lift station no. 21 rehabilitation specifications.pdfa25 1 ls 723-510 bypass pumping lump sum a26 1...

296
LIFT STATION NO. 21 REHABILITATION LACEY CONTRACT NUMBER PW 2018-28

Upload: others

Post on 05-Jun-2020

1 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: LIFT STATION NO. 21 REHABILITATION Specifications.pdfA25 1 LS 723-510 Bypass Pumping LUMP SUM A26 1 LS 801-680 Erosion/Water Pollution Control LUMP SUM A27 1 LS 805-510 Lawn and Landscape

LIFT STATION NO. 21 REHABILITATION LACEY CONTRACT NUMBER PW 2018-28

Page 2: LIFT STATION NO. 21 REHABILITATION Specifications.pdfA25 1 LS 723-510 Bypass Pumping LUMP SUM A26 1 LS 801-680 Erosion/Water Pollution Control LUMP SUM A27 1 LS 805-510 Lawn and Landscape

SPECIFICATIONS AND BID DOCUMENTS

DEPARTMENT OF PUBLIC WORKS

LACEY CONTRACT NUMBER PW 2018-28

CITY OF LACEY WASHINGTON

CITY OFFICIALS

MAYOR ANDY RYDER

DEPUTY MAYOR CYNTHIA PRATT

COUNCIL MEMBERS LENNY GREENSTEIN

JASON HEARN

MICHAEL STEADMAN

CAROLYN COX

LYNDA ZEMAN

CITY MANAGER SCOTT H. SPENCE

CITY ATTORNEY DAVID S. SCHNEIDER

DIRECTOR OF PUBLIC WORKS SCOTT EGGER, P.E.

CITY ENGINEER ROGER SCHOESSEL, P.E.

Page 3: LIFT STATION NO. 21 REHABILITATION Specifications.pdfA25 1 LS 723-510 Bypass Pumping LUMP SUM A26 1 LS 801-680 Erosion/Water Pollution Control LUMP SUM A27 1 LS 805-510 Lawn and Landscape
Page 4: LIFT STATION NO. 21 REHABILITATION Specifications.pdfA25 1 LS 723-510 Bypass Pumping LUMP SUM A26 1 LS 801-680 Erosion/Water Pollution Control LUMP SUM A27 1 LS 805-510 Lawn and Landscape

This page intentionally left blank.

Page 5: LIFT STATION NO. 21 REHABILITATION Specifications.pdfA25 1 LS 723-510 Bypass Pumping LUMP SUM A26 1 LS 801-680 Erosion/Water Pollution Control LUMP SUM A27 1 LS 805-510 Lawn and Landscape

TABLE OF CONTENTS

Advertisement for Bids ........................................................................................................ i

INSTRUCTIONS

Instructions to Bidders .................................................................................................... A-1

Bidder's Checklist ........................................................................................................... A-2

BID DOCUMENTS

Proposal & Bid Sheet ....................................................................................................... B-1

Bid Bond Form ................................................................................................................ B-4

Non-Collusion Certificate ................................................................................................ B-5

Certification of Compliance with Wage Payment Statutes .............................................. B-6

CONTRACT DOCUMENTS

Construction Contract ......................................................................................................C-1

Performance Bond Form ..................................................................................................C-4

Declaration of Option for Management of Statutory Retained Percentage......................C-6

AMENDMENTS AND SPECIAL PROVISIONS

Table of Contents ................................................................................................................ ii

Amendments ................................................................................................................... D-1

Special Provisions ......................................................................................................... D-29

TECHNICAL SPECIFICATIONS – PART E

Section 03300 – Cast-in-Place Concrete .................................................................. 03300-1

Section 04220 – Concrete Masonry Units ............................................................... 04220-1

Section 05120 – Structural Steel Framing ............................................................... 05120-1

Section 11100 – Pumps, General ............................................................................. 11100-1

Page 6: LIFT STATION NO. 21 REHABILITATION Specifications.pdfA25 1 LS 723-510 Bypass Pumping LUMP SUM A26 1 LS 801-680 Erosion/Water Pollution Control LUMP SUM A27 1 LS 805-510 Lawn and Landscape

Section 11120 – Submersible Sewage Pumps ......................................................... 11120-1

Section 16000 – General Electrical Provisions ........................................................ 16000-1

