the
Completion Time section under the Instructions to Bidders.
1.75.2 Testing
1.75.2A General
The Contractor may periodically request preliminary testing for items that must be covered
or tested before other work can proceed. In these cases, the work shall not be tested or
covered up without timely notice to the Owner of its readiness for testing. Should any work
be covered up without notice, approval, or consent, it must, if required by the Owner, be
uncovered for examination at the Contractor's expense. Where work is to be tested, all
necessary equipment shall be set up and the work given a preliminary test so that any and all
defects may be discovered and repaired prior to calling out the Owner for the test.
Final testing shall consist of individual tests and checks made on equipment intended to
provide proof of performance of unit and proper operation of unit control together with
necessary tests to show system operation. Assure proper alignment, size, condition,
capability, strength, proper adjustment, lubrication, pressure, hydraulic test, leakage test, and
all other tests deemed necessary by the Engineer to determine that all materials and
equipment are of specified quality, properly situated, anchored, and in all respects, ready for
use. Any certificates required by- these specifications by the manufacturer's representatives
shall be supplied to the Engineer prior to startup.
All piping shall be tested as required by specifications and applicable codes. During testing,
the Contractor shall correct any defective work discovered. Startup shall not begin until all
tests required by these specifications have been completed and approved by the Owner.
1.75.2B Scheduling of Owner /Engineer Review for Testing
The Contractor shall provide a minimum of 48 -hours (2 complete working days) prior
notification to the Engineer where witnessed testing or startup is required. The Contractor
shall provide further notification within 2 working hours of the scheduled test to the
Engineer confirming that the Contractor has successfully completed all preliminary testing
fand that all equipment, tools, materials, labor, subcontractors, manufacturer's
■ representatives, and all other items required for witnessed testing are available and fully
functional. Failure to provide advance notification and confirmation, or meet any of the
testing requirements shall constitute a failed test in accordance with the section Inspection
and Tests of the General Conditions.
A detailed testing schedule shall be provided by the Contractor and updated as needed to be
at least 48 hours ahead of actual testing at the project site. If testing requires downtime in
order to perform repairs due to failed test, the Contractor shall pay the Owner in the amount
of $150 per hour per Engineer or Owner Representative on site (minimum of $300 per
scheduled visit) for downtime lasting longer than 1 hour required to complete repairs to
verify the complete construction is ready for startup and operation. This amount will be
deducted from the appropriate bid item that relates to the finished construction and
documented by the Owner or Engineer at their discretion.
1 -9
H: \File Sys \WWP - Waste)X 7ater \WWR27 -3626 Lind Ave Lift Station \Design \Final Design \Final Lind LS Tech Specs - City
Modified.doc 03/20/2013 11:36 AM
© 2013 RH2 Engineering, Inc.
Spring City 2013 Ci of Renton
P
Division 1- General Lind Lift Station
If the Owner / Engineer deems the Contractor is not ready and the testing has to be
rescheduled, the Contractor shall provide a minimum of 7 days prior notification for the
follow up testing and pay the Owner in the amount of $150 per hour per Engineer Owner
Representative on site (minimum of $300 per scheduled visit) to cover the cost.
The Contractor is encouraged to have all systems pre- tested to their satisfaction prior
Q
to calling the Owner and Engineer for formal testing.
1.75.2C Pump, Piping, Electrical and Instrumentation Testing
All piping shall be tested as required by the specifications and applicable codes.
Tests on individual items of equipment, such as pipelines, instruments, valves, controls, and
other items shall be as necessary to show proper system operation. Contractor is responsible
to provide all materials and supplies needed to test each item. During testing, the Contractor
shall correct any defective work discovered. Startup shall not begin until all tests required
have been completed and approved by the Engineer and Owner..
Initial tests of lift station pump operations shall be performed using clean potable water
ff
supplied by the Contractor. It is not until the lift station is fully tested and accepted by the
Owner when waste water will be allowed into the wet well.
See Division 11.10.1 (Common Work for Pumps, Part 3 — Execution) for additional testing
requirements for the pump.
See Division 16.95 and 17.10 for additional electrical and control system testing
requirements.
1.75.3 Lift Station Startup, Operational Demonstration and
Training
1.75.3A General
The Contractor shall provide a final schedule of the startup of the process and a final list of
representatives that will be attending the startup 5 working days in advance of startup to the
Owner and Engineer. The Engineer and Owner will review the submittal and may request
additional representatives if they determine it is necessary to a successful startup.
The Contractor and equipment suppliers shall provide all equipment to complete the testing,
startup, operational demonstration and training portions of this project. Such items include
a calibrated pressure gauge, voltmeter, amp meter, and other items as needed. The Owner's
equipment will not be available for use by the Contractor or equipment suppliers.
a
Contractor shall be responsible for the calibration, startup, and initial performance to meet
the specifications herein to the satisfaction of the Engineer and Owner. The Contractor
shall conduct all testing, startup, operational demonstration, and training coordination with
the suppliers. The Contractor shall schedule all testing, startup, operational demonstration,
and training activities with the Engineer and the Owner. Suppliers of specialized equipment
such as: pump(s), motor control center , and remote telemetry panel (owner provided).shall
provide a trained, qualified manufacturer's representative to check installation and
connection, verify settings, perform field tests as indicated, and certify in writing to Owner
that its performance does meet all specifications. The Contractor shall make arrangements
1 -10
H: \File Sys \WWP - WasteWater \WWP -27 -3626 Lind Ave Lift Station \Design \Final Design \Final Lind LS Tech Specs - City
Ing
Modified.doc 03/20/2013 11:36 AM
0 2013 RH2 Engineering, Inc.
t
t
1
Spring 2013 City of Renton
Division 1- General Lind Lift Station
for all materials, supplies, and labor necessary to efficiently complete the testing, startup,
operational demonstration and training.
The Contractor shall conduct all startup activities; the Engineer and Owner are present only
as witnesses. In addition to the Contractor and the technically qualified equipment
representatives, the following representatives shall be present at all startup activities: an
electrician, and a technically qualified representative of the control system supplier. All
representatives shall be trained, qualified, and have experience in identifying and
troubleshooting field issues.
The startup date(s) will not be scheduled with the Engineer or Owner until the testing is
competed to the Engineer's satisfaction and the startup schedule and plan is submitted and
approved.
1.75.3B Startup
The purpose of startup shall be to check that all equipment will function under operating
conditions, that all interlocking controls and sequences are properly set, and that the facility
will function as an operating unit. The startup shall continue until it is demonstrated that all
equipment, controls, and machinery are functioning as a system to the satisfaction of the
Engineer and Owner.
Prior to beginning the startup, the contractor shall fill the wet well with clean potable water.
Upon successful completion of all components of the start -up, the system shall be ready for
the operational demonstration and training phases.
1.75.3C Training
After successful completion of the startup and at the time that the lift station is ready to be
put into operation for the operational demonstration period, the Contractor shall schedule
operation and maintenance training sessions with the owner. The training session(s) shall
not occur on the same date(s) as testing or startup. The owner reserves the right to
determine if training can be conducted during operational demonstration or after successful
completion of the demonstration period.
The Contractor shall make available experienced, factory trained, representatives of all
supplied equipment and devices to train the Owner. The training shall explain in detail the
intended operation and maintenance requirements of each of the lift stations's components.
The Contractor shall submit an outline of training activities to be performed by each of the
representatives three weeks prior to the training. The Contractor shall plan for a minimum
of 7 personnel in attendance and shall provide sufficient training materials the day of
training. The training agenda shall include, at a minimum, the following items:
1. Operation of the equipment
2. Lubrication of the equipment
3. Maintenance and repair of equipment
4. Troubleshooting
5. Preventative maintenance
1 -11
H: \File Sys \WWP - WasteWater \WWP -27 -3626 Lind Ave Lift Station \Design \Final Design\Final Lind LS Tech Specs - City
Modified.doc 03/20/2013 11:36 AM
© 2013 RH2 Engineering, Inc.
Spring City 2013 Ci of Renton
P
Division 1- General Lind Lift Station
6. Adjustments to equipment
7. Optimizing equipment performance
8. Operational safety
9. Emergency situation response.
10. Assembly and disassembly of equipment.
All O &M manuals must be submitted to the Engineer prior to the training session. Training
j
will not be scheduled with the Owner until the training outline and O &M manuals are
received from the Contractor. The Owner reserves the right to videotape and record the
training session for the benefit of future operators. Failure to provide acceptable final
documentation including O &M manuals and construction record drawings will result in
non - payment of the appropriate bid item in the schedule of prices and may result in
liquidated damages being assessed at the owner's discretion.
1.75.3D Operational Demonstration
Operation demonstration shall be conducted after successful startup has been completed as
determined by the Engineer and Owner. The purpose of the operational demonstration
period is to demonstrate automated operation of the equipment and system(s) using live
waste water and to verify functional integrity of the system(s). This demonstration period
shall occur under full operational conditions as determined by the Owner. The Owner
reserves the right to simulate operations variables and equipment failures to verify the
functional integrity of automatic and manual backup systems and alternate operating modes.
The demonstration period shall be for 10 calendar days. The date and time that the
operational period shall begin and end shall be agreed upon by the Contractor, Owner, and
Engineer in advance of initiating the operational demonstration period. The Owner shall
provide a certified operator during this period to provide operational support and required
testing only. The Contractor shall provide personnel to respond and repair any problems or
failures that occur during this period. If, during the operational demonstration period, the
aggregate amount of time used for repair, alteration, or unscheduled adjustments to any
equipment or systems that renders the affected equipment or system inoperative exceeds 5
percent of the demonstration period, the operation demonstration has failed. Any shut
downs due to equipment or systems failures shall be corrected immediately by the
Contractor. The Contractor must provide a report and status to the Owner's operator
BEFORE turning the equipment or system in auto to continue the operational
demonstration period. The Owner's operator reserves the right to decide if the issue that
caused the system to fail could potentially be a safety concern to the customers if the system
were to be put back into auto.
Operation of the facility shall commence immediately after the successful completion of
testing, startup, operational demonstration, and training and after satisfactory repairs and
adjustments have been made.
1.77 Cleaning
1.77.2 Site and Facility Cleanup
1 -12
H: \File Sys \DVWP - WasteWater \WWP -27 -3626 Lind Ave Lift Station \Design \Final Design \Final Lind LS Tech Specs - City
Modified.doc 03/20/2013 11:36 AM
© 2013 RH2 Engineering, Inc.
S p rin 2013 City of Renton
g
Division 1- General Lind Lift Station
t
Clean up debris and unused material, and remove from the site and any buildings. If vehicle
traffic causes ruts, repair asphalt (new or existing) in paved areas, in other areas back track
with dozer or excavator and repair to proposed surface condition including necessary
hydroseed, mulch, and landscaping as shown on the plans. Buildings shall be broom clean
and all foreign damage or markings removed or repaired. Equipment shall be washed clean
using appropriate methods.
1.79 Training and Documentation
1.79.2 Operation and Maintenance Manuals
Prior to the receipt of payment for more than 90 percent of the work, the Contractor shall
deliver to the Engineer (3 hard copy sets and 1 complete pdf on CD) of acceptable
manufacturer's operating and maintenance instructions covering pumps, motors, telemetry,
controls, and electrical equipment and systems installed on the Project requiring operational
and /or maintenance procedures and for any additional items indicated by the Engineer,
including coatings furnished under this contract. Each set of instructions shall be bound
into multiple volumes; each volume to be complete with an index and bound in a suitable,
hard - covered binder. Binders shall be of hard back construction with metal hinge. Capacity
shall be 3" or 4" as appropriate for the quantity of O &M documentation. More than one
binder may be required for large projects. Binders shall be equal to Avery models 87784,
98983, 98984, or 519702. Manuals shall be assembled and indexed so that information on
each coating and piece of equipment can be readily found.
The operating and maintenance instructions shall include, as a minimum, the following data
for each coating and item of mechanical and electrical equipment:
Products
A. Equipment Identification including brand name, model number and serial numbers.
B. Date of manufacture and date of installation on job site.
C. Complete as -built elementary wiring and one -line diagrams.
D. Complete parts list, by generic title and identification number, complete with
exploded views of each assembly.
Maintenance
A. Recommended
spare parts.
B. Lubrication schedule including the applicable lubricant designation available from
the Standard Oil Company of California.
C. Recommended preventive maintenance procedures and schedules. Schedule shall be
provided for daily, weekly, monthly, quarterly, semi- annually and annually
maintenance.
D. Disassembly and re- assembly instructions including parts identification and a
complete parts breakdown for all equipment,
E. Weights of individual components of each item of equipment weighing over 50
pounds,
1 -13
H: \File Sys \WWP - wastewater \WWP -27 -3626 Lind Ave Lift Station \Design \Final Design \Final Lind LS Tech Specs - City
Modified.doc 03/20/2013 11:36 AM
© 2013 RH2 Engineering, Inc.
Spring 2013 City of Renton
Division 1- General Lind Lift Station
F. Name, location, and telephone number of the nearest suppliers and spare parts
warehouses.
G. All manufacturers' warranties. Include name, address, and telephone number of the
manufacturers representative to be contacted for warranty, parts, or service
information,
H. Cleaning, repair, and maintenance instructions for each coating system.
I. Provide videotapes, video CDs or DVDs utilized in the manufacturer's instruction
program for the owner.
Operation
A. Recommended trouble- shooting and startup procedures.
B. Recommended step -by -step operating procedures.
C. Emergency operation modes, if applicable,
D. Normal shutdown procedures,
E. Long term shutdown (mothballing) procedures,
F. Equipment specifications and guaranteed performance data.
G. General manuals which describe several items not in the contract will not be
accepted unless all references to irrelevant equipment are neatly eradicated or
blocked out.
All O &M manuals shall be provided in hard copy. A duplicate CD copy shall also be
provided but shall not substitute a hard copy unless approved by the Owner.
Progress payments for the total contract work in excess of 90 percent completion may not
be made until the operation and maintenance manuals have been delivered and approved by
the Engineer, at the discretion of the Owner.
The Contractor shall secure and deliver to the Owner all equipment warranties and other
warranties and guarantees required for all equipment and processes. Delivery shall be done
at one time covering all major and minor equipment warranties. Copies of the warranties
shall be included in each O & M Manual.
See Division 1.15 for details regarding required warranties for specific components.
1.79.3 Construction Record Drawings
Prior to receiving final payment for the work, the Contractor shall deliver a complete set of
acceptable construction records to the Owner. Plans shall be made on clean, unmarked
prints for this project in accordance with the following standards:
• yellow markings or highlights = deleted items
• red markings = new or modified items
The Contractor shall provide "as- built" information on all items and work shown on the
plans showing. details of the finished product including dimensions, locations, outlines,
changes, manufacturers, etc. The information must be in sufficient detail to allow the
1 -14
H: \File Sys \WWP - WasteWater \WWP -27 -3626 Lind Ave Lift Station \Design \Final Design \Final Lind LS Tech Specs - City
Modified.doc 03/20/2013 11:36 AM
0 2013 RH2 Engineering, Inc.
0
r
i
q,
i
i
h�
i
Spring 2013 City of Renton
Division 1- General Lind Lift Station
Owner's personnel to locate, maintain, and operate the finished product and its various
components.
See also electrical plan requirements in Division 16.05.
1.80 PERFORMANCE REQUIREMENTS
1.81 Seismic Restraint and Anchorage
Contractor shall furnish seismic restraint for all pumps and motors, piping, valves, and
electrical panels. Seismic restraint shall be designed to meet IBC 2006 (ASCE 7 -05 Chapter
13 — "Seismic Design Requirements for Nonstructural Components ") code requirements.
The followinv design values shall be used in calculating seismic forces:
ID = 1.5 1 S1 = 0.458 1 Sds = 0.899 1 Sd1 =0.471
A complete seismic restraint system shall be provided including struts, straps, bolts, nuts,
washers, etc. as required for secure attachment to foundations, pads, ceilings, floors, and /or
walls. Contractor shall install restraints in accordance with the manufacturer's requirements
as applicable. Seismic restraint systems shall be designed so as not to interfere with normal
operations and maintenance of the equipment and other components as shown on the plans.
Drilled -in anchors for non - rotating equipment shall be Concrete Anchors unless otherwise
specified. Contractor shall submit calculations showing that the seismic restraint assembly
meets the design criteria given above. All materials and fabrication shall be as required in
these specifications. Contractor shall submit this information to the Engineer for review
prior to fabrication and installation.
1.82 Pressure Ratings
Fittings, valves, pipe and fluid systems shall have pressure ratings equal to or greater than the
pressures identified below, unless specifically called out otherwise in the plans or
specifications:
Pipe Function Working Pressure Test Pressure
Pump discharge piping 6 psi 100 psi
Contractor shall size thrustblocks and install thrust restraint mechanisms to
withstand the working and test pressure ratings for the sewer forcemains per the
above.
1 -15
H: \FIle Sys \WWp - WasteWater \WWp -27 -3626 Lind Ave Lift Station \Design \Final Design\Final Lind LS Tech Specs - City
ModiSed.doc 03/20/201311:36 AM
© 2013 RH2 Engineering, Inc.
Spring City 2013 Ci of Renton
P
Division 2 — Sitework Lind Lift Station
Clearing and grubbing shall be performed by the Contractor to remove and dispose of
unwanted debris, vegetative matter, and other items noted on the plans within the
construction limits and shall conform to Section 2 -01 of the Standard Specifications.
Do not remove organic material including plants, grasses, trees and native topsoil unless
directed by the plans. In instances where the contractor is allowed to clear areas to facilitate
construction but is not required to, any areas . disturbed by construction shall be restored to
existing or better condition including matching surface restoration with landscape bark or
plantings as shown in adjacent areas required to be modified by the plans. Where the
contractor is allowed to clear areas to facilitate construction, surface restoration shall be
completed at no additional cost to the Owner.
2.10.4 Dewatering
Part 1- General
Submittals
The Contractor shall prepare a detailed dewatering system plan and submit it to the Engineer
for review prior to the 'installation of any dewatering system. This plan shall include, as a
minimum, the scope, type, size, quantity, method of installation, operation, and removal of
all dewatering systems to be used.
During the design of the lift station, two (2) borings were performed. Groundwater was
encountered during the boring and described in details in the Geotechnical Report included
in this contract document. A submittal shall be provided to the engineer for review to
dewater areas necessary to complete the installation of the proposed improvements.
Part 3 - Execution
Installation/ Construction
The Contractor is to determine the scope, type, size, quantity, method of installation,
operation, and removal of the dewatering system necessary to keep all excavations de-
watered to an elevation below the base of the excavation sufficient to stabilize the soils in
the excavation and the surrounding areas, and to prevent flotation of partially completed
structures. Any dewatering systems must be positioned away from all structures and utility �a
construction so as to not become a part of the permanent facility.
The Contractor shall furnish, install, and operate all necessary machinery, appliances, and
equipment to meet these water control requirements, and shall dewater and dispose of the
water so as not to cause injury to public or private property or to cause a nuisance to the
public. The Contractor shall maintain sufficient pumping equipment and machinery in good
working condition for all ordinary emergencies, including power outages, and shall have
available at all times competent workmen for the operation of the pump equipment. The
dewatering system shall not be shut down between shifts, on holidays or weekends, or
during work stoppages.
2 -3
i
H: \File Sys \WWP - WasteWater \WWP -27 -3626 Lind Ave Lift Station \Design \Final Design \Final Lind LS Tech Specs - City
Modified.doc 03/20/2013 11:36 AM
© 2013 RH2 Engineering, Inc.
�d
Repair/ Restoration
The Contractor is responsible for maintaining all construction accesses during construction
and the cost of such maintenance shall be incidental to the bid price. Maintenance includes
repairing settled and damaged areas and providing dust control.
Cleaning
Wherever construction vehicle access routes intersect paved roads, provisions must be made
by the Contractor to minimize the transport of sediment onto the paved road. The
Contractor shall remove all dirt, mud, rocks, vegetation, or other deleterious material from
all construction equipment prior to leaving the site. This may include spray washing,
sweeping, or other physical methods as necessary to remove materials.
2 -4
H: \File Sys \WWP - WasteWater \WWP -27 -3626 Lind Ave Lift Station \Design \Final Design \Final Lind LS Tech Specs - City
Modified.doc 03/20/2013 11:36 AM
© 2013 RH2 Engineering, Inc.
Spring 2013 City of Renton
Division 2 — Sitework Lind Lift Station
The Contractor shall discharge water collected in accordance with the requirements of state
and local regulations and requirements of these specifications and plans. At no time shall silt
laden water be discharged off site. Contractor may discharge filtered water into the City's
sewer system at a controlled rate that does not over burden the existing lift station. The
Contractor shall submit the dewatering flow rate to the City for approval prior to discharging
any dewatering water into the existing sewer system. Filtered water shall be monitored by
the Contractor and the Owner. Turbid water shall not be allowed into the sewer system.
Field Quality Control
The quality of all surface and ground water discharged from the site shall meet all State and
local requirements. The Contractor shall employ all means necessary to remove suspended
solids, oils, trash, and other deleterious materials from surface and ground water prior to
discharging.
Restoration
All dewatering wells installed by the Contractor shall be removed and backfilled in
accordance with applicable Federal and State regulations.
2.10.5 Construction Access
Part 3 - Execution
Installation/ Construction
The Contractor shall provide for all temporary site access and shall maintain vehicular site
access at all times. Access shall be of a quality to permit Contractor's forces and outside
inspectors safe and convenient ingress / egress. Unless specifically provided for in the other
bid items, the cost of building and maintaining construction access shall be incidental and no
separate payment shall be made.
Repair/ Restoration
The Contractor is responsible for maintaining all construction accesses during construction
and the cost of such maintenance shall be incidental to the bid price. Maintenance includes
repairing settled and damaged areas and providing dust control.
Cleaning
Wherever construction vehicle access routes intersect paved roads, provisions must be made
by the Contractor to minimize the transport of sediment onto the paved road. The
Contractor shall remove all dirt, mud, rocks, vegetation, or other deleterious material from
all construction equipment prior to leaving the site. This may include spray washing,
sweeping, or other physical methods as necessary to remove materials.
2 -4
H: \File Sys \WWP - WasteWater \WWP -27 -3626 Lind Ave Lift Station \Design \Final Design \Final Lind LS Tech Specs - City
Modified.doc 03/20/2013 11:36 AM
© 2013 RH2 Engineering, Inc.
2 -5
H: \File Sys \WWP - WasteWater \WWP -27 -3626 Lind Ave Lift Station \Design \Final Design \Final Lind LS Tech Specs - City
Modified.doc 03/20/2013 11:36 AM
© 2013 RH2 Engineering, Inc.
i
1
Spring City 2013 Ci of Renton
P
Division 2 — Sitework Lind Lift Station
If sediment or other debris is transported onto a paved road surface, the road shall be
cleaned thoroughly by the end of the work day. Debris shall be removed from roads by
shoveling or sweeping.
2.11.1 Common Work for Earthwork Materials
Part 1 - General
Acceptance at Site
j
Contractor shall be paid based on the percentage completed based on Owner or Engineer's
judgment of percent complete.
The Contractor shall excavate to building foundation, utility trench foundation elevation, tank subgrades and
vault subgrades using their own judgment for soil and slope stability based on OSHA and VSHA
standards. No additional payment for excavation or backfill will be made to the Contractor by the Owner
except in instances of unknown utilities or unknown soil conditions deeper than 8 feet below grade.
Part 2 - Products
Source
Quality Control
All imported fill material shall be free of hydrocarbons (e.g. gasoline, diesel, oil, etc.),
pesticides, herbicides and other hazardous volatile organic compounds (VOCs) and synthetic
organic chemicals (SOCs). The contractor shall provide certification to the Owner that the
fill is free of these chemicals.
2.11.2 General Fill
Part 1— General
Summary
All fill required for this project that is not specifically defined as. another type shall be
"General Fill".
References
Section 9- 03.14(3) Common Borrow the Standard Specifications.
of
Part 2 — Products
Components
General fill shall be soil free of organics, debris, and other deleterious materials with no
individual particles having a maximum dimension larger than 5 inches. The moisture content
of the material and weather conditions at the time of placement will be used to determine
the suitability of native materials for backfill as general fill.
2 -5
H: \File Sys \WWP - WasteWater \WWP -27 -3626 Lind Ave Lift Station \Design \Final Design \Final Lind LS Tech Specs - City
Modified.doc 03/20/2013 11:36 AM
© 2013 RH2 Engineering, Inc.
i
1
Spring 2013 City of Renton
Division 2 — Sitework Lind Lift Station
_ Part 3 — Execution
Installation/ Construction
All general fill shall be compacted in uniform layers not exceeding 18 inches in loose
!� thickness and compacted to at least 85 percent maximum dry density based on the ASTM
4� D -1557 (modified) test procedure.
2.11.3 Structural Fill
Part 1— General
Summary
All fill placed below, beside and against building components, building structures, vaults,
manholes, handholes, slabs, sidewalks, and drives shall be "Structural Fill". The structural fill
material has been selected to support the weight of the structure in combination with the
existing native material and to prevent adverse movement during an earthquake. The
Contractor must take particular care to maintain the integrity of the design by using
structural fill where shown.
References
Where free draining material for use as structural fill is required as indicated on the plans, it
shall conform with Section 9- 03.12(2), "Gravel Backfill for Walls" of the Standard
Specifications.
Structural fill for foundation subgrades or where free drainage is not required through the
structural fill shall conform with 9- 03.9(1) "Ballast" of the Standard Specifications.
Part 2 — Products
Components .
Structural fill shall be soil free of organics, debris, and other deleterious materials. The
Engineer shall determine if native on -site materials are suitable for use as structural fill.
Part 3 — Execution
Installation/ Construction
The moisture content of the material and weather conditions at the time of placement will
be used to determine the suitability of native materials for backfill as structural fill. Structural
fill shall bear on firm base and be placed in uniform layers not exceeding 12 inches in loose
thickness. The backfill area must be free of standing water and the subgrade soils must be
stable. Each layer of structural fill shall be compacted to at least 95 percent of its maximum
dry density based on the ASTM D -1557 (modified) test procedure from 0 to 3 feet below
final grade, 90 percent below 3 feet.
2 -6
H: \File Sys \WWP - WasteWater \WWP -27 -3626 Lind Ave Lift Station \Design \Final Design \Final Lind LS Tech Specs - Ciry
Modified.doc 03/20/2013 11:36 AM
�. © 2013 RH2 Engineering, Inc.
i
Spring City 2013 Ci of Renton
p
Division 2 - Sitework Lind Lift Station
Part 3 - Execution
Installation / Construction �.
Excavation shall include the digging, scraping, and removing existing native material,
abandoned or interfering utilities, abandoned or interfering structures and any other
obstacles necessary for the construction of the improvements shown on the plans.
Excavation includes utility excavation, structural excavation, and grading excavation.
Utility excavation shall be performed to the depths necessary to complete the utility
construction work shown.
Structural excavation shall be performed to the limits shown and established by the
,
Engineer. The base of the excavation shall extend laterally a minimum of 2 feet beyond the
-
structure unless specified otherwise on plans.
Excavated material may be stockpiled within the construction limits with approval by the
Owner. Temporary stockpiling of excavated material will not be permitted outside the
construction limits at any time.
Examination
The base of the excavation shall be evaluated by the Owner to determine if it is suitable for
backfilling. The Owner will evaluate the stability of the base of excavation by determining if
all significant organic soils or other unsuitable materials have been removed.
-
Construction
Excavation required by the Engineer that is beyond the depth shown shall be performed by
the Contractor per the direction of the Engineer. The Contractor will be reimbursed for
".
additional excavation as specified in Division 18, "Measurement and Payment
2.25 Erosion and Sedimentation Control
2.25.3 Temporary Erosion and Sedimentation Control
Part 1— General
Q uali ty Assurance
The Temporary Erosion and Sedimentation Control (TESC) plans shown on the
construction plans are the minimum requirements for the anticipated "site conditions. The
Contractor shall add additional TESC facilities or processes as necessary to ensure that
erosion and sedimentation problems do not occur. The Contractor shall inspect the TESC
facilities daily and maintain the systems as necessary to prevent off -site damages
Part 2 — Products
Materials
2 -11 ■'j
H: \File Sys \WWP - WasteWater \WWP -27 -3626 Lind Ave Lift Station \Design \Final Design \Final Lind LS Tech Specs - City
J
Modified.doc 03/20/2013 11:36 AM
© 2013 RH2 Engineering, Inc. =,i
rl�.
Spring 2013 City of Renton
Division 2 — Sitework Lind Lift Station
Straw or mulch shall be applied to any exposed surfaces to minimize erosion and filter
surface water runoff. Where straw or mulch is required for erosion control, it shall be
applied to a minimum thickness of 2- inches.
Part 3 — Execution
Installation/ Construction
All erosion/ sedimentation control systems including; fencing, earth berms, grasses, straw,
mulch, culverts, drain pipe, outfalls and other items required by for this project, must be
installed prior to any clearing, grubbing, excavation, or grading work or other work that
could result in off -site stormwater or material flows. Erosion/ sedimentation controls
i systems must remain in place throughout the duration of the construction activities. The
systems may be relocated to complete utility, excavation, grading, and landscaping activities
if their location impedes the associated work. If the systems are relocated to complete any
work they must be reinstalled to protect the construction and surrounding areas prior to
commencing work on other portions of the project.
2 -12
H: \File Sys \V7WP - WasteWater \WWP -27 -3626 Lind Ave Lift Station \Design \Final Design \Final Lind LS Tech Specs - City
Modified.doc 03/20/2013 11:36 AM
© 2013 RH2 Engineering, Inc.
i
Systems such as mulch, plastic sheeting and hydroseed shall be installed as soon as clearing,
grading and excavation are complete. The contractor shall take care and diligence to
minimize erosion exposure and provide erosion and sedimentation control measures as
shown on the plans and required by construction practice.
Stabilized construction entrances and wash pads shall be installed at the beginning of
construction activities and shall be maintained for the duration of the project. Wash pads
shall be kept clean to prevent the transport of sediment onto adjoining roads.
Earth berms shall be installed as necessary to prevent the migration of surface water into
excavations or off of the project site. Surface water that is intercepted by earth berms shall
be routed to an approved stormwater conveyance system. The Contractor shall ensure that
the concentration of surface water at the earth berm does not erode the adjoining or
downstream properties. Sediment deposited against the earth berm shall be removed to
ensure that surface water can flow freely. The earth berm shall not be removed before the
stabilization of the surface downhill from the berm.
2.25.4 Stormwater Discharge
Part 3 — Execution
�.
Field Quality Control
The Contractor shall be responsible for meeting all construction stormwater discharge water
quality requirements including State of Washington (WAC 173 -201A -200), Construction
Stormwater Permit requirements, City and local requirements regardless of weather
conditions.
2 -12
H: \File Sys \V7WP - WasteWater \WWP -27 -3626 Lind Ave Lift Station \Design \Final Design \Final Lind LS Tech Specs - City
Modified.doc 03/20/2013 11:36 AM
© 2013 RH2 Engineering, Inc.
i
Spring City 2013 Ci of Renton
P
Division 2 — Sitework Lind Lift Station
If the project is fined by the permitting authority, that stormwater fine .shall be paid for by the Contractor at
no additional cost to the Ozvner.
2.30 SITE IMPROVEMENTS
2.31 Fencing
2.31.2 Temporary Construction Security Fence
Part 2 — Products
Materials
Chain link shall be 13 -gauge minimum. Top and bottom wire shall be used for fencing with
posts directly driven into the ground. Top and bottom rail shall be used for modular fencing
using concrete block bases.
All vehicle access gates shall be locked with a padlock provided by the contractor. Extra
keys shall be provided to the Owner and Engineer inspector prior to construction.
Part 3 — Execution
Installation/ Construction
The contractor shall provide a 6 -feet tall temporary construction fence surrounding the
construction site as deemed necessary by the Contractor. Fence posts shall be spaced at a
maximum of 12 feet on center. Contractor shall be responsible for maintaining fence during
construction and securing fence after each workday. Posts shall be securely installed directly
into the ground or set in temporary concrete base blocks.- Chain link shall be securely
attached to the fence posts. The construction fence may be used in combination with the
permanent fence provided that the fence is continuous around the site perimeter.
Clearing limit identification fencing shall not be considered a Temporary Construction
Security Fence.
The Contractor shall be responsible for site security.
2.40 SHORING AND SUPPORT
2.41 Contractor Designed Shoring
Part 1 - General
Summary
Where shoring, sheet piling, sheeting, bracing, lagging, or other supports are necessary to
prevent cave -ins or damage to existing structures, it shall be the responsibility of the
Contractor to design, furnish, place, maintain, and remove supports in accordance with
applicable laws, codes, and safety requirements.
2 -13
H: \File Sys \WWP - WasteWater \WWP -27 -3626 Lind Ave Lift Station \Design \Final Design \Final Lind LS Tech Specs - City
Modified.doc 03/20/201311:36 AM
© 2013 RH2 Engineering, Inc.
r
Where the Contractor is required to provide the shoring design, it shall be prepared by a
competent person as defined by WAC 296 -155. Before beginning any excavation that is
governed by the shoring requirements, the Contractor shall submit a stamped shoring plan
and calculations to the Owner for approval. The stamp must be present on all plans and
calculations, and all submittals must be approved by the Owner prior to starting work.
Part 3 - Execution
Installation/ Construction
Design, planning, installation, and removal of sheeting, shoring, sheet piling, lagging, and
bracing shall be accomplished in such a manner as to maintain the undisturbed state of soil
below and adjacent to excavation.
2.60 CONTAMINATED & WASTE MATERIALS HANDLING
2.60.2 Waste Material Control
Part 1— General
iAdhere
Spring 2013 City of Renton
P g tY
Division 2 — Sitework Lind Lift Station
References
Chapter 296 -155 of WAC, "Safety Standards for Construction Work, Part N, Excavation,
Trenching, and Shoring ".
OSHA
Quality Assurance
Where the Contractor is required to provide the shoring design, it shall be prepared by a
competent person as defined by WAC 296 -155. Before beginning any excavation that is
governed by the shoring requirements, the Contractor shall submit a stamped shoring plan
and calculations to the Owner for approval. The stamp must be present on all plans and
calculations, and all submittals must be approved by the Owner prior to starting work.
Part 3 - Execution
Installation/ Construction
Design, planning, installation, and removal of sheeting, shoring, sheet piling, lagging, and
bracing shall be accomplished in such a manner as to maintain the undisturbed state of soil
below and adjacent to excavation.
2.60 CONTAMINATED & WASTE MATERIALS HANDLING
2.60.2 Waste Material Control
2 -14
H: \File Sys \WWP - WasteWater \WWP -27 -3626 Lind Ave Lift Station \Design \Final Design \Final Lind LS Tech Specs - City
Modified.doc 03/20/2013 11:36 AM
© 2013 RH2 Engineering, Inc.
1
Part 1— General
iAdhere
Quality Assurance
to all requirements of federal,. state, and local statutes and regulations dealing with
pollution. Permit no public nuisances.
Use only dump sites that are approved by the regulatory agency having jurisdiction, and
present proof of approval upon request.
The Contractor shall follow all requirements and guidelines of the Northwest Clean Air
Agency (NWCAA) and other associated agencies.
Part 3 — Execution
�.
Installation/ Construction
The Contractor shall take precautions to warn, protect, and prevent the public from all
hazards that exist on site due to any demolition or construction operations. Stockpiled debris
shall be surrounded with yellow warning tape attached to lath, stakes, poles, or fencing to
warn the public of any potential hazard.
2 -14
H: \File Sys \WWP - WasteWater \WWP -27 -3626 Lind Ave Lift Station \Design \Final Design \Final Lind LS Tech Specs - City
Modified.doc 03/20/2013 11:36 AM
© 2013 RH2 Engineering, Inc.
1
Spring City 2013 Ci of Renton
P
Division 2 — Sitework Lind Lift Station
Use water sprinkling, temporary enclosures, or other methods to limit dust and dirt from
rising and scattering in the air. Surface water runoff that is contaminated with site debris,
silt, or other material that adversely affects water quality shall be collected and cleaned prior
to discharge. On site collection ponds may not be used to keep silt laden water from
entering the storm water collection system.
Do not use water to control dust when its use may create hazardous or objectionable
conditions such as ice formation, flooding, and pollution.
The Contractor shall minimize the amount of dust and other airborne particles caused by
any demolition, excavation, stockpiling, or removal activities. Dust control measures shall be
implemented by the Contractor prior to the beginning of work activities. Exposed soil may
be wetted with water or covered to minimize dust creation. Water runoff from the wetting
procedure shall be accumulated and cleaned prior to disposal. Water runoff accumulation
shall be removed from the site prior to project completion.
Cleaning
At all times, keep the construction area clean and orderly and upon completion of the work,
leave buildings broom clean and all parts of the work clean and free of rubbish and excess
material of any kind. Leave fixtures, equipment, walls, and floors clean and free of stains,
paint or roofing splashes, or other marks or defects. Upon completion, restore site of all
work or equipment and material storage areas to their original conditions. Remove all
miscellaneous unused material resulting from work and dispose of it in a manner satisfactory
to the Owner. The site, through the progress of construction, shall be kept as clean as
possible and in a neat condition.
2.61 Contaminated Materials
2.61.2 Toxic Spill or Release Contact Requirements
Part 3 - Execution
Field Quality Control
During construction, if there is any toxic substance spill or release discharged into the
environment, report the location, quantity, date and time of the spill or release to
Washington State Emergency Management at 1 (800) 258 -5990 and the Owner's
representative. Spills shall be monitored, contained, and cleaned up to applicable codes at
the Contractor's expense.
2.90 LANDSCAPING t
2.90.1 Common Work for Landscaping
2 -15
H: \File Sys \WWp - WasteWater \WWp -27 -3626 Lind Ave Lift Station \Design \Final Design \Final Lind LS Tech Specs - City
Modified.doc 03/20/2013 11:36 AM
© 2013 RH2 Engineering, Inc.
t
I
Spring 2013 City of Renton
Division 2 — Sitework Lind Lift Station
Part 1— General
Submittals
In addition to Division 2.05, provide the following information.
Samples of compost
Written maintenance instructions recommending proper procedures for maintenance of
plant materials.
Top Soil - The Contractor shall submit the data for topsoil to be used as determined by an
approved testing lab. Data shall include percentage of organic content as determined by
incineration process and recommendations on type and quality of additives required to
establish satisfactory pH factor, organic content, and supply of nutrients to bring the soil to
a satisfactory level for planting.
Nursery Material Plant Lists with Quantities and Sizes (pot volume and /or tree height)
Planting schedule, indicating approximate planting date.
Delivery, Storage, and Handling
Deliver fertilizers in original, unopened and undamaged containers that list weight, analysis
and name of manufacturer. Store in such a manner as to prevent wetting and deterioration.
Take all precautions customary in good trade practice in preparing plants for transplanting.
Spray deciduous plants in foliage with an approved "Anti- Desiccant" immediately after
digging to prevent dehydration. Dig, pack, transport, and handle plants with care to ensure
protection against injury. If plants cannot be planted immediately upon delivery, properly
protect them with soil, wet peat moss, or in a manner acceptable to the Owner. Water
plantings as necessary to keep them alive and in healthy condition. Provide dry, loose
topsoil for planting bed mixes.
Project /Site Conditions
Prevent damage to existing features, pavement, utility lines, areas to receive planting and
other features remaining as part of final landscaping and /or site improvements.
Quality Assurance
The Contractor, with the approval of the Owner will select a qualified testing laboratory to
test and inspect operations under this Section at the Contractor's expense. Notify testing
laboratory of times for inspections.
Notify Owner if any undesirable conditions are met during construction so that
�. supplemental recommendations can be made.
Comply with all applicable federal, state and local codes and safety regulations.
t
1
2 -16
H: \File Sys \WWP - WasteWater \WWP -27 -3626 Lind Ave Lift Station \Design \Final Design \Final Lind LS Tech Specs - City
Modified.doc 03/20/2013 11:36 AM
© 2013 RH2 Engineering, Inc.
Spring City 2013 Ci of Renton
p
Division 2 — Sitework Lind Lift Station
I'
Comply with sizing and grading standards of the latest edition of "American Standard for
Nursery Stock." A plant shall be dimensioned as it stands in its natural position.
Warranty
Warrant trees, shrubs and ground cover for the period as stated in the Warranty section of
Division 1 against defects including death and unsatisfactory growth, except for defects �IJ
resulting from negligence by Owner, abuse or damage by others or unusual phenomena or
incidents beyond the Contractor's control.
Replace, in size and kind and in accordance with the plans and Specifications, all plants that
are dead or, as determined by the Owner's Authorized Representative, in an unhealthy or
unsightly condition, or have lost their natural shape due to dead branches or other causes
due to the Contractor's negligence. Such replacement(s) will be at Contractor's expense.
Warranty shall not include damage or loss of trees, plants, or ground covers caused by fires,
unusual floods, freezing rains, lightning storms, winds over 75 miles per hour or other
catastrophic "Acts of God ". Winter kill caused by extreme cold and severe winter
conditions not typical of planting area, unanticipated acts of vandalism or negligence on the
part of the Owner and damage caused by wildlife, shall not be covered under this warranty.
Maintenance
The plant establishment period shall be 365 days in duration.
Maintenance of landscaping installed as part of this contract is fully the responsibility of the
Contractor during the plant establishment period.
During the plant establishment period, it shall be the Contractor's responsibility to ensure
the continued growth of all plant materials. This care shall include, but not be limited to, the
following: labor and materials necessary for removal of foreign materials, weeds, dead or
rejected plant materials and lawn; the replacement of all unsatisfactory plant materials
planted under this Contract in kind and size; and fertilizing to maintain a healthy growing
condition and visually pleasing site.
Water trees, plants and groundcover within the first 24 hours of initial planting, and in
sufficient amounts thereafter to keep plant materials in a healthy growing condition.
Provide maintenance reports to Owner's Authorized Representative monthly, indicating
procedures, fertilizing, defective material, etc.
I
Part 2 — Products
Materials
A complete list of plants, including a schedule of sizes, quantities and other requirements is
shown on the plans. In the event that quantity discrepancies or material omissions occur in
the plant materials list, the planting plans shall govern.
2 -17
H: \File Sys \WWP - WasteWater \WWP -27 -3626 Lind Ave Lift Station \Design \Final Design \Final Lind LS Tech Specs - City
Modified.doc 03/20/2013 11:36 AM
© 2013 RH2 Engineering, Inc.
a,
g City Spring 2013 Ci of Renton
P
Division 2 — Sitework Lind Lift Station
All plants shall be nursery grown under climatic conditions similar to those in the project
locale for a minimum of 2 years or transplanted from on -site. All potted plants shall be
grown in the containers in which they are sold for a minimum of one year.