Section 16100 – Electrical Materials and Methods ................................................. 16100-1

Section 16200 – Standby Generator System ............................................................ 16200-1

Section 16400 – Service and Distribution ............................................................... 16400-1

Section 16500 – Lighting ......................................................................................... 16500-1

Section 16922 – Instrumentation, Controls, and Programming ............................... 16922-1

PREVAILING MINIMUM HOURLY RATES - F

State Wage Rates ............................................................................................................. F-1

APPENDICES - G

Appendix A – Easements ................................................................................................. a-1

Appendix B – Lift Station Checklists .............................................................................. b-1

Page 7: LIFT STATION NO. 21 REHABILITATION Specifications.pdfA25 1 LS 723-510 Bypass Pumping LUMP SUM A26 1 LS 801-680 Erosion/Water Pollution Control LUMP SUM A27 1 LS 805-510 Lawn and Landscape
Page 8: LIFT STATION NO. 21 REHABILITATION Specifications.pdfA25 1 LS 723-510 Bypass Pumping LUMP SUM A26 1 LS 801-680 Erosion/Water Pollution Control LUMP SUM A27 1 LS 805-510 Lawn and Landscape

A INSTRUCTIONS

Page 9: LIFT STATION NO. 21 REHABILITATION Specifications.pdfA25 1 LS 723-510 Bypass Pumping LUMP SUM A26 1 LS 801-680 Erosion/Water Pollution Control LUMP SUM A27 1 LS 805-510 Lawn and Landscape

A-1

INSTRUCTIONS TO BIDDERS

Bidders shall examine contract and bid documents and the site and shall satisfy themselves as to conditions that exist.

Each Bidder shall submit to the City Clerk, Lacey, Washington a sealed bid endorsed upon the outside wrapper with LIFT STATION NO. 21 REHABILITATION at the time and place designated in the advertisement.

Bids may be delivered in person to Lacey City Hall, 420 College Street SE, or by mail to City of Lacey 420 College St SE Lacey, WA 98503.

The City of Lacey is committed to offering reasonable accommodations to persons with disabilities. We invite any person with special needs to contact the City Clerk at (360) 491-3212 at least seventy-two (72) hours before the meeting to discuss any special accommodations that may be necessary. Citizens with hearing impairment may call the TDD line at (800) 833-6388.

Each Bidder shall complete the proposal with prices in figures with the extension properly computed. The proposal must be properly signed by a duly authorized agent. Proposal must acknowledge addenda, if any, received.

If alternates are included in the proposal the Bidder shall complete the alternates. The City will award the contract to the lowest responsible Bidder as determined by the Special Provisions. The City reserves the right to delete alternates after award.

Each bid shall include properly executed bid surety as outlined in the Advertisement and the Proposal.

Each Proposal must be accompanied by a signed Affidavit of Non-Collusion.

The City does not pre-qualify Bidders. However, if the apparent low Bidder has not already been determined qualified, the City shall afford seven (7) days after notification for the low Bidder to provide evidence for evaluation, as to capability to perform the work. The evaluation will include consideration of experience, personnel, equipment, financial resources as well as performance record. The information must be sufficient to enable the Bidder to obtain the required qualification rating prior to the award of the contract.

No bidder may withdraw his bid after the hour set for the opening of bids or before award of the contract unless said award is delayed for a period of forty-five (45) days.

CONTRACT PARTS

The contract to be executed as a result of this bid consists of multiple parts, all of which pertain as if fully attached hereto and Bidder shall consider all parts as a complete document. In the event of discrepancies between the various parts, precedent shall be in the following order:

1. Contract Form, 2. Addenda (if any), 3. Proposal Form, 4. Special Provisions, 5. Technical Specifications, if included, 6. Contract Plans, 7. Amendments to the Standard Specifications, 8. WSDOT Standard Specifications for Road, Bridge, and Municipal Construction, 9. City of Lacey Development Guidelines and Public Works Standards, and 10. WSDOT Standard Plans for Road, Bridge and Municipal Construction

The Bidder is directed to complete and return the forms in Section B as a bid proposal.