Stock furnished shall be at least the minimum size indicated. Larger stock is acceptable, at
no additional cost, providing that the larger plants will not be cut back to size indicated.
Provide plants indicated by two measurements so that only a maximum of 25% are of the
minimum size indicated and 75% are of the maximum size indicated.
Part 3 — Execution
2 -18
i
H: \File Sys \WWP - WasteWater \WWP -27 -3626 Lind Ave Lift Station \Design \Final Design \Final Lind LS Tech Specs - City
Modified.doc 03/20/2013 11:36 AM
© 2013 RH2 Engineering, Inc.
J
Examination
Examine proposed planting areas and conditions of installation. Do not start planting work
until unsatisfactory conditions. are corrected *and approved by the Owner's Authorized
Representative.
Notify Owner's Authorized Representative at least 7 working days prior to installation of
plant material.
Final inspection to determine acceptance of planted areas will be made by the Owner's
Authorized Representative, upon Contractor's request. Provide notification at least 10
working days before requested inspection date. Planted areas will be accepted, provided all
requirements, including maintenance, have been complied with and plant materials are alive
and in a healthy, vigorous condition after final acceptance of the project.
Upon one year after Substantial Completion, the Owner will assume plant maintenance.
Repair/ Restoration
All dead plant materials shall be replaced within thirty (30) days of discovery.
Re -set settled plants to proper grade and position. Restore planting saucer and adjacent
material and remove dead material.
Tighten and repair guy wires and stakes as required.
Correct defective work as soon as possible after deficiencies become apparent and weather
and season permit.
Field Quality Control
Provide plant material record plans legibly recording actual construction indicating
horizontal and vertical locations, referenced to permanent surface improvements. Identify
field changes of dimension and detail any changes.
Cleaning
During landscape work, keep pavements clean and work area in an orderly condition.
2 -18
i
H: \File Sys \WWP - WasteWater \WWP -27 -3626 Lind Ave Lift Station \Design \Final Design \Final Lind LS Tech Specs - City
Modified.doc 03/20/2013 11:36 AM
© 2013 RH2 Engineering, Inc.
J
2 -19
H: \File Sys \WWP - WasteWater \WWP -27 -3626 Lind Ave Lift Station \Design \Final Design \Final Lind LS Tech Specs - City
Modified.doc 03/20/2013 11:36 AM
© 2013 RH2 Engineering, Inc.
g City Spring 2013 Ci of Renton
P
Division 2 — Sitework Lind Lift Station
Perform cleaning during installation of the work and upon completion of the work. Remove
from site all excess materials, soil, debris and equipment as instructed by Owner's
Authorized Representative. Repair damage resulting from planting operations.
Remove any temporary irrigation systems once no longer needed. Remove only after
approved by the Owner.
2.90.3 Soil Amendments
2.90.3.1 Commercial Fertilizer
Part 2 — Products
Materials
Each tree and shrub shall receive "AgSafe Tabs" (or equal) plant tablets at the time of
planting at the following rate:
Plant Size Tablet Size No. of Tablets
Ga. 10 gram 1 -2
Gal. 21 gram 2 -3
Cal. Inch of tree 21 gram 2 per inch
Ht. of tree 21 gram 2 per ft. of ht.
For application to tree /shrub /groundcover beds 3 months after initial planting: Provide
fertilizer with not less than 18 percent total nitrogen, 8 percent available phosphoric acid and
9 percent total potash.
P and K to come from Controlled Release Polymer Coated -based nitrates.
2.90.12 Potted Plant and Trees
Part 1— General
Scheduling
Plant evergreen material between September 1 and December 1 or in the spring before new
growth begins. If project requirements require planting at other times, plants shall be
sprayed with anti- desiccant prior to planting operations.
Plant deciduous materials in a dormant condition. If deciduous trees are planted in -leaf, they
shall be sprayed with an anti- desiccant prior to planting operations.
Plant bare root material between November 1 and March 1.
Planting shall be performed only by experienced workers familiar with planting procedures
under the guidance of a certified landscape Contractor with a minimum of 5 years of
experience.
2 -19
H: \File Sys \WWP - WasteWater \WWP -27 -3626 Lind Ave Lift Station \Design \Final Design \Final Lind LS Tech Specs - City
Modified.doc 03/20/2013 11:36 AM
© 2013 RH2 Engineering, Inc.
t
HI
r]
Sprin g City 2013 Ci of Renton
Division 2 — Sitework Lind Lift Station
Locate plants as indicated or as approved by the Owner's Authorized Representative in the
field after staking by the Contractor. If obstructions are met that are not shown on the
plans, do not proceed with planting operations until alternative plant locations have been
selected or approved by the Owner's Authorized Representative.
Part 2 — Products
Materials
Provide plants typical for their species or variety with normal, densely developed branches
and vigorous, fibrous root systems. Provide only sound, healthy, vigorous plants free from
defects, disfiguring knots, sun scald injuries, frost cracks, abrasions of the bark, plant
diseases, insect eggs, borers and all forms of infestation. All plants shall have a fully
developed form without voids and open spaces.
Plants planted on rows shall be matched in form.
Source Quality Control
No pruning wounds shall be present with a diameter of more than 1 inch and such wounds
must show vigorous bark on all edges.
Evergreen trees shall be branched to the ground; double trunk trees are not acceptable.
Part 3 — Execution
Installation
Bare root stock shall be dug and the earth removed without injury to fibrous root system
necessary for full. recovery of plant. Cover roots with thick mud coating by puddling and
/or wrapping in wet straw, moss or other suitable packing material immediately after
digging. Keep plant protected until planted.
Set plant material in the planting pit to proper grade and alignment, as shown on the
planting details. Set plant material 2 -3 inches above the finish grade. Filling will not be
permitted around trunks. Backfill planting pit with topsoil. Form a ring of soil around the
edge of each planting pit to retain water, except on slopes greater than 2 to 1. Provisions
shall be made to allow drainage of excess water from ponding in planting pits to an
approved source, if soil conditions are such that free drainage is not possible.
Cleaning
After plants are set, muddle planting soil mixture around bases of balls and fill all voids.
Remove all wrapping from the tops of root balls. Remove completely all non - biodegradable
wrapping from root balls.
2 -20
H: \File Sys \WWP - WasteWater \WWP -27 -3626 Lind Ave Lift Station \Design \Final Design \Final Lind LS Tech Specs - City
Modified.doc 03/20/2013 11:36 AM
© 2013 RH2 Engineering, Inc.
Spring 2013 City of Renton
Division 2 — Sitework Lind Lift Station
Mulch all planting beds with nutramulch to a depth of 4 inches or approved equal in areas
with slopes 2 to 1 greater and 2 inches in all other areas with stockpiled shredded plant
waste.
2.90.20 Landscape Accessories
Part 2 — Products
Materials
Stakes and guys shall be made from new hardwood, treated softwood or redwood, free of
knot holes and other defects. Provide and install wire ties and guying hose as shown on
plans and as specified for evergreen trees. Provide and install guying for deciduous trees as
shown on the plans.
2 -21
H: \File Svs \WWP - WasteWater \WWP -27 -3626 Lind Ave Lift Stadon \Design \Final Design \Final Lind LS Tech Specs - City
Modified.doc 03/20/2013 11:36 AM
© 2013 RH2 Engineering, Inc.
E
�. Division 3
Concrete
3.00 GENERAL
Sections in these specifications titled "Common Work for Concrete" shall apply to all following
subsections whether directly referenced or not.
3.05 Common Work for Concrete
Part 1- General
' This division covers that work necessary for furnishing and installing all concrete as
described in these specifications and as shown on the plans.
References
Materials shall conform to the following standards:
• Cement - ASTM C -150
• Coarse aggregate - ASTM C -33
• Fine aggregate ASTM C -33
• Admixtures - ASTM C -494
• Air- entraining admixtures - ASTM C -260
;ubmittals
Fly Ash — ASTM C -618
Submittal information shall be provided to the Owner for the following items:
• Concrete mix design including aggregate gradation and substantiating strength data.
• Admixture Data
• Special placement procedures for hot or cold weather
' • Rebar placement shop drawings
• Precast concrete items
• Water stop and swell stop — Include sample joint if joints are to be field welded.
• Grouts
• Form Release agent
Concrete mix designs shall be submitted to the engineer for approval a minimum of two
weeks prior to placing any concrete. The mix design shall include the amounts of cement,
fine and coarse aggregate, water and admixtures, as well as the water cement ratio, slump,
concrete yield, aggregate gradation, and substantiating strength data in accordance with ACI
318, Chapter 5. A batch plant inspection may be required, the cost of which shall be paid by
the Contractor. Review of mix submittals by the engineer of record indicates only that
3 -1
H: \File Sys \WWP - WasteWater \WWP -27 -3626 Lind Ave Lift Station \Design \Final Design \Final Lind LS Tech Specs - City
Modified.doc 03/20/2013 11:36 AM
© 2013 RH2 Engineering, Inc.
3 -2
H: \File Sys \WWP - \VasteWater \WWP -27 -3626 Lind Ave Lift Station \Design \Final Design \Final Lind LS Tech Specs - City
Modified.doc 03/20/2013 11:36 AM
0 2013 RH2 Engineering, Inc.
Spring 2013 City of Renton
Division 3 — Concrete Lind Lift Statioin
information presented conforms generally with contract documents. Contractor or supplier
maintains full responsibility for specified performance.
Part 2 - Products
Components
Nominal maximum size for aggregates is the smallest standard sieve opening through which
the entire amount of aggregate is permitted to pass. Provide intermediate aggregate grades
as required to achieve a well graded mix.
All concrete surfaces exposed to weather or standing water shall be air entrained. Total air
content shall be in accordance with IBC requirements unless specified otherwise herein.
'
Water used in concrete shall be potable.
Fly ash may be substituted for up to 15% of the required cement.
'
Mixes
Concrete shall be mixed, conveyed, and proportioned in accordance with IBC section 1905.
The concrete mix shall include the amount of cement, fine and coarse aggregate, includin g
aggregate gradations, water, and admixtures as well as water cement ratio, slump, concrete
yield, and sustaining strength data in accordance with these specifications, the requirements
of the International Building Code Section 1905, and the requirements of AC1318.
Part 3 - Execution
Examination
All formwork and reinforcing steel must be inspected and approved by the Special Inspector
as required by Chapter 17 of the IBC prior to placing any concrete. Provide 48 -hour notice
to Owner prior to needing the required inspections.
See Statement of Special Inspections on the Drawings for special inspection requirements.
Inspection
Concrete placement shall be inspected by the Special Inspector as required by Chapter 17 of
'
the IBC.
Provide 24 -hour notice to Owner prior to needing the required inspections.
The contractor shall repair, replace or modify, as appropriate, any items noted in the Special
Inspector's inspection or the Owner inspection.
Testing
,
Concrete strength tests shall be performed per section 1905.6 of the IBC and per the
requirements noted herein. The Owner will provide and pay all costs of concrete testing.
The Engineer shall be furnished with copies of all inspection reports and test results.
The Contractor will coordinate all concrete testing with the testing agency. Costs will be paid
by the Owner.
3 -2
H: \File Sys \WWP - \VasteWater \WWP -27 -3626 Lind Ave Lift Station \Design \Final Design \Final Lind LS Tech Specs - City
Modified.doc 03/20/2013 11:36 AM
0 2013 RH2 Engineering, Inc.
Installation/ Construction
Spring rin 2013 City of Renton
Division 3 — Concrete Lind Lift Statioin
3.15.5 Pipe Penetrations through Concrete
Give the Owner and testing agency 48 hour notice prior to concrete placement. If
'
Contractor fails to provide the required notice, the Owner may elect to cancel the affected
concrete placement. Contractor shall be responsible for costs and delays due to improper
notification.
'
If the Contractor schedules a concrete placement and does not notify the Owner and testing
agency of a cancellation within 24 hours of the scheduled placement, the Contractor shall
pay the testing agency costs for an unnecessary trip. If the Contractor fails to provide the
'
testing agency with adequate notification and testing agency cannot attend concrete
placement, Contractor shall reschedule placement. Contractor shall be responsible for all
associated delays.
The Contractor shall provide all assistance and cooperation necessary to testing personnel to
obtain the required concrete tests. Contractor and Owner will have access to testing results
as soon as they are available.
The testing agency shall take a minimum of four samples for every 50 yards of concrete
placed (and a minimum of four per pour); one for a 7 day test, two for 28 day tests, and one
for backup testing in case the other two samples do not meet design strength. Additional
samples may be taken to verify strength prior to form removal at the Contractor's expense.
Air content shall be as measured out of the truck.
3.15.4 Embedded Items
'
Part 3 - Execution
Preparation
`
Fill voids in sleeves, insets, anchor slots, etc., temporarily with readily removable materials to
prevent entry of concrete into voids.
Installation/ Construction
Position embedded items accurately, and support against displacement or movement during
placement.
3.15.5 Pipe Penetrations through Concrete
Part 1 - General
Summary
Water holding structures and structures buried and subject to groundwater contact: As
shown on the plans.
Structures not holding water or unburied structures:_ Unless identified on the Plans, all pipes
larger than two inches passing through poured -in -place concrete floors and walls shall be
isolated from the concrete.
Part 2 - Products
Materials
Provide a Kor -N -Seal / Linkseal system (or approved equal) for cored penetrations.
3 -3
H: \Fhe Sys \WWP - Wastewater \WWP -27 -3626 Lind Ave Lift Station \Design \Final Design \Final Lind LS Tech Specs - City
Modified.doc 03/20/2013 11:36 AM
© 2013 RH2 Engineering, Inc.
Spring 2013 City of Renton
Division 3 — Concrete Lind Lift Statioin
Provide Omnisleeve Sigmaflange system for cast -in -place penetration. See mechanical plans
for details.
Part 3 - Execution
Installation
Install per manufacturers instruction for both the Kor -N -Seal and the Omnisleeve systems.
3.15.7 Epoxy Grout for Anchor Bolts
Part 2 - Products
Materials
Grout shall be a 3 component, 100% solids epoxy resin system meeting the requirements of
ASTM C881. Grout shall be high flow, non - shrinking, and high strength epoxy grout.
Epoxy grout for anchor bolts shall be equal to Burke Epoxy Anchoring Grout.
Part 3 - Execution
Installation
Prepare concrete surface and anchor bolts, mix, apply and allow to cure per Manufacturer's
written recommendations.
3.20 REINFORCING
3.21 Reinforcing Steel
3.21.13 Reinforcing Steel
Part 1 - General
References
ACI — American Concrete Institute
CRSI Manual of Standard Practice
Part 2 - Products
Materials
Grade - ACI A615 -81A, Grade 60
Detailing - ACI 318 -08 and ACI 315 -99
Lap requirements - See schedule on plans
Tie wire - 16 gauge minimum
Bar supports shall conform to "Bar Support Specification," CRSI Manual of Standard
Practice, MSP -1 -80. Provide Class 1, plastic protected bar supports. Use pre -cast concrete
blocks to support bars off ground. Bar supports in water holding and buried structures shall
be non - metallic.
3 -4
H: \File Sys \WWp - WasteWater \WWR27 -3626 Lind Ave Lift Station \Design \Final Design \Final Lind LS Tech Specs - City
Modified.doc 03/20/2013 11:36 AM
0 2013 RH2 Engineering, Inc.
Spring 2013 City of Renton
P g tY
Division 3 — Concrete Lind Lift Statioin
Part 3 - Execution
'
Installation
Reinforcing steel shall be detailed in accordance with ACI 315 -99 and 318 -08 and as shown
'
on the plans. Lap all reinforcements in accordance with "the reinforcing splice and
development length schedule ". Provide corner bars at all wall and footing intersections.
'
Field Quality Control
Reinforcing steel shall be free of rust and loose scale at time of concrete placement. Bars
with kinks, improper bends, or reduced cross - section due to any cause will not be used. Bars
shall not be field bent. Bars may not be tack - welded or otherwise heated.
3.31 Concrete Materials
3.31.2 Structural Concrete
Part 1- General
'
Summary
All concrete as shown on the plans used for slabs -on -grade and building footings and not
used for liquid containment or below -grade structures and not called out otherwise. Use
water reducers as required to achieve slump. Hydraulic Concrete may be substituted.
'
Performance Requirements
28 day strength - 4000 psi minimum
Slump - Without plasticizers; 4 inches for floor and roof slabs, 7 inches for walls. With
'
plasticizers, maximum 9 inches or as desired for placement.
Part 2 - Products
Mixes
Water /cement ratio - .40
Nominal maximum aggregate size — 3/4" (WSDOT No. 67)
Entrained air ratio — 4.5% minimum to 7.0% maximum
3.31.3 Thrust Blocks, Driveways, Curb and Gutter, & Sidewalks
Part 1 - General
Summary
All concrete for non structural applications including thrust blocks, driveways, and
1
sidewalks. Hydraulic or Structural Concrete may be substituted.
Performance Requirements
'
28 day strength — 4000 psi minimum
3 -5
H: \File Sys \WWP - WasteWater \WWP -27 -3626 Lind Ave Lift Station \Design \Final Design \Final Lind LS Tech Specs - City
Modified.doc 03/20/2013 11:36 AM
0 2013 RH2 Engineering, Inc.
Spring 2013 City of Renton
Division 3 — Concrete Lind Lift Statioin
Part 2 - Products
Mixes
Water /cement ratio -.45 maximum
Nominal maximum aggregate size — 3/4 inch
Entrained air ratio — 5.5% minimum to 7.5% max
3.35 Surface Finishing
3.35.1 Common Work for Surface Finishing
Part 2 - Products
Finishes
Each concrete area that requires finishing shall conform to one of the following
requirements:
Foundation (exterior) - Ordinary Wall
Foundation (interior) - Ordinary Wall
Interior Floors - Floated
Exterior Slabs — Light Brushed
Sidewalks — Light Brushed
Part 3 - Execution
Preparation
Do not place concrete which requires finishing until the materials, tools, and labor necessary
for finishing the wet concrete are on the job and acceptable to the Owner.
Cut out and patch defects in concrete surfaces as specified herein. After removal of forms,
chip out imperfections, rock pockets, holes from form ties, and other defects to solid
concrete. Surface of the cavity to be patched shall be thoroughly wet before patching
mixture is applied. Where pull-out type ties are used, fill holes as recommended by
manufacturer of ties, and as approved by the Owner.
3.35.3 Ordinary Wall Finish
Part 2 Products
Materials
Ordinary Wall Finish requires the use of like -new forms and linings that will produce a
uniform surface.
Part 3 - Execution
Construction
3 -6
H: \File Sys \WWP - WasteWater \WWP -27 -3626 Lind Ave Lift Station \Design \Final Design \Final Lind LS Tech Specs - City
Modified.doc 03/20/2013 11:36 AM
© 2013 RH2 Engineering, Inc.
1
1
i�
J
J
1
Spring 2013 City of Renton
P g tY
Division 3 — Concrete Lind Lift Statioin
After points have set sufficiently, grind or fill form marks and pointings to give a smooth
surface even with flat wall surface. Fill all air holes greater than '/a -inch with 1:2 mortar
floated to an even, uniform finish.
3.35.5 Floated Finish
Part 3 - Execution
Construction
Consolidate, strike off, and level concrete; but do not work further until ready for floating.
Begin floating when water sheen has disappeared and. surface has stiffened sufficiently to
permit floating operations. Consolidate surface with power - driven floats. Hand floating may
be used if area is small or inaccessible to power units.
Field Quality Control
Check surface planeness during or after first floating. Cut down high spots and fill low spots
to produce surface with tolerance of 1/4 inch in 10 feet in any direction. Refloat to a
uniform, smooth, sandy texture immediately after leveling.
3.35.6 Light Brush Finish
Part 2 — Products
Finish
When concrete has appropriately set, finish with light soft broom finish. Brush
perpendicular to slab slope.
Part 3 - Execution
Construction
Consolidate, strike off, and level concrete; but do not work further until ready for floating.
Begin floating when water sheen has disappeared and surface has stiffened sufficiently to
permit floating operations. Consolidate surface with power- driven floats. Hand floating may
be used if area is small or inaccessible to power units.
Field Quality Control
Check surface planeness during or after first floating. Cut down high spots and fill low spots
to produce surface with tolerance of 1/4 inch in 10 feet in any direction. Re -float to a
uniform, smooth, sweat finish concrete.
' 3.40 PRE -CAST CONCRETE
3.40.10 Utility Structures
Part 1 - General
Performance Requirements
' 3 -7
H: \File Sys \WWP - WasteWater \WWP -27 -3626 Lind Ave Lift Station \Design \Final Design \Final Lind LS Tech Specs - City
Modified.doc 03/20/2013 11:36 AM
© 2013 RH2 Engineering, Inc.
Spring 2013 City of Renton
Division 3 — Concrete Lind Lift Statioin
Pre -cast structures shall be constructed to withstand anticipated construction loads that
occur during transport, handling, and placement as well as the anticipated design loads.
Design loads shall include the anticipated soil pressures, hydrostatic loads, and H -20
vehicular load rating.
Part 2 - Products
Materials
All concrete structures identified on the plans as being pre -cast, prefabricated, or not
specifically detailed with reinforcing steel shall be pre -cast concrete.
Pre -cast concrete manholes shall conform to ASTM C -478. The rubber gasket joint shall
conform to ASTM C -443. Additional reinforcement shall be provided within the pre -cast
concrete structure at all penetrations, openings, joints, and connections. The additional
reinforcement shall be provided to prevent damage during shipping, handling and
installation. All damaged units shall be rejected.
Pre -cast vaults shall conform to ACI 318 -08 and be constructed to the equivalent
dimensions and functional characteristics of the specific product identified on the plans.
3.60 GROUTING
3.62 Non - Shrink Grout
Part 1 - General
Summary
Use Precision Non - Shrink Grout for grouting all equipment base plates, pipe supports, and
base plates for metalwork. Precision Non -Shrink grout may also be used for all other non -
shrink grouting operations. General Purpose Non - Shrink grout may be used for any
applications other than those noted for Precision Non - shrink Grout. Non - shrink grout shall
be used to seal all new pipe and conduit penetrations (watertight) into and out of all concrete
and CMU block walled structures.
Storage and Handling
Stockpile grout to prevent contamination from foreign materials and store admixtures to
prevent contamination or damage from excess temperature change
Part 2 - Products
Materials
Precision Non - Shrink Grout:
Provide a high- precision, fluid, non - shrink, quartz or non - catalyzed metallic aggregate
grouting material. Provide a ready -to -use grout that hardens free from bleeding, settlement,
or drying shrinkage when mixed, placed and cured at any consistency — fluid, flowable,
plastic or damp -pack.
Provide precision, non- shrink natural aggregate grout that when cured produces the
following properties:
3 -8
H: \File Sys \WWP - WasteWater \WWP -27 -3626 Lind Ave Lift Station \Design \Final Design \Final Lind LS Tech Specs - City
Modified.doc 03/20/2013 11:36 AM
© 2013 RH2 Engineering, Inc.
J
r-,
I
F�11
1
F1
t
t
Spring 2013 City of Renton
Division 3 - Concrete Lind Lift Statioin
a. Compressive Strength at fluid consistency (ASTM C 109 -90- Modified): 3500 psi (24
MPa) at 1 day, 7500 psi (52 MPa) at 28 days.
b. Passes ASTM C 1107 as a grade B grout when tested as temperature minimum and
maximums of 45° F to 90° F (8° C to 32° C) at a working time of 30 minutes. Grout
must be tested at a fluid consistency per ASTM C 939 and remain fluid at
temperature range minimum and maximums for the 30 minute working time. All
materials including water must be mixed and tested at temperature
minimum /maximums.
c. Modulus of Elasticity at 28 days at fluid consistency (ASTM C 469): 3.00 x 106 psi
(27.0 GPa) minimum, 3.9 x 106 (27.0 GPa maximum.
d. Coefficient of Thermal Expansion for fluid consistency (ASTM C 531): 7.5 x 10 -6/ o
F maximum (13.5 x 10 -6/ o C).
e. Flexural strength at 28 days for fluid consistency (ASTM C 78): 1300 psi (7.9 MPa).
f. Resistance to rapid freezing — thawing (ASTM C 666, Procedure A): 300 cycles' min
RDF 90 %.
g. Split tensile strength at 28 days at fluid consistency (ASTM C 496): 450 psi (3.1
MPa).
h. Pass 24 hour grout test under stated temperature, time and fluidity constraints. See
MBT Protection and Repair 24 hour Grout Form.
Precision non - shrink grout shall be Masterbuilders 928 or Embeco 885 Grout or approved
equal.
General Purpose Non - Shrink Grout:
General Purpose Non - shrink grout shall meet the compressive strength and nonshrink
requirements of CRD -C 621, Grades B and C; Corp or Engineers Specification for Non -
shrink grout; and ASTM C 1107, Grades B and C. General Purpose Non - shrink grout shall
be Masterflow 713 Plus or Embeco 636 Plus or approved equal.
Provide curing compounds as recommended by the grout manufacturer.
Water to be used in mixing the grout shall be potable.
Mixes
Comply with grout manufacturer's recommendations for mixing procedures.
Adjust water temperature to keep mixed grout temperature in the range of 45° F (7° C) and
90° F (32° C) minimum /maximum.
Use cold or iced water to extend working time in hot weather or in large placements.
Use warm water in cold conditions to achieve minimum as mixed temperatures.
Part 3 - Installation
Preparation
Mechanically remove unsound concrete within the limits of the grout placement.
3 -9
H: \Ffle Sys \WWP - WasteWater \WWP -27 -3626 Lind Ave Lift Station \Design \Final Design \Final Lind LS Tech Specs - City
Modified.doc 03/20/2013 11:36 AM
0 2013 RH2 Engineering, Inc.
Spring 2013 City of Renton
Division 3 — Concrete Lind Lift Statioin
Remove at least 1/4 in. (6mm) of existing concrete facing and continue removal as required
to expose sound aggregate.
Thoroughly clean the roughened surface of dirt, loose chips, and dust. Maintain substrate in
a saturated condition for 24 hours prior to grouting. Surface should saturated surface dry at
time of grouting.
Clean baseplates and other metal surfaces to be grouted to obtain maximum adhesion.
Remove loose rust and scale by grinding or sanding.
Comply with grout manufacturer's recommendations for form construction. Construct
forms to be liquid tight.
Installation
Place grout mixture into prepared areas from one side to the other. Avoid placing grout
from opposite sides in order to prevent voids. Work material firmly into the bottom and
sides to assure good bond and to eliminate voids.
Ensure that foundation and baseplate are within maximum /minimum placement
temperatures. Shade foundation from summer sunlight under hot conditions. Warm
foundation when foundation temperature is below 45° F (7° C).
Wet cure exposed shoulders for 48 hours followed by two coats of curing compound for
best results. The minimal requirement is to wet cure until grout has reached final set,
followed by two coats of curing compounds.
3 -10
H: \File Sys \WWP - WasteWater \WWp -27 -3626 Lind Ave Lift Station \Design \Final Design \Final Lind LS Tech Specs - City
Modified.doc 03/20/2013 11:36 AM
© 2013 R142 Engineering, Inc.
C
t
iJ
Division 4
Masonry
4.00 GENERAL
This division covers that work necessary for furnishing and installing all masonry as
described in these specifications and as shown on the plans.
Sections in these specifications titled "Common Fork for ..." shall apply to all following
subsections whether directly referenced or not.
4.05 Common Work for Masonry
Part 1 - General
Submittals
Submittal information shall be provided to the Owner for the following items:
• Masonry Mortar
• Masonry Grout
• Reinforcing Steel Shop Drawings — Include plan view showing blocks and exact
location of all vertical reinforcing.
• Concrete Masonry Units (CMU)
• Color Scheme
• Waterproofing materials
• Masonry Insulation
I• Masonry Accessories
• Letter of Certification for Masonry Prism Testing as noted in the IBC
Related Sections
Division 9.05.00 _ Common Work for Finishes; 9.06 Color Schedule; 9.97.23 Concrete and
Masonry.
Quality Assurance
Special Inspection shall be in accordance with IBC Table 1704.5.3, Level 2 Special
Inspection.
The Contractor shall repair, replace or modify, as appropriate, any deficient items noted in
the Special Inspector's inspection.
Storage, Delivery and Handling
Stockpile and handle grout and mortar to prevent contamination from foreign materials;
store admixtures to prevent contamination or damage from excessive temperature changes.
Water to be used in mixing the grout shall be free from foreign materials.
I 4 -1
H: \File Sys \WWP - WasteWater \WWP -27 -3626 Lind Ave Lift Station \Design \Final Design \Final Lind LS Tech Specs - City
Modified.doc 03/20/2013 11:36 AM
© 2013 RH2 Engineering, Inc.
Field Quality Control
t
Winter — Summer 2010 Ci ty of Renton
Division 4 - Masonry 2010 Sewer Pump Stations
Part 2 - Products
Finishes /Colors
The Owner shall develop a color schedule of colored CMU and grout after award of the
contract unless already shown on the plans. Block colors shall be limited to 2 in a pattern
,
decided by the Owner unless otherwise shown on the plans. Mortar color shall match one
of the adjacent block course colors unless shown otherwise on the plans.
Part 3 - Execution
,
Field Quality Control
t
Variations from plumb, specified grade, conspicuous lines, and walls shall be plus or minus
'/a inch in any 10 -foot length, not to exceed plus or minus 1 inch overall. Variations from
dimension shall not exceed plus or minus '/2 inch.
Compressive strength shall be determined using the unit strength method or the prism test
method in accordance with IBC Section 2105.2.2. Net Area compressive strength shall be a
minimum of 1500 psi.
,
4.05.13 Masonry Mortar
Part 1 - General
General
Masonry mortar shall be used to properly level, position, bond together, seal irregularities,
t
and provide a weather -tight joint between the concrete masonry units (CMU).
Performance Requirements
Mortar shall conform to section 2103.8 of the IBC for type "S" mortar with a minimum
compressive strength of 1800 psi at 28 days. Cement shall be ASTM C -150 and lime shall be
ASTM C -207.
Mortar shall conform to the minimum property requirements given in Table II of ASTM
C270, based on 28 day laboratory testing.
Part 2 - Products
Mixes
Proportion mortar by volume and mix in a standard mortar mixer operated in accordance
with manufacturer's recommendations. Mix ingredients thoroughly in dry form and add
water to bring the mixture to the proper consistency for use. Do not hand -mix mortar.
'
Finishes
Provide mortar pigment to match owner - selected color of concrete masonry units.
'
Part 3 - Execution
Installation
'
All joints shall be tooled and concave unless otherwise specified.
4 -2
H: \File Sys \WWP - WasteWater \WWP -27 -3626 Lind Ave Lift Station \Design \Final Design \Final Lind LS Tech Specs - City
Modified.doc 03/20/2013 11:36 AM
© 2013 RH2 Engineering, Inc.
4.05.19 Reinforcement and Accessories
Winter — Summer 2010 City of Renton
Division 4 — Masonry 2010 Sewer Pump Stations
References
Masonry mortar testing shall be in accordance with ASTM C270.
I
4.05.16 Masonry Grout
Part 1- General
Reinforcing steel bars to be used for masonry work shall be ASTM A -615, Grade 60.
General
Masonry grout shall be used to fill all CMU cells that contain reinforcing steel.
References
Masonry grout components shall comply with the following specifications:
ASTM C Portland Cement
-150,
ASTM C -404, Aggregate for Masonry Grout.
Compressive strength determined in accordance with ASTM C1019.
Performance Requirements
'
Masonry grout shall conform to Table 2103.12 or to ASTM C476 for Fine Grout. Per
ASTM C -476 Fine Grout Standards, masonry grout shall consist of one part Portland
Cement to three parts masonry sand and one -tenth part lime and shall have a minimum
compressive strength of 2000 psi.
4.05.19 Reinforcement and Accessories
Part 1- General
References
Joint reinforcing shall comply with ASTM A951 and with section 2103.13 of the IBC.
I
Part 2 - Products
Materials
Reinforcing steel bars to be used for masonry work shall be ASTM A -615, Grade 60.
Provide bar lengths and sizes as shown on the plans.
Anchors shall be dovetail anchor slots and anchors. Anchor slots shall be equal to Burke
"Fleming" masonry anchor slot and anchors shall be equal to "AA Wire Products Dovetail
Flex -O -Look Channel and Ties ", or equal.
Part 3 - Execution
Installation
All masonry accessories shall be installed as shown on the plans and submitted details. The
Contractor. shall not splice reinforcing except as shown on the plans. The minimum splice,
where not indicated, shall be 32 bar diameters or 24 inches, whichever is greater. All
accessories shall. be cleaned of all dirt, grease, oil, loose mill scale, excessive rust, or other
foreign matter which may reduce bond with grout or mortar.
4 -3
H: \File Sys \WWP - WasteWater \WWP- 27.3626 Lind Ave Lift Station \Design \Final Design \Final Lind LS Tech Specs - City
'
Modified.doc 03/20/2013 11:36 AM
© 2013 RH2 Engineering, Inc.
Winter — Summer 2010 City of Renton
Division 4 - Masonry 2010 Sewer Pump Stations
4.08 CMU Inspection and Testing
Compressive strength shall be determined using the unit strength method or the prism test
method in accordance with IBC Section 2105. Net Area compressive strength shall be a
minimum of 1,500 psi.
Special Inspection shall be in accordance with IBC Table 1704.5.3, Level 2 Special
Inspection.
4.20 UNIT MASONRY
4.22 Concrete Masonry Units
Part 1 - General
Storage and Handling
All blocks shall be covered and protected against wetting prior to use.
Related Sections
7.21.5 CMU Insulation
Coatings: 9.97.23.9 Interior walls; 9.97.23.9 Exterior walls; 9.97.23.10 Water repellant;
9.97.23.11 Anti graffiti;
Part 2 - Products
Materials
Masonry shall be split face as shown on the drawings.
Concrete Masonry Units shall be hollow load - bearing type, conforming to ASTM C -90,
Grade N, Type 1. All units, unless otherwise noted, shall have normal weight aggregate
having a uniform quality, texture, and color. Unit sizes and shapes shall be 8 inches high by
16 inches long by 8 inches wide (nominal).
Components
All ungrouted concrete masonry units with an exterior face shall be insulated as shown on
the plans and detailed in Division 7.
Masonry construction shall comply with the requirements of IBC 2104 and with ACI 530.1.
Provide vertical reinforcement at all corners, on each side of openings 24 inches and larger
than and at the intervals shown. Provide horizontal reinforcing at bond beams as shown on
the plans, and above and below all openings larger than 24- inches.
Finishes
Coat the following surfaces with the products identified under "Related Sections" above.
• Exterior walls
• Interior walls
4 -4
H: \File Sys \WWP - WasteWater \WWP -27 -3626 Lind Ave Lift Station \Design \Final Design \Final Lind LS Tech Specs - City
Modified.doc 03/20/2013 11:36 AM
© 2013 RH2 Engineering, Inc.
h
t
t
t
Winter — Summer 2010 City of Renton
Division 4 — Masonry 2010 Sewer Pump Stations
Part 3 - Execution
Preparation
When joining fresh masonry to set or partially set masonry construction, the Contractor shall
clean the exposed surface of set masonry and remove loose mortar prior to laying fresh
masonry.
The Contractor shall protect sills, ledges, and offsets from mortar drippings or other damage
during construction. The Contractor shall protect the adjoining work from mortar
droppings, and newly -laid masonry from damage and from rain until the mortar has set.
Installation
Cold weather construction shall be in accordance with IBC section 2104.3 when the ambient
temperature falls below 40 degrees F or the temperature of the masonry units is below 40
degrees F.
Hot weather construction shall be in accordance with IBC section 2104.4 when the ambient
temperature exceeds 100 degrees F or exceeds 90 degrees F with a wind velocity greater than
8mph.
The Contractor shall lay only dry masonry units. When masonry needs to be sawed, only
masonry saws shall be used to cut and fit masonry units. All units shall be set plumb, true to
line, and with level courses accurately spaced. The masonry unit shall be adjusted to final
position while the mortar is soft and plastic. If the units are displaced after the mortar has
stiffened, the Contractor shall remove the units, clean the joints or mortar, and relay with
fresh and clean units.
All joints shall be tooled and concave. The Contractor shall remove mortar protruding into
cells of cavities to be reinforced.
Fill all vertical and horizontal cells that contain reinforcing and as detailed on the plans with
grout. Cells shall have an unobstructed vertical alignment. The Contractor shall provide
grouted bond beams where required. Provide lintels made up of reinforced, grouted lintel
E sections over all wall openings as shown on the plans. The Contractor shall install horizontal
and vertical reinforcing and hold in position as the work progresses to maintain the
following clearance between the reinforcing and the block surface: 1 t/2 exterior, 3/4 -inch
interior.
The maximum lift for grout pours shall be 4 feet. The Contractor shall make sure that the
grout is consolidated with a vibrator immediately after pouring and re- consolidate after
excess moisture has been absorbed; but before plasticity is lost. Provide clean -outs at the
bottom of all grouted courses. Contractor may eliminate clean -outs at the Owner's
discretion, if the bottom of all cells are free of knocked -off mortar fins and dirt. The
Contractor shall hold grout 1 -1/2 inches below the top of the upper most unit when work
stops for over one hour, and thoroughly clean and roughen the joint before proceeding with
the work.
The Contractor shall grout full- space- around door frames and other built -in items. Build in
all work with the masonry including anchor bolts. Build in wall plugs, doors, windows, and
accessories and plumbing appurtenances as erection progresses.
4 -5
H: \File Sys \WWP - WasteWater \WWP -27 -3626 Lind Ave Lift Station \Design \Final Design \Final Lind LS Tech Specs - City
Modified.doc 03/20/2013 11:36 ANI
0 2013 RH2 Engineering, Inc.
Winter — Summer 2010 City of Renton l
Division 4 - Masonry 2010 Sewer Pump Stations
I
At the stoppage of work at any time, the work shall be covered with tarpaulins or boards to
prevent rain or snow from entering the cores of the block. The walls shall be adequately
braced to support masonry. If mortar or grout has been misplaced, the Contractor shall have
it immediately removed.
Shore reinforced lintels a minimum of 14 days after grout placement or until a 28 -day 1
strength is achieved.
Prior to completion, fill all holes in joints. All defective joints shall be cut out and repointed. I
At the end of each day's work and after final pointing, dry -brush the masonry surface.
4 -6 1
H: \File Sys \WWP - WasteWater \WWP -27 -3626 Lind Ave Lift Station \Design \Final Design \Final Lind IS Tech Specs - City
Modified.doc 03/20/2013 11:36 AM
© 2013 RH2 Engineering, Inc.
t
0
t
Division 5
Fabricated Metalwork and Structural Plastics
5.00 GENERAL
This division covers that work necessary for furnishing and installing all fabricated
metalwork as described in these specifications and as shown on the plans.
Sections in these specifications titled "Common Fork for Fabricated Metalwork and Structural
Plastics" shall apply to all following subsections whether directly referenced or not.
5.05 Common Work for Fabricated Metalwork and Plastics
Part 1 - General
Related Sections
Division 9.05.00 Common Work for Finishes; 9.06 Color Schedule; 9.91.11 Aluminum in
contact; 9.91.13.2 Exterior metals; 9.91.23.1 Metals dry interior; 9.91.23.2 Metals wet interior;
9.91.23.3 Galvanized iron and nonferrous; 9.91.23.4 Overhead decking; 9.91.33 Submerged
metals.
For Seismic Restraint see Division 1.81
Submittals
• Shop Drawings showing details of Fabricated Metalwork including connections and
welding
• FRP Data Sheets verifying specification requirements
• Concrete Anchors
•. .Calculations and plans stamped by a professional engineer licensed in the State of
Washington for all Contractor- or Manufacturer - designed components or assemblies.
Inspections
Unless otherwise noted on the plans, specifications, or building department requirements,
special inspections related to metal fabrications, placement and welding shall be subject to
48 -hour notice to the Engineer prior to the inspection time. 48 -hour notice is defined in
Division 1, Contractor Responsibility.
Any Field welding shown on the plans will require special inspections in accordance with
Table 1704.3 of the IBC.
Quality Assurance
Only prequalified welds (as defined by AWS) shall be used.
Fabricator shall be registered and approved to perform shop fabrication without special
inspection. Submit certificate of compliance to the Owner at the completion of fabrication.
Owner will forward this to the Building Official.
If fabricator is not registered and approved, or the certificate of compliance is not received,
the Contractor shall reimburse the Owner for all Special Inspections required by the IBC on
5 -1
H: \File Sys \WWP - WasteWater \WWP -27 -3626 Lind Ave Lift Station \Design \Final Design \Final Lind LS Tech Specs - City
Modified.doc 03/20/2013 11:36 AM
© 2013 RH2 Engineering, Inc.
Spring 2013 City of Renton
P g tY
Division 5 - Metals Lind Lift Stations
shop fabricated items. The Contractor shall also reimburse the Owner for all Special
Inspections required by the IBC for field welding not specifically shown on the plans.
Contractor shall alert Owner at least 30 calendar days in advance if such Special Inspections
will be required in order to procure the services of a testing lab.
Special Inspection by the Owner does not relieve the contractor of responsibility of t
performing his own inspections and testing to ensure that all items are properly constructed.
Part 2 - Products ,
Manufactured Units
Design of Contractor- or Manufacturer - designed components or assemblies shall meet the
specific component requirements as provided here -in, as well as all applicable state and
federal codes. Design shall include gravity loads and seismic loads in accordance with ASCE
7 -05 Chapter 13 "Seismic Design Requirements for Nonstructural Components ". Design
criteria shall be as provided herein for components, and as provided on the plans.
Contractor- designed components and assemblies shall be shop welded and field bolted if
possible. Field welding will NOT be allowed unless specifically shown, or there is no
reasonable alternative.
Fabrication
All welding shall be in accordance with AISC and American Welding Society (AWS) standards
and shall be performed by AISC and AWS certified welders using electrodes to match base '
material. Only prequalified welds (as defined by AWS) shall be used. Welding inspection shall
be performed in accordance with the applicable AWS provisions and Chapter 17 of the 2006
IBC. Shop welding requiring inspection or testing per IBC Chapter 17 must be tested by an
independent testing laboratory certified by AWS and approved by the owner at the I
contractor's expense. Field welding will be inspected by a representative of the owner at the
owner's expense. This does not relieve the contractor of responsibility of performing his own
inspections and testing to ensure that all items are properly constructed.
Finishes
All steel fabrications shall be surface prepped, shop primed and field coated in accordance
with Division 9. Shop priming shall be protected as required to prevent damage to the
coating during shipping. Hold back shop priming from areas to be field welded.
Part 3 - Execution
Preparation
All shop welds shall be ground smooth.
Any shop paint on metal surfaces adjacent to joints to be field welded shall be wire brushed
to remove the paint film prior to welding.
Where steel items to be welded are galvanized, galvanizing must first be removed by grinding
with a silicon carbide wheel, by grit blasting or by sand blasting.
Installation
5 -2
H: \File Svs \WWP - WasteWater \WWP -27 -3626 Lind Ave Lift Station \Design \Final Design \Final Lind LS Tech Specs - City
Modified.doc 03/20/2013 11:36 AM
© 2013 RH2 Engineering, Inc.
t
'J
t
t
1
Spring 2013 City of Renton
Division 5 —Metals Lind Lift Station
Fabrications shall be installed as shown on the approved shop drawings. All members shall
be accurately located and erected plumb and level.
Metal fabrications shall be installed or erected as based on the American Institute of Steel
Construction (AISC) "Specification for the Design, Fabrication, and Erection of Structural
Steel for Buildings ", latest edition, plus all referenced code requirements.
Temporary bracing, such as temporary guys, braces, false -work, cribbing, or other elements,
shall be provided by the Contractor in accordance with the requirements of the "Code of
Standard Practice ", wherever necessary to accommodate all loads to which the structure may
be subjected, including construction loads. Such bracing shall be left in place as long as may
be required for safety. As erection progresses, the work shall be securely bolted or welded to
compensate for all loads during construction.
No permanent bolting 'or welding shall be performed until the structure has been properly
aligned.
5.05.23 Structural Connectors
Part 2 - Products
Materials
Under no circumstances shall the fasteners be of lesser strength or higher corrosive potential
than the materials being connected.
Connection bolts, nuts and washers for all materials in wet conditions including wet well and
valve vault shall be Stainless Steel. Minimum grade 304 in raw domestic or treated domestic
water. Minimum grade 316 in treatment process and sewage applications. Minimum grade
317 for acidic transport. Bolts and nuts shall meet ASTM F593 and F594.
Steel Fabrications: Connection bolts for dry conditions may be A307 galvanized bolts.
Aluminum and Structural Plastic Fabrications: Connection bolts shall be Stainless Steel.
For mechanical pipe (non structural) connections, see Division 15, "Common Work for Pipe
and Fittings ".
Part 3 - Execution
Installation
All materials to be joined together shall be connected as shown on the plans, specifications,
as recommended by the manufacturer, or as required by standard industry practices if not
otherwise specified.
5.05.24 Concrete Anchors
Part 2 Products
Materials
Concrete Anchors shall be Hild HIT -RE 500 -SD Adhesive Anchors.
Threaded rod shall be SST in exterior and wet conditions.
5 -3
H: \File Sys \WVT - WasteWaterMR -27 -3626 Lind Ave Lift Station \Design \Final Design \Final Lind LS Tech Specs - City
Modified.doc 03/20/2013 11:36 AM
© 2013 RH2 Engineering, Inc.
Spring 2013 City of Renton
Division 5 - Metals Lind Lift Stations
Part 3 - Execution
Installation
Install in accordance with Manufacturer's recommendations. Special Inspection in
accordance with IBC, Section 17, must be provided. Concrete anchors shall not be used to
resist tension or fatigue loading without Owner's evaluation and approval.
Use threaded rod or reinforcing bar as shown on the drawing, and meeting Manufacturer's
recommendations. Provide minimum embedment as shown. Holes shall be drilled with
carbide - tipped drill bit. Holes shall be cleaned of dust and debris. Adhesive shall be inserted
with a mixing nozzle.
5.10 STRUCTURAL FRAMING
5.12 Structural Steel
Part 2 - Products
Materials
Structural steel shall conform to the following requirements:
Plates, shapes, angles, rods - ASTM A36, Fy >_ 36 ksi
Special Shapes, Plates - ASTM A572, Fy >_ 50 ksi
Pipe Columns - ASTM A53, Grade B Type E or S, Fy >_ 35 ksi
Structural Tubing - ASTM A500, Grade B, Fy >_ 46 ksi
Finishes
Finish - Mill finish
5.13 Stainless Steel
Part 2 - Products
Materials
Stainless steel shall be type 304 (non - welded) or type 304L (welded).
Plates - ASTM A240
Fasteners - ASTM F593
Extruded Structural Shapes - ASTM A276
Pipe - ASTM A240 (larger than 6" diameter); ASTM A312 (6" diameter and smaller)
Finishes
All stainless steel shall have a standard mill finish where concealed or No. 4 finish where
exposed and shall be cleaned of all foreign matter before delivery to the job site.
5 -4
H: \File Sys \WWP - WasteWater \WWP -27 -3626 Lind Ave Lift Station \Design \Final Design\Final Lind LS Tech Specs - City
Modified.doc 03/20/2013 11:36 AM
© 2013 RH2 Engineering, Inc.
Spring 2013 City of Renton
Division 5 —Metals Lind Lift Station
5.14 Aluminum
Part 2 - Products
Materials
Plates - ASTM B209, Type 6061 -T6
Extruded Shapes - ASTM B308, Type 6061 -T6
Pipe - ASTM B210 Type 6061
Architectural Applications - ASTM B210, Type 6063
Finishes
Aluminum materials in contact with concrete or other metals or other masonry materials
shall have surfaces coated per Division 9.
5.15 Galvanized Steel
Part 2 - Products
Materials
Base metal shall be as specified for Mild Steel.
Hot -dip galvanized after fabrication in accordance with ASTM A 924/A 924M.
Finishes
For pieces that will NOT be painted, galvanize with zinc coating in accordance with ASTM
A 653/A 653M
For pieces that WILL be painted, galvanneal with zinc/ 10% iron coating in accordance with
ASTM A 653/A 653M
5.17 Fiberglass Reinforced Plastic (FRP) Structural Shapes
Part 2 - Products '
Manufacturers
All FRP components shall be equal to that manufactured by Strongwell.
Materials
Fiberglass reinforced plastic (FRP) structural shapes .shall be produced using the pultrusion
process. Mechanical and physical properties (from ASTM coupon specimens) must be
submitted to the Engineer for approval.
Pultruded structural shapes are to have the minimum longitudinal mechanical properties
listed below:
5 -5
H: \File Sys \WWP - WasteWater \WWP -27 -3626 Lind Ave Lift Station \Design \Final Design \Final Lind LS Tech Specs - City
Modified.doc 03/20/2013 11:36 AM
© 2013 RH2 Engineering, Inc.
Spring 2013 City of Renton
Division 5 -Metals Lind Lift Stations
Property
ASTM Method
Value
Units
Tensile Strength
D -638
30,000 206
psi Pa
Tensile Modulus
D -638
2.5 x 106 17.2
psi GPa
Flexural Strength
D -790
30,000 206
psi a
Flexural Modulus
D -790
1.8 x 106 12.4
psi GPa
Flexural Modulus (Full Section
N/A
2.8 x 106 19.3
psi GPa
Short Beam Shear (Transverse)
D -2344
4,500 31
psi Pa
Shear Modulus (Transverse)
N/A
4.5 x 10' 3.1
psi GPa
Coefficient of Thermal Expansion
D -696
8.0 x 10-6
in /in / °F
1.4 x 10 -6
cm /cm / °C
Flame Spread
E -84
25 or less
N/A
Finishes
Seal cut edges and holes according to manufacturer's instructions with a polyester resin
compatible with resin matrix of structural shape and corrosion resistance equal or superior
to the grating. Glass fibers shall be well covered with resin to protect against their exposure
due to wear or weathering.
All finished surfaces of FRP items and fabrications shall be resin -rich, free of voids and
without dry spots, cracks, crazes or unreinforced areas. All glass fibers shall be well covered
with resin to protect against their exposure due to wear or weathering.
5.53 Grating
5.53.1 Common Work for Grating
Part 1- General
Design Requirements
Grating shall be selected for a '/a -inch maximum deflection under a uniform live load of
100psf or a point live load of 500 pounds at any point on the grating (whichever is more
critical), unless otherwise shown on the plans. Thickness shall be as needed to meet these
requirements unless otherwise shown on the plans.
Panels shall be sized such that any single grating piece shall not weigh more than 50 pounds.
The horizontal clearance between the grating and grating supports shall not be less than ' /c-
inch nor greater than 1/2 -inch. Contractor shall field measure grating supports as required to
achieve required fit. Shop drawings shall be based on field dimensions as appropriate.
Part 2 - Products
Materials
5 -6
H: \File Sys \WWP - WasteWater \WWP -27 -3626 Lind Ave Lft Station \Design \Final Design \Final Lind LS Tech Specs - City
Modified.doc 03/20/201311:36 AM
© 2013 RH2 Engineering, Inc.
fl
t
1
t
t
t
I)
t
it
t
t
Quality Control
The supplier shall be required to supply a copy of the ICBO report or test report from an
independent testing laboratory showing ASTM -E84 flame spread and structural properties,
including deflection. Test results must be less than two years old. ASTM -E84 flame spread
must be less than 30.
Finishes
Grating bars shall have a skid- resistant walking surface.
5 -7
H: \File Sys \WWP - WasteWater \WWP -27 -3626 Lind Ave Lift Station \Design \Final Design \Final Lind LS Tech Specs - City
Modified.doc 03/20/2013 11:36 AM
© 2013 RH2 Engineering, Inc.
Spring 2013 City of Renton
S r
P g tY
Division 5 —Metals Lind Lift Station
Unless shown otherwise, materials used for supporting members shall match the materials
used for the grating except all embedded grating supports shall be stainless steel, and grating
supports for FRP grating may be stainless steel.
Attachment between grating and supporting members below grating shall be made with a
I
minimum of four clips per panel. All mechanical grating clips shall be manufactured of Type
316SS (stainless steel).
Fabrication
Grating shall be fabricated in such a manner that field cutting and drilling is not required.
Panels shall be fabricated and installed in strict accordance with the manufacturer's
recommendations.
5.53.7 Fiberglass Reinforced Plastic (FRP) Grating
Part 1- General
tDeflection
Design Requirements
be less length/ 100 t/4 inches
must than span or maximum.
Gratings shall also have tested burn time of less than 30 seconds and an extent of burn rate
of less than or equal to 10 millimeters per ASTM D635.
Part 2 - Products
Materials
All FRP grating with a clear span of 48 inches or less shall be a fiberglass reinforced
composite molded with smooth mold surfaces. All bearing bars and cross -bars of the
grating shall be molded at the same time into a one -piece construction.
All FRP grating with a clear span of greater than 48 inches shall be manufactured from
thermally cured pultruded structural load and tie bar components. The load bar shall be
formed using continuous strand roving and an outside covered with a continuous strand mat
and a UV resistant synthetic surfacing veil. Mechanical and bonded intersection shall be
provided between the load and tie bar components. Every end of every load bar must be
structurally supported.
All supporting members shall be Fiberglass Reinforced Plastic or stainless steel structural
shapes.
Quality Control
The supplier shall be required to supply a copy of the ICBO report or test report from an
independent testing laboratory showing ASTM -E84 flame spread and structural properties,
including deflection. Test results must be less than two years old. ASTM -E84 flame spread
must be less than 30.
Finishes
Grating bars shall have a skid- resistant walking surface.
5 -7
H: \File Sys \WWP - WasteWater \WWP -27 -3626 Lind Ave Lift Station \Design \Final Design \Final Lind LS Tech Specs - City
Modified.doc 03/20/2013 11:36 AM
© 2013 RH2 Engineering, Inc.
5 -8
H: \File Sys \WWP - WasteWater \WWP -27 -3626 Lind Ave Lift Station \Design \Final Design \Final Lind LS Tech Specs - City
Modified.doc 03/20/2013 11:36 AM
© 2013 RH2 Engineering, Inc.
l
Spring 2013 Ci of Renton
p g tY
Division 5 - Metals Lind Lift Stations
All finished surfaces of FRP items and fabrications shall be resin -rich, free of voids and
without dry spots, cracks, crazes or unreinforced areas. All glass fibers shall be well covered
with resin to protect against their exposure due to wear or weathering.
All cut or damaged edges shall be sealed with a resin sealant of equal or superior corrosion
resistance to the grating.
5.60 LADDERS
5.60.1 Common Work for Ladders
Part 1 - General
Design Requirements
Ladders shall meet the requirements set forth in OSHA 1910.27 and WAC (Washington
Administrative Code) 296 -24 -735 through 296 -24- 81011.
The ladder shall also be capable of supporting a concentrated vertical load of 300 pounds
applied at the mid -span of the rung.
Safety cages, platforms, and fall prevention devices shall be provided as shown on the plans.
They shall comply with WAC Section 296- 24 -81.
Ladders shall extend the full distance from base landing to top access plus extension.
Ladders that are short shall be field extended by method approved by the Engineer or
replaced with proper length ladder.
Part 2 - Products
Materials
All ladders and ladder accessories shall be aluminum in the valve vault and FRP in the
wetwell as indicated on the plans.
Fabrication
Ladders shall be shop assembled, pre - drilled and prepared for field attachment of standoff
clips, or as otherwise shown.
5.60.10 Fiberglass Reinforced Plastic (FRP) Ladders
Part 2 - Products
Materials
FRP ladders shall be made from FRP structural shapes as specified.
Ladder side rails shall be produced by the pultrusion process. The side rails shall be 2"
square tube with a wall thickness of .25 ". The rungs shall be 1" minimum diameter thermal
cure clear solid rod with a nonslip footing surface. All joints and rungs shall be epoxied and
riveted.
'
Fabrication
5 -8
H: \File Sys \WWP - WasteWater \WWP -27 -3626 Lind Ave Lift Station \Design \Final Design \Final Lind LS Tech Specs - City
Modified.doc 03/20/2013 11:36 AM
© 2013 RH2 Engineering, Inc.
Spring 2013
Division 5 —Metals
City of Renton
Lind Lift Station
Ladders shall be shop assembled, pre - drilled and prepared for field attachment of standoff
clips.
All cut or machined edges shall be sealed with a resin compatible with the resin matrix used
in the structural shape.
5 -9
H: \File Sys \WWP - WasteWater \WWP -27 -3626 Lind Ave Lift Station \Design \Final Design \Final Lind LS Tech Specs - City
Modified.doc 03/20/2013 11:36 AM
© 2013 RH2 Engineering, Inc.
Division 6
Carpentry
6.00 GENERAL
This division covers that work necessary for furnishing and installing all carpentry as
described in these specifications and as shown on the plans.
Sections in these specifications titled "Common Vork for ..." shall apply to all following
subsections whether directly referenced or not.
6.05 Common Work for Carpentry
Submittals
Submittal information shall be provided to the Owner for the following items:
• Structural Wood
• Trusses —Submit calculations and shop drawings stamped by a licensed, professional
engineer registered in the State of Washington.
Treated
6.14 Pressure Wood
Part 1 - General
Submittals
Submit pressure treatment type and application rate for each of the following applications:
CMU Wall Top Plate — Use Category UC2
Prefabricated Trusses — Use Category UC1
Applicable AWPA Standards shall be supplied to the Engineer with submittal.
Part 2 - Products
Components
Pressure treatment type and application rate shall be appropriate for the Use Category as
determined by the American Wood Preserves Association (AWPA).
Chemical content shall be 0.40 lb /c£
Finishes
Coat cut ends of pressure treated wood with copper naphthenate based wood preservative.
6.16 Wood Sheathing
i
Part 2 - Products
Materials
6 -1 1
H: \File Sys \WWP - WasteWater \WWP -27 -3626 Lind Ave Lift Station \Design \Final Design \Final Lind LS Tech Specs - City
Modified.doc 03/20/2013 11:36 AIM
© 2013 RH2 Engineering, Inc.
t
t
t
t
1
n.
Spring 2013 City of Renton
Division 7 — Thermal and Moisture Protection Lind Lift Statioin
Wood sheathing shall be C -D exposure 1 or better Engineered Wood Association (APA)
rated plywood or Oriented Strand Board (OSB). Thickness shall be as shown on the plans.
Part 3 - Execution
Construction
Provide blocking at unframed panel edges where noted on the plans. Nail sheathing as .
shown on the plans. If not shown, provide nailing as follows, at a minimum: 8d nails at 6
inches on center at framed panel edges, trusses and diaphragm boundaries and 12- inches on
center elsewhere.
6.17 Shop Fabricated Structures
6.17.53 Premanufactured Wood Trusses
Part 1- General
References
Trusses shall meet the Plate Testing and Evaluation Criteria and Quality Criteria and shall be
designed in accordance with the Design Procedures as given in ANSI / TPI 1 -2002 as
published by the Truss Plate Institute.
Quality Assurance
Prefabricated wood trusses and cross - bracing and blocking shall be designed and certified by
the truss manufacturer to meet the loads shown on the plans.
Truss design shall be stamped by a Washington State licensed Professional Engineer.
6 -2
H: \File Sys \WWP - WasteWater \WWP -27 -3626 Lind Ave Lift Station \Design \Final Design \Final Lind LS Tech Specs - City
Modified.doc 03/20/2013 11:36 AM
© 2013 RH2 Engineering, Inc.
Division 7
i
Thermal and Moisture Protection
7.00 GENERAL
This division covers furnishing all labor, materials, and equipment for providing a structure
which is completely weather- tight.
Sections in these specifications titled "Common Fork for Thermal and Moisture Protection" shall
apply to all following subsections whether directly referenced or not.
7.05 Common Work for Thermal and Moisture Protection
Part 1- General
Submittals
Submittal information shall be provided to the Owner for the following items:
• Caulk
• Roofing System
• Insulation Systems and Installation Verifications
Warranty — Roofing System
The roofing Contractor shall warrant the roof system provided under this contract against
leakage, and defects in materials and workmanship for a period of two years after date of
project acceptance. The roofing system manufacturer shall provide a warranty for the roof
system against leakage and defects in materials for a period of eighteen years after the
roofing Contractor warranty expires.
Following roof installation, supplier shall furnish services of a qualified manufacturer's
representative to inspect the roof and inform Owner of any defects or concerns regarding
condition of roofing system at the job site. Contractor shall provide repair as necessary to
the satisfaction of the manufacturer representative at Contractor's expense. Upon resolution
of any defects or concerns (if any), manufacturer's warranty shall then be in full effect. The
finished roofing system shall be free from leaks, warps, permanent discoloration, and coating
degradation for the warranty period.
The Roofing system manufacturer's warranty shall be non - prorated and in full effect (100%
covered) for the full 2 years following project acceptance.
The manufacturer's warranty shall be prorated from 100% covered from year 2 to year 5 and
linearly decreasing to 10% at year 20.
7.20 THERMAL PROTECTION
7.21 Thermal Insulation
7.21.3 Ceiling Insulation t,
Part 1— General
7 -1
H: \File Sys \WWP - WasteWater \WWP -27 -3626 Lind Ave Lift Station \Design \Final Design \Final Lind LS Tech Specs - City
Modified.doc 03/20/2013 11:36 AM
© 2013 RH2 Engineering, Inc.
t
I
s
fl
t
Spring 2013 City of Renton
Division 7 — Thermal and Moisture Protection Lind Lift Station
Performance Requirements
Insulation shall be craft paper faced bat with a minimum R value of 38.
Part 2 — Products
Manufacturers
Ceiling insulation shall be equal to Owens Corning
Part 3 — Execution
Installation
Provide and install ceiling insulation as shown on the project plans. Place insulation with
craft paper face down and as recommended by the manufacturer. Insulation shall be placed
to the extents possible to cover the attic. Place baffles above the insulation as the slope of
the roof meets the building edge.
7.21.4 Foundation Insulation
Part 1— General
Performance Requirements
Provide a minimum R value of 10. Insulation shall be suitable for direct bury application.
Storage and Handling
Protect insulation stored on the jobsite from physical damage and direct sunlight. Insulation
should be stored off the ground and covered with a light color polyethylene film. Make sure
the covered insulation is well ventilated to prevent excessive temperature build -up.
Part 2 — Products
Manufacturers
Insulation shall be Foamular 150 as manufactured by Owens Corning or equal.
Part 3 — Execution
Installation
Extruded polystyrene insulation shall be placed as shown on the plans. Contractor shall not
damage insulation during installation and take adequate care to backfill soils to meet
compaction standards while not damaging insulation. Finish top edge of insulation 1"-2"
below finished ground elevation.
Install only as much insulation as can be covered, at least temporarily, during the same day.
7.21.5 CMU Wall Insulation
Part 1— General
Performance Requirements
7 -2
H: \File Sys \WWP - WasteWater \WWP -27 -3626 Lind Ave Lift Station \Design \Final Design \Final Lind LS Tech Specs - City
Modified.doc 03/20/2013 11:36 AM
© 2013 RH2 Engineering,. Inc.
Spring 2013 City of Renton
Division 7 — Thermal and Moisture Protection Lind Lift Station
All non - grouted exterior exposed CMU walls shall be insulated to R- values as stated on the
plans.
Part 2 — Products
Manufacturers
All concrete masonry units with an exterior face shall be insulated with Perlite block
insulation or equal.
Part 3 — Execution
Installation
Insulation shall be installed by methods and personnel approved by the block manufacturer.
7.21.10 Exposed Small Piping Insulation
Part 2 — Products
Manufacturers
Insulation shall be equal to S and S Industries.
Part 3 — Execution
Installation
All exposed piping 1" and less used to distribute hot, tepid, cold, potable and non - potable
water shall be insulated with closed cell polystyrene insulation pre slit and installed per
manufacturer's written information. Insulation shall be sized to match the diameter of the
piping.
7.46 Siding
7.46.43 Steel Materials
7.46.43.2 Steel Soffit Panels
Part 1— General
Design Requirements
The panels shall be able to withstand the wind loading identified in the Plans.
Finishes
Finish all panels as recommended by the manufacturer. Color shall be chosen by the owner
from a minimum of 15 colors.
Part 2 — Products
Materials
Panels shall be equal to AEP Span Prestige Series (PS -12) soffits. Panels shall have a
Zincalume or Kynar finish. Vented and non - vented aoffit panels shall have matching beads
7 -3
H: \File Sys \WWp - WasteWater \WWp -27 -3626 Lind Ave Lift Station \Design \Final Design \Final Lind LS Tech Specs - City
Modified.doc 03/20/2013 11:36 AM
0 2013 RH2 Engineering, Inc.
1
I
t
1,
Spring 2013 City of Renton
Division 7 — Thermal and Moisture Protection Lind Lift Station
or groove widths and matching finishes. Provide venting per local building code
requirements. All vents shall include aluminum or galvanized bird screens.
Part 3 — Execution
Installation
Panels shall run perpendicular to rafters. Install panels next to transition between wall and
eve as recommended by the manufacturer.
Panels shall run perpendicular to studs. Install per manufacturer's written recommendations.
7.60 FLASHING AND SHEET METAL
7.61 Metal Roofing
7.61.1 Common Work for Metal Roofing
Part 1— General
General
Work covered in this section consists of furnishing all labor, material, and equipment for
preformed metal roofing as shown on the Plans and as specified herein.
Submittals
Submit shop drawings detailing all edges, hips, valleys, eaves, rakes, other flashing and
include fastener schedule and in accordance with Division 1.33. Prior to Engineer review,
Contractor shall have the shop drawings reviewed and approved by the system
manufacturer.
The Roofer shall submit a list of a minimum of (5) five successfully completed projects with
owner references, total roofing system square footage and roofing cost. The Roofer shall be
regularly engaged in construction of metal roofing systems and approved to install metal
roofing by the accepted system manufacturer. Such approval shall be submitted in writing
along with the shop drawings as specified below.
Storage and Handling
I The Contractor is responsible for continuously maintaining materials subject to precipitation
or weather damage in new condition. Replace warped or weathered plywood, insulation, or
other materials damaged by climatic conditions.
Follow all manufacturer's recommendations regarding product delivery, storage, and
handling of materials.
Part 2 — Products
Materials
Materials shall be purchased directly from the manufacturer's commercial department to
verify that the Contractor is approved by the system manufacturer to install the roofing
system specified.
7 -4
H: \File Sys \WWP - WasteWater \WWP -27 -3626 Lind Ave Lift Station \Design \Final Design \Final Lind LS Tech Specs - City
Modified.doc 03/20/2013 11:36 AM
© 2013 RH2 Engineering, Inc.
Spring 2013 City of Renton
Division 7 — Thermal and Moisture Protection Lind Lift Station
All materials shall be provided by one manufacturer and conform to the current IBC.
Roofing felt shall be 30 -pound asphalt - saturated felt, conforming to ASTM D -250, Type I,
plain, unperforated.
Fasteners shall be as recommended by the roofing manufacturer; lengths as required. Other
miscellaneous exposed fasteners shall be stainless steel or ZAC (exposed head of
zinc / aluminum alloy). Fasteners shall be of the length to penetrate the top ridges of the
steel decking only. Fasteners shall be inserted to penetrate only the top ridges of the steel
roof support decking.
Finishes
The -Owner shall select the roofing color from manufacturer's standard offering of not less
than fifteen colors. Color options shall be provided with the submitted shop drawings.
Part 3 — Execution
Examination
Verify that work of other trades which penetrates the roof deck, or requires workers and
equipment to traverse roof deck, has been completed.
Examine surfaces for inadequate anchorage, foreign material, moisture, and unevenness
which will prevent the execution and quality of application of roofing system as specified.
Do not proceed with application of roofing until these defects are corrected.
Preparation
Provide temporary roof during inclement weather. Requests for use of alternate structural
and /or base materials with superior weathering resistance, if approved by the Engineer, may
be made in lieu of temporary roof replacement. Submit a description of each temporary
roof system or alternate material schedule proposed.
Provide special protection from heavy traffic on completed work. Restore to original
condition, or replace work or materials damaged during handling of roofing materials.
Installation
Apply roofing felt below waterproof roof paneling, single -ply, lapped shingle fashion, 3 -inch
head laps and 6 -inch side laps. Install no more roofing felt than can be covered by metal
roofing in the same day. Roof underlayment shall be dry and free of defects prior to the
installation of metal roofing.
Apply roofing only in dry weather and when the ambient temperature is above 40 degrees
Fahrenheit.
Except as otherwise shown or specified, comply with recommendations and instructions of
metal roofing manufacturer.
Form and fabricate sheets, seams, strips, cleats, clips, hips, ridges, edge treatments, integral
flashings, and other components of specified metal roofing to profiles, patterns, and
drainage arrangement shown, and as required for permanent leakproof construction.
Provide for thermal expansion and contraction of work caused by ambient air temperature
difference of 100 degrees Fahrenheit.
7 -5
H: \File Sys \WWP - WasteWater \WWP -27 -3626 Lind Ave Lift Station \Design \Final Design \Final Lind LS Tech Specs - City
Modified.doc 03/20/2013 11:36 AM
© 2013 RH2 Engineering, Inc.
t
t
it
I
s
t
L1
Spring 2013 City of Renton
Division 7 — Thermal and Moisture Protection Lind Lift Station
All openings shall be sealed from weather and to prevent recessed areas that may attract
nesting animals. Panel corrugations shall be sealed with the manufacturer's standard closed
cell neoprene blocks conforming to the panel corrugation. Gaps created between
corrugations and flashings shall be avoided whenever possible. Where such gaps occur, they
shall be sealed with manufacturer's low pitch closures, or equal. All closures shall be
installed as close to the face of the opening as possible to minimize any recessed areas.
Provide uniform, neat seams with no exposure of sealant to ultraviolet light.
Flashing with a drip edge shall be installed on all edges, corners and angle points. Valley
gutters shall be provided at all valleys.
Field Quality Control
Metal roofing and its flashing shall be weather - tight. Exposed surfaces shall be free of dents,
scratches, abrasions, or other visible defects.
Construction and fabrication of metal roofing shall comply with Sheet Metal and Air
Conditioning Contractors National Association (SMACNA) recommendations for
fabrication and construction of details, expansion joints, and installation procedures, except
as shown or specified.
Fabricate and install work true and accurate with- lines and corners of exposed metal units.
Form exposed faces and starter sections of seams flat and free of buckles, excessive waves,
and avoidable tool marks considering temper and finish of metal. Hold -down attachments
for roof shall be designed and spaced to resist uplift pressure due to Basic Wind Speed and
Exposure as identified in the General Notes. Provide uniform, neat seams without tool
marks or irregularities.
7.61.3 Preformed Metal Roofing over Wood Decking
Part 2 — Products
Materials
Preformed metal roof paneling shall be equal to the CB -150 Titan Standing Seam system as
manufactured by Custom -Bilt Metals.
The metal roofing system shall consist of 24- gauge, factory- formed, pre - finished panels with
major ribs not less than 1 -3/8" in height. Panels shall be held down to the structure with
concealed clips and fasteners. The fastening schedule shall be designed by the manufacturer
to resist the loads identified in the General Notes. Edges, hips, valleys, eaves, rakes, and
miscellaneous flashing shall be finished with matching pre - finished pieces of 24 -gauge
minimum, to form a weather -tight roofing system.
Exposed sheet metal (including flashing used in this system): minimum 24 -gauge thickness.
Roofing panels shall be factory- prefabricated in accordance with manufacturer's standard
pattern and design. Extend panels from eaves to ridge in one piece.
Shop- fabricate metal in conformance with manufacturer's pattern specifications to result in a
minimum 1 -inch effective water dam height on both edges. Standing seam interval shall not
exceed 16 inches.
7 -6
H: \File Sys \WWP - Wastewater \WWP -27 -3626 Lind Ave Lift Station \Design \Final Design \Final. Lind LS Tech Specs - City
Modified.doc 03/20/2013 11:36 AM
0 2013 RH2 Engineering, Inc.
Spring 2013 City of Renton
P g ty
Division 7 — Thermal and Moisture Protection Lind Lift Station
All final hand turning of seams at joints and junctions is to be of the same quality as the
machine- produced seams. Practices and techniques described in the SMACNA
Architectural Sheet Metal Manual are to be used as the standard of practice unless otherwise
specified or shown on the Plans.
Finishes
Exposed sheet metal treated with a protective coating of Zincalume conforming to ASTM
792, AZ50, with factory- applied paint finish of full- strength Kynar 500 or Hylar 5000 with a
total dry film thickness of one mil. Reverse face shall be protected by a wash coat or primer.
7.70 ROOF AND WALL SPECIALTIES
7.72 Roof Accessories
7.72.1 Common Work for Roof and Wall Specialties I
Part 1— General
Design Criteria
Attic ventilation shall be installed in accordance with IBC 1203. Contractor shall certify in
writing that attic ventilation meets the IBC specification during the submittal process.
Part 3 — Execution
Installation
Blocking shall be installed on all exterior eaves. Ventilation baffles shall be provided at all
eave vents that provide a 1" minimum air gap between the attic insulation and the roof
sheathing. Gable end vents or roof vents shall be provided.
7.72.26 Ridge Vent
Part 2 — Products
Manufacturers
Roof vents shall be equal to Cor -A -Vent model V -600 ridge vents or approved equal.
Part 3 — Execution
Installation
Roof vents shall be applied to both the hip ridges as well as the roof peak unless otherwise
noted on the roof plan.
7.10 DAMPPROOFING AND WATERPROOFING
7.90 JOINT PROTECTION
7 -7
H: \FIle Sys \WWP - WasteWater \WWP -27 -3626 Lind Ave Lift Station \Design \Final Design \Final Lind LS Tech Specs - City
Modified.doc 03/20/2013 11:36 AM
© 2013 RH2 Engineering, Inc.
Spring 2013 City of Renton
Division 7 — Thermal and Moisture Protection Lind Lift Station
7.92 Caulk
Part 1— General
Submittals
Submit schedule for caulk used on the project for approval prior to application.
Part 2 — Products
Materials
Concrete and Masonry
DAPS Premium Polyurethane Concrete & Masonry Sealant or equal.
Other Surfaces
Contractor shall provide caulk appropriate to surface and reason for caulk application.
Caulk shall be the most durable available (longest warranty) by DAM, or equal.
Part 3 — Execution
Installation
Caulk all joints and spaces necessary to provide a completely weather -tight product.
Apply caulking in strict accordance with manufacturer's directions with regard to
temperature at application and curing times, surface condition, moisture and cleanliness.
Apply after surfacing prime and prior to final coatings if surface is to be coated. If surface
will not be coated, provide color choices to the Owner for approval prior to application.
Clean all adjoining surfaces of excess . sealant, smears, or marking due to application and
leave joints with neat, uniformly -filled surfaces.
7 -8
H: \File Sys \WWp - WasteWater \WWp -27 -3626 Lind Ave Lift Station \Design \Final Design \Final Lind LS Tech Specs - City
Modified.doc 03/20/2013 11:36 AM
0 2013 RH2 Engineering, Inc.
Division 8
Openings
8.00 GENERAL
Sections in these specifications titled "Common Fork for Opening' shall apply to all following
subsections whether directly referenced or not.
8.05 Common Work for Openings
Part 1 - General
Summary
This division covers furnishing all labor, materials, and equipment necessary for providing all
hatches.
Submittals
Submittal information shall be provided to the Owner for the following items:
• Door
• Hatches
• Hardware
• Locks
• Keys
8.06 Schedule
See the plans for schedule of hatches and hardware.
8.10 DOORS AND FRAMES
8.11 Metal Doors and Frames
8.11.1 Common Work for Metal Doors and Frames
Part 1 - General
Summary
This specification covers the doors, frames, accessories, and hardware for both interior and
exterior man doors.
Related Sections
Div 1.16 Owner Standard Locks and Keys
Submittals
Submittal information shall include the following:
8 -1
H: \File Sys \WWP - WasteWater \WWP -21 -3626 Lind Ave Lift Station \Design \Final Design \Final Lind LS Tech Specs - City
Modified.doc 03/20/2013 11:36 AM
0 2013 RH2 Engineering, Inc.
Scheduling
The Contractor shall ensure that all approvals and /or shop drawings are supplied or
returned to the manufacturer in time for fabrication without affecting construction progress
schedule. In addition, he shall ensure that templates and /or actual hardware requested by
manufacturer are available in time for fabrication without affecting construction progress
schedule
Warranty
The Manufacturer shall provide a one (1) year warranty against defects in workmanship and
materials, including warping,. rotting, decaying or bowing. The Installer shall warrant
installation procedures and performance for a minimum of two (2) years from the point of
substantial completion against defects due to workmanship and materials handling.
Part 2 - Products
Components
8 -2
H: \File Sys \WWP - WasteWater \WWP -27 -3626 Lind Ave Lift Station \Design \Final Design \Final Lind LS Tech Specs - City
Modified.doc 03/20/2013 11:36 AM
© 2013 RH2 Engineering, Inc.
Spring 2013 City of Renton
Division 8 - Openings Lind Lift Station
Manufacturer's product data and installation instructions for each type of door, frame,
accessory, or hardware. Include both published data and any specific data prepared for this
project.
Door and frame shop drawing for approval prior to fabrication. Include detailed plans,
elevations, details of framing members, required clearances, anchors, and accessories.
Include relationship with adjacent materials.
As requested by the Engineer, provide sample color chips representing specified colors and
finishes.
Performance Requirements
Doors between rooms requiring a fire separation shall have a listed fire rating equal to or
greater than the required room fire rating. See plans for which rooms are required to be
separated with a fire door. Doors and frames shall be listed and labeled for a minimum of
45 minutes.
Doors between rooms requiring an acoustical separation (soundproof or sound rated door)
shall have a minimum STC rating of 45.
All exterior doors and frames shall be insulated for a maximum U -value of 0.60.
Quality Assurance
The manufacturer(s) shall be a minimum of ten (10) continuous years documented
experience specializing in the manufacturing of doors, frames, accessories, and /or hardware
of the type required for this project. At the request of the Engineer, the manufacturer shall
provide testing and /or certification information demonstrating that the manufacturer shall
has design and constructed all equipment to the latest applicable codes and standards. The
manufacturer or his representative shall be available for consultation to all parties engaged in
the project, including instruction to installation personnel.
Scheduling
The Contractor shall ensure that all approvals and /or shop drawings are supplied or
returned to the manufacturer in time for fabrication without affecting construction progress
schedule. In addition, he shall ensure that templates and /or actual hardware requested by
manufacturer are available in time for fabrication without affecting construction progress
schedule
Warranty
The Manufacturer shall provide a one (1) year warranty against defects in workmanship and
materials, including warping,. rotting, decaying or bowing. The Installer shall warrant
installation procedures and performance for a minimum of two (2) years from the point of
substantial completion against defects due to workmanship and materials handling.
Part 2 - Products
Components
8 -2
H: \File Sys \WWP - WasteWater \WWP -27 -3626 Lind Ave Lift Station \Design \Final Design \Final Lind LS Tech Specs - City
Modified.doc 03/20/2013 11:36 AM
© 2013 RH2 Engineering, Inc.
Spring 2013 City of Renton
Division 8 - Openings Lind Lift Station
Provide doors, frames, and accessories as noted on the Door Schedule. Provide door
hardware as specified, as noted on the Door Schedule, and as required by the local building
code.
Contractor shall provide weather tight trim around all doors whether shown on the plans or
not.
The frames shall be furnished with sufficient wall and head anchors to secure the jamb and
door against all operating, wind, and seismic loads. Exterior door frames shall have an
integral weather -strip at head and jambs. Frames shall be trimmed in the field to form a
weather tight seal if shown on the plans or not.
Accessories
Provide door accessories as noted on the Door Schedule.
Hinges shall provide 180 - degree rotation of the door. Hinges which are exposed at building
exterior shall be equipped with tamper -proof pins that cannot be removed. Hinges exposed
at the interior of the building shall be removable. The manufacture shall provide door stops;
no screw -on stops will be accepted.
Finishes
Prime doors and frames at the factory according to requirements for metals in Division 9.
Finishes shall be per the appropriate metal finishes in Division 9.
Part 3 - Execution
Installation
Install doors and frames in accordance with manufacturer's instructions and approved shop
drawings; set frames plumb, square, level, and aligned to receive doors. Anchor frames to
adjacent construction in strict accordance with recommendations and approved shop
drawings and within tolerances specified in manufacturer's instructions. Seal metal -to -metal
joints between framing members using good quality elastomeric sealant, and all doorjambs
with Caulking as specified.
Reinforce hinge and lock areas. Mount door using minimum of three (3) hinges.
Hang door in the frames and apply hardware in a neat, secure manner so that the doors will
operate without dragging or binding.
Cleaning /Repair
Upon completion of installation, thoroughly clean door and frame surfaces in accordance
with AAMA 609. Do not use abrasive, caustic or acid cleaning agents.
Protect products of this section from damage caused by subsequent construction until
substantial completion. If damage does occur, Contractor shall repair damaged or defective
products to original specified condition in accordance with manufacturer's
recommendations. Replace damaged or defective products that cannot be repaired to
Owner's acceptance.
8 -3
H: \File Sys \WWP - WasteWater \WWP -27 -3626 Lind Ave Lift Station \Design \Final Design\Final Lind LS Tech Specs - City
Modified.doc 03/20/2013 11:36 AM
© 2013 RH2 Engineering, Inc.
1
f
t
fJ
Spring 2013 City of Renton
Division 8 - Openings Lind Lift Station
8.11.13 Steel Doors and Frames
Part 2 - Products
Components
Doors shall be of flush construction, fabricated from 16 gauge steel minimum, 1 -3/4 inch
thick. Doors shall be insulated with a solid polyurethane or urethane foam core.
Door frames shall be 14 -gauge galvanized steel, as manufactured or recommended by the
door supplier specifically for the door installed. Frames shall be furnished with sufficient
wall and head anchors to secure the jamb and door against all operating, wind, and seismic
loads.
Alternatively, door frames installed within CMU walls can be 16 -gauge galvanized steel, tied
to the CMU with masonry wire clips. Fully grout CMU block within one length of a full-
sized block measured from door frame.
8.30 SPECIALTY DOORS
8.34 Access Hatches
8.34.2 Vault Hatches
Part 1- General
Summary
Access hatches shall be of the dimensions and type shown on the project plans.
Related Sections
Div 1.16 Locks and Keys
Div 11.12.2 Submersible Sewer Pump
Performance Requirements
Door leaf (or leaves) shall be able to withstand alive load of 300 lb /ft2 with a maximum
deflection of 1/150th of the span.
Access doors shall be rated for H -20 (AASHTO) loading.
Submittals
Provide manufacturer's statement of load rating.
Warranty
Manufacturer shall guarantee against defects in material or workmanship for a period of five
years.
Part 2 - Products
Manufacturers
All hatches shall be East Jordan Iron Works, Inc., LW Hatch or approved equal.
8 -4
H: \File Sys \WWp - wastewater \WWp -27 -3626 Lind Ave Lift Station \Design \Final Design \Final Lind LS Tech Specs - City
Modified.doc 03/20/2013 11:36 AM
© 2013 RH2 Engineering, Inc.
Spring 2013 City of Renton
P g tY
Division 8 - Openings Lind Lift Station
Components
Access hatches shall have aluminum diamond plate door leaf (or leaves), stainless steel
spring lift, neoprene weather seal, stainless steel hardware, self latching stainless steel slam
lock, and recessed padlock hasp. Any drainage provision provided by the hatch shall be
routed to the vault or building sump or drain system unless shown otherwise on the plans.
Channel frame shall have a full anchor flange around the perimeter and shall allow for
proper water drainage.
Compression spring operator lift system enclosed in telescopic tubes shall be provided for
smooth, easy and controlled door operation throughout the entire arc of opening and
closing. Operation shall not be affected by temperature: The door shall automatically lock
in the vertical position by means of a heavy steel hold -open arm with release handle.
All access hatches and lids covering server wet wells shall be gas and odor -tight with a continuous EPDM
gasket affixed to the frame to form an odor - resistant barrier around the entire perimeter of the cover. The
door frame shall incorporate a 718" Neoprene bumper, a continuous EPDM debris gasket, and a
continuous EPDM odor - resistant gasket, for a triple -seal system. All access hatches and lids covering sewer
wet wells shall be installed using stainless steel bolts as described in the plans and shall NOT be installed
using the hatch anchor bolts.
t
8 -5
H: \File Sys \WWP - WasteWater \WWP -27 -3626 Lind Ave Lift Station \Design \Final Design \Final Lind LS Tech Specs - City
Modified.doc 03/20/201311:36 AM
© 2013 RH2 Engineering, Inc.
J
Division 9
Finishes
9.00 GENERAL
This division covers that work necessary for providing all materials, equipment, and labor to
coat all items in accordance with these specifications.
Sections in these specifications titled "Common llork for Finishe?' shall apply to all following
subsections whether directly referenced or not.
9.05 Common Work for Finishes
Part 1— General
Submittals
Before beginning any painting or coating, submit a list of coatings and manufacturers
intended for use for review by the Owner. Include the application each coating is intended
for, any surface preparation, number of coats, method of application, and coating thickness.
Provide Material Safety Data Sheets for all materials to be used including solvents. Submit
this information in accordance with the requirements regarding shop drawings included
herein.