Page 10: LIFT STATION NO. 21 REHABILITATION Specifications.pdfA25 1 LS 723-510 Bypass Pumping LUMP SUM A26 1 LS 801-680 Erosion/Water Pollution Control LUMP SUM A27 1 LS 805-510 Lawn and Landscape

A-2

BIDDER'S CHECKLIST

The bidder's attention is especially called to the following forms which must be executed in full as required, and submitted with the bid proposal:

1. Proposal: The unit prices bid must be shown in the space provided.

2. Proposal Signature Sheet: To be filled in and signed by the bidder. All addenda must be acknowledged.

3. Bid Deposit: Any bid shall be accompanied by a deposit of cash, certified check, cashier's check, or surety bond, in an amount equal to at least five percent (5%) of the total amount bid. Checks shall be payable to the City Clerk, City of Lacey, Washington.

If a surety bond is used, it shall be submitted on a form furnished by the Commission and signed by the bidder and his surety company. The sureties' "attorney-in-fact" must be registered with the Washington State Insurance Commissioner. The power of attorney must also be submitted with the bond. See Specification section 1-02.7 for more information.

4. Non-Collusion and Debarment Affidavit

The following form must be submitted within 24 hours following the bid submittal deadlines.

5. Certification of Compliance with Wage Payment Statutes

The following must be completed before the contract can be awarded:

6. L&I training on the requirements related to public works and prevailing wages per RCW 39.04.350

The following forms are to be executed after the contract is awarded:

7. Contract: This agreement to be executed by the successful bidder

8. Performance and Payment Bond

9. Insurance Certificate

Bidder’s Checklist

1. Proposal

2. Proposal Signature Sheet

Addenda Acknowledged

3. Bid Deposit

Power of Attorney included if applicable

4. Non-Collusion and Debarment Affidavit

5. Certification of Compliance with Wage Payment Statutes

6. Contractor has verified they can meet bidding qualifications/supplemental criteria

7. L&I Public Works Prevailing Wage Training

Page 11: LIFT STATION NO. 21 REHABILITATION Specifications.pdfA25 1 LS 723-510 Bypass Pumping LUMP SUM A26 1 LS 801-680 Erosion/Water Pollution Control LUMP SUM A27 1 LS 805-510 Lawn and Landscape

B BID DOCUMENTS

Page 12: LIFT STATION NO. 21 REHABILITATION Specifications.pdfA25 1 LS 723-510 Bypass Pumping LUMP SUM A26 1 LS 801-680 Erosion/Water Pollution Control LUMP SUM A27 1 LS 805-510 Lawn and Landscape

This page intentionally left blank.

Page 13: LIFT STATION NO. 21 REHABILITATION Specifications.pdfA25 1 LS 723-510 Bypass Pumping LUMP SUM A26 1 LS 801-680 Erosion/Water Pollution Control LUMP SUM A27 1 LS 805-510 Lawn and Landscape

Contract Proposal

CITY OF LACEY

Federal Aid Project Number:

WSDOT Contract Number:

Lacey Contract Number:

To: The Honorable Mayor and Council, Lacey, Washington

The undersigned, as bidder, has examined the bid documents, contract and bond forms, and the general and technical specifications, all as prepared by the Public Works Department, City of Lacey.

The undersigned, as bidder, proposes to furnish all material and perform all labor in accordance with specifications at the following prices.

Bidder must fill in unit prices in figures for each item and total.

Bidder shall sign this proposal form, furnish bid security and sign the enclosed affidavit.

DATE: _________________________________

Lift Station No. 21 Rehabilitation

TIB Contract Number:

A Sewer

Quantity Unit Item ID Item Description Unit Price Extended PriceNo.