Provide owner with schedule of coating operations and inspection timing. Coating
inspections will be scheduled based upon contractor - provided schedule, update schedule
weekly or as necessary.
Substitutions of the coatings of other manufacturers shall be considered only if equivalent
systems of coatings can be provided and only if a record of satisfactory experience with the
system in equivalent applications is available. Offers for substitutions will not be considered
which decrease film thickness, solids by volume or the number of coats to be applied or
which propose a change from the generic type of coating specified herein. All substitutions
shall include complete test reports to prove compliance with specified performance criteria.
Performance Requirements
The completed coating shall produce a minimum dry film thickness in accordance with the
specifications as determined by the microtest thickness gauge or comparable instrument. In
areas where this thickness is not developed, sufficient additional coats shall be applied to
produce it at the contractor's expense.
Quality Assurance
The Contractor shall be responsible for compatibility of all paint products including the use
of primer, intermediate and top coats by different manufacturers if applicable. Contractor
shall insure complete compatibility between coatings provided for the project. If coatings
are not compatible per manufacturer's review it shall be the Contractor's responsibility to
remove incompatible coatings fully and replace with compatible coating systems.
9 -1
H: \File Sys \WWP - WasteWater \W\VP -27 -3626 Lind Ave Lift Station \Design \Final Design \Final Lind IS Tech Specs - City
Modified.doc 03/20/2013 11:36 AM
© 2013 RH2 Engineering, Inc.
• Name of contractor.
• Name of engineer. -`
9 -2 �.
H: \File Sys \WWP - WasteWater \WWP -27 -3626 Lind Ave Lift Station \Design \Final Design \Final Lind LS Tech Specs - City
Modified.doc 03/20/2013 11:36 AM
© 2013 RH2 Engineering, Inc.
Spring City 2013 Ci of Renton
P
Division 9 - Finishes Lind Lift Station
Storage and Handling
Bring all materials to the job site in the original sealed and labeled containers of the paint
manufacturer. Materials shall be subject to inspection by the Owner. Store paint supplies as
recommended by the manufacturer and as approved by the Owner.
Extra Materials
Provide one unbroken gallon container of each type and color of paint and each type of
solvent and thinner used.\
Waste Products
The contractor shall be responsible for the collection, containment, transportation, and
disposal of all waste products generated for this project.
Cleaning and disposal shall comply with all federal, state, and local pollution control laws.
Provide acceptable containers for collection and disposal of waste materials, debris, and
rubbish.
Site Conditions
Contractor shall take any and all measures necessary to prevent over -spray of structures
and /or components in the field from both preparation and coating work. Should over -spray
occur, the contractor is responsible for all costs associated with any damage that occurs as a
result of over - spray.
Part 2 — Products
Manufacturers
The paint and paint products of Tnemec, Chemprobe, Sherwin Williams and ICI Devoe and
Xypex, mentioned in these specifications, are intended as a standard of quality. Substitutions
may be considered but must be approved by Engineer, see above under Submittals.
Part 3 — Execution
Installers
Contractor, shall be responsible for quality assurance including the retention of a coating
applicator with experience necessary to complete the work as specified within this Division.
Applicator's personnel shall be adequately trained for application of specified coatings.
Applicator must prove adequate experience with the coatings specified for this project. At
the discretion of the Owner, the applicator shall be approved to complete the coatings,
portion of the work. Submit list of a minimum of 5 completed projects of similar size and
complexity to this project during the submittal process. Include for each project:
• Project name and location.
• Name of owner.
• Name of contractor.
• Name of engineer. -`
9 -2 �.
H: \File Sys \WWP - WasteWater \WWP -27 -3626 Lind Ave Lift Station \Design \Final Design \Final Lind LS Tech Specs - City
Modified.doc 03/20/2013 11:36 AM
© 2013 RH2 Engineering, Inc.
9 -3
H: \File Sys \WWP - WasteWater \WWP -27 -3626 Lind Ave Lift Station \Design \Final Design \Final Lind LS Tech Specs - City
Modified.doc 03/20/2013 11:36 AM
© 2013 RH2 Engineering, Inc.
Spring 2013 City of Renton
P g tY
Division 9 - Finishes Lind Lift Station
• Name of coating manufacturer.
• Approximate
area of coatings applied.
• Date of completion.
Examination
The owner shall inspect and approve all surface preparations prior to application of any
coating. Provide 24 -hour notice prior to surface inspection needs.
Preparation
Prepare surfaces in accordance with the recommendations of the manufacturer of the
coating to be applied to the surface, or the surface preparation requirements of these
specifications, whichever are stricter. In general all surface preparation shall meet Structural
Steel Painting Council (SSPC) Surfacing Preparation (SP) guidelines, the National
Association of Pipe Fitters (NAPF), American Water Works Association (AWWA) and /or
the National Association of Corrosion Engineers (MACE) as noted herein unless more
strictly described by coating manufacturer.
Coatings shall only be applied during weather meeting the recommendations of the coating
manufacturer. Air and surface temperatures, humidity and all other environmental
conditions shall be within limits prescribed by the manufacturer for the coating being
applied, and work areas shall be reasonably free of airborne dust at the time of application
and while coating is drying.
Materials shall be mixed, thinned and applied according to the manufacturer's printed
instructions. Dry Film Thickness (DFT) shall be as stated here in or. applied based on
coverage rates of square feet per gallon (sq ft /gal).
Installation/ Construction
Paint application shall be in strict accordance with manufacturer's printed instructions except
that coating thickness specified herein shall govern. Finished coating on all items shall be
clean, undamaged and of uniform thickness and color.
Coating shall be done in a manner satisfactory to the Owner. The dry film thickness listed in
the "Materials" section of this Division must be met, regardless of the applied film thickness
or number of coats.
Carefully observe all safety precautions stated in the manufacturer's printed instructions.
Provide adequate ventilation and lighting at all times.
Field Quality Control
Acceptance of the completed coatings shall be based on the proper application and proper
preparation of the coated surfaces, and a finished product that does not contain runs, drips,
surface irregularities, overspray, color variations, scratches, pinholes, holidays, and other
surface signs that detract from the overall appearance of the finished project.
9 -3
H: \File Sys \WWP - WasteWater \WWP -27 -3626 Lind Ave Lift Station \Design \Final Design \Final Lind LS Tech Specs - City
Modified.doc 03/20/2013 11:36 AM
© 2013 RH2 Engineering, Inc.
Spring 2013 City of Renton
Division 9 - Finishes Lind Lift Station
Repair/ Restoration
The contractor is responsible for all costs associated with any damage that occurs as a result
of over - spray.
Scratched, chipped or otherwise damaged coatings, including factory coatings, shall be
repaired before final acceptance will be given.
9.06 Color Schedule
Items of similar purpose shall be painted the same color. If items come from the factory
with a shop applied coating that does not match said color, they shall be field coated to
match.
The Owner will develop a color schedule for painted items after award of the contract.
Contractor shall provide a pallet of colors from the manufacturer of not less than 15 color
choices.
9.90 PAINTING AND COATING
9.90.2 Unpainted Items
Part 3 — Execution
Construction:
Do not coat aluminum or stainless steel items unless specifically directed otherwise below or
as shown on the plans.
9.91 Painting
9.91.13.1 Metals Exterior (Wet Conditions)
Part 1— General
Location: building door
Part 2 — Products
Materials
Tnemec
Primer: Series 1 Omnithane Prime
2.5 to 3.5 Mil DFT
Finish: Series 73 EnduraShield
3 to 5 mils DFT
OR:
Sherwin Williams
Primer: Corothane 1 Mio -Zinc Primer
2.5 to 3.5 Mil DFT
Finish: Acrolon 218HS B65 -650 Series
3 to 5 Mil DFT
•'
9 -4
H: \File Sys \WWP - WasteWater \WWP -27 -3626 Lind Ave Lift Station \Design \Final Design\Final Lind LS Tech Specs - City
Modified.doc 03/20/2013 11:36 AM
© 2013 RH2 Engineering, Inc.
Spring 2013
Division 9 - Finishes
TCT Devoe Cnatinos
City of Renton
Lind Lift Station
Primer
Fast Set Option: Devran 261 QC Epoxy
4 to 6 Mil DFT
Intermediate
Cold Cure Option: BarRust 235 Epoxy
8 to 10 Mil DFT
Finish
Summer Option: BarRust 231 Epoxy Mastic
8 to 10 Mil DFT
Finish
Fast Set Option: DevThane 349QC Aliphatic Polyurethane
2 to 3 Mil DFT
Commercial Option: DevThane 389 Aliphatic Polyurethane
Premium Gloss Option: DevThane 379 UVA Aliphatic
Polyurethane
Premium SemiGloss Gloss Option: DevThane 378 UVA
Aliphatic Polyurethane.
9.91.13 Exterior Painting
Part 3 — Execution
Preparation
SSPC SP1 followed by SP6 Commercial Blast. Surface profile shall be 2.0 mils, minimum
9.91.33 Submerged Piping
9.91.33.3 Metals Submerged In Wastewater — Non NSF
Part 1— General
Location: piping inside wetwell
Part 2 — Products
Materials
Tnemec
Primer
Series Omnithane
2.5 to 3.5 Mil DFT
Intermediate
Series 446 PermaShield MCU 1222 Gray
8 to 10 Mil DFT
Finish
Series 446 PermaShield MCU 1222 Gray
8 to 10 Mil DFT
OR: Sherwin Williams
Primer
Copoxy Primer
4 to 6 Mil DFT
Intermediate
Dura -Plate 235
6 to 8 Mil DFT
Finish
Dura -Plate 235
6 to 8 Mil DFT
OR: ICI Devoe Coatings
Primer
BarRust 236 Multipurpose High Solids Low Temperature
Curing Epoxy Lining
4 to 5 Mil DFT
Intermediate
BarRust 236 Multipurpose High Solids Low Temperature
4 to 5 Mil DFT
9 -5
H: \File Sys \WWp - WasteWater \WWp -27 -3626 Lind Ave Lift Station \Design \Final Design \Final Lind LS Tech Specs - City
Modified.doc 03/20/2013 11:36 AM
© 2013 RH2 Engineering, Inc.
Spring 2013
Division 9 - Finishes
Raven Lining Svstem
City of Renton
Lind Lift Station
Primer
A uatapox A -10
2 -5 mils
Protective Coating
Raven 405 Ultra high build
epoxy
60 -100 mils
Part 3 — Execution
1. Preparation of Concrete
a Verify state of cured concrete. No concrete surface shall be coated without a minimum
28 -day cure. This applies to patched areas, new pour areas, or newly formed walls and
containment dikes.
b Roughen concrete surface for improved adhesion. Concrete shall be abraded by an
approved method such as steel shot blast, high pressure water blast, water jetting with
abrasive injection, or similar to achieve a 4n-i1 profile. Profile tape is to be used to
ensure adequate profile over the entire substrate.
c Remove surface contaminants. Remove all oils, grease, dirt, efflorescence, laitance or
other foreign contaminants. The concrete surface will also need to be free of moisture
or standing water. Wash down with clean water and vacuum the surface subsequent to
the above procedures. t
d Repair substrate defects. After the concrete is clean and dried, all surface irregularities
are to be repaired with an approved patching material. This includes form voids,
honeycombs, fins, cracks, spalled areas and control joints. Any and all metallic
protrusions shall be ground below the surface and then patched or filled with a suitable
material.
e Verify cure of patching products. All materials used shall be allowed to cure the
minimum allowed time as stated by the manufacturer. Any concrete or mortar patch
shall be allowed a 28 -day cure before proceeding with coating application.
2. Application Procedures of Primer and Coating
a Application procedures shall conform to the recommendations of the coating
manufacturer, including material handling, mixing, environmental controls during
application, safety, and spray equipment.
b The spray equipment shall be specifically designed to accurately ratio and apply the
specified primer and protective coating materials and shall be regularly maintained and
in proper working order.
c The primer and protective coating material must be spray applied by a Certified
Applicator of the coating manufacturer and must be able to provide written proof prior
to beginning the work.
9.97.23.6 Concrete Vault Interior
Do not coat interior walls or floor unless noted otherwise on the plans or stated herein.
9 -8
H: \File Sys \WWp - WasteWater \WWp -27 -3626 Lind Ave Lift Station \Design \Final Design\Final Lind LS Tech Specs - City
Modified.doc 03/20/2013 11:36 AM
© 2013 RH2 Engineering, Inc.
11,
��I
P
r
f
Spring 2013 City of Renton
Division 9 - Finishes Lind Lift Station
9.97.23.7 Concrete Wetwell and Vault Exterior — Bottom and
Walls
Part 2 — Products
Materials
Tnemec
One coat Series 4614-413 Hi -Build Tnemec -Tar 16 to 20 Mil DFT
OR: Sherwin Williams
One
at Hi -Mil Sher -Tar Epoxy 16 to 20 Mil DFT
OR: ICI Devoe Coadn -s
DevTar 5A High Solids Coal Tar
Part 3 — Execution
16 to 20 Mil DFT
Preparation
Allow 28 days cure time for concrete, or until passing the ASTM D 4263 Plastic Mat Test.
Surface shall be clean, dry, and free of contaminants.
9.97.23.13 Concrete Exterior Surface Sealer (Equipment Pads,
Wetwell and Vault Tops)
Part 2 — Products
Materials
Tnemec
Chemprobe 100 square feet /gallon (coverage based on smooth precast concrete). See
Dur A Pell 40 product data sheet for coverage on other concrete surfaces.
OR: Sherwin Williams
Loxon 40% Silane 125 -175 square feet /gallon (coverage based on smooth precast
Water Repellant concrete). See product data sheet for coverage on other concrete
surfaces.
OR: ICI Devoe Coatings
RainGuard 60 -125 square feet /gallon (coverage based on smooth precast concrete).
Blok -Lok See product data sheet for coverage on other concrete surfaces.
Part 3 — Execution
Preparation
Surface Preparation:
Prepare surface to clean, bare concrete free of contaminants including dust, oil and water.
Apply sealer to concrete until it has moist appearance using a garden sprayer. Clean the
9 -9
H: \File Sys \WWP - WasteWater \WWP -27 -3626 Lind Ave Lift Station \Design \Final Design \Final Lind LS Tech Specs - City
Modified.doc 03/20/2013 11:36 AM
© 2013 RI-12 Engineering, Inc.
Spring 2013 City of Renton
Division 9 - Finishes Lind Lift Station
surface to remove purged matter and allow it to dry a minimum of 24 hours. Repeat process
to apply 2 coats.
Construction
Apply concrete sealer to the following locations: landings, vault and wetwell concrete tops
and all proposed exterior concrete surfaces.
9.97.23.11 CMU Exterior Anti - Graffiti Non - Sacrificial Coating
and Water Repellent
Part 2 — Products
Materials
Tnemec
First Coat
Chemprobe Dur A Pell GS
Data sheet /substrate square
100 -120 square
feet per
feet per gallon
Second Coat
Chemprobe Dur A Pell GS
Data sheet /substrate square
100 square
feet per
feet per gallon
OR: Sherwin Williams
First Coat
Watch Dog
CPU 347
100 -120 square
feet per
gallon
Second Coat
Watch Do
-120
CPU 347
100 square
feet per
gallon
OR: ICI Devoe Coatings
First Coat
RainGuard Blok -Lok
60 -125 square feet /gallondepending
on substrate
Second Coat
RainGuard Vandal Guard
200 -300 square feet /gallon
depending on substrate
Part 3 — Execution
Preparation
Surface preparation: Clean, dry and free of contaminants -- must pass a wet mat test ASTM
D4263 Plastic Mat test.
9 -10
H: \File Sys \WWP - WasteWater \WWR27 -3626 Lind Ave Lift Station \Design \Final Design \Final Lind LS Tech Specs - City
Modified.doc 03/20/2013 11:36 AM
© 2013 RH2 Engineering, Inc.
1
Division 10
Specialties
10.00 GENERAL
This division covers that work necessary for fabricating and installing all furnishings and
accessories as described in these specifications and as shown on the Plans.
Sections in these specifications titled. "Common Vork for Specialtie "shall apply to all following
subsections whether directly referenced or not.
10.05 Common Work for Specialties
Part 1 - General
Submittals
Submittal information shall be provided to the Owner for the following items:
• Equipment Signs
• Pipe Markings
• Danger Signs
10.10 INFORMATION SPECIALTIES
10.14 Signs and Labels
10.14.1 Common Work for Signs and Labels
Part 2- Products
Materials
Unless otherwise specified, text shall be white on a background color shown below.
Purpose
Plate Color
General
Black
Warning
Red
Electrical
Black
Potable Water
Blue
Waste Water
Green
Part 3- Execution
Installation
Provide and mount, as directed, equipment signs for the following:
10 -1
H: \File Sys \WWP - WasteWater \WWP -27 -3626 Lind Ave Lift Station \Design \Final Design \Final Lind LS Tech Specs - City
Modified.doc 03/20/2013 11:36 AM
© 2013 RH2 Engineering, Inc.
Spring 2013 City of Renton
Division 10 - Specialties Lind Lift Station
Purpose
Location
Text
Electrical panels and
disconnects
See Plans
See Plans
Pumps
Wetwell
1,2
Check Valves
Valve Vault
1,2
Electrical Panels and
Disconnects
See Plans
See Plans
10.14.2 Equipment Signs
Part 2- Products
Materials
Equipment signs shall be plastic - laminated 1 -inch high, by required length, by 1/8 -inch
thick, with 1/2-inch high letters in N -2 Standard Gothic characters.
10.14.4 Danger Signs
Part 2- Products
Materials
Danger signs shall be either fabricated from Cellulose Acetate Butyrate backed with 20 gauge
galvanized steel plate or indoor /outdoor fiberglass reinforced plastic with embedded
graphics. Danger signs dimensions shall be 14 inches by 20 inches and shall meet OSHA
and WISHA specifications for accident prevention signs.
Part 3- Execution
Installation
Mount signs securely in locations shown on the Plans.
10.14.8 Electrical and Control Equipment
Part 2 - Products
Materials
Name plates and service legends shall be phenolic- engraved, rigid, laminated plastic type
with adhesive back. Letter height shall be 5/16 -inch unless specified otherwise on the Plans.
Labeling shall clearly identify the associate component. Color shall be black background with
white letters.
Tags shall be securely attached. Adhesive backed tags shall also have at least two brass
screws for positive fastening.
Part 3 — Execution
Installation
10 -2
H: \File Sys \WWP - WasteWater \WWP -27 -3626 Lind Ave Lift Station \Design \Final Design \Final Lind LS Tech Specs - City
Modified.doc 03/20/2013 11:36 AM
© 2013 RH2 Engineering, Inc.
D
`! 10 -3
H: \File Sys \WWP - WasteWater \WWP -27 -3626 Lind Ave Lift Station \Design\Final Design \Final Lind LS Tech Specs - City
Modified.doc 03/20/2013 11:36 AM
© 2013 RH2 Engineering, Inc.
S P rin 2013 City of Renton
g
Division 10 - Specialties Lind Lift Station
Provide engraved nameplates indicating load served, voltage, and phase for every circuit
breaker, panel board, motor control center, motor starter, disconnect switch, and fused
switch.
All components provided under this specification, both field- and panel- mounted, shall be
provided with permanently- mounted nametags. The Engineer shall have complete control
over the hardware to be labeled and the labeling provided. Provide labels as directed.
Provide a name tag for each piece of equipment and for each circuit and /or control device
associated with the equipment.
Provide a nameplate for each control center unit door.
Warning nameplates shall be provided on all panels and equipment which contain multiple
power sources which may have energized circuits with the main disconnecting means in the
off position. Lettering shall be white on red background.
10.14.9 Pump and Check Valve Signs
Part 2- Products
Materials
Provide 4 inch high, temperature and corrosion resistant metal or vinyl number for each
pump and check valve.
Part 3- Execution
Installation
Number shall face the motor control center and be attached to the hatch frame in alignment
with the pump or valve. The numbers shall be placed so as not to be obscured from other
equipment. Confirm with Engineer the proper location for the number for each pump and
�1.
valve.
D
`! 10 -3
H: \File Sys \WWP - WasteWater \WWP -27 -3626 Lind Ave Lift Station \Design\Final Design \Final Lind LS Tech Specs - City
Modified.doc 03/20/2013 11:36 AM
© 2013 RH2 Engineering, Inc.
I'�
Division 11�
Equipment
11.00 GENERAL.
This division covers that work necessary for providing and installing all equipment as
described in these specifications and as shown on the plans.
Sections in these specifications titled "Common Work for Equipment" shall apply to all
following subsections whether directly referenced or not.
11.05 Common Work for Equipment
Part 1- General
Related Sections
See Div 1.81 for Seismic Restraint requirements
Submittals
Submittal information shall be provided to the Owner for the following items:
• Pumps
• Motors
• Temporary Pumps and Motors
• Pump Installation Mechanisms
• Pump Removal Mechanisms
11.10 Pumps
11.10.1 Common Work for Pumps
Part 1- General
Summary
This section covers work necessary to provide the pumps, complete with motors and
accessories, described herein and as shown on the Plans
Related sections:
• 1.82 Pressure Ratings
• 9.91.33.3 Metals Submerged in Wastewater Non NSF
• 10.14.9 Pump signs
• 11.19 Pump Anchor Bolts
• 11.20.1 Common Work for Pump Motors
References
• HI - Hydraulic Institute.
11 -1
H: \File Sys \WWP - WasteWater \\X7WP -27 -3626 Lind Ave Lift Station \Design \Final Design \Final Lind LS Tech Specs - City
Modified.doc 03/20/2013 11:36 AM
© 2013 RH2 Engineering, Inc.
11
t
D
I
I
f
t
Spring 2013 City of Renton
Division 11- Equipment Lind Lift Station
• ASTM - American Society for Testing and Materials.
• AISI - American Iron and Steel Institute.
• ANSI - American National Standards Institute.
Definitions
Pumps are classified by the following terms:
Submersible — Refers generally to single stage centrifugal pumps such as Submersible Sewage
or Sump Pumps.
Submittals
Submittal information shall be provided for each individual pump.
Product Data:
• A minimum of 5 installations with similarly sized and configured pumps in equivalent
fluid applications. Include location, contact name, and number.
• Specifications and data describing all pump parts, pieces, and components. Include
information on materials of construction and proposed coating systems.
• Performance curves showing total dynamic head (TDH) in feet, efficiency and net-
positive- suction head required (NPSHR) vs. output in gallons per minute (GPM).
Provide (up /down) thrust forces versus pump output (GPM) for each operating point
specified. All losses from the drive shaft, seal, coupling and other mechanical losses shall
be included in the pump efficiency data presented. Catalog curves may be submitted for
preliminary approval and ordering.
• Complete list of all pump system components and accessories to be provided. All pump
system components are to come from the pump manufacturer.
• Calculations showing compliance with bearing life and shaft deflection.
• Certification from the Contractor that if pump motor horsepower is different than
design that all electrical and emergency power components shall be sized to
accommodate Contractor initiated changes at no cost to the Owner.
Shop Drawings:
• Provide detailed dimensional drawings showing outline dimensions, lengths, overall
sizes, materials and weights for each pump unit and associated accessories.
Closeout Submittals: Provide the following submittals prior to project closeout:
• Operations and Maintenance Manual
• Manufacturer Signed Warranties with pump serial numbers.
Schedule
Provide delivery time in time from approval of shop drawings/ submittal. All equipment
shall be delivered within 14 weeks or less from approval of complete submittal information.
11 -2
H: \File Sys \WWP - WasteWater \WWP -27 -3626 Lind Ave Lift Station \Design \Final Design \Final Lind LS Tech Specs - City
Modified.doc 03/20/201311:36 AM
© 2013 RH2 Engineering, Inc.
Spring 2013 City of Renton
Division 11- Equipment Lind Lift Station
Quality Assurance
The pump manufacturer shall accept unit responsibility for the motor /pump assembly.
Ensure that pumps selected are locally serviceable and replacement parts are readily
available.
Delivery, Storage and Handling
Pumps shall be delivered, stored, and handled in accordance with manufacturer
recommendations.
Warranty
All pumping equipment described in this section and provided under this contract
shall be warranted against defects in materials and workmanship for a period of two
years after date of original operation. "Original operation" shall be defined as the
date that the manufacturer's representative approves field testing of each unit, and
Owner accepts unit and its installation following completion of 10 -day start -up
period.
Following pump and motor installation, supplier shall furnish services of a qualified
manufacturer's representative to inspect pump units and inform Owner, prior to field
testing, of any defects or concerns regarding condition of each unit and its installation at the
job site. Upon resolution of any defects or concerns (if any) and work performed by the
Contractor at their expense, manufacturer's warranty shall then be in full effect with no
reservation or qualifications other than those stated in the manufacturer's warranty.
Upon completion of pump installation, manufacturer shall provide written certification that
equipment is fully warranted as installed.
Extra Materials
Provide any special tools required for pump or motor maintenance. See individual
specifications for other spare part requirements.
Part 2 - Products
Manufacturers
Vaughan is the only manufacturer approved on this project.
Components
All pump system components are to come from the pump manufacturer and shall include:
• Motor
• Shaft assembly
• Impeller assembly
• Volute assembly
• Discharge head or pump casing
• Couplings
11 -3
H: \File Sys \WWP - WasteWater \WWP -27 -3626 Lind Ave Lift Station \Design \Final Design \Final Lind LS Tech Specs - City
Modified.doc 03/20/2013 11:36 Alva
© 2013 RH2 Engineering, Inc.
• Design TDH (feet)
Design Flow (gpm)
• Supplier Name and Phone Number
• Date of Manufacture
Source Quality Control
Field Pump Performance Testing
Pump manufacturer shall have a representative that will oversee the pump vibration and
performance during testing and startup.
Part 3 - Execution
Installation/ Construction
Install pump .units in accordance with manufacturer's specifications and direction.
Installation shall be supervised and approved by manufacturer's representative prior to
operating or field testing units.
Adjust pump assemblies so that driving units are properly aligned, plumb, and level with the
driven units and all interconnecting shafts and couplings. Misalignment may not be
compensated for use of flexible couplings.
Connect suction and discharge piping to the pump in a manner which prevents strain on
pump flanges.
Field Quality Control
Contractor shall be responsible for calibration, startup, and initial performance to meet
specifications herein. A field test shall be made to give an indication of the performance of
the new pump when it is operating under actual field conditions and to establish the
acceptance of the pump furnished and installed. The field test shall be conducted and /or
11 -4
H: \File Sys \WWP - WasteWater \WWP -27 -3626 Lind Ave Lift Station \Design \Final Design \Final Lind LS Tech Specs - City
Modified.doc 03/20/2013 11:36 AM
0 2013 RH2 Engineering, Inc.
Spring 2013
P g
City of Renton
tY
Division 11- Equipment
Lind Lift Station
• Power cable
• All other necessary appurtenances for complete unit assembly
• Removal mechanisms
Accessories
All pumps are to include an engraved non - corrosive metal nameplate
on the exterior of the
pump head or body (duplicate attached to pump support flange
or shipped loose if
submersible), readily accessible without requiring any disassembly.
The nameplate shall
include, at a minimum, the following information:
• Pump Manufacturer
• Pump Model Number
• Pump Serial Number
• Impeller Number
• Impeller Trim
• Design TDH (feet)
Design Flow (gpm)
• Supplier Name and Phone Number
• Date of Manufacture
Source Quality Control
Field Pump Performance Testing
Pump manufacturer shall have a representative that will oversee the pump vibration and
performance during testing and startup.
Part 3 - Execution
Installation/ Construction
Install pump .units in accordance with manufacturer's specifications and direction.
Installation shall be supervised and approved by manufacturer's representative prior to
operating or field testing units.
Adjust pump assemblies so that driving units are properly aligned, plumb, and level with the
driven units and all interconnecting shafts and couplings. Misalignment may not be
compensated for use of flexible couplings.
Connect suction and discharge piping to the pump in a manner which prevents strain on
pump flanges.
Field Quality Control
Contractor shall be responsible for calibration, startup, and initial performance to meet
specifications herein. A field test shall be made to give an indication of the performance of
the new pump when it is operating under actual field conditions and to establish the
acceptance of the pump furnished and installed. The field test shall be conducted and /or
11 -4
H: \File Sys \WWP - WasteWater \WWP -27 -3626 Lind Ave Lift Station \Design \Final Design \Final Lind LS Tech Specs - City
Modified.doc 03/20/2013 11:36 AM
0 2013 RH2 Engineering, Inc.
Spring 2013 City of Renton
Division 11- Equipment Lind Lift Station
supervised by the pump manufacturer's authorized representative, and observed by the
Engineer after the piping and controls have been installed. Upon completion of pump
installation and testing, manufacturer shall provide written certification that equipment is
installed correctly and fully warranted per specification requirements.
The field test shall be performed generally in accordance with AWWA E101, and to the
accuracy obtainable with the testing equipment installed as a part of the piping and
instrumentation.
Prior to acceptance of installed pumps, manufacturer's representative shall demonstrate
proper operation of pumps at capacities stated. Testing shall be completed under the
observation of the Owner and Engineer. At that time, the following data shall be collected
for each pump:
• TDH vs. Flow at a minimum of three points which include: Shutoff head, Open to
system, and approx 50% design flow with throttled discharge valve. Additional points
may be required by Engineer.
• Overall Efficiency
• Vibration readings shall be taken at the locations described in Hydraulics Institute
standard 9.6.4. Vibrations shall be read in the three orthogonal planes, with the
maximum reading governing the results. If the vibration tests fail, the manufacturer
and /or contractor shall modify the equipment and /or installation and retest until the
standards are met. Submit three copies of the vibration test results to the Engineer. The
manufacturer's representative shall provide proper, calibrated instrumentation to verify
maximum completed unit vibration amplitude.
Maximum allowable completed unit vibration amplitude (pump and motor installed) shall be
as shown below. (velocity measurements are in /sec RMS)
Submersible Sewage
Power
Vibration
in /sec
11 -50
0.27
Upon completion of pump installation and testing, manufacturer shall provide written
certification that equipment is fully warranted installed. Certification shall be provided that
pumps meet all requirements set forth in these specifications and submittal literature.
See Division 1.75 Testing, Startup and Operation for additional requirements.
Repair
Repair and retest units failing any field test. If unit fails second field test, unit will be.rejected
and supplier shall furnish a unit that will perform as specified.
11 -5
H: \File Sys \WWP - WasteWater \WWP -27 -3626 Lind Ave Lift Stadon \Design \Final Design \Final Lind LS Tech Specs - City
Modified.doc 03/20/2013 11:36 AM
0 2013 RH2 Engineering, Inc.
t
t
11
J
r
t
f
I
s
1
e
f
t
Spring 2013 City of Renton
Division 11- Equipment Lind Lift Station
11.12 Wastewater Pumps
11.12.2 Submersible Sewage Pump
11.12.2 Lind Lift Station Pumps and Motors
Part 1 - General
This section covers work necessary to provide the submersible non -clog pumps and
motors with rail system, complete.
The pumps shall be capable of passing a 3.0" spherical solid without degradation to the
pump or motor.
Each pump unit provided for this project shall be Vaughan, no substitutions. See
lower sections for specific pump model numbers and operational requirements.
Part 2 - Products
tional Reauirements
Design Head (TDH) (Fe.et)
Design Flow (gpm)
Pump No.1 PL
350
No. 2
350
Minimum Shutoff 'Head (feet) 24 24
Vaughan Model Number /Impeller No. SE4K 2 Blade SE4K 2 Blade
Impeller Impeller
Maximum MotorHorse Power
Pump Design
The pump(s) shall be automatically and firmly connected to the discharge connection,
guided by no less than two stainless steel guide bars extending from the top of the station
to the discharge connection. There shall be no need for personnel to enter the wet well.
A machined metal to metal watertight contact shall accomplish sealing of the pumping
unit to the discharge connection. Each pump shall be fitted with sufficient length of
stainless steel cable to reach from bottom to top of wet well plus five feet of slack. The
working load of the lifting system shall be 50% greater than the pump unit weight.
Casing and Back Pull -out Plate
The pump casing shall be of volute design, spiraling outward to the 125 lb. flanged
centerline discharge. Back pull-out design shall incorporate jacking bolts for accurate
adjustment of impeller to cutter bar clearance. Casing and backplate shall be ductile iron
with all water passages to be smooth, and free of blowholes and imperfections. A pressure
tap shall be included on the discharge flange. Backplate shall include a replaceable
Rockwell C60 steel cutter adjustable for 0.005" - 0.015" clearance to cut against the
rotating impeller pump out vanes for removing fiber and debris.
11 -6
H: \File Sys \WWP - WasteWater \WWP -27 -3626 Lind Ave Lift Station \Design \Final Design \Final Lind LS Tech Specs - City
Modified.doc 03/20/2013 11:36 AiVI
© 2013 RH2 Engineering, Inc.
Electrical Pump Cord
Spring 2013 City of Renton
P g tY
Division 11- Equipment Lind Lift Station
Pump Impeller
Impeller shall be semi -open type with pump out vanes to reduce seal area pressure.
Chopping / maceration of materials shall be accomplished by the action of the cupped
and sharpened leading edges of the impeller blades moving across the cutter bar at the
intake openings, with a maximum set clearance between the impeller and cutter bar of
0.015" — 0.025" cold. Impeller shall be cast alloy steel, heat treated to a minimum of
Rockwell C 60 and dynamically balanced. The impeller shall be keyed to the shaft and shall
have no axial adjustments and no set screws.
Cutter Bar Plate
Cutter bar plate shall be recessed into the pump bowl and shall contain at least 2 shear
bars extending diametrically across the intake opening to within 0.010" — 0.020" of the
rotating cutter nut tooth. Chopper pumps utilizing individually mounted shear bars are not
acceptable. Cutter bar shall be alloy steel, heat treated to a minimum of Rockwell C 60.
Cutter Nut
The impeller shall be secured to the shaft using a cutter nut, designed to cut stringy
materials and prevent binding using a raised, rotating cutter tooth. The cutter nut shall be
cast steel, heat treated to a minimum of Rockwell C 60.
Upper Cutter
Upper cutter shall be threaded into the back pull-out adapter plate behind the impeller,
designed to cut against the pump out vanes and the impeller hub, reducing and removing
stringy materials from the mechanical seal area. Upper cutter shall be cast steel, heat
treated to a minimum of Rockwell C 60. Upper cutter teeth shall be positioned as closely
as possible to the center of shaft rotation to minimize cutting torque and nuisance motor
tripping. The ratio of upper cutter cutting diameter to shaft diameter in the upper cutter
area of the pump shall be 3.0 or less.
Pump Shaft
Pump shaft shall be heat - treated alloy steel. The pump shaft shall directly couple to the
motor shaft with a bolt and keyway.
Spark Proof Guide Rail System
Guide rail system shall be non - sparking guide rail system consisting of two stainless steel
guide rails, cast ductile iron pump guide bracket and discharge elbow with mounting feet
and 125 lb. flanges, upper guide rail mounting bracket and intermediate guide brackets
every 10 feet. System design shall prevent spark ignition of explosive gases during pump
installation and removal.
Electrical Pump Cord
Each pump shall be provided with submersible cable (SUBCAB) suitable for submersible
pump applications. The power cable shall be of sufficient length to reach from the
bottom of the wet well to the splice box shown on the Plans plus five feet of slack. The
power cable shall be sized according to NEC and OCEA standards and also meet with
PMSHA approval.
11 -7
H: \File Sys \WWP - WasteWater \WWP -27 -3626 Lind Ave Lift Station \Design \Final Design \Final Lind LS Tech Specs - City
Modified.doc 03/20/2013 11:36 AM
© 2013 R142 Engineering, Inc.
t
1
n
t
r
1
Spring rin 2013 City of Renton
Division 11 - Equipment Lind Lift Station
Electric Motors
The pump motor shall be UL approved as explosion -proof for continuous operation in a
Class I, Division I, Group D hazardous location when not submerged.
The pump motor shall be induction type with a squirrel cage rotor, shell type design,
housed in an air filled, watertight chamber, NEMA B type. The stator windings and stator
leads shall be insulated with moisture resistant Class F insulation. The motor and pump
shall be designed and assembled by the same manufacturer.
The combined service factor (combined effect of voltage, frequency and specific gravity)
shall be a minimum of 1.15. The motor shall have a voltage tolerance of plus or minus
10 %. The motor shall be designed for operation up to 40 °C (104 °F) ambient and with a
temperature rise not to exceed 80 °C (176 °F). A performance chart shall be provided
showing curves for torque, current, power factor, input /output kW and efficiency. This
chart shall also include data on starting and no -load characteristics.
The motor shall be equipped with tandem independently mounted mechanical seals in oil
bath and with dual moisture sensing probes. The inner and outer seals shall be separated
by an oil -filled chamber. The oil chamber shall act as a barrier to trap moisture and
provide sufficient time for a planned shutdown. The oil shall also provide lubrication to
the internal seal.
The inner seal shall be a standard UL listed John Crane Type 21 or equal, with carbon
rotating faces and ceramic stationary face. The outer seal construction shall be designed
for easy replacement. Outer mechanical seal shall be 316 stainless steel pusher type with
tungsten carbide faces. Seal shall be positively driven by set screws. Elastomers shall be of
Vdon.
Motor shall include two normally closed automatic resetting thermostats connected in
series and imbedded in adjoining phases. Motor shall be cast iron and all hardware and
shaft shall be stainless steel.
The power cable shall be sized according to the NEC and ICEA standards and shall be of
sufficient length to reach the junction box without the need of any splices. The outer
jacket of the cable shall be oil resistant chloroprene rubber. The motor and cable shall be
capable of continuous submergence underwater without loss of watertight integrity to a
depth of 65 feet.
The motor horsepower shall be adequate so that the pump is non - overloading throughout
the entire pump performance curve from shut -off through run -out.
Motor Sensors
The motor stator temperature shall be continuously monitored by three (3) low resistant,
bi- metallic, (N.C.) normally closed thermal switches embedded in the stator windings.
These thermal sensor switches shall be used as additional supplemental Motor protection
and shall be wired in series with external third leg overload protection provided by the
motor stator in the control panel.
A float switch shall be installed in the seal leakage chamber and will activate if leakage into
the chamber reaches 50% chamber capacity, signaling the need to schedule an inspection.
11 -8
H: \File Sys \WWP - WasteWater \WWP -27 -3626 Lind Ave Lift Station \Design \Final Design \Final Lind LS Tech Specs - City
Modified.doc 03/20/2013 11:36 AM
© 2013 RH2 Engineering, Inc.
Spring 2013 City of Renton
Division 11- Equipment Lind Lift Station
Upon detection, the sensors shall actuate a panel mounted relay which will provide the
operator with a visual indication of impending seal failure.
Seal lubricant shall be FDA Approved, non - toxic.
Pump Removal Rail System
The pump removal rail system shall provide smooth, easy, removal and installation of the
specified pumps from the lift station. The system shall include for each pump unit a
hydraulic sealing flange, discharge base elbow, guide rails, carrier guide bracket„ nylon line,
and lifting chain. The guide rails, carrier guide bracket, and lifting chain shall be
constructed of stainless steel materials.
Part 3 - Execution
Installation of the pump units shall be in accordance with the manufacturer's
specifications and direction. The installation shall be supervised and approved by the
manufacturer's representative prior to operating or field testing the units.
Upon completion of the pump installation, the manufacturer shall provide written
certification that the equipment is fully warranted as installed.
11.12.3 Sump Pump
Part 2 - Products
Manufacturers
Sump pump: equal to Hydromatic V -A1
Materials
Provide a sump pump with cast iron and engineered thermoplastic body, thermoplastic
vortex impeller, carbon /ceramic mechanical seal, oil -filled motor with reset thermal
overload, single -row ball bearing construction, and piggyback plug.
11 -9
H: \File Sys \WWP - WasteWater \WWP -27 -3626 Lind Ave Lift Station \Design \Final Design \Final Lind LS Tech Specs - City
Modified.doc 03/20/201311:36 AM
0 2013 RH2 Engineering, Inc.
Division 12
Furnishings
Not Used This Project
12 -1
H: \File Sys \WWP - WasteWater \WWP -27 -3626 Lind Ave Lift Station \Design \Final Design \Final Lind LS Tech Specs - City
Modified.doc 03/20/2013 11:36 AM
0 2013 RH2 Engineering, Inc.
Division 13 '
Special Construction
1
Not Used This Project
11
I
L11
I
u
13 -1
H: \File Sys \WWP - WasteWater \WWP -27 -3626 Lind Ave Lift Station \Design \Final Design \Final Lind IS Tech Specs - City I Modified.doc 03/20/201311:36 AM
0 2013 RH2 Engineering, Inc.
Division 14
Conveying Systems
See Division 11 for pump conveyance /access /lift systems.
14 -1
' H: \File Sys \WWP - WasteWater \WWP -27 -3626 Lind Ave Lift Station \Design \Final Design \Final Lind LS Tech Specs - City
Modified.doc 03/20/2013 11:36 AM
© 2013 RH2 Engineering, Inc.
w
Division 15 '
Mechanical
1
15.00 GENERAL.
This division covers that work necessary for furnishing and installing mechanical '
appurtenances and accessories as described in these specifications and as shown on the
Plans. '
Sections in these specifications titled "Common Work for Mechanical' shall apply to all
following subsections whether directly referenced or not.
15.05 Common Work for Mechanical '
Part 1 - General
Summary
'
Provide piping, plumbing, fittings and appurtenances necessary to make all piping systems
complete, tested, and ready for operation as specified herein and as shown on the Plans.
,
Some fittings that are necessary for proper piping system installation and operation may not
have been shown. Provide fittings, pipe and appurtenances necessary, whether shown or
not shown on the Plans, to complete all piping systems, tested and ready for operation.
Note that some pipe supports, thrust blocking, and tie rods may not be shown on the Plans.
Provide pipe supports, thrust blocking, and tie rods for pipes as required by accepted design
'
criteria to support and restrain the loads encountered.
Related Sections
Division 1.81 Seismic Restraint and Anchorage; Division 10.14 .3 Pipe Markers; 1.82
'
Pressure Ratings
Submittals
,
Submittal information shall be provided to the Owner for the following items:
• Ductile Iron Pipe
'
• Ductile Iron Fittings
• Copper Pipe and Fittings
,
• PVC Pipe and Fittings
• Isolation Valves
,
• Eccentric Plug Valves
• Swing Check Valves
'
• Air Vacuum Release Valves
• Floor Drains and Cleanouts
15 -1 1
H: \File Sys \WWP - WasteWater \WWP -27 -3626 Lind Ave Lift Station \Design \Final Design \Final Lind IS Tech Specs - City
ModiSed.doc 03/20/2013 11:36 AM
© 2013 RH2 Engineering, Inc.
e
1
Spring 2013 City of Renton
Division 15 - Mechanical Lind Lift Station
• Level Sensors
• Pressure Gauges
• Shackle Rods and Restraint Systems
• Other Mechanical Components listed in this Division and /or required by the
Engineer
15.10 BURIED PIPE INSTALLATION
15.12 Sewer Main Installation
Part 1- General
References
Use materials and installation methods in accordance with Uniform Plumbing Code, latest
edition, and local codes and regulations which are applicable. Install ductile iron /PVC and
HDPE sewer mains in accordance with Owner standards.
Part 3 - Execution
Installation
Install pipes in accordance with manufacturer's recommendations. Use types and sizes of
pipes as specified herein and /or as shown on the Plans. Where sizes of small pipe are
omitted from the Plans and not mentioned in the specifications, use sizes corresponding to
code requirements, and as required by equipment and plumbing fixtures and appurtenances.
In any event, properly size any undesignated pipe sizes for functions to be performed.
Carefully lay pipe and supported at proper lines and grades. Follow piping runs shown on
the Plans as closely as possible, except for minor adjustment to avoid architectural and
structural features. Make major relocations, if required, in a manner acceptable to Engineer.
Keep openings in pipes closed during progress of work.
Form thrust blocking so that bolts, joints, gaskets, and flanges of adjacent joints are clear of
concrete and so that bolts and joints can be dismantled without removing concrete. All
concrete blocking shall have a minimum compressive strength of as identified in Division
3.31.3.
Pipe passing through concrete walls or slabs shall be made watertight.
Field Quality Control
No permanent connections to the existing system shall be made until the new sewer main
has been tested and approved by the Engineer. No temporary connections of the untested,
unapproved new sewer main to the existing system shall be made without the installation of
a double check valve assembly between the new sewer main and water system. The
Contractor shall verify the size, material, and location of the existing main at the connection
point prior to installing the new connecting sewer main.
15 -2
H: \File Sys \WWP - WasteWater \WWP -27 -3626 Lind Ave Lift Station \Design \Final Design \Final Lind LS Tech Specs - City
Modified.doc 03/20/2013 11:36 AM
© 2013 RH2 Engineering, Inc.
Spring 2013 City of Renton
Division 15 - Mechanical Lind Lift Station
Each connection shall be made in compliance with the construction plans. Connections to
existing mains shall comply with the requirements for maintaining service as described
herein.
15.18 Buried Piping Inspection and Testing
15.18.3 Valve Testing
Part 3 - Execution
Testing
Test all valve bonnets for tightness. Test operate all valves at least once from closed -to-
open-to- closed positions while valve is under pressure.
Test all valves for water tightness under differential working pressure. To perform this test,
pressurize pipe section with valve in place, close valve, and relieve pressure on seat side of
valve. The valve shall not pass water during a 5 minute test period.
The contractor shall verify that the pressure differential across the valve does not exceed the
rated working pressure of the valve.
15.18.5 Sewer Force Main Inspection and Testing
Part 3 - Execution
Preparation
All pumps, gauges, plugs, saddles, corporation stops, miscellaneous hose and piping, and
other equipment necessary for performing the test shall be furnished and operated by the
Contractor. The pipeline trench shall be backfilled sufficiently to prevent movement of the
pipe under pressure. All thrust blocks shall be in place and sufficiently cured to reach design
strength before testing. Where permanent blocking is not required, the Contractor shall
furnish and install temporary blocking and remove it after testing.
The mains shall be filled with water and allowed to stand under pressure for a minimum of
24 hours to allow the escape of air and /or allow the lining of the pipe to absorb water. The
Contractor will furnish the water necessary to fill the pipelines for testing purposes.
Gauges used in the test may be required to be certified for accuracy at a laboratory by the
Owner.
Testing
All new force mains and appurtenances shall be tested under a hydrostatic test pressure as
stated in 1.82 Pressure Ratings.
The Contractor is responsible for the proper disposal of any waste, including water. An
acceptable test of pipe and fittings buried under or adjacent to proposed concrete slabs or
other structures must be performed prior to construction of structure.
Whenever possible, have pipe joints, fittings, and valves exposed for inspection. Any visible
leakage detected shall be corrected by the Contractor to the satisfaction of the Owner
regardless of the allowable leakage specified above. Should the test section fail to meet the
15 -3
H: \File Sys \WWP - WasteWater \WWP -27 -3626 Lind Ave Lift Station \Design \Final Design \Final Lind LS Tech Specs - City
Modified.doc 03/20/2013 11:36 AM
© 2013 RH2 Engineering, Inc.
F
I�
�i
I+
1-1 1
Spring 2013 City of Renton
Division 15 - Mechanical Lind Lift Station
pressure test successfully, as specified, the Contractor shall, at his own expense, locate and
repair the defects and then retest the pipeline.
Prior to calling out the Owner to witness the pressure test, the Contractor shall have all
equipment set up completely ready for operation and shall have successfully performed the
test to assure that the pipe is in a satisfactory condition. Owner shall witness test.
Before applying the specified test pressure, air shall be expelled completely from the pipe,
valves, and hydrants.
The test shall be accomplished by pumping the main up to the required pressure; stop the
pump for a minimum of 15 minutes up to a maximum of 60 minutes as directed by the
Engineer, and then pump the main up to the test pressure again. During the test, the section
being tested shall be observed to detect any visible leakage.
The quantity of water required to restore the initial hydrostatic pressure shall be accurately
determined by either: 1) pumping from an open container of suitable size such that accurate
volume measurement can be made by the Owner; or 2) by pumping through a positive
displacement water meter with a sweep unit hand registering one gallon per revolution. The
meter shall be approved by the Owner.
For the test to be considered acceptable, the quantity of water lost from the main shall not
exceed the number of gallons per hour as determined by the formula:
IVD,[P-
'
L _
7400
in which,
L = allowable leakage, gallons /hour
N = number of joints in the length of pipeline tested
'
D = nominal diameter of the pipe in inches
P = average test pressure during the leakage test, psi
'
There shall not be an appreciable or abrupt loss in pressure during the 15- minute test period.
Connections to Existing Mains
Provide connections to existing force mains, as indicated on the Plans and specified in
'
Section 7- 17.3(1) of the Standard Specifications.
15.20 PIPE AND FITTINGS
15.21 Common Work for Pipe and Fittings
Part 2 - Products
Components
Under no circumstances shall the fasteners be of lesser strength or higher corrosive potential
than the materials being connected. In the event that dissimilar metals are adjacent (for
15 -4
H: \File Sys \WWP - WasteWater \WWP -27 -3626 Lind Ave Lift Station \Design \Final Design \Final Lind LS Tech Specs - City
Modified.doc 03/20/2013 11:36 AM
© 2013 RH2 Engineering, Inc.
Spring 2013 City of Renton
Division 15 - Mechanical Lind Lift Station
example: stainless flange connecting to ductile iron flange) a dielectric insulation kit shall be
used.
Fasteners for pipe and fittings: Per AWWA standards unless otherwise specified. All
relevant subsections of AWWA C100, C200 and C500.
For submerged conditions, connection bolts shall be Nitronic 60 steel. Nuts and washers
shall be Stainless Steel, minimum grade 304 in raw domestic or treated domestic water and
minimum grade 316 in treatment processes and sewage applications. Bolts and nuts shall
meet ASTM F593 and F594.
All shackled thrust restraint systems shall be of Cor -Ten (ASTM 242) construction and
manufactured by Star National Products or approved equal.. All components of any Cor -
Ten system shall include all Cor -Ten components. Bolts, nuts, washers, tie rods, and other
components shall be one material and not intermixed.
Part 3 - Execution
Construction
All piping and related equipment to be joined together shall be connected as shown on the
plans, specifications, as recommended by the manufacturer, or as required by standard
industry practices if not otherwise specified.
15.22 Metal Pipe and Fittings
15.22.2 Ductile Iron Pipe and Fittings
Part 1 - General
Design Requirements
Ductile iron pipe shall have thickness designed in accordance with ANSI /AWWA
C150/A21.50 and shall be based on laying conditions and internal pressures to meet the
requirements of Division 1.82.
The pipe thickness for sewer force mains shall not be less than DI Thickness Class 52 pipe.
Part 2 - Products
Manufactured Units
Pipe shall be cement -lined and asphaltic coated in accordance with ANSI Standard A21.4
(AWWA C104) and unless otherwise specified, and shall conform to standards of ANSI
Standard A21.51 (AWWA C151).
Rubber gasket pipe joints are to be push -on -joint (Tyton) or mechanical joint (MJ) in
accordance with ANSI Standard A21.11 (AWWA C -111), unless otherwise specified.
Flanged joints shall conform to ANSI Standard B16.1.
When requested, furnish certification from manufacturer of pipe and gasket being supplied
that inspection and all of the specified tests have been made and the results comply with
requirements of this standard.
15 -5
H: \Fde Sys \WWP - WasteWater \WWP -27 -3626 Lind Ave Lift Station \Design \Final Design \Final Lind LS Tech Specs - City
Modified.doc 03/20/2013 11:36 AM
0 2013 RH2 Engineering, Inc.
.1
II
J
J
t
I -
t
Spring 2013 City of Renton
Division 15 - Mechanical Lind Lift Station
Ductile Iron Fittings
All fittings shall be ductile iron where possible. Steel fittings will not be accepted. Ductile
iron fittings shall be short body, cement -lined, and for the pressure rating noted in Division
1.82. Metal thickness and manufacturing processes shall conform to applicable portions of
ANSI Standards A21.20, A21.11, B16.2, and B16.4.
Standard cement lining shall be in accordance with ANSI Standard A21.4 (AWWA C104).
Mechanical joint (MJ), ductile iron, compact fittings 3 inches through 24 inches and 54
inches through 64 inches shall be in accordance with AWWA C153.
Flanged pipe spools shall be fabricated from minimum Class 53 wall thickness pipe and
conform to ANSI /AWWA C1 15/A21.15 with the exception that flanges shall be fabricated
from ductile iron, unless otherwise specified in the contract documents. Interior shall be
cement lined.
Ductile iron flange (FL) fittings shall be in accordance with AWWA C110, fabricated from
ductile iron unless otherwise specified in the contract documents, with bolt pattern to match
adjacent pipe. Gasket material for flanges shall be neoprene, buna n, chlorinated butyl, or
cloth- inserted rubber. Gaskets shall be full face or ring type.
Type of ends shall be specified as mechanical joint (MJ), restrained joint (RJ), true restrained
joint (TRJ), plain end (PE), or flanged (FL).
RJ and TRJ pipe and fittings shall be capable of restraining the hydrostatic test pressures and
working pressures specified.
Part 3 - Execution
Installation
The Contractor shall provide tools and equipment, including any special tools required for
installing each particular type of pipe used.
15.22.4 Stainless Steel Pipe•and Fittings
Part 1- General
Related Sections
5.13 Stainless Steel
Design Requirements
The pipe wall thickness shall be as required by Division 1.82 and the following table:
Test Pressure
50 psi
200 psi
Pipe Wall Thickness in inches.
Nominal Pine Diameter
1"
2"
3"
4"
6"
8"
10"
12"
14"
16"
18"
24"
30"
.109*
.109*
.120*
.120*
.134*
.148*
.165*
.180*
.188*
.188*
.188*
.250*
.312*
.1 33(p
.154cp
.216cp
.237cp
.2807
.322cp
.365y
.375cp
.390
.450
.510
.680
.850
15 -6
H: \File Sys \WWP WasteWater \WWP -27 -3626 Lind Ave Lift Station \Design \Final Design\Final Lind LS Tech Specs - City
Modified.doc 03/20/2013 11:36 AM
© 2013 RH2 Engineering, Inc.
Spring ry 2013 City of Renton
P
Division 15 - Mechanical Lind Lift Station ,
*Per Schedule 10s
'
cDPer Schedule 40s
Part 2 - Products
,
Materials
All stainless steel pipe and fittings shown on the plans in direct bury applications shall meet
ASTM A312, Type 316 or 316L, WELDED. All heat tints and chromium depleted layers
'
caused by welding shall be removed prior to onsite delivery.
Welding of pipe shall be per ASME welding code. Welding shall be capable of withstanding
,
the hydrostatic testing pressure as stated in Division 1.82 without leakage.
15.23.5 PVC Pipe and Fittings — Solvent Weld
'
Part 2 - Products
Materials
Polyvinyl chloride (PVC) material for pipe fittings and couplings shall conform to ASTM
D -1784, Type 1, Grade 1, with 2,000 psi design stress. Pipe shall be Schedule 40 or 80 in
accordance with ASTM D -1785, as shown on the Plans.
'
There is no pipe color preference or requirement.
15.23.7 Polyvinyl Chloride (PVC) Pipe and Fittings for Sewer —
Push on Joint
Part 1- General
Design Requirements
Polyvinyl Chloride (PVC) pipe shown on the Plans shall meet the standards of AWWA C900
for pipe up to 12- inches in diameter and AWWA C905 for 14 -inch diameter and larger.
Pipe fittings for diameters of 4 inches to 8 inches shall meet the standards of AWWA C907,
unless ductile iron fittings are called out on the plans. Other fittings shall be fabricated with
pipe meeting the standards of AWWA C900 or C905, and the fittings shall be rated by the
manufacturer for the working pressures and hydrostatic testing pressure as listed in these
,
specifications.
Pipe shall be of SDR 25.
Submittals
The manufacturer shall supply dimensional ratio with corresponding pressure rating during
the submittal process. The manufacturer shall certify that the pipe supplied is capable of
'
withstanding the working pressure and hydrostatic testing pressure as listed in this division.
Part 2 - Products
'
Materials
,
15 -7
H: \File Sys \WWP - WasteWater \WWP -27 -3626 Lind Ave Lift Station \Design \Final Design \Final Lind LS Tech Specs - City
Modified.doc 03/20/201311:36 AM
0 2013 RH2 Engineering, Inc.
Spring 2013 City of Renton
P g tY
Division 15 - Mechanical Lind Lift Station
All fittings and accessories shall be as manufactured by the pipe supplier or approved equal
' and have bell and /or spigot configurations compatible with that of the pipe.
PVC pipe and fittings up to 12 inches in diameter shall be equal to Ipex, Blue Brute TM. Pipe
and fittings 14 inches and larger shall be equal to Ipex, Centurion M (fittings fabricated with
working and hydrostatic testing pressure ratings equal or higher than those listed in Division
1.82.)
15.30 VALVES
15.31 Common Work for Valves
1 Part 1— General
Design and Performance Requirements
Valves noted on the Plans or in other parts of the specifications shall meet the requirements
herein. Valves shall be designed for the intended service.
' Valve suppliers shall review the design and certify that the valve provided in the submittal is
appropriate for the application and will operate as shown and described. Any discrepancies
from the design and the valves shall be brought to the engineer's attention during the
bidding process. Valves that do not operate as specified and per normal industry standards
shall be replaced or modified so that they operate within the design parameters at the
contractor's expense.
Pressure rating shall be per Division 1.82 unless shown otherwise.
Install valves in strict accordance with manufacturer's instructions and as shown on the
Plans. Provide buried valves will all operators or valves boxes installed so that wrenches or
operators perform freely and without binding or other interference. Bed and backfill buried
valves according to the requirements of the pipe to which they are attached.
Install valves and fittings in accordance with, manufacturer's recommendation and the Plans.
Verify alignment and adjustments after installation.
15 -8
H: \File Sys \WWP - WasteWater \WWP -27 -3626 Lind Ave Lift Station \Design \Final Design \Final Lind LS Tech Specs - City
Modified.doc 03/20/2013 11:36 AM
© 2013 RH2 Engineering, Inc.
Part 2 — Products
Components
If shear pins are installed with any valve, the manufacturer shall certify the shear pin(s) to fail
between 95% to 99% of the operator shaft failure torque. Provide concrete supports for
operators where required, as shown on the Plans.
Buried valves shall be equipped with AWWA 2 -inch wrench nut with a minimum of 12 turns
to close valve, unless otherwise noted on plans. Exposed valves shall be equipped with lever
actuator for valves 4 inches and smaller, or handwheel actuator for valves 6 inches and
larger, unless otherwise noted on plans. Valves located at elevations higher than 6 feet above
finished floor shall be equipped with chainwheel operator.
'
Part 3 - Execution
Installation
Install valves in strict accordance with manufacturer's instructions and as shown on the
Plans. Provide buried valves will all operators or valves boxes installed so that wrenches or
operators perform freely and without binding or other interference. Bed and backfill buried
valves according to the requirements of the pipe to which they are attached.
Install valves and fittings in accordance with, manufacturer's recommendation and the Plans.
Verify alignment and adjustments after installation.
15 -8
H: \File Sys \WWP - WasteWater \WWP -27 -3626 Lind Ave Lift Station \Design \Final Design \Final Lind LS Tech Specs - City
Modified.doc 03/20/2013 11:36 AM
© 2013 RH2 Engineering, Inc.
Spring 2013 City of Renton
Division 15 - Mechanical Lind Lift Station
15.32 Isolation Valves
15.32.5 Eccentric (Plug) Valves
Part 2 —Products
Manufacturers
Valves shall be equal to: M &H /Kennedy Valve Company Eccentric Plug valves, Pratt
eccentric valves, or Dezurik eccentric valves.
Manufactured Units
Plug valves shall be eccentric plug valves unless otherwise specified.
Valves shall be of the non - lubricated eccentric type with resilient faced plugs and shall be
furnished with end connections as shown on the Plans.
Valve bodies shall be ASTM A126 Class B cast iron. The valve seat shall meet one of the
following two requirements: 1) seat shall have a 1/8 inch welded overlay of not less than
90% pure nickel, with a raised seat area, so that the plug face contacts only nickel; 2) seat
shall be factory- coated with heat -fused thermoset epoxy or thermoplastic nylon in
accordance with AWWA C550.
The valve plug shall be ASTM A536 ductile iron, faced with Neoprene with a cylindrical
seating surface eccentrically offset from center of the plug shaft. Interference between the
plug face and the body seat shall be externally adjustable in the field with the valve under
pressure, and the plug in the closed position. Valves shall have sleeve type metal bearings
and shall be of sintered, oil impregnated, permanently lubricated type 316 ASTM A743
Grade CF -8M.
Valve shaft seals shall be of the single or multiple V -ring type, externally adjustable and re-
packable under pressure without removing bonnet or actuator. Valves utilizing O -ring seals
or non - adjustable packing shall not be acceptable.
Valves shall be equipped with actuators as shown on the plans. Buried valve shall have a
direct nut actuator. Actuator shaft shall be supported on permanently lubricated bronze
bearings, and shall indicate valve position. An adjustable stop shall be provided to set closing
torque and to provide seat adjustment.
Valve surfaces shall be coated internally and externally with a heat -fused thermoset epoxy or
thermoplastic nylon.
Exposed nuts, bolts, springs, and washers for buried service valves shall be stainless steel.
15.33 Check Valves
15.33.2 Swing Check Valves
Part 1— General
Design Requirements
15 -9
H: \File Sys \WWp - WasteWater \WW -27 -3626 Lind Ave Lift Station \Design \Final Design \Final Lind LS Tech Specs - City
Modified.doc 03/20/2013 11:36 AM
0 2013 RH2 Engineering, Inc.
i
fl
P�
1
I
Spring 2013 City of Renton
Division 15 - Mechanical Lind Lift Station
The swing check valve shall function to permit flow in only one direction. The valve shall
' close tightly, without slamming, when the pressure on the discharge side exceeds the
pressure on the inlet side. All swing check valves shall conform with AWWA C508 and the
following specifications.
The valve shall be constructed to withstand the pressures stated in Division 1.82. Flanges
shall be drilled to ANSI B16.1, Class 125# or as specified in the Plans.
Operating pressure range is 0 psi (low) to 60 psi (high). The manufacturer shall certify that
the check valve will seal completely within the operational range.
Part 2 — Products
Manufacturers
The valve shall be equal to M &H Model 159 Swing Check Valve.
Manufactured Units
The swing check valve body shall be constructed with heavy cast iron or cast steel and have
a bronze or stainless steel seat ring, rubber clapper facing, a non - corrosive shaft and external
counterweight attachment. See plans for which side of the valve to locate the counterweight.
The valve disc shall be constructed of cast iron or cast steel and shall be suspended from a
non - corrosive shaft. The valve shall allow the equivalent flow area of the adjoining pipe.
The shaft shall pass through a stiffing box and be connected to the swing arm in the outside
of the valve.
Swing arm shall be oriented as shown on the plans.
'
Finishes
The interior and exterior of the valve body, bonnet and seal plate shall be coated with
fusion- bonded epoxy meeting AWWA C -550 (latest revision). Interior coating shall be a
minimum dry film thickness of 7 mils, not including primer. Exterior coating shall be a
minimum dry film thickness of 5 mils, not including primer. Alternatively, exterior may be
coated per Division 9.91.33.6.
15.40.4 Adapters and Dielectric Fittings
Part 3 - Execution
Installation
Provide adapters between dissimilar types of pipes (e.g. copper - steel). Provide dielectric
1
fittings at joints between dissimilar metals.
15.60 PRESSURE AND LEVEL MEASUREMENT
15.60.1 Common Work for Pressure and Level Measurement
1
Part 1— General
Related Sections
15 -10
H: \File Sys \WWP - WasteWater \WWP -27 -3626 Lind Ave Lift Station \Design \Final Design \Final Lind LS Tech Specs - City
Modified.doc 03/20/2013 11:36 AM
© 2013 RH2 Engineering, Inc.
Spring 2013 City of Renton
Division 15 - Mechanical Lind Lift Station
See Division 16 for electronic pressure and level devices.
Design Requirements
Pressure and level measurement devices shall be scaled and rated for the application.
Part 3 — Execution
Installation
All devices shall be installed to be field serviceable without taking the facility out of service.
Readouts shall be positioned to be easily read from a standing position, central to the room
unless allowed otherwise by the Engineer.
15.61 Pressure Gauges
Part 1— General
References
ASTM B40.1 Grade 2A
Performance Requirements
Gauge accuracy shall be ± 0.5 percent of full scale.
Submittals
Provide catalog sheets showing dimensions, pressure range, accuracy and optional
accessories.
Part 2 — Products
Manufacturers
Marsh, 3D Instruments or approved equal.
Materials
Gauges shall be analog or digital type as shown on the plans; stem mount type with 4' /Z inch
scale face, glycerin filled and be completely suitable for measuring raw sewage. Connection
shall be '/2 inch threaded with bleed off branch and ball valve. Wetted parts shall be brass,
bronze or stainless steel. The full scale pressure range for each gauge location shall be as
follows.
Full Scale
Normal Operation Range
0 -25 psi
5 -7 psi
For pressure gauges used in applications other than clean water, provide a diaphragm seal
suitable for the contact fluid.
Diaphragm seals shall have 316 SS construction with bleed screw, flushing connection, and
seal -off orifice.
Diaphragm seal shall be Coniflo "lift- Gard" Model 300 -A (with flushing connection) as
supplied by Branom Instruments, Seattle, WA, or approved equal.
15 -11
H: \File Sys \WWP - WasteWater \WWP -27 -3626 Lind Ave Lift Station \Design \Final Design \Final Lind LS Tech Specs - City
Modified.doc 03/20/201311:36 AM
© 2013 RH2 Engineering, Inc.
Spring 2013 City of Renton
Division 15 - Mechanical Lind Lift Station
Part.3 - Execution
Installation
Install gauges as shown on the plans. Support gauges adequately.
Field Quality Control
Provide calibrated test gauges for each scaled range. Build a temporary common testing
manifold that can hold all similarly scaled gauges plus the test gauge at one time. Pressurize
manifold to the pressure specified by the Engineer. Gauges that do not meet the accuracy
requirements shown under the Performance Requirements shall be replaced at the
Contractor's expense.
15 -12
H: \File Sys \WWP - WasteWater \WWP -27 -3626 Lind Ave Lift Station \Design \Final Design \Final Lind LS Tech Specs - City
Modified.doc 03/20/2013 11:36 AM
© 2013 RH2 Engineering, Inc.
Division 16
Electrical
16.00 GENERA.
This division covers that work necessary for furnishing and installing electrical equipment
required for this project. Items not covered shall be suitable for their particular application.
Sections in these specifications titled "Common Work for Electrical' shall apply to all following
sections whether directly referenced or not.
16.05 Common Work for Electrical
Part 1 - General
Summary
Plans are diagrammatic and indicate general arrangements of systems and equipment, except
when specifically dimensioned or detailed. The intention of the plans is to show size,
capacity, approximated location, direction and general relationship of one work phase to
another, but not exact detail or arrangement.
Permits and Fees
The Contractor shall coordinate and provide all permits, licenses, approvals, inspections by
the authority having jurisdiction and other arrangements for work on this project and all fees
shall be paid for by the Contractor. The Contractor shall include these fees in the bid price.
Related Sections
See the following sections for items that may be provided and /or installed with other
electrical equipment.
• 10.14.8 Signs for electrical equipment
• 11.20 Pump motors
References
Provide all electrical work in accordance with latest edition of National Electrical Code,
National Electrical Safety Code, Washington State Electrical Code, and local ordinances. If
any conflict occurs between government adopted code rules and these specifications, the
codes are to govern. All electrical products shall bear a label from a certified testing
laboratory recognized by the State of Washington. Recognized labels in the State of
Washington are UL, ETL, and CSA -US.
Definitions
• Dry Locations: All those indoor areas which do not fall within the definitions below
for wet, damp, or corrosive locations and which are not other wise designated on the Plans.
• Wet Locations: All locations exposed to the weather, whether under a roof or not,
unless otherwise designated on the Plans.
16 -1
H: \File Sys \WWP - WasteWater \WWP -27 -3626 Lind Ave Lift Station \Design \Final Design \Final Lind LS Tech Specs - City
Modified.doc 03/20/2013 11:36 AM
0 2013 RH2 Engineering, Inc.
1
1
t
I
II
J
C
1
Spring 2013 City of Renton
Division 16 - Electrical Lind Lift Station
• Damp Locations: All spaces wholly or partially underground, or having a wall or
ceiling forming part of a channel or tank unless otherwise designated on the Plans.
• Corrosive Locations: Areas where wastewater is stored or any areas classified as
Class 1, Division 1 or 2. These areas are identified on the Plans.
Submittals
Provide' submittals of each item specified in this division to engineer for approval in
accordance with the submittals' sections of these specifications. Submittals for motor
control centers, motor control panels, control panels, instrumentation panels, and pump
control panels shall include as a minimum a wiring diagram or connection schematic and an
'
interconnection diagram.
Wiring Diagram or Connection Schematic
This plan or plans shall include all of the devices in a system and show their physical
relationship to each other including terminals and interconnecting wiring in assembly. This
diagram shall be in a form showing interconnecting wiring only by terminal designations
(wireless diagram).
Interconnection Diagram
This diagram shall show all external connections between terminals of equipment and
outside points, such as motors and auxiliary devices. References shall be shown to all
connection diagrams which interface to the interconnection diagrams. Interconnection
diagrams shall be of the continuous line type. Bundled wires shall be shown on a single line
with the direction of entry /exit of the individual wires clearly , shown. All devices and
equipment shall be identified. Terminal blocks shall be shown as actually installed and
identified in the equipment complete with individual terminal identification. All jumpers,
shielding and grounding termination details not shown on the equipment connection
diagrams shall be shown on the interconnection diagrams. Spare wires and cables shall be
shown.
Submittal information shall be provided to the Owner for the following items:
• Utility Meter Enclosure
• Service Disconnect
• Surge Protection Device (SPD)
• Motor Control Center
• Distribution Transformers
• Branch Circuit Panelboard
• Circuit Breakers
• Conduit and Fittings
• Outlet and Junction Boxes
'
• Electrical Handholes and Vaults
• Wire and Cables
16 -2
H: \File Sys \WWP - WasteWater \WWP -27 -3626 Lind Ave Lift Station \Design \Final Design \Final Lind IS Tech Specs - City
Modified.doc 03/20/2013 11:36 AM
0 2013 RH2 Engineering, Inc.
Spring 2013 City of Renton
Division 16 - Electrical Lind Lift Station
• Switches and Receptacles
• Light Fixtures
• Engine Generator Set
• Automatic Transfer Switch
• EG Fuel Tank
• Other Electrical Components listed in this division and /or required by the Engineer.
Project Conditions
Contractor shall keep all power shutdown periods to a minimum. Carry out shutdowns only
after a shutdown schedule has been submitted and favorably reviewed by both. the client and
the Engineer.
Construction Power: See Division 1.51
Part 2 - Products
Source Quality Control
Do not use equipment exceeding dimensions indicated or equipment or arrangements that
reduce required clearances or exceed specified maximum dimensions unless approved by the
Engineer.
Identification of Listed Products
Electrical equipment and materials shall be listed for the purpose for which they are to be
used, by an independent testing laboratory. When a product is not available with a testing
laboratory listing for the purpose for which it is to serve, the inspection authority may
require the product to undergo a special inspection at the manufacturer's place of assembly.
All costs and expenses incurred for such inspections shall be included in the original contract
price.
Materials
Use equipment, materials and wiring methods suitable for the types of locations in which
they will be located, as defined in Definitions above.
Components
Fasteners for securing equipment to walls, floors and the like shall be either hot -dip
galvanized after fabrication or stainless steel. Provide stainless steel fasteners in Corrosive
locations. When fastening to existing walls, floors, and the like, provide capsule anchors, not
expansion shields. Size capsule anchors to meet load requirements. Minimum size capsule
anchor bolt is 3/8 -inch.
Unless otherwise noted, provide enclosures as follows:
• Class 1, Division 1 &2 Locations: NEMA Type 7
• Indoors unclassified Locations: NEMA Type 12
• Corrosive Locations: NEMA Type 4X
16 -3
H: \File Sys \WWP - WasteWater \WWP -27 -3626 Lind Ave Lift Station \Design\Final Design\Final Lind LS Tech Specs - City
Modified.doc 03/20/2013 11:36 AM
© 2013 RH2 Engineering, Inc.
Ll
11
[I
t
1
r�
r
i
Spring 2013 City of Renton
Division 16 - Electrical Lind Lift Station
• Outdoors and /or Wet Locations: NEMA Type 4
• Electrical rooms: NEMA Type 1
Accessories
Wire Identification
Identify each wire or cable at each termination and in each pull box using numbered and
lettered wire markers. All electrically common conductors shall have the same number.
Each -electrically different conductor shall be uniquely numbered. Identify panelboard
circuits using the panelboard identification and circuit number. Identify motor control
circuits using the equipment identification number assigned to the control unit by the motor
control center manufacturer and the motor control unit terminal number. Identify other
circuits as approved by the Engineer. Identify each wire or cable in each pull box with
plastic sleeves having permanent markings. Conductors between terminals of different
numbers shall have both terminal numbers shown at each conductor end. The terminal
number closest to the end of the wire shall be the same as the terminal number.
Finishes
Refer to each electrical equipment section of these Specifications for painting requirements
of equipment enclosures.
Part 3 - Execution
Installation
Install all materials in accordance with electrical code, UL listing requirements and
manufacturer's instructions.
All underground electrical conduits shall be installed by a licensed electrical contractor.
Ensure that all equipment and materials fit properly in their installations. Perform any
required work to correct improperly fit installations at no additional expense to the Owner.
Provide the required inserts, bolts and anchors, and securely attach all equipment and
materials to their supports.
Install all floor - mounted equipment on 3-1/2-inch high reinforced concrete pads.
Cutting, Drilling and Welding: Provide any cutting, drilling, and welding that is required for
the electrical construction work. Structural members shall not be cut or drilled, except when
favorably reviewed by the Engineer. Use a core drill wherever it is necessary to drill through
concrete or masonry. Perform patch work with the same materials as the surrounding area
and finish to match.
Metal Panels: Mount all metal panels, which are mounted on, or abutting concrete walls in
damp locations or any outside walls '/a -inch from the wall, and paint the back side of the
panels with a high build epoxy primer with the exception of stainless steel panels. Film
thickness shall be 10 mils minimum.
Maintenance: Install all equipment and junction boxes to permit easy access for normal
maintenance.
16 -4
H: \File Sys \WWP - WasteWater \WWP -27 -3626 Lind Ave Lift Station \Design \Final Design \Final Lind LS Tech Specs - City
Modified.doc 03/20/2013 11:36 AM
© 2013 RH2 Engineering, Inc.
Spring 2013 City of Renton
Division 16 - Electrical Lind Lift Station
Interconnections: Provide all interconnection wiring between work provided in other
divisions and work provided in this division. All equipment to be completely wired and fully
operational upon completion of the project.
Seismic Requirements: See Division 1.81
Equipment Protection: Exercise care at all times after installation of equipment, motor
control centers, control panels, etc., to keep out foreign matter, dust debris, and moisture.
Use protective sheet metal covers, canvas, heat lamps, etc., as needed to ensure equipment
protection.
Field Quality Control
Minor Deviations
The electrical plans are diagrammatic in nature and the location of devices, fixtures and
equipment is approximate unless dimensioned. On the basis of this, the right is reserved to
provide for minor adjustments and deviations from the apparent locations shown on the
Plans without any extra cost. Deviations from the Plans and /or specifications required by
code shall also be done, subsequent to Owner's approval, without extra costa
Plans indicate the general location and number of the electrical equipment items. When
raceway, boxes, and ground connections are shown, they are shown diagrammatically only
and indicate the general character and approximate location. Layout does not necessarily
show the total number of raceways or boxes for the circuits required. Furnish, install, and
place in satisfactory condition all raceways, boxes, conductors and connections, and all of
the materials required for the electrical systems shown or noted in the contract documents
complete, fully operational, and fully tested upon the completion of the project.
Record Plans
The Contractor shall maintain a complete and accurate record set of Plans for the electrical
construction work. Continually record actual electrical system(s) installation on a set of
prints kept readily available at the project during construction for this purpose alone.
Accurately locate all raceways and circuit number of each equipment item. At the
completion of the work, furnish a set of clean, neat, and accurate record plans on
reproducible sepia -type paper which shows raceway type, routing, and conductors for every
outlet and every circuit. .
After testing and acceptance of the project the Contractor shall furnish in the O&M manuals
an accurate connection schematic and interconnection diagram for every MCC and
instrumentation panel provided this project.
Cleanup
Cleaning Equipment: Thoroughly clean all soiled surfaces of installed equipment and
materials upon completion of the project. Clean out and vacuum all construction debris
from the bottom of all equipment enclosures.
Painting: Repaint any electrical equipment or materials scratched or marred in shipment or
installation, using paint furnished by the equipment manufacturer.
16 -5
H: \File Sys \WWP - WasteWater \WWP -27 -3626 Lind Ave Lift Stadon \Design \Final Design \Final Lind LS Tech Specs - City
Modified.doc 03/20/2013 11:36 AM
© 2013 RH2 Engineering, Inc.
1
t
1
7
H111
C
r��
U11111
,,I
Ell I
[17
Spring 2013 City of Renton
P g tY
Division 16 - Electrical Lind Lift Station
Cleanup: Upon completion of the electrical work, remove all surplus materials, rubbish, and .
debris that accumulated during the construction work. Leave the entire area neat, clean and
acceptable to the Engineer.
16.10 ELECTRICAL SITE WORK
16.10.1 Common Work for Electrical Site Work
Part 3 — Execution
Construction
Provide all excavation, trenching, backfill and surface restoration required for the electrical
work.
Trenching shall be to depths as required by Code, particular installation, or as shown on the
Plans. Trench width and length as required by the installation or as shown. Trench bottom
shall be free of debris and graded smooth. Where trench bottom is rock or rocky, or
contains debris larger than 1 inch or material with sharp edges, over excavate 3 inches and
fill with 3 inches of sand. Separation between new electrical utilities and other utilities shall
be 1 foot 0 inches minimum, except gas lines shall be 1 foot 0 inches both vertical and
horizontal. Perform crossing of concrete or asphalt only after surface material has been saw
cut to required width and removed.
Backfill around raceways shall be 3 -inch pea gravel or sand for systems of 600 volt or less.
Provide red marker tape over raceways below grade. Place backfill material to obtain a
minimum degree of compaction of 95 percent of maximum density at optimum moisture
content. Moisten backfill material as required to obtain proper compaction. Do not use
broken pavement, concrete, sod roots, and debris for backfill.
16.10.2 Underground Marking Tape (Detectable Type)
tPart
2 — Products
Manufacturers
Tape shall be Brady "Detectable Identoline — Buried Underground Tape, or equal.
Materials
Underground marking tape shall be for location and early warning protection of buried
power and communication lines. Tape shall be detectable by a pipe /cable locator or metal
detector from above the undisturbed ground. Tape shall be nominally 2 inches wide with a
type B721 aluminum foil core laminated between two layers of 5 mil thickness polyester
plastic. The plastic color shall be red for electrical lines and orange for telephone lines.
16.15 ELECTRICAL GROUNDING
16.15.1 Common Work for Electrical Grounding
Part 1 General
-
References
16 -6
H: \File Sys \WWP - WasteWater \WWP -27 -3626 Lind Ave Lift Station \Design \Final Design \Final Lind LS Tech Specs - City
Modified.doc 03/20/2013 11:36 AM
© 2013 R142 Engineering, Inc.
16 -7 1
H: \Ffle Sys \WWp - WasteWater \WWR27 -3626 Lind Ave Lift Station \Design \Final Design \Final Lind LS Tech Specs - City
Modified.doc 03/20/2013 11:36 AM
© 2013 RH2 Engineering, Inc.
Spring City 2013 Ci of Renton
P
Division 16 - Electrical Lind Lift Station
Service and equipment grounding shall be per Article 250 of the National Electrical Code.
Performance Requirements
Verify that a low- resistance ground path is provided for all circuits so an accidental contact
to ground of any live conductor will instantly trip the circuit.
Part 2 - Products
Components
The grounding systems shall consist of the ground rods, grounding conductors, ground bus,
ground fittings and clamps, and bonding conductors to structural steel as shown on the
Plans.
System components shall be as allowed in the N.E.C. unless specified otherwise below.
• Ground Rods: Ground rods shall be cone pointed copper clad Grade 40 HS steel
rods conforming to ASTM B228. The welded copper encased steel rod shall have a
conductivity of not less than 27% of pure copper.
• Ground Conductors: Buried conductors shall be medium -hard drawn bare copper;
other conductors shall be soft drawn copper. Sizes over No. 6 AWG shall be stranded.
Coat all ground connections except the exothermic welds with electrical joint compound,
non - petroleum type, UL listed for copper and aluminum applications.
• Ground Rod Boxes: Boxes shall be a 9 -inch diameter precast concrete unit with hot -
dip galvanized traffic cover. Units shall be 12- inches deep minimum. Covers shall be
embossed with the wording "Ground Rod ".
Part 3 - Execution
Installation
Provide a ground rod box for each ground rod so as to permit ready access to facilitate
testing.
Provide a ground wire in every conduit carrying a circuit of over 110 volts to ground.
Make embedded or buried ground connections, taps and splices with exothermic welds.
Coat ground connections.
Testing
'
Following completion of the grounding electrode system, measure ground resistance at each
ground rod using the three rod method. Submit results to engineer prior to final acceptance
by the Owner.
Perform testing per NETA Standard ATS paragraph 7.3. Testing methods shall conform to
NETA Standard ATS using the three electrode method for large systems. Conduct tests
only after a period of not less than 48 hours of dry weather.
Furnish to the Engineer a test report with recorded data of each ground rod location. See
Division 16.95.4
16 -7 1
H: \Ffle Sys \WWp - WasteWater \WWR27 -3626 Lind Ave Lift Station \Design \Final Design \Final Lind LS Tech Specs - City
Modified.doc 03/20/2013 11:36 AM
© 2013 RH2 Engineering, Inc.
�1
Spring 2013 City of Renton
Division 16 - Electrical Lind Lift Station
16.20 UTILITY SERVICE
16.21 Electrical Service
The Contractor shall meet all the standard requirements for working in the King County
right -of -way which may require a county inspector to watch work being performed within
the right -of -way. The Contractor shall be responsible for paying all cost for the
representative to be on site if required as part of the right -of -way permit. Coordinate with
PSE.
Part 3 - Execution
Installation/ Construction
Puget Sound Energy will perform the following_
t1. Extend secondary raceway and conductors provided to the edge of the transforme by
the Contractor into the transformer vault and terminate service conductors on the
secondary side of the transformer.
16 -8
H: \FIle Sys \WWP - WasteWater \WWP -27 -3626 Lind Ave Lift Station \Design \Final Design \Final Lind LS Tech Specs - City
Modified.doc 03/20/2013 11:36 AM
© 2013 RH2 Engineering, Inc.
Part 1— General
Summary
The following is a brief description of the work required to provide power service to the
proposed facilities. The Electrical Power Provider, Puget Sound Energy (PSE), shall perform
some of the work and the Contractor shall do the remainder of the work. It is the
Contractor's responsibility to understand what work will be completed by the Electrical
Power Provider.
Work to be completed by the Electrical Power Provider will be paid by the Owner and shall
not be included in the Contractor's bid price.
References
During design, contact was made with Customer Service Representative, Mr. Nate Lindo,
who can be contacted by telephoning (253) 970 -7284.
Work involving service installation shall be done in accordance with Electrical Power
Provider standards and the National Electric Code.
Service equipment shall be listed and labeled by UL as "suitable for use as service
equipment ".
Project Conditions
Before submitting a bid, the Contractor shall become familiar with all the electrical service
requirements that may affect the execution of their work.
'
Sequencing and Scheduling
The Contractor shall be fully and completely responsible for. all scheduling and coordination
with the Electrical Power Provider. The Contractor shall contact the Customer Service
Representative to coordinate scheduling of work to be performed and to verify
responsibilities.
The Contractor shall meet all the standard requirements for working in the King County
right -of -way which may require a county inspector to watch work being performed within
the right -of -way. The Contractor shall be responsible for paying all cost for the
representative to be on site if required as part of the right -of -way permit. Coordinate with
PSE.
Part 3 - Execution
Installation/ Construction
Puget Sound Energy will perform the following_
t1. Extend secondary raceway and conductors provided to the edge of the transforme by
the Contractor into the transformer vault and terminate service conductors on the
secondary side of the transformer.
16 -8
H: \FIle Sys \WWP - WasteWater \WWP -27 -3626 Lind Ave Lift Station \Design \Final Design \Final Lind LS Tech Specs - City
Modified.doc 03/20/2013 11:36 AM
© 2013 RH2 Engineering, Inc.
g City Spring 2013 Ci of Renton
P
Division 16 - Electrical Lind Lift Station
j
2. Install a utility revenue meter in the proposed main revenue metering enclosure provided
and installed by the Contractor.
3. Disconnect existing secondary conductors to the existing lift station service disconnect
from the transformer after the proposed lift station is operational and accepted by the
City in writing.