25000 MC 104-010 Minor Change $1.00 $25,000.00A1

1 LS 105-010 Record Drawing $5,000.00 $5,000.00A2

1 LS 109-010 Mobilization LUMP SUMA3

1 LS 110-010 Project Temporary Traffic Control LUMP SUMA4

1 LS 201-010 Clearing and Grubbing LUMP SUMA5

1 LS 202-510 Removal of Structures and Obstructions LUMP SUMA6

1 LS 205-510 Trench Safety System LUMP SUMA7

130 TN 404-020 Crushed Surfacing Top CourseA8

3 TN 504-110 Commercial HMAA9

2 EA 705-048 Manhole 48 In. Diam. Type 1A10

2 EA 705-605 Manhole TreatmentA11

90 TN 708-610 Bank Run Gravel for Trench BackfillA12

40 TN 708-620 Imported Pipe BeddingA13

50 LF 709-502 2 Inch Water MainA14

20 LF 717-508 8 Inch Diameter Sewer PipeA15

70 LF 717-704 4 Inch Diameter Force Main Sewer PipeA16

60 LF 717-706 6 Inch Diameter Force Main Sewer PipeA17

1 EA 717-960 Connect to Existing Sanitary Sewer Force MainA18

B - 1

Page 14: LIFT STATION NO. 21 REHABILITATION Specifications.pdfA25 1 LS 723-510 Bypass Pumping LUMP SUM A26 1 LS 801-680 Erosion/Water Pollution Control LUMP SUM A27 1 LS 805-510 Lawn and Landscape

4 EA 717-965 Connect to Existing Sewer SystemA19

1 LS 722-510 Lift Station LUMP SUMA20

1 LS 722-520 Pumps & Mechanical LUMP SUMA21

1 LS 722-530 Valve Structure & Mechanical LUMP SUMA22

1 LS 722-540 Electrical, Controls & Telemetry LUMP SUMA23

1 LS 722-560 Cabinet Awning LUMP SUMA24

1 LS 723-510 Bypass Pumping LUMP SUMA25

1 LS 801-680 Erosion/Water Pollution Control LUMP SUMA26

1 LS 805-510 Lawn and Landscape Restoration LUMP SUMA27

240 SY 814-510 Cement Conc. SidewalkA28

3 EA 818-510 Relocate MailboxA29

85 SF 832-520 Modular Block WallA30

13 EA 850-550 BollardA31

1 LS 850-792 Project Closeout $11,000.00 $11,000.00A32

1 LS 850-805 Install City-Provided Standby Generator LUMP SUMA33

Tax Rate (%) : 9.30 Tax:

Schedule A Subtotal:

Schedule A Total:

Contract Total:

(All Schedules)

B - 2

Page 15: LIFT STATION NO. 21 REHABILITATION Specifications.pdfA25 1 LS 723-510 Bypass Pumping LUMP SUM A26 1 LS 801-680 Erosion/Water Pollution Control LUMP SUM A27 1 LS 805-510 Lawn and Landscape

The undersigned also agrees as follows:

1. Within 10 calendar days after the contract is awarded, to execute the contract and to furnish to the City of Lacey, Washington a satisfactory contract bond, guaranteeing the faithful performance of the work.

2. Enclosed with this proposal is a cashier’s check or certified check for $_____________ or a bid bond in the sum of $______________ which it is agreed shall be collected and retained by the City of Lacey as liquidated damages in the event this proposal is accepted by the City of Lacey with 45 calendar days after the receipt of bids and the undersigned fails to execute the contract and the required bond with the City of Lacey, under the conditions thereof, within 10 calendar days after the undersigned is notified that said proposal has been accepted, otherwise said check or bond shall be returned to the undersigned upon demand.

3. That this proposal cannot be withdrawn within 45 days after receipt of bids.

4. That it is the understanding that the City of Lacey may accept or reject any or all bids.

5. The undersigned hereby agrees to pay for labor not less than the prevailing rates of wages or less than the hourly minimum rates of wages set forth in the special provisions for the project.

Addenda Receipt Acknowledged

_______,_______,_______

Signature of Bidder Date

Firm Name Please Print Phone

Address of Bidder:

Name and Address of Firm Members:

Signature of Bidder (if a Corporation)

Title:

Firm Name: Phone:

Business Address:

Officers Address

Incorporated under the Laws of the State of

President:

Secretary:

Treasurer:

(If an Individual, Partnership, or Non-Incorporated organization)

B - 3

Page 16: LIFT STATION NO. 21 REHABILITATION Specifications.pdfA25 1 LS 723-510 Bypass Pumping LUMP SUM A26 1 LS 801-680 Erosion/Water Pollution Control LUMP SUM A27 1 LS 805-510 Lawn and Landscape

B-4

BID BOND FORM

Herewith find deposit in the form of a certified check or bid bond in the amount of $____________________, which amount is not less than five percent (5%) of the total bid.

Signature

BID BOND

KNOW ALL MEN BY THESE PRESENTS:

That we, ,as Principal and ,as Surety

are held and firmly bound unto the City of Lacey, as Obligee, in the penal sum of

Dollars,

for the payment of which the Principal and the Surety bind themselves, their heirs, executors, 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:

according to the terms of the proposal or bid made by the Principal 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 so do, pay and forfeit to the Obligee the penal amount of the deposit specified in the call 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.

SIGNED, SEALED AND DATED THIS day of ,20

Surety Principal

,20 Received return of deposit in the sum of $

Page 17: LIFT STATION NO. 21 REHABILITATION Specifications.pdfA25 1 LS 723-510 Bypass Pumping LUMP SUM A26 1 LS 801-680 Erosion/Water Pollution Control LUMP SUM A27 1 LS 805-510 Lawn and Landscape

B-5

NON-COLLUSION AND DEBARMENT AFFIDAVIT State of ) )ss County of ) I, the undersigned, being duly sworn, deposes and says that the person, firm, association, copartnership or corporation herein named, has not either directly or indirectly, entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free competitive bidding in the preparation and submission of a proposal of the City of Lacey for consideration in the award of a contract on the improvement described as follows. I further certify that, except as noted below, the firm, association or corporation or any person in a controlling capacity associated therewith or any position involving the administration of State or federal funds; is not currently under suspension, debarment, voluntary exclusion, or determination of ineligibility by any federal or State agency; has not been suspended, debarred, voluntarily excluded or determined ineligible by any federal or State agency within the past three years; does not have a proposed debarment pending; and has not been indicted, convicted, or had a civil judgment rendered against said person, firm, association or corporation by a court of competent jurisdiction in any matter involving fraud or official misconduct within the past three years. I further acknowledge that by signing my signature, I am deemed to have signed and have agreed to the provisions of this affidavit.

Name of Project Name of Firm Signature of Authorized Member Sworn to before me this day of ,20 Notary Public (CORPORATE SEAL)

Page 18: LIFT STATION NO. 21 REHABILITATION Specifications.pdfA25 1 LS 723-510 Bypass Pumping LUMP SUM A26 1 LS 801-680 Erosion/Water Pollution Control LUMP SUM A27 1 LS 805-510 Lawn and Landscape

B-6

CERTIFICATION OF COMPLIANCE WITH WAGE PAYMENT STATUTES

The bidder hereby certifies that, within the three-year period immediately

preceding the bid solicitation date, the bidder is not a “willful” violator, as defined

in RCW 49.48.082, of any provision of chapters 49.46, 49.48, or 49.52 RCW, as

determined by a final and binding citation and notice of assessment issued by the

Department of Labor and Industries or through a civil judgment entered by a court

of limited or general jurisdiction.

I certify under penalty of perjury under the laws of the State of Washington that

the foregoing is true and correct.

Bidder’s Business Name

Signature of Authorized Official*

Printed Name

Title

Date

City

State

Check One:

Sole Proprietorship ☐ Partnership ☐ Joint Venture ☐ Corporation ☐

State of Incorporation, or if not a corporation, State where business entity was

formed:

If a co-partnership, give firm name under which business is transacted:

* If a corporation, proposal must be executed in the corporate name by the president

or vice-president (or any other corporate officer accompanied by evidence of

authority to sign). If a co-partnership, proposal must be executed by a partner.

This form must be submitted with the Bid Proposal or as a Supplement to the Bid no later than 24 hours after the time for delivery of the Bid Proposal, as provided for in Section 1-02.9 of the Contract Provisions.

Page 19: LIFT STATION NO. 21 REHABILITATION Specifications.pdfA25 1 LS 723-510 Bypass Pumping LUMP SUM A26 1 LS 801-680 Erosion/Water Pollution Control LUMP SUM A27 1 LS 805-510 Lawn and Landscape

C CONTRACT

DOCUMENTS

Page 20: LIFT STATION NO. 21 REHABILITATION Specifications.pdfA25 1 LS 723-510 Bypass Pumping LUMP SUM A26 1 LS 801-680 Erosion/Water Pollution Control LUMP SUM A27 1 LS 805-510 Lawn and Landscape

This page intentionally left blank.