Contractor's Responsibilities
Contractor shall notify the Engineer of any changes to the responsibilities between the
Electrical Power Provider and the Contractor as outlined in these specifications prior to
submitting a bid. Any change(s) in responsibilities not brought to the attention of the
Engineer prior to bidding will not be cause for additional payment.
The Contractor shall perform the following_
1. Install the service entrance disconnect switch and main revenue metering enclosure as
shown on the plans.
2. Install new raceway and conductors for secondary service from the existing pad -mount
transformer location to the proposed service disconnect switch including trenching,
backfill and restoration. Terminate service conductors at the service entrance disconnect
switch. Final raceway penetration into the transformer vault will be completed by PSE.
3. The Contractor shall meet all the standard requirements for working in the right -of -way
which includes a utility representative on site during work within the right -of -way. The
Contractor shall be responsible for paying all cost for the representative to be on site.
4. Remove and dispose the existing secondary conductors from the raceway after they are
disconnected from the transformer.
16.21.2 Electrical Utility Meter Enclosure
Part 2 — Products
Manufacturers
Meter enclosure shall be a Circle AW or equal and as required to meet the requirement of
the Electrical Power Provider.
Materials
,
Contractor shall coordinate with Puget Sound Energy on the type of metering required and
shall provide all labor and material necessary to meet Puget Sound Energy requirements.
16.21.3 Service Disconnect Switch
'
Part 1— General
Design Criteria
The switch shall be heavy duty type, shall be quick -make, quick break, and shall be
horsepower rated. The switch shall have blades as required to open all ungrounded
conductors. The disconnect shall have a minimum available fault current withstand rating of
42,000 amperes unless noted otherwise on the plans.
16 -9
H: \File Sys \WWP - WasteWater \WWP -27 -3626 Lind Ave Lift Station \Design \Final Design\Final Lind LS Tech Specs - City
Modified.doc 03/20/2013 11:36 AM
0 2013 RH2 Engineering, Inc.
rj
t
Spring 2013 City of Renton
Division 16 - Electrical Lind Lift Station
Part 2 — Products
Manufacturers
Acceptable switch manufacturer's: Cutler /Hammer, General Electric, Siemens, Square -D or
Westinghouse.
Materials
The switch shall be pad - lockable in both the OFF or ON position.
The enclosure shall have interlocking cover to prevent opening the door when the switch is
closed. The interlock shall include a defeating scheme. The enclosure shall be pad - lockable.
The NEMA enclosure rating shall be as shown on the Plans.
Circuit Breaker Type
Circuit breakers shall be molded case thermal- magnetic type and meet molded case circuit
breaker specifications covered in Division 16.55.16.
16.21.4 Manual Transfer Switch
Part 2 — Products
Switch shall be heavy duty . safety switch, double throw type, non -fused manually operated,
NEMA 1 enclosure, 600 volt, 3 phase, 100 ampere rated.
Manufacturers
Acceptable switch manufacturer's: Cutler /Hammer, General Electric, Siemens, or Square -D.
16.21.5 Generator Connection Receptacle
As shown on the plans.
16.30 PANEL COMPONENTS
16.31 Panel Monitoring and Indication
16.31.2 Run Time Meters
Part 2 — Products
Manufactured Units
Hour meter (elapsed time meters) shall be 2-1/2 inch square case type for flush panel
mounting. The meter face shall be of the style that most closely resembles the switchboard
indicating instruments if provided and shall have black trim with white or aluminized face.
The meters shall have a six -digit non -reset register with the last digit indicating tenths of an
hour.
16 -10
H: \File Sys \WWP - WasteWater \WWP -27 -3626 Lind Ave Lift Station \Design \Final Design \Final Lind LS Tech Specs - City
Modified.doc 03/20/2013 11:36 AM
© 2013 RH2 Engineering, Inc.
Spring 2013 City of Renton
Division 16 - Electrical Lind Lift Station
16.31.3 Power Meter
Part 2 — Products
Manufacturers
Acceptable digital power meter manufacturers and models are:
1. Siemens Model PAC 3200
2. Allen Bradley Power monitor 3000
3. Eaton IQ 250/260
4. or equal.
Manufactured Units
A digital 3 -phase power monitor with remote capabilities and associated sensors shall be
provided as indicated on the plans. The power monitor shall be equipped with an Ethernet
port for communicating to the PLC's via Ethernet /IP protocol. The digital power meter
shall be capable of measuring at a minimum the following parameters:
1. Voltage (line - neutral)
2. Voltage (line -line)
3. Voltage unbalance
4. Current
5. Current unbalance
6. Neutral amps
7. Real power
8. Reverse and single phase detection
9. Reactive power
10. Apparent power
11. Power factor
12. Frequency
13. Auxiliary voltage
14. Total Harmonic Distortion
16.31.5 Operational Counters
Part 2 — Products
Manufacturers
Redington model no. 3301 -3000 or approved equal.
Manufactured Units
16 -11
H: \File Sys \WWp - WasteWater \WWp -27 -3626 Lind Ave Lift Station \Design \Final Design\Final Lind LS Tech Specs - City
Modified.doc 03/20/2013 11:36 AM
© 2013 RH2 Engineering, Inc.
Part 2 — Products
Manufactured Units
Units shall be 30.5 mm NEMA type 4/4X/13, corrosion - resistant /watertight /oil - tight, type
push buttons with momentary contacts rated for 10- ampere continuous at proper operating
voltage. Button color shall be as specified in control panels and shall have a full guard. Unit
shall have standard size legend plated with black field and white marking as indicated,
contact arrangements shall be as shown.
16.33 Panel Relays
16.33.2 Relays
Y
Part 1— General
Design Criteria
Contacts and relays shall be NEMA rated and UL recognized.
1 16 -12
H: \File Sys \WWP - WasteWater \W1"-27 -3626 Lind Ave Lift Station \Design \Final Design \Final Lind LS Tech Specs - City
Modifed.doc 03/20/2013 11:36 AM
02013 RH2 Engineering, Inc.
S rin , 2013 City of Renton
P g tY
Division 16 - Electrical 'Lind Lift Station
Eight -Digit LCD, .28" minimum High Digits, flush rectangular, Non - resettable counter with
7 -year self - contained battery.
16.31.10 Indicating Pilot Lights
Part 2 — Products
Manufactured Units
Indicating pilot lights shall be 30.5 mm NENIA type 4/4X/13, corrosion
resistant /watertight /oil- tight, full voltage, push -to -set, high visibility 28 chips LED type.
Pilot lights shall be rated for the proper operating voltage. Appropriate lens caps shall be
provided as shown on plans.
16.32 Panel Switches
16.32.2 Selector Switch
Part 2 — Products
Manufactured Units
Units shall be 30.5 mm NEMA type 4/4X/13, corrosion - resistant /watertight /oil - tight, type
selector switches with contacts rated for 10 amperes continuous at proper operating voltage.
Units shall have standard size, black field, legend plated with white markings as indicated.
Operators shall be black knob type. Units shall have the number of positions and contact
arrangements and spring return function (if any) as shown. Units shall be single -hole
mounting, accommodating panel thicknesses from 1/16 -inch minimums tot /4- inch
maximum.
16.32.5 Pushbuttons
Part 2 — Products
Manufactured Units
Units shall be 30.5 mm NEMA type 4/4X/13, corrosion - resistant /watertight /oil - tight, type
push buttons with momentary contacts rated for 10- ampere continuous at proper operating
voltage. Button color shall be as specified in control panels and shall have a full guard. Unit
shall have standard size legend plated with black field and white marking as indicated,
contact arrangements shall be as shown.
16.33 Panel Relays
16.33.2 Relays
Y
Part 1— General
Design Criteria
Contacts and relays shall be NEMA rated and UL recognized.
1 16 -12
H: \File Sys \WWP - WasteWater \W1"-27 -3626 Lind Ave Lift Station \Design \Final Design \Final Lind LS Tech Specs - City
Modifed.doc 03/20/2013 11:36 AM
02013 RH2 Engineering, Inc.
Spring 2013 City of Renton
Division 16 - Electrical Lind Lift Station
The electrical life expectancy for the relay shall be over 500,000 operations at 120V AC, 10
Amp; (over 200,000 operations at 120V AC, 10A for SPDT, 3PDT, and 4PDT). The
mechanical life expectancy for the relay shall be over 50,000,000 operations.
Part 2 — Products
Manufacturers
Relays shall be Idec RH Series — General Purpose Midget Relays with DIN rail mounted
socket or equal. Single Function Timing Relays shall be Idec GE1A Series — Single Function
ON Delay Timers with DIN rail mounted socket or equal. Multi- Function Timing Relays
shall be Idec RTE or GT3 series depending on intended functions with DIN rail mounted
socket or equal.
Manufactured Units
Relays for control, alarm and report -back functions shall be supplied as required to provide
external keying and control switching. Relays shall be 120 -volt A.C., or 12 -or 24 -volt D.C.
Relays and shall be plug -in type with dust covers and shall be interchangeable with one
another. All relays shall have LED indicators to signal when the coil is energized. Contacts
shall have amperage rating higher than their intended use.
Signal circuit switching shall be accomplished with analog signal switching relays and shall be
provided to switch either 4 to 20 MA D.C. or 1 to 5V D.C. signals. Units shall have double -
throw dry circuit contacts in a break - before -make configuration rated for 15VA minimum.
The number of poles and coil energization voltage shall be as shown on plans. Signal
switching relays shall be sealed to prevent entry of contamination in the form of dust, dirt, or
moisture.
Part 3 — Execution
Installation
Provide adjustable time relays on all alarm and shut down circuits to prevent nuisance
tripping of other alarm points. Time delay relays for these functions may not be shown on
the plans; however, provide as required on all circuits.
16.33.3 Phase Fail Relay (PFR)
Part 2 — Products
Manufacturers
Acceptable power phase monitor and models are:
1. Time Marker 257 or equal
Manufactured Units
A UL listed 3 -phase power monitor shall interrupt the control power in the event of phase
loss, phase reversal, low voltage and phase unbalance. It shall have primary fuse protection.
Contacts shall be rated for 15A resistive at 120 VAC. The 3 -phase power monitor shall
automatically reset when proper power is re- applied. Additional contacts shall be provided
with an interpose control relay when multiple contacts are required for the application.
16 -13
H:\File Sys \WWp - WasteWater \WWp -27 -3626 Lind Ave Lift Station \Design \Final Design \Final Lind LS Tech Specs - City
Modified.doc 03/20/201311:36 AIM
© 2013 RH2 Engineering, Inc.
'J
Spring 2013 City of Renton
Division 16 - Electrical Lind Lift Station
16.35 Other Panel Components
16.35.5 Terminal Blocks
Part 2 — Products
Manufactured Units
Terminal blocks shall be one - piece, molded, plastic blocks with screw -type terminals and
barriers rated for 300 volts. Terminals shall be double -sided and supplied with removable
covers to prevent accidental contact with live circuits. Terminals shall have permanent,
legible identification, clearly visible with the protection cover removed.
Part 3 — Execution
Installation
All wires between panel- mounted equipment and other equipment shall be terminated at
terminal blocks. Switches shall be terminated at the terminal blocks with crimp -type, pre -
insulated, ring - tongue lugs. Lugs shall be of the appropriate size for their terminal block
screws and for the number and size of the wires terminated. All wires shall be labeled with
the circuit number and common function.
16.35.10 Surge Protection Device (SPD)
Part 2 — Products
Manufacturers
The SPD shall be an Innovative Technology Protector Model or Total Protection Solutions
Model ST -160. No Substitutions. The SPD shall be compatible with the electrical system
voltage, current, system configuration and intended applications.
Manufactured Units
Protect the electrical service with a SPD device as shown on the Plans. The SPD shall be
located in the MCC and connected with the shortest conductors possible. The SPD shall
meet the following:
• Provide surge current withstand up to 160 kA per phase
• Short Circuit current rating of 200 kAIC
• A Thirty -Year Free Replacement Warranty
• Audible Alarm with Silence Button
• UL 1283 Tracking Filter
• Status indicator lights for each phase and one service LED
16 -14
H: \File Sys \WWP - WasteWater \WWP -27 -3626 Lind Ave Lift Station \Design \Final Design \Final Lind LS Tech Specs - City
Modified.doc 03/20/2013 11:36 AM
© 2013 R142 Engineering, Inc.
g City Spring 2013 Ci of Renton
P
Division 16 - Electrical Lind Lift Station
16.40 MOTOR CONTROL
16.41 Motor Control Center
Part 1- General
Related Sections
Simage Division 10.14.8
Standard Motor Starter Division 16.41.2
References
The equipment shall be constructed to .meet or exceed the requirements within NEMA
ICS3 -322 and UL845 for motor control centers. Each MCC section shall bear the UL label.
Design Requirements
This equipment shall consist of a line -up of standard design, free - standing sheet metal
sections, assembled and pre -wired for motor control and power distribution as shown on the
Plans. This equipment shall be designed as to permit future additions of vertical sections
and interchanging of units by users. Include provisions for supervisory control equipment
as specified elsewhere.
The MCC enclosure shall a NEMA 1A rated enclosure with gasketing. Gasketing shall be
closed cell neoprene material.
The MCC shall be NEMA Class Il, Type B construction.
The MCC shall be rated as shown on the Plans with a minimum available fault current
withstand rating of 42,000 amperes with a neutral conductor in the MCC.
Submittals
Provide submittals for all components.
Part 2 — Products
Manufacturers
During design, Siemens Motor Control Center equipment was used for sizing. MCC
manufacturer shall be Siemens or equal.
Components
A. Vertical Sections
Each vertical section for the NEMA 12 enclosure shall be approximately 90 inches
high and 15 inches deep. Vertical sections shall have internal base mounting angles
at the bottom and external lifting angles at the top running continuously within each
shipping block. See the plans for approximate dimensions of the MCC enclosure.
The MCC enclosure shall fit within the area shown on the plans.
To ' minimize the chance of fault propagation to adjacent sections, each vertical
section shall have side sheets extending the full height and depth of the section.
16 -15
H: \Ffle Sys \WWP - WasteWater \WWP -27 -3626 Lind Ave Lift Station \Design \Final Design \Final Lind IS Tech Specs - City
Modified.doc 03/20/2013 11:36 AM
0 2013 RH2 Engineering, Inc.
f
1
YI
f
1
Spring 2013 City of Renton
Division 16 - Electrical Lind Lift Station
B. Incoming Line Compartments
C. Bus
Incoming line /lug compartment shall be bottom entry unless noted otherwise on the
Plans. The size and quantity of incoming cables shall be as shown on the Plans.
The main horizontal bus shall be as indicated on the Plans. Horizontal bus bars shall
be located at the top of the MCC. All power bussing shall be braced to withstand a
fault current of 42,000 RMS symmetrical amperes unless otherwise noted on the
Plans.
Bus supports shall be fabricated from high strength, glass -filled polyester resin.
The horizontal bus shall be tin plated copper with a conductivity rating of 100
percent AICS. The horizontal bus bars shall be fully sized to carry 100 percent of
the rated current the entire length of the MCC. The entire horizontal bus assembly
shall be located behind the top horizontal wireway. Horizontal bus bars located
behind usable unit space are not acceptable.
The horizontal bus shall be isolated from the top horizontal wireway by a clear,
flexible, polycarbonate barrier allowing visual inspection of the horizontal bus
without removing any hardware.
The vertical bussing shall be rated 300 amperes respectively. Vertical bus bars shall
be fabricated of tin plated solid copper bars with a conductivity rating of 100 percent
AICS. The vertical bus barrier support shall be designed as to effectively enclose
each vertical bus bar. Provisions shall be made to close off unused unit stab
openings in the vertical bus barrier with removable covers.
All bus ratings are to be based on a maximum temperature rise of 50 degrees Celsius
over a 40 degree Celsius ambient temperature.
Provisions for terminating a neutral wire at the MCC shall be provided.
D. Unit Disconnect Operator Mechanism
A door - mounted operator mechanism shall be provided for operating all feeder
breakers provided with the MCC. The operator shall extend through an opening in
the unit door and shall clearly indicate whether the disconnect is `on', `off' or
`tripped'.
With the disconnect in the `ON' position, a mechanical interlock shall prevent
opening of the unit door. This interlock shall be provided with a defeater so that
authorized personnel may gain access to the compartment without interrupting
service.
The operator mechanism design shall allow padlocking the disconnect in the `OFF'
position with up to four padlocks.
E. Wireways
Horizontal wireways of standard sections, both top and bottom, shall be not less
than 6 inches (150 mm) high. To prevent damage to cable insulation, the wireway
16 -16
H: \File Sys \WWP - WasteWater \WWP -27 -3626 Lind Ave Lift Station \Design \Final Design \Final Lind LS Tech Specs - City
Modified.doc 03/20/2013 11:36 AM
© 2013 RH2 Engineering, Inc.
Spring 2013
Division 16 - Electrical
City of Renton
Lind Lift Station
opening between sections shall have rounded corners and the edges shall be rolled
back.
A full height, vertical wireway and hinged door shall be provided in each standard
vertical section. A permanent vertical wireway wall shall separate the units from the
vertical wireway, and remain intact even when the units are removed.
F. Operator Interface Devices and Control Relays
This section covers all components required in a motor control center that require
operator interface devices and control relays. Nameplates shall be provided for each
control component. The nameplate shall be phenolic, black background with white
lettering.
Selector Switch Division 16.32.2
Pushbuttons Division 16.32.5
Indicating Pilot Lights Division 16.31.10
Run Time Meters Division 16.31.2
Operational Counters Division 16.31.5
Terminal Blocks Division. 16.35.5
Relays Division 16.33.2
G. Units
After insertion, each plug -in unit shall be held in place by a latch that is located at the
front of the unit.
Plug -in stabs shall be mounted in a polyester molding at the rear of the unit. Wiring
from the unit disconnecting means to the plug -in stables shall be routed into this
molding such that the wiring is not being exposed at the rear of the unit.
Size 1 through Size 5 non - reversing starters shall be plug -in units.
The unit door shall be fastened to the stationary structure (not the unit itsel�, so that
the door can be closed when the unit has been removed. The door shall be hinged
on the left -hand side so that it opens away from the vertical wireway.
The operator handle of all units shall be interlocked with the MCC frame, so that a
unit insert cannot be withdrawn or inserted when the operator is in the ON position.
Position of operating handle shall indicate ON, OFF, or tripped condition. Handle
shall provide .provisions for padlocking in the OFF position. Interlock provision
shall prevent unauthorized opening or closing of the door with the disconnect in the
ON position.
Circuit breaker type starter units shall have a short circuit rating greater than the
available fault current listed in the General Section, and shall be motor circuit
protectors (MCP) with magnetic only trip. Feeder breakers shall be molded case
breakers with thermal magnetic trip and have a short circuit rating greater than the
available fault current listed in the General Section.
16 -17
H: \File Sys \W" - WasteWater \V/" -27 -3626 Lind Ave Lift Station \Design \Final Design \Final Lind LS Tech Specs - City
Modified.doc 03/20/2013 11:36 AM
© 2013 RH2 Engineering, Inc.
t
i
L�
Spring 2013 City of Renton
Division 16 - Electrical Lind Lift Station
An auxiliary contact shall be provided on the disconnect for purposes of isolating the
external source of control voltage. One control circuit fuse shall be provided.
Control circuit transformer (CC I) shall be mounted within the unit. CCT shall be
individually protected, and provide the following excess capacity, in addition to that
required by the starter coil: Size 1 — extra 40VA, Size 2 — extra 40VA, Size 3 — extra
125VA, Size 4 — extra 180VA, Size 5 — extra 200 VA.
H. Power Monitoring
Division 16.31.4
I. Surge Protection Device (SPD�
Division 16.35.10
J. Transformers
Lighting transformers to be installed in this equipment shall be Class H insulation type
for 80 degree C rise. Provide transformer with ratings as shown on the Plans.
Transformer shall be compatible with the environment in which it will be located and
provided with properly -rated taps.
K. Lighting Panels
Panelboards shall be provided with a rating at the proper voltage and current for
intended use with tin- plated copper bus bars. Panels shall have 100 percent neutral, with
equipment ground bar unless noted otherwise. Panelboards shall be deadfront.
The panelboard shall have the number of available single pole breaker spaces as shown
on the Plans or a minimum of 18 spaces when a number is not indicated on the Plans.
Where noted in the panel schedule on the Plans provide spare breakers, complete for
future connection of wiring circuits. Where "Space Only" is indicated for breakers,
provide all bussing and breaker mounting hardware.
The following interrupting capacity shall be considered minimum for the circuit breakers
provided. Other ratings shall be as specified on the Plans.
• 240V and 208Y/120V Panelboards - 22,000 AIC symmetrical
• 480Y/277V Panelboards - 42,000 AIC symmetrical
Provide GFI breakers when indicated on the Plans.
L. Integration with Telemetry
The Manufacturer of the MCC shall determine all requirements for transmitting data to
the telemetry system and shall include in the panel all required devices and equipment for
interfacing contact closures.
Each door on the NEMA 3R enclosure shall be equipped with an intrusion switch wired
to the telemetry panel. Intrusion switches shall be typically to type shown on the plans.
M. Wiring Diagrams
Wiring diagrams shall be provided at a centralized location in the MCC. The diagram
shall show the exact devices inside the unit and shall not be a generic diagram. The
16 -18
H: \File Sys \WWP - WasteWater \WWP -27 -3626 Lind Ave Lift Station \Design \Final Design \Final Lind LS Tech Specs - City
Modified.doc 03/20/2013 11:36 AM
© 2013 RH2 Engineering, Inc.
Spring 2013 City of Renton
Division 16 - Electrical Lind Lift Station
supplier of the equipment shall have the capability to provide revisions to electronic files
of wiring diagrams at a local office. The wiring diagrams must be provided with product
submittals in order to be considered for review. Supplier shall provide a disk copy of all
plans in AutoCAD format.
N. Wire and Control Relay Identification
All control wire in MCC shall be marked with shrink type wire markers on both ends of
wire. All control relays provided in the MCC panel shall be permanently labeled. The
label for the control relays and wiring shall match the wiring diagrams.
Finishes
Surfaces shall be painted according to the manufacturer's standard color scheme. All
unpainted parts shall be plated for resistance to corrosion.
Part 3 - Execution
Testing
This equipment shall be tested, and placed into operation by a qualified factory
representative trained in start -up and troubleshooting procedures for equipment being
installed.
16.41.2 Standard Motor Starter Unit
Part 1 - General
Design Requirements
Each unit shall consist of a motor circuit protector and a magnetic starter. The combination
shall have an interrupting rating of not less that 42,000 amperes symmetrical at 480 volts.
Each unit shall have a control terminal board and other components as shown on plans.
Starters shall be of NEMA, not IEC design. That is, starters shall have molded coils,
replaceable contacts, and metal mounting plate. Starters shall have provisions for accepting
up to seven (7) auxiliary contacts and one (1) overload alarm contact.
All starters shall be size 1 or larger and no intermediate sizes (such as 1 3/4) will be
acceptable.
Pilot devices shall be of NEMA heavy -duty design.
Part 2 — Products
Manufactured Units
Overload protection is to be provided by a solid state overload relay that shall be self
powered. Each overload shall be adjustable over a full 2:1 FLA adjustment range. A tamper
proof cover must be provided. The standard overload shall provide Class 20. The overload
relay must provide phase loss protection. The overload must be ambient insensitive. The
overload relay must have a trip -free, normally - closed contact with a visible trip indication
and N.O. isolated alarm contact. The overload shall have a method of being manually
tripped for test purposes. Size the overload heaters to protect the motor actually installed
with allowance for power factor correction, if applicable.
16 -19
H: \File Sys \WWP - Waste)X7ater \WWP -27 -3626 Lind Ave Lift Station \Design \Final Design \Final Lind LS Tech Specs - City
Modified.doc 03/20/2013 11:36 AM
0 2013 RH2 Engineering, Inc.
1
t
F
I
'
Spring City 2013 Ci of Renton
P
Division 16 - Electrical Lind Lift Station
Terminal blocks shall be mounted within the unit and located near the front for accessibility.
They shall not be located at the rear of the vertical wireway. Power terminal blocks shall be
provided. On non plug -in (frame mounted) units, terminal blocks need not be pull-apart
style. On plug -in units, control terminal blocks shall be pull-apart style.
Starter units shall contain the number of auxiliary contacts, unit- mounted devices, indicating
lights, control relays, and other devices as shown on the plans.
'
16.55 SWITCHES AND PROTECTIVE DEVICES
16.55.1 Common Work for Switches and Protective Devices
Part 1 General
-
Design Requirements
Overcurrent devices shall be NEMA rated.
Extra Materials
Provide one fuse for each ungrounded conductor and a minimum of two spare fuses of each
ampacity and voltage used on the project. Deliver fuses to Owner at the completion of the
'
project.
Part 3 — Execution
Installation
Overcurrent protection devices and safety switches shall be centered 5' -0" above the
finished floor unless noted otherwise on the Plans.
16.55.16 Molded Case Circuit Breakers
' Part 1- General
Design Requirements
' Breakers shall have the interrupting rating and trip rating indicated on the Plans. All breakers
shall be calibrated for operation in an ambient temperature of 40° C.
Part 2 - Products
Manufactured Units
' Molded case circuit breakers shall be quick -make and quick -break type with wiping type
contacts. Each breaker shall be provided with arc chutes and individual trip mechanisms on
each pole consisting of both thermal and magnetic trip elements. Two and three pole
breakers shall be common trip. Molded case circuit breakers shall be trip -free. Each
breaker shall have trip indication independent of the ON or OFF positions.
16.55.17 Instantaneous Magnetic Trip Breakers
Part 1 - General
Design Requirements
16 -20
H: \File Sys \WWP - WasteWater \WWP -27 -3626 Lind Ave Lift Station \Design \Final Design \Final Lind LS Tech Specs - City
Modified.doc 03/20/2013 11:36 AM
© 2013 RH2 Engineering, Inc.
Spring 2013 City of Renton
Division 16 - Electrical Lind Lift Station
The magnetic trips shall be adjustable and accessible from the front of all these breakers.
Part 2 - Products
Manufactured Units
Breakers in motor circuits which are indicated but not sized, shall be provided with
Manufacturer's recommended size based on the actual motor installed. Where indicated on
the Plans and in the combination motor starter /motor control center schedule, furnish
instantaneous magnetic trip only circuit breakers for motor short circuit protection.
16.55.18 Disconnect Switches
Part 1- General
Design Requirements
Furnish and install disconnect switches conforming to NEMA KS 1, type HD, sized for the
ampere and voltage as shown on the plans and as required by the National Electrical Code
and nameplate requirements of the equipment served.
Part 2 - Products
Manufactured Units
The switches shall be 600 volt type and horsepower rated. Auxiliary contacts shall be
provided as indicated on the Plans.
Part 3 — Execution
Installation
Provide additional disconnects if required by Code.
16.60 CONDUCTORS
16.61 Low Voltage Wire and Cable
Part 1- General
Design Requirements
This section is for power and control conductors for 600 volts or less.
All conductors shall be copper. Wire or cable not shown on the Plans or specified, but
required, shall be of the type and size required for the application and in conformance with
the applicable code.
Part 2 - Products
Materials
Conductors
16 -21
H: \File Sys \WWP - WasteWater \WWP -27 -3626 Lind Ave Lift Station \Design \Final Design \Final Lind LS Tech Specs - City
Modified.doc 03/20/2013 11:36 AM
© 2013 RH2 Engineering, Inc.
Spring 2013 City of Renton
P g tY
Division 16 - Electrical Lind Lift Station
• Stranded copper wire shall be 600 volt Type THW, THWN, or THHW, Class B
' stranding, sizes #14 AWG, #12 AWG, and #10 AWG only. Use of THHN insulation
shall not be allowed. Aluminum conductors shall not be allowed.
• Stranded copper wire shall be 600 volt Type XHHW, Class B stranding, sizes #8 AWG
and larger. Aluminum conductors shall not be allowed.
' Color Coding: Provide color coding for all circuit conductors. Insulation color shall be
white for neutrals and green for grounding conductors. An isolated ground conductor shall
be identified with an orange tracer in the green body. Ungrounded conductor colors shall be
as follows:
• 120/208 Volt, 3 Phase: Red, black and blue.
' • 277/480 Volt, 3 Phase: Yellow, brown and orange.
16 -22
H: \File Sys \WWP - WasteWater \WWP -27 -3626 Lind Ave Lift Station \Design \Final Design \Final Lind LS Tech Specs - City
Modified.doc 03/20/2013 11:36 AM
0 2013 RH2 Engineering, Inc.
Splices
'
• For Lighting Systems and Power Outlets: Wire nuts shall be twist -on type insulated
connectors utilizing an outer insulating cover and a means for connecting and holding
the conductors firmly.
• All Equipment: Crimp type connectors shall be insulated type, suitable for the size and
material of the wires and the number of wires to be spliced and for use with either solid
'
or stranded conductors.
• Division 16 Equipment and Power Conductors: Bolted pressure connectors shall be
'
suitable for the size and material of the conductors to be spliced.
• All Equipment: Epoxy splice kits shall include epoxy resin, hardener, mold, and shall be
suitable for use in wet and hazardous locations.
'
Terminations
• Crimp type terminals shall be self - insulating sleeve type, with ring or rectangular type
tongue, suitable for the size and material of the wire to be terminated, and for use with
'
either solid or stranded conductors.
• Terminal lugs shall be split bolt or bolted split sleeve type in which the bolt or set screw
does not bear directly on the conductor.
• Wire Markers shall be plastic sleeve type. Wire numbers shall be permanently imprinted
on the markers.
Location (Installment) Schedule
'
Provide the following conductors for the following applications.
• Use stranded copper conductors for all power and control circuits unless noted
otherwise on plans or below. Size as noted on the plans.
• Contractor may use solid copper conductors for lighting and receptacle circuits using
screw -type terminals. Size as noted on the plans.
'
• Size #14 AWG wire or smaller shall not be allowed for power circuits.
Finishes
' Color Coding: Provide color coding for all circuit conductors. Insulation color shall be
white for neutrals and green for grounding conductors. An isolated ground conductor shall
be identified with an orange tracer in the green body. Ungrounded conductor colors shall be
as follows:
• 120/208 Volt, 3 Phase: Red, black and blue.
' • 277/480 Volt, 3 Phase: Yellow, brown and orange.
16 -22
H: \File Sys \WWP - WasteWater \WWP -27 -3626 Lind Ave Lift Station \Design \Final Design \Final Lind LS Tech Specs - City
Modified.doc 03/20/2013 11:36 AM
0 2013 RH2 Engineering, Inc.
Spring 2013 City of Renton
Division 16 - Electrical Lind Lift Station
• 120/240 Volt, 1 Phase: Red and black.
Part 3 — Execution
Installation
Conductor Splices
• Splices: Install all conductors without splices unless necessary for installation, as
determined by the Engineer. Splices when permitted and terminations shall be in
accordance with the splice or termination kit manufacturer's instructions.
Conductor Identification
• Except for interior lighting and receptacle circuits, identify each wire or cable at each
termination and in each pullbox, junction box, handhole, and manhole using numbered
and lettered wire markers. All electrically common conductors shall have the same
number. Each electrically different conductor shall be uniquely numbered. Identify
panelboard circuits using the panelboard identification and circuit number. Identify
motor control circuits using the equipment identification number assigned to the control
unit by the motor control center manufacturer and the motor control unit terminal
number. Identify other circuits as shown in the circuit schedule as favorably by the
Engineer.
• Conductors between terminals of different numbers shall have both terminal numbers
shown at each conductor end. The terminal number closest to the end of the wire shall
be the same as the terminal number.
Testing
Insulation Resistance Tests: For all circuits 150 volts to ground or more and for all motors
circuits over 1/2 horsepower, test cables per NETA Paragraph 7.3.1. The insulation
resistance shall be 20 megohms or more. Submit results to Engineer for review.
16.63 Signal Cable
Part 2 - Products
Materials
Twisted Shielded Pairs (TSP).
Cable shall conform to IEEE 383, UL 13, and UL 83 and shall be type PLTC cable suitable
for direct burial. Each TSP shall consist of two #16 AWG, 7- strand copper conductors per
ASTM B8 with 15 mils PVC insulation and individual conductor jacket of nylon.
Conductors shall be twisted with 2 -inch or shorter lay, with 100 percent foil shielding and
tinned copper drain wires. The cable shall have an overall PVC jacket with a thickness of 35
mils. The insulation system shall be rated at 90 °C and for operation at 600 volts.
Multiple gwisted) Shielded Pair (MSP, Cables
Each MSP cable shall conform to IEEE 383, UL 13, and UL 83 and shall consist of the
number of pairs shown on the Plans of #20 AWG, 7- strand copper conductors per ASTM
B8 with 15 mils PVC insulation and individual conductor jacket of nylon. Conductors shall
16 -23
H: \File Sys \WWp - WasteWater \WWp -27 -3626 Lind Ave Lift Station \Design \Final Design \Final Lind LS Tech Specs - City
Modified.doc 03/20/2013 11:36 AM
0 2013 RH2 Engineering, Inc.
F
n
0
11
Spring 2013 City of Renton
Division 16 - Electrical Lind Lift Station
be twisted with 2 -inch or shorter lay, with 100 percent foil shielding and tinned copper drain
wires. The MSP cable itself shall have, in addition, an overall foil shield, tinned copper drain
wire, and an outer PVC jacket. Thickness of the jacket shall be 50 mils for 8 or fewer pairs,
60 mils for 10 to 16 pairs, and 70 mils for 18 or more pairs. The insulation system shall be
rated at 90° C and for operation at 600 volts.
CAT 5E and CAT6 Ethernet Cable
General Requirements: The Ethernet cable shall be shielded 600V UL PLTC rated. The use
of a 300V rated cable is not acceptable. All Ethernet cable terminating outside of a telemetry
panel shall be grounded at the telemetry panel only.
Category 6 Cabling — Non - Plenum: Horizontal cabling shall be 23 AWG, 4 -pair UTP,
UL /NEC CMR rated, with a blue flame retardant PVC jacket and polyolefin insulation.
Cable jacketing shall be lead -free. Cable shall meet the performance requirements of
standard Category 6 cables. Cable shall be UL listed and comply with NEC /CEC Type
CMR (CJL 1660) for non - plenum.
Category 6 Cabling — Plenum: Horizontal cabling shall be 23 AWG, 4 -pair UTP, UL /NEC
CMP rated, with a white, low- smoke, flame retardant PVC jacket and fluoropolymer
insulation. Cable jacketing shall be lead -free. Cable shall meet the performance
requirements of standard Category 6 cables. Cable shall be UL listed and comply with
NEC /CEC Type CMP (NFPA 262) for plenum.
Part 3 - Execution
Installation
Cable Installation
Cables shall be continuous from initiation to termination without splices except where
specifically indicated.
Cable shielding shall be grounded at one end of the cable only. Bonding shall be to a single
ground point only. Bonding from cable to cable in multiple run installations shall not be
permitted.
Install instrumentation cables in separate raceway systems with voltages not to exceed 30
volts DC.
Conductor Splices
Splices: Install all conductors without splices unless necessary for installation, as determined
' by the Engineer. Splices when permitted and terminations shall be in accordance with the
splice or termination kit manufacturer's instructions.
Conductor Identification
Except for interior lighting and receptacle circuits, identify each wire or cable at each
termination and in each pullbox, junction box, handhole, and manhole using numbered and
lettered wire markers. All electrically common conductors shall have the same number.
Each electrically different conductor shall be uniquely numbered. Identify panelboard
circuits using the panelboard identification and circuit number. Identify motor control
circuits using the equipment identification number assigned to the control unit by the motor
16 -24
H: \File Sys \WWP - WasteWater \WWP -27 -3626 Lind Ave Lift Station \Design \Final Design \Final Lind LS Tech Specs - City
Modified.doc 03/20/2013 11:36 AM
0 2013 RH2 Engineering, Inc.
Spring 2013 City of Renton
Division 16 - Electrical Lind Lift Station
control center manufacturer and the motor control unit terminal number. Identify other
circuits as shown in the circuit schedule as determined by the Engineer.
Conductors between terminals of different numbers shall have both terminal numbers
shown at each conductor end. The terminal number closest to the end of the wire shall be
the same as the terminal number.
Testing
Insulation Resistance Tests: Perform insulation resistance on all circuits. Make these tests
before any equipment has been connected. Test the insulation with a 500 Vdc insulation
resistance tester with a scale reading 100 mega ohms. The insulation resistance shall be 20
mega ohms or more. Submit results to Engineer for review.
16.70 CONDUIT, RACEWAYS, BOXES AND FITTINGS
16.71 Raceways
Part 1— General
Design Requirements
Conduit sizes not noted on Plans shall be in accordance with N.E.C. requirements for the
quantities and sizes of wire installed therein.
Part 2 — Products
Components
Conduit and Fittings
• Galvanized Rigid Steel (GRS): Rigid conduit shall be steel, hot dipped galvanized inside
and out. The GRS must meet USA Standards Institute C80 -1 Underwriters Laboratories
Standard UL6, and carry a UL label. Use cast threaded hub fittings and junction boxes
for all rigid conduit except in locations not permitted by the N.E.C.
• PVC Coated Rigid Steel Conduit: PVC coated conduit shall meet the GRS standard
above plus have a 40 mil PVC factory applied PVC coating.
• Nonmetallic Conduit: Nonmetallic Conduit shall be rigid PVC, Schedule 40 or 80. PVC
conduit installed above grade shall be Schedule 80 extra heavy wall 90 degree C. UL
listed for aboveground use and UV resistant. Conduit shall be gray in color. Fittings
shall be of the same material as the raceway and installed with solvent per the
Manufacturer's instructions. Conduit, fittings and solvent shall all be manufactured by
the same Manufacturer.
• Flexible Metal Conduit: Flexible conduit shall be interlocking single strip, hot dipped
galvanized and shall have a polyvinyl chloride jacket extruded over the outside to form a
flexible watertight raceway. Flexible conduit shall be American Brass Company Sealtite
Type VA, General Electric Type UA or equal.
• Electrical Metallic Tubing (EMT): EMT shall be UL 797 and ANSI C80.3; steel tubing,
hot dipped galvanized. EMT fittings shall be ANSI /NEMA FB 1; steel, rain tight,
insulated throat, compression type.
16 -25
H: \File Sys \WWP - WasteWater \WWP -27 -3626 Lind Ave Lift Station \Design \Final Design \Final Lind LS Tech Specs - City
Modified.doc 03/20/2013 11:36 AM
0 2013 RH2 Engineering, Inc.
0
1
t
I
1
0
Spring 2013
Division 16 - Electrical
Conduit & Cable Supports
City of Renton
Lind Lift Station
• Conduit Supports: Hot dipped galvanized framing channel shall be used to support
groups of conduit. Individual conduit supports shall be one -hole galvanized malleable
iron pipe straps used with galvanized clamp backs and nesting backs where required.
Conduit support for PVC or PVC coated rigid steel shall be one hole PVC or epoxy
coated clamps or PVC conduit wall hangers.
Conduit Sealants
• Moisture Barrier Types: Sealant shall be a non - toxic, non - shrink, non - hardening, putty
type hand applied material providing an effective barrier under submerged conditions.
• Fire Retardant Types: Fire stop material shall be a reusable, non - toxic, asbestos -free,
expanding, putty type material with a 3 -hour rating in accordance with UL 1479.
Provide products indicated by the manufacturer to be suitable for the type and size of
penetration.
Part 3 - Installation .
Schedule
' • Galvanized Rigid Steel (GRS) conduit shall be used in all locations unless noted
otherwise below or on the Plans.
• PVC Conduit shall not be used within five (5) feet from any building, structure,
foundation, wall, or floor slab. The only exception shall be the secondary power conduit
from the transformer vault to the service disconnect switch.
• PVC coated GRS conduit shall be installed below all buildings, structures, in concrete, in
corrosive areas, and in Class 1, Division 1 and 2 locations for all power and
instrumentation circuits. The following areas are considered corrosive as it pertains to
the electrical installation: Wet well. GRS conduit that penetrates from the floor slab or
' walls inside a corrosive area shall be PVC coated per the specifications.
• Flexible Metal Conduit shall be used for final connection to motors and vibrating
' equipment. Jacketed flex with threaded fittings shall be used outside and in wet corrosive
atmosphere. Maximum length of flexible conduit shall be as allowed by NEC.
• EMT conduit may be used for all above grade lighting circuits in the building only. A
ground wire shall be provided in all EMT conduits.
IInstallation
• Spare conduits shall contain one 3/16 inch diameter nylon pull rope.
• Conduit routing is shown diagrammatic on the Plans. Contractor is responsible for
routing the conduits in a neat manner, parallel and perpendicular to walls and ceilings.
' • Securely fasten raceways at intervals and locations required by N.E.C., or the type
raceway employed.
16 -26
H: \File Sys \WWP - WasteWater \WWP -27 -3626 Lind Ave Lift Station \Design \Final Design \Final Lind LS Tech Specs - Ciq
Modified.doc 03/20/2013 11:36 AM
0 2013 RH2 Engineering, Inc.
Spring 2013 City of Renton
Division 16 - Electrical Lind Lift Station
• Location of conduit ends are shown approximately. Contractor is responsible for ending
conduits in location that will not conflict with electrical equipment. Route conduit ends
to facilitate ease of equipment maintenance. Conduits extending from the floor to a
device shall be located as close as possible to avoid creating a hazard.
• Do not install one (1) inch and larger raceways in or through structural members (beams,
slabs, etc.) unless approved by Engineer.
• All raceways shall contain a separate grounding conductor.
• Conduit Encasement or Embedment in the earth shall be separated from the earth by at
least 3- inches of concrete unless otherwise shown on the Plans. Plastic conduit spacers
shall be located 5 feet on centers. The spacers shall be secured to the conduits by wire
ties. The conduits shall be watertight.
• Analog signal conduits shall be separated from power or control conduits. The
separation shall be a minimum of 12- inches for metallic conduits and 24- inches for
nonmetallic conduits.
• Install explosion -proof seal -offs in hazardous areas shown on the Plans as required by
the N.E.C.
• Plastic raceway joints shall be solvent cemented in accordance with recommendations of
raceway manufacturer.
• Avoid cutting openings, where possible, by setting sleeves or frames, and by requesting
openings in advance.
16.72 BoxEs AND ENCLOSURES
16.72.2 Outlet and Junction Boxes
Part 1— General
Design Requirements
In corrosive areas, all junction boxes shall be NEMA 4X.
Outlet boxes and switch boxes shall be designed for mounting flush wiring devices.
Outlet boxes shall not be less than 4" square and 1 1/2" deep. Ceiling boxes shall withstand a
vertical force of 200 pounds for 5 minutes. Wall boxes shall withstand a vertical downward
force of 50 pounds for 5 minutes.
Part 2 — Products
Materials
Use cast boxes with threaded hubs for all rigid and intermediate conduits. Steel boxes may
be used with rigid and intermediate conduits where cast boxes are not allowed by the N.E.C.
All boxes shall be of proper size to accommodate devices, connectors, and number of wires
present in the box. Boxes shall be readily accessible.
Cast box bodies and cover shall be cast or malleable iron with a minimum wall thickness of
1/8" at every point, and not less than 1/4" at tapped holes for rigid conduit. Bosses are not
16 -27
H: \File Sys \WWP - WasteWater \WWP -27 -3626 Lind Ave Lift Station \Design \Final Design \Final Lind LS Tech Specs - City
Modified.doc 03/20/2013 11:36 AM
© 2013 RH2 Engineering, Inc.
1
J
I�
I�
J
u
r
t
t
LJ
L
Spring 2013 City of Renton
Division 16 - Electrical Lind Lift Station
acceptable. Mounting lugs shall be provided at the back or bottom corners of the body.
Covers shall be secured to the box body with No. 6 or larger brass or bronze flathead
screws. Boxes shall be provided with neoprene cover gaskets. Outlet boxes shall be of the
FS types. Boxes shall conform to FS W- C -586C and UL 514.
Sheet metal boxes shall conform to UL 50, with a hot - dipped galvanized finish conforming
to ASTM A123. Boxes and box extension rings shall be provided with knockouts. Boxes
shall be formed in one piece from carbon -steel sheets.
Non - metallic boxes shall be hot - compressed fiberglass, one - piece, molded with reinforcing
of polyester material, with a minimum wall thickness of 1/8 ".
Finishes
Where only cast aluminum is available for certain types of fixture boxes, an epoxy finish
shall be provided.
16.72.3 Watertight Enclosures
Part 2 — Products
Manufacturers
The watertight enclosure shall be equal to Hoffman.
Materials
Watertight enclosures for vault electrical outlets shall be molded from fiberglass reinforced
polyester material. A hinged cover shall be gasketed and opened with quick release latches.
The conduit penetrations shall be sealed watertight.
Part 3 — Execution
Installation
An epoxy plug shall be installed in the conduit to prevent the migration of water into the
conduit. The enclosure shall be NEMA rated and installed per all applicable codes.
16.72.4 Pull Boxes and Vaults
Part 2 — Products
Manufacturers
Pull boxes and vaults shall be Utility Vault Co., or approved equal unless specified otherwise
on the Plans.
Materials
The lids to all pull boxes and vaults shall be permanently marked for its intended use,
"signal" for all signal and instrumentation handholes and "Electrical' for all power
handholes. Letter shall be a minimum of 3- inches high.
Part 3 — Execution
Installation
16 -28
H: \File Sys \WWp - WasteWater \WWp -27 -3626 Lind Ave Lift Station \Design \Final Design \Final Lind LS Tech Specs - City
Modified.doc 03/20/2013 11:36 Alai
0 2013 RH2 Engineering, Inc.
Spring 2013 City of Renton
Division 16 - Electrical Lind Lift Station
Conduits entering handholes shall have grounding bushings installed and the conduit ends
shall be sealed with Permagum sealing compound. Where conduits enter through sides of
handholes, the penetration shall be made watertight.
16.75 WIRING DEVICES
16.75.1 Common Work for Wiring Devices
Part 3 - Execution
Installation
Wiring Devices
Position of Outlets: All outlets shall be centered with regard to building lines, furring and
trim, symmetrically arranged in the room or outside the structure. Device outlets shall be set
plumb and shall extend flush to the finished surface of the wall, ceiling or floor without
projecting beyond the same.
Unless otherwise noted, wall mounted outlet devices shall generally be 24- inches above the
floor, 18 inches in architecturally treated areas, above process piping near process valve
boards. Switches shall be 48 inches above the finished floor unless otherwise noted.
Installation of Wall Plates
Interior Dry Locations:
the finished wall surfaces
sectional plates.
Install plates so that all four edges are in continuous contact with
, Plaster filled will not be permitted. Do not use oversize plates or
Exterior and /or Wet Locations: Install plates with gaskets on wiring devices in such a
manner as to provide a rain tight weatherproof installation. Cover type shall match box
type.
Testing
After installation of receptacles, circuits shall be energized and each receptacle tested for
proper ground continuity, reversed polarity, and /or open neutral condition.
GFI receptacles shall be tested with the circuits energized. Devices shall be tested with a
portable GFI receptacle tester capable of circulating 7.5 milliamperes of current, when
plugged in, between the "hot" line and "ground" to produce tripping of the receptacle.
Resetting and tripping shall be checked at least twice at each GFI receptacle.
Submit results of all field testing to the Engineer for review.
16.75.2 Receptacles
Part 1— General
Design Requirements
Receptacles shall be heavy duty, high abuse, grounding type conforming to NEMA
configurations, NEMA WD1 and UL 514 Standards.
16 -29
H: \File Sys \WWP - WasteWater \WWP -27 -3626 Lind Ave Lift Station \Design \Final Design \Final Lind LS Tech Specs - City
Modified.doc 03/20/2013 11:36 AM
0 2013 RH2 Engineering, Inc.
t
t
t
t
Spring 2013
Division 16 - Electrical
Part 2 — Products
Materials
Single and Duplex Receptacles:
City of Renton
Lind Lift Station
Indoor Clean Areas: Receptacles shall be duplex, 20 amp, NEMA 5 -20R, and shall accept
NEMA 5 -15P and 5 -15P plug caps. Receptacles shall be Hubbel 5362, General Electric
4108 -2, or equal. Color shall be brown in industrial areas. and ivory or white in office and
laboratory areas.
Outdoor, Process or Corrosive Areas: Receptacles shall be duplex, 20 amp, NEMA 5 -20R,
and shall accept NEMA 5 -15P and 5 -20P plug caps. Receptacle and plug caps shall be
corrosion resistant, marine duty with yellow polycarbonate weatherproof lift covers.
Receptacles shall be Hubbell 53CM62/53CM21 or equal.
GFI Receptacles:
Device shall be rated 20 amp, 2 -pole, 3 -wire, 120 volt, conforming to NEMA WD1.10
1
configuration. Device shall have a test and reset push buttons. GFI device shall be Hubbell
5362 or equal.
Surface Multiple Outlet Assemblies:
Units shall have outlets on center -to- center spacing as shown on the Plans. Assembly shall
conform to Article 353 of the N.E.C.
16.75.3 Line Voltage. Switches
Part 2 — Products
Manufacturers
Sierra Electric, Monumental Grade, Catalog No. 5721; Daniel Woodhead 1900 series; or
equal.
Materials
Line Voltage Types: Switches shall be rated 20 amps at 120 or 277 volts AC only. Units
shall be flush mounted, self grounding, quiet operating toggle devices. Handle color shall be
brown in industrial areas and white or ivory in office or laboratory areas. Units shall
conform to Federal Specifications W -S -896 D and E, UL 20, and NEMA WD1 standards.
16.75.4 HOA Lighting Switches
1
Part 2 — Products
Manufacturers
Bryant No. 4925 or equal.
1
16 -30
H: \File Sys \WWP - WasteWater \WWP -27 -3626 Lind Ave Lift Station \Design \Final Design \Final Lind LS Tech Specs - City
Modified.doc 03/20/2013 11:36 AM
© 2013 R142 Engineering, Inc.
Spring 2013 City of Renton
Division 16 - Electrical Lind Lift Station
Materials
HOA Switch (Lighting): Switches shall be rated 20 amps at 120 volts AC, three- position
toggle, positive action with "center-off" maintained contact, double pole.
16.75.6 Plates
Part 1— General
Design Requirements
Plates shall be of the style and color to match the wiring devices, and of the required number
of gangs. Plates shall conform to NEMA WD1, UL 514, and ANSI C73. In noncorrosive
indoor areas, device plates shall be made of sheet steel, zinc electroplated with chrome
finish.
Device plates in corrosive or outdoor areas shall be corrosion_ resistant /marine -duty type
with weather protective double doors. Device plates for explosion -proof equipment shall be
factory provided with the equipment.
Part 2 — Products
Manufacturers
As manufactured by Crouse- Hinds, Appleton, or equal.
Components
Device plates shall be provided with engraved laminated phenolic nameplates with 1/8 -inch
white characters on black background. Nameplates for switches shall identify panel and
circuit number and area served. Nameplates for receptacles shall identify circuit and voltage
if other than 120 volts, single phase.
16.85 LIGHTING
16.85.1 Common Work for Lighting Fixtures
Part 1 - General
Design Requirements
Fixtures shall be a standard, cataloged item general description as called for on the Plans. All
fixtures shall be UL approved and so labeled. Provide suitable supports and mountings.
Part 2 — Products
Manufacturers
As shown on Plans. Equals will be accepted.
16.85.2 Lamps
Part 1 - General
Design Requirements
16 -31
H: \File Sys \WWP - WasteWater \WWP -27 -3626 Lind Ave Lift Station \Design \Final Design\Final Lind LS Tech Specs - City
Modified.doc 03/20/2013 11:36 AM
0 2013 RH2 Engineering, Inc.
t
F�
t
Spring 2013 City of Renton
Division 16 - Electrical Lind Lift Station
Provide all lamps as specified. Refer to the Lighting Fixture Schedule on the plans for the
ordering information on lamps. Fluorescent lamps shall be standard type, not energy
efficient type due to low temperature conditions. Lamps shall be new at the time of
acceptance.
Lamps shall be provided for all lighting fixtures.
Warranty
Lamps that fail within 90 days after acceptance by the Owner shall be replaced at no cost to
the Owner.
Part 2 — Products
Manufacturers
Approved manufacturers are Westinghouse, Sylvania, and G.E.
16.85.3 Fixtures
Part 1- General
Design Requirements
Fixtures shall be of the types, wattages and voltages shown on the Plans, comply with UL
57, and shall be UL classified and labeled for intended use. Fixtures for use in hazardous
locations shall be UL listed per UL Standard 844.
16.85.4 Ballast
Part 1 - General
Design Requirements
Fluorescent lamp ballast shall be UL "P" rated. Ballast shall be CBM certified and bear the
UL label. Ballast shall be General Electric Maxi -Miser II, Advance Mark II or equal.
Ballasts in luminaries for exterior use shall provide reliable starting of lamps at 0° f at 90% of
the nominal line voltage. All locations, other than totally enclosed rooms, shall be
considered exterior.
Warranty
Ballasts producing excessive noise (above 36 dB) or vibration will be rejected and shall be
replaced at no expense to the Owner.
16.88 SENSORS AND CONTROLS
16.88.1 Common Work for Sensors and Controls
Part 1— General
Design Requirements
Sensors and controls shall be scaled and rated for the application.
16 -32
H: \File Sys \WWp - WasteWater \WWp -27 -3626 Lind Ave Lift Station \Design \Final Design \Final Lind LS Tech Specs - City
Modified.doc 03/20/2013 11:36 AM
© 2013 RH2 Engineering, Inc.
Spring 2013 City of Renton
Division 16 - Electrical Lind Lift Station
Part 3 — Execution
Installation
All devices shall be installed to be field serviceable without taking the facility out of service.
Readouts shall be positioned to be easily read from a standing position, central to the room
unless allowed otherwise by the Engineer.
16.88.2 Intrusion Alarm Switch
Part 1 - General
Design Requirements
The switch shall be two -pole side plunger type switch with one normally open and one
normally closed set of contacts. The switch shall be a Type C and NEXIA rated.
Part 2 - Products
Manufacturers
Intrusion switches shall be as specified on the Plans. Equals will be accepted.
Components
Provide with a standard box plug -in and connecting cable of significant length to reach a
junction box located near the switch.
Part 3 — Execution
Installation
Furnish and install intrusion alarm switch on all entrance doors and access hatches as shown
on the Plans. All components shall be suitable for installation in the environment where
installed.
16.88.2A Keyed Switch Box
Part 1 - General
Design Requirements
All components shall be suitable for installation in the environment where installed.
Part 2 - Products
Manufacturers
The keyed switch shall be a Best Model No. 1W7B2 626 with Construction Core. The key
shall be removal from the open or closed position. No substitution.
Materials
The key switch shall have a minimum contact rating of 15 amps at 30 VDC. The switch
type shall be single pole - double throw (SPDT). The switch shall be provided in a junction
box provided from the manufacturer.
16 -33
H: \File Sys \WWP - WasteWater \WWP -27 -3626 Lind Ave Lift Station \Design \Final Design \Final Lind LS Tech Specs - City
Modified.doc 03/20/2013 11:36 AM
© 2013 RH2 Engineering, Inc.
fl
H
t
t
t
J
t
1
Part 2 — Products
Manufacturers
Switches shall be Anchor Scientific, Inc., Roto -Float Type S or approved equal.
Manufactured Units
Float switch shall be mercury tube switch -type enclosed in a sealed polyurethane float. A
weight shall be on the cord near the float switch. 2/C # 16 flexible type SJO oil- proof, 300 -
volt cord shall be integral with the float switch and shall be of sufficient length to reach the
splice handhole with an additional five feet of slack cord. Two (2) float switches shall be
inormally open -type. One (1) float switch shall be normally close -type.
1 1 16 -34
H: \File Sys \WWP - WasteWater \WWP -27 -3626 Lind Ave Lift Station \Design \Final Design \Final Lind LS Tech Specs - City
Modified.doc 03/20/2013 11:36 AM
© 2013 RH2 Engineering, Inc.
S P rin g 2013 City of Renton
Division 16 - Electrical Lind Lift Station
All keyed switches shall be provided with construction cores.
tPart
3 — Execution
Installation
Furnish and install keyed switch box at the location shown on the plans for providing an
input into the telemetry system. Mount the keyed switch box outdoors as shown on the
plans. Unless otherwise noted, mount top of box at 40 inches above finished grade. The
'
keyed switch shall be wired to the terminal block in the telemetry panel.
16.88.3 Flood Liquid Level Switches
Part 1- General
Site Conditions
All components shall be suitable for installation in the environment where installed.
I
Design Requirements
The switch shall be SP ST rated for 100VA. The float shall be constructed on Buna -N
material and the stem shall be constructed from brass.
Part 2 - Products
Manufacturers
As shown on the Plans. Equals will be accepted.
Part 3 - Execution
Installation
Furnish and install liquid level switch as shown on the Plans. Mount the switch to the end
of schedule 40 PVC or galvanized pipe. Provide threaded busing as necessary to provide
a complete assembly. Secure pipe to wall with a minimum of two galvanized conduit
hangers. Mount the liquid level assembly 1/2" above the finished floor.
16.88.4 Wastewater Level Float Switches
Part 2 — Products
Manufacturers
Switches shall be Anchor Scientific, Inc., Roto -Float Type S or approved equal.
Manufactured Units
Float switch shall be mercury tube switch -type enclosed in a sealed polyurethane float. A
weight shall be on the cord near the float switch. 2/C # 16 flexible type SJO oil- proof, 300 -
volt cord shall be integral with the float switch and shall be of sufficient length to reach the
splice handhole with an additional five feet of slack cord. Two (2) float switches shall be
inormally open -type. One (1) float switch shall be normally close -type.
1 1 16 -34
H: \File Sys \WWP - WasteWater \WWP -27 -3626 Lind Ave Lift Station \Design \Final Design \Final Lind LS Tech Specs - City
Modified.doc 03/20/2013 11:36 AM
© 2013 RH2 Engineering, Inc.
Spring 2013 City of Renton
Division 16 - Electrical Lind Lift Station
Part 3 - Execution
Installation
Level switches shall be provided for the following:
• High level alarm sensing
• Pump start sensing
• Pump stop sensing
The float switch shall indicate to the control system that the liquid level, at which the switch
has been positioned, has been reached.
16.88.5 Submersible Level Transmitter
Part 1- General
Design Requirements
The complete level transmitter assembly shall be completely rated for the environment for
which it will be installed and shall be a totally submersible device with molded integral cable.
Part 2 — Products
Manufacturers
The submersible level transmitter shall be a KPSI level transmitter 705 series or equal with
cable hanger and aneroid bellows.
Manufactured Units
The transduction principle shall be an integrated silicon strain gauge bridge with a two -wire
4 -20 mA output signal. The operating pressure range of the device shall be up to 20 feet
with an overpressure acceptance of two times the rated pressure. Total error band shall not
exceed 0.25% of full scale over a temperature range of 30° to 86T. The accuracy shall be
0.1% of full scale for 1 psi to 900 psi range. Voltage input shall be 9 to 30 vdc.
The electronics shall have built -in protection against AC line transients and lightning spikes
and an RFI filter to reject internal electrical and internal noise.
The transmitter shall have a maximum OD of 1.20 inch and a maximum length of 9 inches.
The transmitter shall be provided with enough submergence -proof cable to allow for an
unspliced run from the transmitter mounting depth to the control electronics plus 10 %. The
submergence -proof cable shall be constructed of polyurethane sheathed cable with integral
vent tube and Kevlar strain cord.
Part 3 - Execution
Installation
The transmitter shall be installed in location as described on the Plans.
A weighted stainless 3/16 -inch aircraft cable shall be provided for attachment of level
transmitter. The aircraft cable with weight system shall be the length of the wet well depth.
16 -35
H: \File Sys \WWP - WasteWater \WWP -27 -3626 Lind Ave Lift Station \Design \Final Design \Final Lind IS Tech Specs - City
Modified.doc 03/20/2013 11:36 ATM
0 2013 RH2 Engineering, Inc.
t
t
fl
t
J
Design Criteria
Provide one self - contained, exterior rated standby engine generator system to automatically
operate the load criteria listed in the rating section of these specifications during prime
power failure conditions.
Insulate, enclose, or guard exposed parts subject to high- operating temperatures or energized
electrically, and moving parts which are of such nature or so located as to be a hazard to
operating personnel. Safety devices and safety measures shall not impair the proper
functioning of any part of the set.
Parts which require adjustment or servicing (not repair or replacement) to permit operation
of the sets shall be arranged to provide optimum ease of servicing. Adjustment, repair, and
replacement of parts, assemblies, and. accessories shall be possible with minimum drainage
and minimum disturbance of set. Maintenance shall be possible by use of common tools.
Design, construct, and install complete engine generator set to be free from objectionable
vibration in any mode. Freedom from torsional vibration shall be demonstrated during
factory test performed on the set provided, and proof of torsional acceptability shall be
provided by the manufacturer.
Performance Criteria
The engine generator set provided shall not have a standby rating less than 50 kW at 0.8 PF
with fan. Rating of diesel engine- generator set shall be based on operation of set when
equipped with all necessary operating accessories such as radiator, fan, air cleaners,
lubricating oil pump, fuel injection pump, jacket water pump, and governor charging
generator.
Generator shall meet the following requirements:
• Standby rating — 50 Kilowatt
16 -36
H:\File Sys \WWP - WasteWater \WWP -27 -3626 Lind Ave Lift Station \Design \Final Design \Final Lind LS Tech Specs - City
Modified.doc 03/20/2013 11:36 AM
© 2013 RH2 Engineering, Inc.
Spring rin 2013 City of Renton
Division 16 - Electrical Lind Lift Station
16.90 POWER GENERATION
1
16.91 Engine Generator
16.91.2 Standby Diesel Engine Generator Set
Part 1- General
IDefinitions
• Operational Bandwidth: The total variation from the lowest to highest value of a
parameter over a range of conditions indicated, expressed as a percentage of the
nominal value of the parameter.
• LP: Liquid Petroleum.
• NG: Natural Gas.
• Standby Rating: Power output rating equal to the power the generator set delivers
continuously under normally varying load factors for the duration of the power
outage.
Design Criteria
Provide one self - contained, exterior rated standby engine generator system to automatically
operate the load criteria listed in the rating section of these specifications during prime
power failure conditions.
Insulate, enclose, or guard exposed parts subject to high- operating temperatures or energized
electrically, and moving parts which are of such nature or so located as to be a hazard to
operating personnel. Safety devices and safety measures shall not impair the proper
functioning of any part of the set.
Parts which require adjustment or servicing (not repair or replacement) to permit operation
of the sets shall be arranged to provide optimum ease of servicing. Adjustment, repair, and
replacement of parts, assemblies, and. accessories shall be possible with minimum drainage
and minimum disturbance of set. Maintenance shall be possible by use of common tools.
Design, construct, and install complete engine generator set to be free from objectionable
vibration in any mode. Freedom from torsional vibration shall be demonstrated during
factory test performed on the set provided, and proof of torsional acceptability shall be
provided by the manufacturer.
Performance Criteria
The engine generator set provided shall not have a standby rating less than 50 kW at 0.8 PF
with fan. Rating of diesel engine- generator set shall be based on operation of set when
equipped with all necessary operating accessories such as radiator, fan, air cleaners,
lubricating oil pump, fuel injection pump, jacket water pump, and governor charging
generator.
Generator shall meet the following requirements:
• Standby rating — 50 Kilowatt
16 -36
H:\File Sys \WWP - WasteWater \WWP -27 -3626 Lind Ave Lift Station \Design \Final Design \Final Lind LS Tech Specs - City
Modified.doc 03/20/2013 11:36 AM
© 2013 RH2 Engineering, Inc.
Spring City 2013 Ci of Renton
P
Division 16 - Electrical Lind Lift Station
• Voltage — 480 volts
• Phase — 3 phase
I
• Frequency — 60 Hertz
• Insulation — Class H
,
• Wiring —12 lead reconnectable
• Ambient Temperature —100 degrees F (max), 0 degrees F (min)
Allowable temperature rise in the generator shall not exceed 257 degrees F over 104 degrees
F ambient temperature.
The alternator shall produce a clean AC voltage waveform, with not more than 59/o total
harmonic distortion at full linear load, when measured from line to neutral, and with not
more than 3% in any single harmonic, and no 3rd order harmonics or their multiples.
Telephone influence factor shall be less than 40.
The generator set shall accept a single step load of 100% of rated load at 0.8 power factor
and recover to rated speed and voltage as required in NFPA 110.
Voltage regulation shall be plus or minus 0.5 percent for any constant load between no load
and rated load. Random voltage variation with any steady load from no load to full load
shall not exceed plus or minus 0.5 percent.
Frequency regulation shall be isochronous from steady state no load to steady state rated
load. Random frequency variation with any steady load from no load to full load shall not
exceed plus or minus 0.5 %.
The generator set shall be certified by the engine manufacturer to be suitable for use at the
installed location and rating, and shall meet all applicable exhaust emission requirements at
the time of commissioning.
Submittals
The following information shall be furnished:
Evaluation of engine generator size based in starting requirements. Provide calculations
verifying transient voltage dip will not exceed 15 percent with sudden application of rated
load.
Plan of diesel generator set offered showing interconnecting wiring diagrams; all wiring in
unit and on Plans shall be number coded.
Literature describing the diesel engine generator set.
,
Literature describing auxiliary equipment to be furnished.
The following shall be furnished in tabular form:
• Engine make
• Number of cylinders
• Bore (in inches)
16 -37
H: \File Sys \WWP - WasteWater \WWP -27 -3626 Lind Ave Lift Station \Design \Final Design \Final Lind LS Tech Specs - City
Modified.doc 03/20/2013 11:36 AM
0 2013 RH2 Engineering, Inc.
Spring rin 2013 City of Renton
Division 16 - Electrical Lind Lift Station
• Stroke (in inches)
1 • Generator make and type
• Generator electrical rating, kVA
• Cubic inch displacement Fuel oil consumption
• Exciter and type
• Horsepower at rated load
• Enclosure size, exterior dimensions
Provide factory test results. See Source Quality Control included as - part of this
specification.
Provide field test results. See Site Test requirements under Part 3 of this specification.
Provide three (3) copies of manufacturer's operating and maintenance instructions for each
piece of equipment. Information shall be complete and in suitable form for ready use by
Owner's operations staff. Catalog cuts and information regarding spare parts shall be
included. Operating manuals and instructions shall be assembled in hardback binders.
Project Conditions
Interruption of existing electrical service: Do not interrupt electrical service to facilities
occupied by the Owner or others unless permitted under the following conditions and then
only after arranging to provide temporary electrical service according to requirements
indicated:
• Notify Owner no fewer than 2 working days in advance of proposed interruption of
electrical service.
• Do not proceed with interruption of electrical service without Owner's written
permission.
Engine generator system shall withstand the following environmental conditions without
mechanical or electrical damage or degradation of performance capability:
• Minimum Temperature: 0° F
• Maximum Temperature: 100° F
• Relative Humidity: 0 — 95 percent
• Altitude: Sea level to 500 feet
Coordination
Coordinate size and location of concrete bases for package engine generator set and fuel
tanks. Cast anchor -bolt inserts into concrete bases. Concrete, reinforcement and formwork
requirements are specified with concrete.
' Coordinate size and location of roof curbs, equipment supports, roof penetrations and wall
penetrations for exhaust systems.
1 16 -38
H: \File Sys \WWP - Wastewater \WWp -27 -3626 Lind Ave Lift Station \Design \Final Design\Final Lind LS Tech Specs - City
Modified.doc 03/20/2013 11:36 AM
© 2013 RH2 Engineering, Inc.
Spring 2013 City of Renton
Division 16 - Electrical Lind Lift Station
Quality Assurance
The engine generator set shall be supplied by a manufacturer who has been regularly
engaged in the production of engine- generators sets and associated controls for a minimum
of twenty years, thereby identifying one source of supply and responsibility. The packaged
engine generator set and auxiliary components shall be provided through one source from a
single manufacturer.
The manufacturer shall provide factory - trained service and parts support through a factory
authorized dealer /supplier that is regularly doing business in the area of installation. The
factory authorized dealer /supplier shall maintain a service center capable of providing
training, parts, and emergency services within 50 miles of the project site.
Warranty
The electrical standby system, including the engine generator set, exerciser and transfer
switch, shall be guaranteed for 2 years or 1,500 hours operation from date of start -up service
and acceptance, whichever occurs first.
Maintenance Service
Initial Maintenance Service: Beginning at Substantial Completion, provide twelve months'
full maintenance by skilled employees of manufacturer's designated service organization.
Include quarterly exercising to check for proper starting, load transfer, and running under
load. Include routine preventive maintenance as recommended by manufacturer and
adjusting as required for proper operation. Provide parts and supplies same as those used in
the manufacture and installation of original equipment.
Extra Materials
A set of specialty tools necessary for routine maintenance of the equipment shall be
furnished.
The following spare parts shall be furnished:
3 - Sets of fuel filter elements and gaskets
3 - Lubricating oil filter elements and gaskets
3 - Air cleaner filter elements
2 - Complete sets of V -belts including fan and alternator drive belts
Part 2 — Products
Manufacturers
Subject to compliance with these specifications, the following manufacturers are approved
for bidding:
• Cummins /Onan
• Caterpillar/ Olympian
• Pacific Detroit /Kohler
16 -39
H: \File Sys \WWP - WasteWater \WWP -27 -3626 Lind Ave Lift Station \Design \Final Design \Final Lind LS Tech Specs - City
Modified.doc 03/20/2013 11:36 AM
© 2013 RH2 Engineering, Inc.
I,
Ll
Spring 2013 City of Renton
Division 16 - Electrical Lind Lift Station
• Detroit /MTU
Ensure engine generator and accessories are provided by the above named manufacturer and
its authorized dealer. Ensure local availability of service and replacement parts.
Manufactured Units
The general design of the engine generator furnished shall be manufacturer's standard,
except where it differs from the requirements of these specifications. Engine shall, as a
minimum, be in accordance with requirements of this specification and may be
manufacturer's standard commercial product with added features needed to comply with
these requirements. Additional or better features which are not specifically prohibited by
this specification, but which are a part of the manufacturer's standard commercial products,
shall be included in the engine generator being furnished. A standard commercial product is
a product which has been or will be sold on the commercial market through advertisements
or manufacturer's catalogs, or brochures, and represents the latest production model.
Components
Generator
Generator shall be a revolving field, 4 -pole brushless connection to the alternator.
Generator rotor shall have been dynamically balanced and aligned with the engine,
and connected to the engine using a flexible disc coupling.
Voltage Regulator
Engine- generator unit shall have a steady state voltage regulator. Generator set shall
be capable of recovering to a minimum of 90% of rated no load voltage following
the application of the specified kVA load at near zero power factor applied to the
generator set. Maximum voltage dip on application of this load, considering both
alternator performance and engine speed changes shall not exceed 15 %.
I Supply generator with a voltage level control to provide an adjustable output voltage
of plus /minus five percent. Mount voltage control device on engine control panel.
The voltage regulator shall shutdown the generator after sustained overvoltage. The
overvoltage point shall be preset at 20 percent over normal generator operating
voltage, with a preset time out of 0.75 seconds.
Electric Starting System
Engine shall be equipped with electric starting system of sufficient capacity to crank
engine at a speed which will allow for full diesel start of the engine. Arrange starting
pinion to disengage automatically when diesel engine starts.
Furnish storage batteries with rack having sufficient capacity for cranking engine for
at least 30 seconds at firing speed in ambient temperatures specified and with
capacity for starting diesel engine a minimum of three times in immediate succession.
Batteries and rack shall be easily removable without disassembly of engine
components.
Cooling System
16 -40
H: \File Sys \WWP - WasteWater \WWP -27 -3626 Lind Ave Lift Station \Design \Final Design \Final Lind LS Tech Specs - City
Modified.doc 03/20/2013 11:36 AM
0 2013 RH2 Engineering, Inc.
Spring City 2013 Ci of Renton
p
Division 16 - Electrical Lind Lift Station
Cooling system shall consist of frame - mounted radiator with engine water pump fan
assembly and fan guard. Radiator capacity shall be adequate using engine fan cooling
to maintain safe operation at 105° F ambient temperature.
Provide an engine thermostat to regulate engine water temperature as recommended
by the manufacturer. Included in the cooling loop shall be a high- coolant
temperature device to shut down engine through the engine control panel when
engine temperature is excessive.
Fill engine cooling system with a mixture of water, anti- freeze, and corrosion
inhibitor to provide freezing protection at an ambient temperature of -20 degrees F.
Coolant -jacket Heater ,
Provide a 120 -volt electric water heater with integral thermostatic control, properly sized to
maintain engine jacket water at 90 degrees F and suitable for operation in an ambient
temperature of 0 degrees F. Comply with NFPA 110 requirements for Level 1 equipment
for heater capacity.
Heaters shall be Kim Jacket heaters or approved equal. The coolant heater shall be UL 499
listed and labeled.
Air Cleaners I
Engine shall be provided with one or more dry -type air cleaners of sufficient capacity
to effectively protect working parts of the engine from dust, grit, and ash.
Governor System
An electronic governor system shall provide automatic isochronous frequency
regulation. The control system shall actively control the fuel rate and excitation as
appropriate to the state of the generator set. Fuel rate shall be regulated as a
function of starting, accelerating to start disconnect speed, accelerating to rated
speed. The governing system shall include a programmable warm up at idle and cool I
down at idle function.
Lubrication
Engine shall have gear -type lubricating oil pump for supplying oil under pressure to �.
main bearings, crank pin bearings, pistons, piston pins, timing gears, camshaft
bearings, and valve rocker mechanism.
Provide effective lubricating oil filter, and locate and connect it so that lubricating oil
is continuously filtered and cleaned. Filters shall be accessible, easily removed and
cleaned, and equipped with spring- loaded bypass valve as insurance against stoppage
of lubricating oil circulation In event the filters become clogged.
Engine shall have suitable lubricating oil cooler, either air- cooled or water - cooled, I
and provisions for draining oil by piping or other means to the outside of engine
housing.
Frame
Engine shall be factory- assembled and aligned on a heavy -duty steel base with
integral fuel tank. Batteries shall be housed in an acid - resistant box, which shall be
16 -41
H: \FIle Sys \WWP - WasteWater \WWP -27 -3626 Lind Ave Lift Station \Design \Final Design \Final Lind LS Tech Specs - City
Modified.doc 03/20/2013 11:36 AM
© 2013 RH2 Engineering, Inc.
r,
Spring 2013 City of Renton
Division 16 - Electrical Lind Lift Station
mounted on engine frame and adjacent to the engine. Location of battery housing
shall not interfere with maintenance and inspection of the engine. Construct the
frame to insure proper alignment of all rotating parts and to prevent vibration build-
up. Base shall permit skidding in any direction during installation and shall be
provided with suitable holes for foundation bolts and vibration isolators. Provide
vibration isolators, spring /pad type, quantity as recommended by the generator set
manufacturer. Isolators shall include seismic restraints if required by the site
location.
Set shall have provision for conveniently attaching hoisting slings as well as for fork
lift pick -up.
Sound - Attenuated Enclosure
The engine /generator system shall be provided with an exterior rated, sound -
attenuated enclosure to reduce noise emissions, protect the system from excessive
dirt, dust, ash, weather and vandalism. All access doors shall be lockable. The
housing shall be factory installed and allow easy access to the engine- generator and
the control panel. The control panel shall be mounted on the end of the enclosure,
opposite the radiator end. Enclosure doors shall not be wider than 36" each to allow
for convenient access to the enclosure interior.
The enclosure shall provide a sound level at full load no greater than 75 dB(A). This
sound level shall represent the average measurement taken at eight points located
equidistant, 23 feet from the center of the engine generator at full load.
The enclosure shall comply with the requirements of the National Electrical Code
for all wiring materials and component spacing. The total assembly of generator set,
enclosure, and sub -base fuel tank (when used) shall be designed to be lifted into
place using spreader bars. Housing shall provide ample airflow for generator set
operation at rated load in an ambient temperature of 105 degrees F. The housing
shall have hinged access doors as required to maintain easy access for all operating
and service functions. Provide intrusion alarm switches on each door when shown
on the Plans. Enclosure roof shall be cambered to prevent rainwater accumulation.
Openings shall be screened to limit access of rodents into the enclosure. All
electrical power and control interconnections shall be made within the perimeter of
the enclosure.
Enclosure shall be constructed of minimum 12 gauge steel for framework and 14
gauge steel for panels. Enclosure shall be designed to withstand wind loads up to
100 mph. ASCE 7 -05 Exposure C, 3- second wind gusts. All hardware and hinges
shall be stainless steel.
A factory- mounted exhaust silencer shall be installed inside the enclosure. The
exhaust shall exit the enclosure through a rain collar and terminate with a rain cap.
Exhaust connections to the generator set shall be through seamless flexible
connections.
The enclosure shall include the following maintenance provisions:
1 16 -42
H: \File Sys \WWP - WasteWater \WWP -27 -3626 Lind Ave Lift Station \Design \Final Design \Final Lind LS Tech Specs - City
Modified.doc 03/20/2013 11:36 AM
© 2013 RH2 Engineering, Inc.
Fuel S, s
Engine shall operate on automotive diesel fuel complying with the limiting
requirements of ASTM grade low sulphur Diesel Fuel #2 and the requirements of
the engine manufacturer. Diesel engines requiring a premium fuel will not be
considered.
Injection pumps and injection valves shall be a type not requiring adjustment in
service and shall be capable of quick replacement by ordinary mechanics without
special diesel experience.
Fuel injection pumps shall be positive action, constant - stroke pumps, actuated by
cam - driven gears from engine camshaft.
Fuel lines between injection pumps and valves shall be of heavy seamless tubing and, (J{
to eliminate irregularity of fuel injection shall be the same length for all cylinders.
Equip fuel system with racor -type, water - removing fuel filter, having replaceable
elements which may be easily removed from their housing for replacing, without
breaking any fuel line connections or disturbing fuel pumps or any other part of
engine. Locate all fuel filters in one accessible housing, ahead of injection pumps so
that fuel will have been thoroughly filtered before it reaches the pump. No screen or
filter requiring cleaning or replacement will be used in the injection pump or
injection valve assemblies.
Provide integral fuel tank mounted between the structural steel skids for engine fuel
supply. The tank, as installed shall meet all local and regional requirements for above
16 -43
H: \File Sys \WWP - WasteWater \WWP -27 -3626 Lind Ave Lift Station \Design \Final Design \Final Lind LS Tech Specs - City
Modified.doc 03/20/2013 11:36 AM
0 2013 RH2 Engineering, Inc.
Spring 2013 City of Renton
P g n'
Division 16 - Electrical Lind Lift Station
• Flexible coolant and lubricating oil drain lines, that extend to the exterior of
the enclosure, with internal drain valves
• External radiator fill provision.
Exhaust System
Muffler shall be rated as necessary to comply with City of Renton noise emission
standards, and shall be furnished with the engine. The muffler and engine
combination shall be sized to meet the power supply rating.
All exhaust piping and fittings shall be stainless steel. Provide stainless steel supports
as necessary for a secure rigid pipe system.
Exhaust system for the diesel engine shall conform to codes set forth in the National
Fire Protection Association, Volume 4, Section 211, and shall comply with
recommendations for exhaust systems as specified by the diesel engine manufacturer.
Pitch horizontal runs of exhaust pipe downward, away from engine. Completely
support the exhaust system so no weight or stress is applied to engine exhaust
manifold or turbocharger.
Provide a condensate drain for the muffler through a petcock.
The entire exhaust system shall be wrapped in an insulation blanket rated to
withstand a minimum temperature of 1200 °F. The exterior blanket shall be protected
with a 0.016 aluminum jacket with weatherproof end cap.
Fuel S, s
Engine shall operate on automotive diesel fuel complying with the limiting
requirements of ASTM grade low sulphur Diesel Fuel #2 and the requirements of
the engine manufacturer. Diesel engines requiring a premium fuel will not be
considered.
Injection pumps and injection valves shall be a type not requiring adjustment in
service and shall be capable of quick replacement by ordinary mechanics without
special diesel experience.
Fuel injection pumps shall be positive action, constant - stroke pumps, actuated by
cam - driven gears from engine camshaft.
Fuel lines between injection pumps and valves shall be of heavy seamless tubing and, (J{
to eliminate irregularity of fuel injection shall be the same length for all cylinders.
Equip fuel system with racor -type, water - removing fuel filter, having replaceable
elements which may be easily removed from their housing for replacing, without
breaking any fuel line connections or disturbing fuel pumps or any other part of
engine. Locate all fuel filters in one accessible housing, ahead of injection pumps so
that fuel will have been thoroughly filtered before it reaches the pump. No screen or
filter requiring cleaning or replacement will be used in the injection pump or
injection valve assemblies.
Provide integral fuel tank mounted between the structural steel skids for engine fuel
supply. The tank, as installed shall meet all local and regional requirements for above
16 -43
H: \File Sys \WWP - WasteWater \WWP -27 -3626 Lind Ave Lift Station \Design \Final Design \Final Lind LS Tech Specs - City
Modified.doc 03/20/2013 11:36 AM
0 2013 RH2 Engineering, Inc.
1
Spring 2013 City of Renton
Division 16 - Electrical Lind Lift Station
ground tanks. The tank shall be sized to allow 24 hours of continuous full load
operation using the following criteria:
• 12 hours of exercising supply before low fuel alarm
• 12 hours of operation after a low -low fuel alarm
• Tank shall be especially constructed for mounting in this location by the
engine generator manufacturer. Provide tank with the following:
• Fuel level gauge
• Drain
• Fill pipe and vent
• Leak detection provisions, wired to the generator set control for local and
remote alarm indication.
• High and low level float switches to indicate fuel level. Wire switches to
generator control for local and remote indication of fuel level.
• Integral lifting provisions.
• Slope tanks to the engine pick -up tube 5 percent minimum. Provide a panel
mounted fuel level gauge. .
Provide fuel feed line valve at engine. Provide fuel return line that is not valved.
Mount return line in the top of the tank to prevent fuel siphon into the engine. All
fuel lines shall have flexible sections between tank and engine to absorb vibration.
Install fuel storage system according to diesel engine manufacturer's
recommendations and conform to the National Fire Protection Code and Uniform
Building Code.
Fill fuel tank completely full at completion of construction.
Control Panel and Alarm System
The Engine control panel shall be integrally mounted to the engine generator
assembly on the generator at the opposite end of the radiator. It shall be enclosed in
a NEMA 4 enclosure.
The control shall have automatic remote start capability from a panel- mounted
three- position (Stop, Run and Remote) switch.
The generator set shall be provided with alarm and status indicating lamps to indicate
non - automatic generator status, and existing alarm and shutdown conditions. The
lamps shall be high- intensity LED type. The generator set control shall indicate the
existence of the following alarm and shutdown conditions on a digital display panel:
Alarms
1. Low oil pressure warning
2. Oil pressure sender failure
3. Low coolant temperature
16 -44
H: \File Sys \WWP - WasteWater \WWP -27 -3626 Lind Ave Lift Station \Design \Final Design \Final Lind LS Tech Specs - City
Modified.doc 03/20/2013 11:36 AM
0 2013 RH2 Engineering, Inc.
Spring 2013
Division 16 - Electrical
4. High coolant temperature warning
5. Low coolant level
6. Engine temperature sender failure
7. Low DC voltage
8. High DC voltage
9. Weak battery
10. Low fuel warning
11. Overload
12. Battery Charger Malfunction
13. Overcurrent
14. Under Frequency
Shutdown Alarms
1. Low oil pressure
2. Low -Low Fuel
3. High coolant temperature
4. Fail to crank
5. Overcrank
6. Overspeed
7. High AC voltage
8. Low AC voltage
9. Under frequency
10. Over current
11. Short circuit
12. Emergency stop
Engine control panel shall include the following:
1. Oil pressure gauge (psi)
2. Emergency Stop Pushbutton
3. Coolant temperature gauge ( °F)
4. Operating hour meter (hrs)
5. Hand -off Auto Selector switch (H -O -A)
6. AC Frequency meter (hertz)
7. AC Volt meter (0 -600v)
City of Renton
Lind Lift Station
16 -45
H: \File Sys \WWP - WasteWater \WWP -27 -3626 Lind Ave Lift Station \Design \Final Design \Final Lind LS Tech Specs - City
Modified.doc 03/20/2013 11:36 AM
© 2013 RH2 Engineering, Inc.
f'
t
Spring 2013
Division 16 - Electrical
8. AC Current Meter (Amps)
9. Load Meter (kW)
City of Renton
Lind Lift Station
Alarm panel shall have a reset push button for acknowledging alarm conditions and
latching indicating lights for each alarm point to display to operation personnel the
reason for engine shutdown. Label lights as shown above.
Alarm Contacts to Telemetry
Provide auxiliary dry contacts for activating remote alarms to the telemetry panel on
activation of any of the following conditions:
1. Low Fuel
2. Generator run
3. Generator failure (shutdown)
4. Generator trouble
5. Intrusion
Generator failure alarm shall be activated when any shutdown conditions exists.
Generator trouble shall be activated when any alarm conditions exists.
Generator Overcurrent and Fault Protection
Generator Circuit Breaker
Provide generator switch gear with exciter circuit breaker with manual reset. and a
line circuit breaker with manual reset. Circuit breaker shall be set mounted and
wired, UL listed, molded case thermal - magnetic type, rated as shown on plans.
Mount breakers in engine control panel. Field circuit breakers shall not be acceptable
for generator overcurrent protection.
Generator Protector
A microprocessor -based unit shall continuously monitor current level in each phase
of generator output, integrate generator heating effect over time, and predict when
thermal damage of alternator will occur. When signaled by generator protector or
other generator -set protective devices, a shut -trip device in the generator disconnect
switch shall open the switch to disconnect the generator from load circuits.
Protector shall perform the following functions:
1. Initiate a generator overload alarm when generator has operated at an
overload equivalent to 110 percent of full-rated load for 60 seconds.
Indication for this alarm shall be integrated with other generator -set
malfunction alarms.
2. When overcurrent heating effects on the generator approach the thermal
damage point of the unit switch the excitation system off, open the generator
disconnect device, and shut down the generator set.
3. Sense clearing of a fault by other overcurrent devices in the electrical system
and control recovery of rated voltage to avoid overshoot.
16 -46
H: \File Sys \WWP - WasteWater \WWP -27 -3626 Lind Ave Lift Station \Design \Final Design \Final Lind LS Tech Specs - City
Modified.doc 03/20/2013 11:36 AM
0 2013 RH2 Engineering, Inc.
Spring 2013 City of Renton
P g tY
Division 16 - Electrical Lind Lift Station
Battery Charger
Provide a battery charger for mounting inside the EG enclosure. The battery
charger shall be current - limited, automatic- equalizing and float - charging type. The
unit shall comply with UL508 and include the following features:
Operation: Equalizing- charging rate of 5A is initiated automatically after battery has
lost charge until an adjustable equalizing voltage is achieved at battery terminals.
Unit then automatically switches to a lower float - charging mode and continues
operating is that mode until battery is discharged again.
Automatic Temperature Compensation: Adjusts floats and equalizes voltages for
variations in ambient temperature to prevent overcharging at high temperatures and
undercharging at low temperatures.
Automatic Voltage Regulation: Maintains output voltage constant regardless of
input voltage variations up to plus or minus 10 percent.
Ammeter and Voltmeter: Flush mounted in door of battery charger. Meters shall
indicate charging rates.
Safety Features: Include sensing of abnormally low battery voltages arranged to
close contacts providing low battery voltage indication on control and monitoring
panel. Also include sensing of high battery voltage and loss of AC input or do
output of battery charger. Either of these conditions closes contacts that provide a
battery charger malfunction indication at the monitoring panel.
Finishes
Prime and paint diesel engine set and accessories in conformity with manufacturer's standard
practice.
Color of diesel engine set enclosure shall be of manufacturer's standard color, unless noted
otherwise on Plans.
Manufacturer shall ship with the unit a quart of touch -up paint for each of the finishes.
All sheet metal exposed to the exterior (generator enclosure) shall be primed for corrosion
protection and finish painted with the manufacturer's standard color using a two -step
electrocoating paint process, or equal meeting the performance requirements specified
below. All surfaces of all metal parts shall be primed and painted. The painting process shall
result in a coating that meets the following requirements:
• Primer thickness, 0.5 -2.0 mils. Top coat thickness, 0.8 -1.2 mils.
• Gloss, per ASTM D523 -89, 80% plus or minus 5 %. Gloss retention after one year
shall exceed 50 %.
• Crosshatch adhesion, per ASTM D3359 -93, 413-513.
• Impact resistance, per ASTM D2794 -93, 120 -160 inch - pounds.
• Salt Spray, per ASTM B117 -90, 1000+ hours.
• Humidity, per ASTM D2247 -92, 1000+ hours.
16 -47
H: \File Sys \WWP - WasteWater \WWP -27 -3626 Lind Ave Lift S tation\Design \Final Design \Final Lind LS Tech Specs - City
Modified.doc 03/20/2013 11:36 AM
© 2013 RH2 Engineering, Inc.
Upon completion of unit installation, carry out running tests. Operate engine for a period of
not less than 2 hours, in which 5 starts of the engine generator set shall be made and power
supplied to motor(s) and pump(s). Engine generator shall be tested to verify that the
transient voltage dip will not exceed 15 percent of rated voltage when sudden application of
rated load is applied. Test shall demonstrate the ability of the engine generator to carry the
specified loads. Upon completion of the tests, final adjustments shall be made to equipment
by a qualified representative of the engine manufacturer. Fuel and oil filters shall be replaced,
belt drive tensions checked, and the proper operation of all equipment demonstrated to
Owner's representative. Owner's representative shall be instructed in the maintenance and
operation of equipment. Five (5) copies of these test results shall be provided to Owner and
included with the operation and instruction manual.
16.92 Transfer Switches
16.92.2 Automatic Transfer Switch
Part 1 - General
Design Criteria
16 -48
H: \File Sys \WWP - WasteWater \WWP -27 -3626 Lind Ave Lift Station \Design \Final Design \Final Lind LS Tech Specs - City
Modified.doc 03/20/2013 11:36 AM
© 2013 RH2 Engineering, Inc.
Spring 2013 City of Renton
Division 16 - Electrical Lind Lift Station
• Water Soak, per ASTM D2247 -92, 1000+ hours.
Painting of hoses, clamps, wiring harnesses, and other non - metallic service parts shall not be
acceptable. Fasteners used shall be corrosion resistant, and designed to minimize marring of
the painted surface when removed for normal installation or service work.
Source Quality Control
Engine generator unit shall be tested at manufacturer's plant at full load before shipment.
Test shall consist of a steady load run of at least 4 hours duration at 100 percent full rated
load. Complete test reports shall be made which show the engine fuel consumption,
kilowatt output, voltage, frequency, amperage, engine temperature, lube oil pressure, and
load transfer results. Five (5) copies of the certified test reports shall be supplied to Owner
prior to shipment. Owner and /or their representative shall be given opportunity to witness
the tests by the manufacturer.
Part 3 - Execution
�.
Installation
Install engine in conformity with the plans and manufacturer's instructions and under
manufacturer's direct supervision.
Install ancillary circuits for battery charger, engine heaters, etc. in conformance with the
plans.
Site Test
Supplier shall be responsible for calibration, startup, and initial performance to meet the
specifications herein. Supplier shall provide a trained, qualified representative to check
installation and connection, perform field tests as indicated, and certify to Owner its
-
performance does meet the specifications.
Upon completion of unit installation, carry out running tests. Operate engine for a period of
not less than 2 hours, in which 5 starts of the engine generator set shall be made and power
supplied to motor(s) and pump(s). Engine generator shall be tested to verify that the
transient voltage dip will not exceed 15 percent of rated voltage when sudden application of
rated load is applied. Test shall demonstrate the ability of the engine generator to carry the
specified loads. Upon completion of the tests, final adjustments shall be made to equipment
by a qualified representative of the engine manufacturer. Fuel and oil filters shall be replaced,
belt drive tensions checked, and the proper operation of all equipment demonstrated to
Owner's representative. Owner's representative shall be instructed in the maintenance and
operation of equipment. Five (5) copies of these test results shall be provided to Owner and
included with the operation and instruction manual.
16.92 Transfer Switches
16.92.2 Automatic Transfer Switch
Part 1 - General
Design Criteria
16 -48
H: \File Sys \WWP - WasteWater \WWP -27 -3626 Lind Ave Lift Station \Design \Final Design \Final Lind LS Tech Specs - City
Modified.doc 03/20/2013 11:36 AM
© 2013 RH2 Engineering, Inc.
Spring City 2013 Ci of Renton
P
Division 16 - Electrical Lind Lift Station
The transfer switch shall be -shall be NEMA 12 rated and equipped with three poles for
normal and emergency service of 480 volts, 60 hertz, 3- phase.
The transfer switch shall be mechanically and electrically held and rated to 480 volts for all
classes of load and continuous inductive duty.
The transfer switch shall conform to UL 1008 provisions for Withstand Current Ratings and
Closing Ratings. The transfer switch shall be rated at a minimum Withstand Rating of
42,000 Amps.
The switch shall be capable of enduring 6000 cycles of complete opening and closing at
rated current and voltage at a rate of 6 cycles per minute without failure. �.
The switch shall be double throw inherently interlocked mechanically and electrically to
prevent supplying the load from both sources simultaneously. The operating current shall
be obtained from the source to which the load is to be transferred. The transfer mechanism
shall be of the double break design with solid silver cadmium surface contacts and individual
heat resistant arc chambers. The switches shall have arc chutes, heating dissipation and
arcing suppression and heavy duty springs to ensure quick and clean breaks.
Arc barriers and magnetic blowout coils will also be acceptable if single break contacts are
used. The contacts shall be capable of carrying 20 times the continuous rating for
interrupting current.
All contacts, coils, etc. shall be readily accessible for replacement from front of panel
without major disassembly of associated parts.
If a service entrance rated switch is required as shown on the Plans, the switch shall have
overcurrent protection on the utility side of the incoming. Panel shall be UL listed and
labeled as service entrance rated from the factory.
Part 2 — Products
Manufactured Units
The automatic transfer switch shall be supplied by the Manufacturer of Engine generator
system.
Components
The transfer switch shall include the following accessories:
1. Undervoltage Sensor: Adjustable solid state low voltage sensing relays (pick up 85 to 98
percent of normal voltage set at 98 %; drop out 75 to 100 percent set of 90% of pickup
setting). Provide for each phase.
2. Time Delay Start and Stop on Drop Out: Solid state adjustable time delay on start (0 to
15 seconds). Set start delay for 15 seconds. Timer will send start signal to gen set CP,
where louver timer will allow 15 second delay for louvers to open prior to starting gen
set.
3. Time Delay Stop: Solid state adjustable time delay (0 to 10 minutes) to allow generator
cooldown after normal power is restored and retransfer occurs. Set at 5 minutes.
16 -49 t
H: \File Sys \WWp - WasteWater \WWp -27 -3626 Lind Ave Lift Station \Design \Final Design \Final Lind LS Tech Specs - City
Modified.doc 03/20/2013 11:36 AM
© 2013 RH2 Engineering, Inc
16.95.1 Common Work for Testing
Part 1 - General
Submittals
Test reports shall be submitted to the Engineer prior to final acceptance in accordance with
Division 1.33 of these specifications.
Scheduling and Coordination
1 16 -50
H: \Ffle Sys \WWP - WasteWater \WWP -27 -3626 Lind Ave Lift Station \Design \Final Design \Final Lind LS Tech Specs - City
Modified.doc 03/20/201311:36 AM
0 2013 RH2 Engineering, Inc.
Spring 2013 City of Renton
Division 16 - Electrical Lind Lift Station
4. Time Delay Transfer and Retransfer: Solid state time delay relay adjustable 2 to 120
seconds for transfer to emergency and 0 to 30 minutes for retransfer to normal. Set at 5
minutes for retransfer to normal. Set at 3 seconds for transfer to emergency.
5. With or Without Load Selector Switch: Switch to select exercise with or without station
load.
6. Normal -Test Switch: Switch such that in the "Normal' mode the transfer switch will
operate automatically and in the "Test" mode the generator will start for test purposes.
This switch shall work in conjunction with the "With" or "Without" load switch.
7. Exercise Clock: Provide solid state exerciser clock to set the day, time, and duration of
Igenerator
set exercise /test period. Provide with /without load selector switch for the
exercise period.
8. Programmed Transition: The load transfer control shall be capable of remaining in the
neutral position for an adjustable time of 0.5 to 60 seconds when transferring from one
line power source to the other to allow residual voltages to decay before application of
the source. Set at 60 seconds.
9. Position lights for normal and emergency potions indication and for normal and
emergency power available.
10. Switch position indication limit switches for normal and generator positions.
11. Provide dry contacts wired to terminal strip for 1) ATS in emergency position, 2) ATS
common trouble alarm, 3) Normal Position.
12. Provide contacts and necessary power transformer(s) for supplying power to the EG
room intake louver. Contacts shall open once the engine generator is called to start,
removing power from the louver; therefore, opening the louver. When generator is
stopped, contacts shall close and reapply power to the louver; therefore, closing the
louver.
13. Power Meters: Provide an AC Voltmeter, an Ammeter, and a Frequency meter; 2.5 inch,
analog, 2% accuracy. Provide a phase selector switch to read L -L voltage and current of
both power sources.
14. Provide manual override switch to bypass the control system and transfer load from
source to source when control is disabled.
16.95 TESTING
16.95.1 Common Work for Testing
Part 1 - General
Submittals
Test reports shall be submitted to the Engineer prior to final acceptance in accordance with
Division 1.33 of these specifications.
Scheduling and Coordination
1 16 -50
H: \Ffle Sys \WWP - WasteWater \WWP -27 -3626 Lind Ave Lift Station \Design \Final Design \Final Lind LS Tech Specs - City
Modified.doc 03/20/201311:36 AM
0 2013 RH2 Engineering, Inc.
Site Testing
• Test all circuits for continuity, freedom from ground, and proper operation during
progress of the work.
• Insulation Resistance, Continuity, and Rotation: Perform routine insulation resistance,
continuity and rotation tests for all distribution and utilization equipment prior and in
addition to tests performed by the testing laboratory specified herein.
• Electric Motors: Perform voltage, current and resistance tests on all motors '/2
horsepower and larger installed this project. Insulation resistance readings shall be taken
with a 500 volt megger for 30 seconds with the circuit conductors connected to the
motor. Verify that an overload condition does not exist.
• Conduct special test as required for service and /or system ground.
Field Quality Control
• General: Conduct final test in the presence of Owner and /or their authorized
representative. Contractor shall provide all testing instrumentation and labor required to
demonstrate satisfactory operation of systems, equipment and controls.
• Operational Tests: Operational test all circuits to demonstrate that the circuits and
equipment have been properly installed, adjusted and are ready for full-time service.
Demonstrate the proper functioning of circuits in all modes of operation, and including
alarm conditions, and demonstrate satisfactory interfacing with the data acquisition and
alarm systems.
16 -51
HAFile Sys \WV(IP - WasteWater \WWP -27 -3626 Lind Ave Lift Station \Design \Final Design \Final Lind LS Tech Specs - City
Modified.doc 03/20/2013 11:36 AM
© 2013 RH2 Engineering, Inc.
Spring City 2013 Ci of Renton
P
Division 16 - Electrical Lind Lift Station
The Contractor. shall inform the Engineer in advance of testing in accordance with the
requirements listed in Division 1 of these specifications.
Prior to scheduling the testing, the Contractor shall have satisfied himself that the project
area is properly cleaned up; all patching and painting deemed necessary properly completed;
and all systems, equipment and controls are functioning as intended.
Part 2. - Products
Source Quality Control
Submit reports of factory tests and adjustments performed by equipment manufacturers to
the Engineer prior to field testing and adjustment of equipment. These reports shall identify
the equipment and show dates, results of test, measured values and final adjustment settings.
Provide factory tests and adjustments for equipment where factory tests are specified in the
equipment specifications. The Engineer may inspect the fabricated equipment at the factory
before shipment to job site. Provide the Engineer with sufficient prior notice so that an
inspection can be arranged at the factory.
Part 3 — Execution
Site Testing
• Test all circuits for continuity, freedom from ground, and proper operation during
progress of the work.
• Insulation Resistance, Continuity, and Rotation: Perform routine insulation resistance,
continuity and rotation tests for all distribution and utilization equipment prior and in
addition to tests performed by the testing laboratory specified herein.
• Electric Motors: Perform voltage, current and resistance tests on all motors '/2
horsepower and larger installed this project. Insulation resistance readings shall be taken
with a 500 volt megger for 30 seconds with the circuit conductors connected to the
motor. Verify that an overload condition does not exist.
• Conduct special test as required for service and /or system ground.
Field Quality Control
• General: Conduct final test in the presence of Owner and /or their authorized
representative. Contractor shall provide all testing instrumentation and labor required to
demonstrate satisfactory operation of systems, equipment and controls.
• Operational Tests: Operational test all circuits to demonstrate that the circuits and
equipment have been properly installed, adjusted and are ready for full-time service.
Demonstrate the proper functioning of circuits in all modes of operation, and including
alarm conditions, and demonstrate satisfactory interfacing with the data acquisition and
alarm systems.
16 -51
HAFile Sys \WV(IP - WasteWater \WWP -27 -3626 Lind Ave Lift Station \Design \Final Design \Final Lind LS Tech Specs - City
Modified.doc 03/20/2013 11:36 AM
© 2013 RH2 Engineering, Inc.
Spring 2013 City of Renton
Division 16 - Electrical Lind Lift Station
16.95.4 Ground Electrode Resistance Test Report
1
Division 17
Automatic Control
17.0 GENERAL
This division covers that work necessary for installing a remote telemetry unit (RTU)
required for this project. Items not covered shall be suitable for their particular application. .
The City of Renton owns and operates an existing radio based telemetry system that
monitors and controls their sewage lift stations.
17.05 Remote Communications Devices
Part 1 - General
Communications
Antenna
The Contractor shall reuse the existing Yagi antenna at the lift station site compatible with
the City of Renton's telemetry system. Contractor shall provide bulkhead mounted lightning
protection for the antenna. The poly phaser shall be mounted to the top of the telemetry
panel.
The Contractor (professional installer) shall install a mast and other apparatus required to
assemble a complete, operable, and reliable fixed data communication system. The City's
System Integrator shall setup the radio for communications. The radio will be provided with
the RTU. The antenna mast will be provided by the Contractor.
Antenna Cable
Cable and connectors shall be industry standard, shielded and shall be provided to connect
all peripherals and equipment.
Radio
Radio will be provided in the RTU.
Part 2 - Products
Antenna
Manufacturer
The antenna shall be 450 -470 MHz, 10 dB gain, Dataradio antenna kit, model no. 250 -0241-
510 or equal.
Antenna Cable
Manufacturer
The antenna cable shall be Dataradio LMR -400 cable or equal with significant length to
reach the RTU.
7
17 -1
H: \File Sys \WWP - WasteWater \WWP -27 -3626 Lind Ave Lift Station \Design \Final Design \Final Lind LS Tech Specs - City
Modified.doc 03/20/2013 11:36 AM
© 2013 RH2 Engineering, Inc.
City of Renton Shops
Spring 2013 City of Renton
Division 17 — Automatic Control Lind Lift Station
17.10 Installation of Equipment by Others
The RTU and antenna mast shall be installed in accordance with the installation of the
Part 3 - Execution
Installation of City of Renton Provided Telemetry Panel (RTU)
Description
This section specifies the installation of a wall mounted RTU inside the proposed electrical
building at the proposed Sewer Lift Station.
Coordination
The City of Renton will be responsible for furnishing the RTU as shown on the Plans. The
electrical contractor shall be responsible for installing the RTU and interconnecting the RTU
to all related equipment as shown on the Plans.
The Contractor shall be responsible for furnishing and installing the antenna on the existing
mast as shown on the Plans.
Copies of the telemetry panel shop drawings are provided as part of the Contract documents
in Appendix A for use by the electrical contractor during the construction of the conduit and
grounding system.
Delivery
H: \File Sys \WWP - WasteWater \WWP -27 -3626 Lind Ave Lift Station \Design \Final Design \Final Lind LS Tech Specs - City
The Contractor shall pick up the RTU from the City of Renton Shops. Contractor shall
coordinate with City of Renton on pick up schedule. Contractor shall provide all equipment
necessary for loading and unloading the RTU at the project site.
City of Renton Shops
3555 NE Second Street
Renton, WA 98056
(425) 430 -7400
Installation
The RTU and antenna mast shall be installed in accordance with the installation of the
drawings and City System Integrator's instructions. Workers who are skilled and
experienced in the installation of telemetry equipment shall perform installation.
The City's System Integrator will perform all work at the Master Telemetry Unit to establish
a functioning telemetry system.
Testing
Testing and inspection of the RTU shall include all components. All components of the
RTU shall be interconnected to the field devices and powered with rated incoming voltage.
The Contractor shall verify that all interconnections and work completed by them is
functioning properly.
After completion of the initial testing, the City of Renton will conduct subsequent testing to
verify that all connections and work completed by the Contractor was performed correctly.
17 -2
H: \File Sys \WWP - WasteWater \WWP -27 -3626 Lind Ave Lift Station \Design \Final Design \Final Lind LS Tech Specs - City
Modified.doc 03/20/201311:36 AINI
© 2013 RH2 Engineering, Inc.
Division 18
Measurement and Payment
18.0 GENERAL
It is the intention of these specifications that performance of work under bid items shall Pa
result in complete construction, in proper operating condition, of improvements identified
in these written specifications and accompanying plans. Work and material not specifically
listed in the proposal, but required according to the plans and specifications and general
practice, shall be included in the Contractor's bid price. The City will NOT pay any materials
on hand until the materials are delivered and installed on the project site. The only exception
to this rule is for the MCC and the pumps. The City will pay up to 100 - percent of the
invoice cost for the MCC and the pumps delivered to a secured storage area approved by the
Owner.
n
t
18 -1 1
H: \File Sys \WWP - WasteWater \WWP -27 -3626 Lind Ave Lift Station \Design \Final Design \Final Lind LS Tech Specs - City
Modified.doc 03/20/2013 11:36 AM
© 2013 RH2 Engineering, Inc. I
t
J
I
t
r
I
City of Renton
Lind Avenue Lift Station Replacement
Standard Details List
1. 400.1— Standard Sanitary Manhole
a
2. 400.4 — Typical Utility Cover Adjustment for Pavement or Overlay
3. 400.5 —Abandon Manhole
4. 401— Manhole Frame and Cover
5. 405 — Pipe Bedding for Sanitary Sewers
I
1
7'
ps
NOT TO SCALE
MANHOLE FRAME AND COVER
SEE STD. PLAN 401
ADJUSTMENT RINGS (2" MIN.)
SEE NOTE 6
MORTAR JOINT(S) (3/8" MIN.)
SEE NOTE 5
CONE (ECCENTRIC)
RUBBER GASKETED JOINTS IN
ACCORDANCE WITH ASTM C -443
STEPS - POLYPROPYLENE STEPS
SHALL BE INCLUDED
CONCRETE RISER BY PIPE INC.,
OR APPROVED EQUAL.
LADDER - POLYPROPYLENE
SHALL BE ATTACHED TO MANHOLE
MAX. PIPE SIZE - 'E'
CONCRETE SHELF
PRECAST BASE SECTION
OR CAST IN SHELF.
NOTES:
1. STEPS TO BE POLYPROPYLENE SAFETY STEPS.
2. STEPS ARE TO BE IN PLACE BEFORE MANHOLE SECTIONS ARE INSTALLED.
3. CASTING SHALL BE PER STD. PLAN 401.
4. MANHOLE SECTIONS TO BE OF REINFORCED PRECAST CONCRETE.
5. ALL JOINTS BETWEEN THE CONE, RISER RINGS, BRICKS AND CASTING SHALL BE GROUTED.
6. ADJUSTMENT OF THE CASTING TO GRADE SHALL BE ACCOMPLISHED WITH A COMBINATION OF
ADJUSTMENT RINGS, BRICKS AND MORTAR ONLY. BRICKS SHALL BE STAGGERED TO CREATE A RUNNING
BOND OR 1/2 BOND. BJE USE OF SHIMS IS PROHIBITED.
7. SANITARY SEWER MANHOLES SHALL HAVE ALL INTERIOR SURFACES, INCLUDING CHANNELING,
COATED (SEALED) WITH A HIGH SOLIDS URETHANE COATING; WASSER MC- AROSHIELD OR
APPROVED EQUAL; COLOR OF COATING SHALL BE WHITE.
8. RUBBER GASKETED JOINTS SHALL BE IN CONFORMANCE WITH ASTM C -443.
9. CHANNEL HEIGHT SHALL BE A MINIMUM OF 3/4 OF THE INSIDE DIAMETER OF THE LARGEST PIPE.
10. CONNECTIONS TO MANHOLE SHALL BE MADE USING GPK ADAPTOR, KOR -N -SEAL BOOTS OR
APPROVED EQUAL.
11. IN UNIMPROVED AREAS, MANHOLES SHALL EXTEND A MINIMUM OF 6" AND A MAXIMUM OF 12"
ABOVE FINISHED GRADE OR MUST HAVE A MINIMUM 2' DIAMETER CONCRETE RINGS POURED AT GRADE.
IN PAVED AREAS, COVER MUST SLOPE IN ALL DIRECTIONS TO MATCH PAVING.
a SM. PLAN - 400.1
PUBLIC WORKS STANDARD SANITARY MANHOLE
DEPARTMENT SEPTEMBER 2011°
I
a
t
r
11
1
,A,
,8,
,C,
,D,
.E,
48" MH
48"
6" MIN.
5 "MIN
24" MIN.
21" I.D.
54" MH
54"
8" MIN.
5.5" MIN.
24" MIN.
24" I.D.
60" MH
60"
8" MIN.
6" MIN.
42" MIN.
30" I.D.
NOTES:
1. STEPS TO BE POLYPROPYLENE SAFETY STEPS.
2. STEPS ARE TO BE IN PLACE BEFORE MANHOLE SECTIONS ARE INSTALLED.
3. CASTING SHALL BE PER STD. PLAN 401.
4. MANHOLE SECTIONS TO BE OF REINFORCED PRECAST CONCRETE.
5. ALL JOINTS BETWEEN THE CONE, RISER RINGS, BRICKS AND CASTING SHALL BE GROUTED.
6. ADJUSTMENT OF THE CASTING TO GRADE SHALL BE ACCOMPLISHED WITH A COMBINATION OF
ADJUSTMENT RINGS, BRICKS AND MORTAR ONLY. BRICKS SHALL BE STAGGERED TO CREATE A RUNNING
BOND OR 1/2 BOND. BJE USE OF SHIMS IS PROHIBITED.
7. SANITARY SEWER MANHOLES SHALL HAVE ALL INTERIOR SURFACES, INCLUDING CHANNELING,
COATED (SEALED) WITH A HIGH SOLIDS URETHANE COATING; WASSER MC- AROSHIELD OR
APPROVED EQUAL; COLOR OF COATING SHALL BE WHITE.
8. RUBBER GASKETED JOINTS SHALL BE IN CONFORMANCE WITH ASTM C -443.
9. CHANNEL HEIGHT SHALL BE A MINIMUM OF 3/4 OF THE INSIDE DIAMETER OF THE LARGEST PIPE.
10. CONNECTIONS TO MANHOLE SHALL BE MADE USING GPK ADAPTOR, KOR -N -SEAL BOOTS OR
APPROVED EQUAL.
11. IN UNIMPROVED AREAS, MANHOLES SHALL EXTEND A MINIMUM OF 6" AND A MAXIMUM OF 12"
ABOVE FINISHED GRADE OR MUST HAVE A MINIMUM 2' DIAMETER CONCRETE RINGS POURED AT GRADE.
IN PAVED AREAS, COVER MUST SLOPE IN ALL DIRECTIONS TO MATCH PAVING.
a SM. PLAN - 400.1
PUBLIC WORKS STANDARD SANITARY MANHOLE
DEPARTMENT SEPTEMBER 2011°
I
a
t
r
11
1
F.11
SEAL WITH AR 4000 OR
APPROVED EQUAL AND DRY
SAND AFTER PATCHING
PATCHED AREA
0
SECTION A -A
2" ASPHALT CLASS "B"
OR AS APPROVED BY
THE ENGINEER.
' CONCRETE
NOTES:
REMOVE PAVEMENT AND BASE MATERIALS FOR A DISTANCE
WHICH IS EQUAL TO THE DIAMETER OF THE FRAME PLUS TWO FEET.
ADJUST CASTING FRAME TO PAVEMENT SURFACE USING RISER RINGS OR
CONCRETE BLOCKS PER STD. PLAN 400.1.
REPLACE ALL BUT TOP 2" OF EXCAVATED MATERIAL WITH
CLASS 3000 CONCRETE (3/4). FINISH PAVEMENT SURFACE
WITH 2" OF ASPHALT CLASS "B" OR AS APPROVED BY
THE ENGINEER.
Y
PUBLIC WORKS TYPICAL UTILITY COVER STD. PLAN - 400.4
O DEPARTMENT ADJUSTMENT FOR
PAVEMENT OR OVERLAY DECEMBER 2010
REMOVE MANHOLE COVER,
FRAME, ADJUSTMENT RINGS
AND CONE (OR FLAT TOP)
TO A DEPTH OF AT LEAST
4 FEET BELOW THE FINISHED
GRADE ELEVATION.
'4
CONCRETE PLUG
(MINIMUM OF 12" IN LENGTH)
I
r
ymwy
R .•f
IN ROADWAYS, RESTORE PER
STANDARD PLAN 110.1.
OUTSIDE OF ROADWAYS, RESTORE
TO MATCH THE ADJACENT AREA.
COMPACTED SAND,
GRAVEL BORROW OR CDF
CONCRETE PLUG
(MINIMUM OF 12" IN LENGTH)
DRAINAGE HOLE
(TYPICAL)
1. DRILL A MINIMUM OF 4 - 2" DRAINAGE HOLES IN THE BOTTOM OF THE MANHOLE.
2. PLUG ALL INCOMING AND OUTGOING PIPES WITH CONCRETE.
3. FILL THE MANHOLE WITH COMPACTED SAND, GRAVEL BORROW (SECTION 9- 03.14(1)) OR CDF.
4. DEBRIS FROM BREAKING THE UPPER PORTION OF THE MANHOLE MAY BE MIXED
WITH THE FILL MATERIAL SUBJECT TO THE APPROVAL OF THE ENGINEER.
5. THE FRAME AND COVER SHALL BE SALVAGED AND ALL OTHER MATERIAL DISPOSED OF.
ST PLAN - 400.5
PUBLIC WORKS ABANDON MANHOLE + B
DEPARTMENT JANUARY 2011
n
t
I
I
B❑LTH❑LES - 3 PLCS
EQUALLY SPACED 120'
APART ON 23 I /16' (586mm)
DIA B.C. (SEE DETAIL)
REN�TONI llI
f-: Af.,
COVER & FRAME
PLAN VIEW
25' DIA.
C635mml I'
3/4'25mm1
C19mm]
8 3/4' 2 1/2'
C222mml C64mml
TYP
COVER SECTION VIEW
26 1/2' DIA
C673mml
25 1/4' DIA
1641mml 1 1/16'
1/4' (6mm) DIA C27mml
NEOPRENE GASKET
6'
C152 mmJ
5/8' 23 3/8' DIA CL ❑PEN
116mml 1594mml
27 5/16' DIA
C694mml
34 1/8' DIA
C867mml NOTES:
COVER BOTTOM VIEW
(3) BLT S OC. (ALLEN HEAD)
5/8' -I1 X 1.5 SS
RUBBER WASHER
EON BOLTING DETAIL
1/4'
C6mm3 C27mm3
C3mml
1!6'
CR3mml
GASKET GROOVE DETAIL
FRAME SECTION VIEW 1. ALL COVERS SHALL BE LOCKING LID PER EAST
JORDAN IRON WORKS INC. No. 3717C1 OR EQUAL.
2. USE FRAME AND COVER FOR STORM (SPECIFY
"DRAIN" ON COVER), SANITARY (SPECIFY
"SEWER "), OR WATER (SPECIFY "WATER ").
ti`�Y O
OPUBLIC WORKS MANHOLE FRAME AND COVER SAD. PLAN — 401
DEPARTMENT
FAO , DECEMBER 2008
BEDDING MATERIAL FOR
SANITARY SEWER PIPE
(SEE NOTE 5)
FOUNDATION LEVEL
LIMITS OF PIPE ZONE
1' -0"
lolublorejammi0o
BEDDING FOR SANITARY SEWER PIPE
NOTES:
1. PROVIDE UNIFORM SUPPORT UNDER BARREL.
2. HAND TAMP UNDER HAUNCHES.
3. COMPACT BEDDING MATERIAL TO 95% MAX. DENSITY EXCEPT DIRECTLY
OVER PIPE. HAND TAMP ONLY.
4. PIPE INSTALLATION SHALL BE PER SECTION 7 -08 OF THE
STANDARD SPECIFICATIONS.
5. PIPE ZONE MATERIAL SHALL BE "GRAVEL BACKFILL FOR DRAINS"
AS SPECIFIED IN THE AGGREGATES SECTION OF THE STANDARD
SPECIFICATIONS OR PEA GRAVEL.
6. PIPE MUST BE ANCHORED IN SUCH A MANNER AS TO ENSURE FLOW
LINE IS MAINTAINED.
7. TRENCH WIDTH SHALL BE PER SECTION 2 -09.4 OF THE
STANDARD SPECIFICATIONS.
F
PUBLIC WORKS PIPE BEDDING
DEPARTMENT FOR SANITARY SEWERS
"ti•�,.�o OCTOBER 2012
e'
°
1 /2 PLUG AS DAM
TEE OF APPROPRIATE SIZE
's
SEE NOTE 6
o:
.
"RELINER" BRAND STAINLESS
STEEL ADJUSTABLE CLAMPING
BRACKETS OR APPROVED EQUAL
0111IIIIIIIIIA. 11=1111
3/4 THE DIAMETER OF
THE DOWNSTREAM PIPE
NOTES:
1. INSIDE DROPS ARE ONLY TO BE USED UPON APPROVAL BY THE
WASTEWATER UTILITY SECTION.
2. ALL PIPES AND FITTINGS SHALL BE SIMILAR SIZE AND MATERIAL
AS INCOMING MAINLINE.
3. MINIMUM SIZE MANHOLE FOR INSIDE DROP CONNECTION SHALL BE
60" DIAMETER.
4. CONNECTIONS TO MANHOLE SHALL BE MADE USING GPK ADAPTOR,
KOR —N —SEAL BOOTS OR APPROVED EQUAL.
5. WITHIN A 60" DIAMETER MANHOLE, THE MAXIMUM ALLOWABLE DIAMETER
OF THE INSIDE DROP PIPING IS 12 ". INSIDE DROPS EXCEEDING 12" IN
DIAMETER OR MULTIPLE DROPS SHALL BE REVIEWED BY THE WASTEWATER
UTILITY AND MAY REQUIRE A LARGER DIAMETER MANHOLE.
6. "RELINER" BRAND STAINLESS STEEL ADJUSTABLE CLAMPING BRACKETS
OR APPROVED EQUAL SHALL BE INSTALLED WITHIN 6" OF
BOTH BELL AND SPIGOT ENDS OF EACH DROP PIPE.
IF DROP PIPE LENGTH EXCEEDS 5 FEET THEN CENTER STRAPS
SHALL BE INSTALLED WITH A MAXIMUM SPACING OF 4 FEET
ON CENTER. BRACKETS SHALL BE ATTACHED UTILIZING STAINLESS
STEEL EXPANSION BOLTS, MIN. 2 EACH AT CONNECTION POINTS.
� Y
U ✓' PUBLIC WORKS INSIDE DROP CONNECTION STD. PLAN - 402.2
O DEPARTMENT FOR SANITARY MANHOLE
�� N T AUGUST 2011
t
I
I
I
t
u
� I
City= of Renton
Lind .Lift Station
City of Renton
Lind Lift Station
ADDENDUM NO. 1
Issued: April 12, 2013
Addendum No. 1
Issued: 4/ 12/2013
Page 1 of 6
To All Contract Doctiinent Holders:
You are licreby° iiotified of die followiiig chaiiges, deletioris, additions, corrections and clarifications to the
plans, specifications and other documents comprising the Contract Docunietits for the City of Renton,
Lind Litt Stat:ioll project.
� • � i • i
REPLACE THE FOLLOWING:
The second page of the laid schedule of prices shall be replaced with a new sheet attached at the end of
this addendum ni,imlber 1.
Technical Provisions
Division 11 - Equipment
REMOVE THE FOLLOWING:
11.10 Pumps
11.10.:1 Common Work for Pumps
Part 3 — Field Quality Control
Field vibration testing during, startup and testing shall not be required at part of this project.
ADD THE FOLLOWING:
1.1.12.2 Lind Lift Station Pumps and Motor
Part 2 - Products
Pump Coating
.ill. metal surfaces coming into contact with the sewage. other than stainless steel or brass. shall be
protected by a factory applied spray coating of' 3 MDFT Tnemec brand zinc- filled primer and 3
V1DFT Tnemec 27WB epoxy finish coat on the exterior of the pump. The surface preparation of
the pump shall be SSPC-SP5 co.m.mercial sandblast.
CLARIFICATION:
Pump Removal Rail System
7 ".Bothel Da :a,Ri- N�112023'SDB`,A7decdu:ro No 1.tiocx ,V12.2013 9:48 AM
tPage 1 Addendum #1 - Revised
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see w\Aiw.bxwa.com - Always Verify Scale
City of Renton
Lind Lift Station
Addendum No. l
Issued: 4/1.2/2013
Page 2 of 6
Each pump shall be equipped with. a stainless steel lifting chain that reaches from the bottom of the
wet well to the top of the wet well plus fitie: feet of slack. The working load of the lifting system
shall be 50 percent greater than the pump unit weight. Neither a nylon cord nor stainless steel cable
is required to be provided.
Division 15 — Mechanical
ADD THE FOLLOWING:
1.5.52 Electronic Flow Meters
15.52.3 Electromagnetic Flow Meters
Part 1. - General
Design Criteria
Provide an electromagnetic flow metering system suitable for treasuring and transmitting flow rate
in a full- flowing pipe. The meter shall be suitable for either horizontal or vertical mounting. The
system shall operate within the accuracy required over an ambient temperature range of -10 to
+120" F and a process temperature range of +32 to +12.0° F. Meter and electronics shell be rated
for FM Class 1 Division 2 service.
Part 2 - Products
Manufacturers
The flow meter shall be Siemens Danfoss Model MAG 5100W with remote transmitter or approved
equal.
Manufactured Units
the flow meter system shall be microprocessor based, utilizing a DC bipolar pulsed coil that
automatically rezeroes after each pulse cycle. System accuracy shall be ±.1 percent of actual flow
rate over a fluid velocity range of 1 to 30 feet per second (fps), and within 0.01 fps for velocities
' less than 1 fps. Repeatability shall be 0.1 percent of full scale or better. System accuracy shall be
traceable to NIST usinv prototype meters of the same configuration.
The meter tube and coil shall be mounted on the pipe between ANSI )31.6 pipe flanges and rated for
working and test pressures as indicated in Division 1.82 . The meter tube shall be 304 stainless
steel. The meter and cable connection(s) shall be capable of complete submergence without
darnaue. The meter shall include intetyral groundinv electrodes or a 316 stainless steel grounding
ring for installation at the inlet. The manufacturer shall verify that the grounding system is
appropriate for the proposed use_ All wetted parts shall be 316 stainless steel.
Finishes
The meter liner shall completely encapsulate all wetted areas except for electrodes. The liner shall
be certified by the manufacturer as appropriate for the proposed use. The liner shall be ebonite or
approved equal.
I?.`-1Pmhe1hData337N�.t .2.023^S n�,�aderd� m No t.rxx a zza, s 9,48 v.na
'Page 2
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see vvvrw.bxwa.com - Always Verify Scale
City of Renton Addendum No. I
Lind Lift Station Issued: 4/.12/2013
Pa-e 3 of 6
Division 16 — Electrical
REVISE AS FOLLOWING:
16.90 Power Generation
16.91.2 Standby Diesel Engine Generator Set
Part 2 — Products
Tbe secoi id par�igtaph of Division 16.9 1.2, Part 2 Products (N,Iiiiiii%ic.titici:s)ls revised asfc)llows:
CURRENTLYREADli
Subject to compliance witli these specifications, the t-ollowliig immufacturers are approved for bidding:
• C1.1111111 ills "'011m)
Onsite Energy
RLTMED 710 READ
Subject to collap1j'ance with diese. the 601-lowilig I llal III . 'Ictillers are Ipproved 601 biddijig:
' • C11111111 Jil- ""'Onall
• Detro,t��MTIJ Onsite Fil("�p
1 � '37
• John Deere/Kohler Power Systems
Standard Plans
INSERT THE FOLLOWING:
Inside Drop Cotiriectl0ri for Saiiltary Nfitliliole (Std Mali 402.2) attached at the end ofthis addendum.
End revisions for Addendum No. I
--2-022-:,qDff.Adder'dun No 1.ofxx 4+12,Ml 3 9:48 AM
,Page 3
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see vAAAv.bxwa.com - Always Verify Scale
City nfRenton Addendum NmX
Lind Lift Station Issued: 4/]2/2O|3
Page 4of6
Addendum No. | is hereby made a part of: the Contract Documents, and its terms and conditions are
[ui1vbiudin,on the Conti-act Document holder. He/she shall acknowledge receipt n{Addendum
No. ] by yiO/dugiu the space provided below and attaching it Un his/her proposal.
This AJdrudou` No. 1touvt6cwckoo,vlcJvr6iu the bid,
CITY OF RENTON
,
Ma6c&JUle�R}�2Ei =u�rz i�luc
� ��
]SSuc6 April 12,2013
Received and :
�
Th!e,
pot
Date
/ zsW^dho��sm ,Q m3�n8�m^�mw"1.d"=4"2,201319'48^w
Page 4
Provided m Builders Exchange o[WA, Inc. For usage Conditions Agreement seevwww.bxwm.m,m Always Verify Scale
' - t .. 1-i -. 1-1 CIr e _.'I ITt 'dC . 1
Lir.,J Li t ti' a io; CITY OF RENTON PUBLIC WORKS DEPARTMENT s' 11 -J; ! 12 % 01
LIND AVENUE LIFT STATION REPLACEMENT
TOTAL BID PRICE (NOT INCLUDING ALTERNATE BID ITEMS) WILL BE USED TO DETERMINE
SUCCESSFUL LOW RESPONSIVE BIDDER
(Note: The bid price shall be stated in figures only, in terms of the units indicated and as to a total amount. In the event of errors or where
conflict occurs, the unit price bid shall govern. Illegible figures will invalidate the bid)
SEE SECTION 1 -09.14 OF THE SPECIAL PROVISIONS FOR INFORMATION ON BID ITEMS.
ITE
NO
APPROX.
QUANTITY
ITEM
UNIT PRICE
Dollars Cents.
AMOUNT
Dollars Cents.
13
14
15
1
Lump Sum
1
Lump Sum
1
Lump Sum
Construction Records
Abandonment of Existing Lift Station
Pedestrian Crossing System
Subtotal
9.5% Sales Tax
$55000.00
$5;000.00
per Lump Sum
per Lump Sum
per Lump Sum
$
$
Total Bid Price
$
The construction contract will be awarded by the City of Renton to the lowest, responsible, responsive bidder.
The bidder shall bid on all bid items set forth in the bid forms to be considered responsive for award. The Total
Bid Price, as indicated on the Schedule of Prices, will be used to determine the successful low responsive bidder.
Partial bids will not be accepted. The intent is to award to only one BIDDER.
Page 5.
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scale