Page 21: LIFT STATION NO. 21 REHABILITATION Specifications.pdfA25 1 LS 723-510 Bypass Pumping LUMP SUM A26 1 LS 801-680 Erosion/Water Pollution Control LUMP SUM A27 1 LS 805-510 Lawn and Landscape

C-1

Contract Number PW

CONSTRUCTION CONTRACT THIS AGREEMENT, made and entered into this _____ day of _______________, 20_______ , between the City of Lacey, hereinafter called Owner, under and by virtue of the charter, laws and ordinances of the said Owner and the laws of the State of Washington, and ___________________________________________________ hereinafter called Contractor, WITNESSETH: That in consideration of the payment, covenants and agreement hereinafter mentioned, attached and made a part of this Agreement, to be made and performed by the parties hereto, the parties covenant and agree as follows regarding:

1. The Contractor shall do all work and furnish all tools, materials and equipment in accordance with and as described in the attached Plans and Specifications, and in full compliance with the terms, conditions and stipulations herein set forth and attached, now referred to and by such reference incorporated herein and made a part hereof as fully for all purposes as if here set forth at length, and shall perform any alterations in or in addition to the work covered by this Contract and every part thereof and any force account work which may be ordered as provided in this Contract and every part thereof.

The Contractor shall provide and bear the expense of all materials, labor, equipment, tools, implements and conveniences and things of every description that may be requisite for the transfer of materials and for constructing and completing the work provided for in this Contract and every part thereof, except such as are mentioned in the Specifications to be furnished by the Owner.

2. The Owner hereby promises and agrees with the Contractor to employ, and does employ the Contractor to provide the materials and to do and cause to be done the above described work and to complete and finish the same according to the attached Plans and Specifications and the schedule of unit or itemized prices hereto attached, at the time and in the manner and upon the conditions provided for in this Contract and every part thereof.

3. Contractor, for himself and for his heirs, executors, administrators, successors, assigns, does hereby agree to the full performance of all the covenants herein contained upon the part of Contractor.

4. It is further provided that no liability shall attach to Owner or Agent thereof by reason of entering into this Contract, except as expressly provided herein.

5. Payments will be made under the Contract according to the schedule of rates and prices and the specification attached and made a part thereof. Partial payments under the Contract will be made at the request of the Contractor not more than once each month upon approval of the Owner, as hereinafter specified, provided they are in accordance with the provisions of RCW 60.28.010. There will be reserved and retained from monies

Page 22: LIFT STATION NO. 21 REHABILITATION Specifications.pdfA25 1 LS 723-510 Bypass Pumping LUMP SUM A26 1 LS 801-680 Erosion/Water Pollution Control LUMP SUM A27 1 LS 805-510 Lawn and Landscape

C-2

earned by the Contractor, as determined by such monthly estimates, a sum equal to 5 percent of the Contract price.

Payment of the retained percentage shall be withheld for a period of forty-five (45) days following the final acceptance of the work and materials by the Owner, and shall be paid the Contractor at the expiration of said forty-five (45) days in event no claims, as provided by law, have been filed against such funds; and provided further, that releases have been obtained from all departments and agencies having jurisdiction over the activities of the Contractor. In the event such claims are filed, Contractor shall be paid such retained percentages less an amount sufficient to pay any such claims together with a sum sufficient to pay the cost of such action, and to cover attorney fees as determined by the Owner.

6. Requests for review of substitute items of material or equipment will not be accepted by the Owner or Agent from anyone other than the Contractor. If the Contractor wishes to furnish a substitute item, the Contractor shall make written application to the Owner's Agent for acceptance thereof, certifying that the proposed substitute will perform adequately the functions called for by the general design, be similar and of equal substance to that specified and be suited to the same use and capable of performing the same function as that specified. All variations of the proposed substitute from that specified shall be identified in the application and available maintenance, repair and replacement service will be indicated. The application will also contain an itemized estimate of all costs that will result directly or indirectly from acceptance of such substitute, which shall be considered by the Owner in evaluating the proposed substitute. The Owner may require the Contractor to furnish at the Contractor's expense, additional data about the proposed substitute. The Owner will be the sole judge of acceptability, and no substitute will be ordered without the Owner's prior written acceptance. The Owner may require the Contractor to furnish at the Contractor's expense, a special performance guarantee or other surety with respect to any other substitute.

The Owner or Agent will record the time and expenses in evaluating substitutions proposed by the Contractor. Whether or not the Owner accepts a proposed substitute, the Contractor shall reimburse the Owner for the costs of evaluating any proposed substitute.

7. The Owner reserves the right, after the final payment has been made, to claim and recover by process of law such sums as may be sufficient to make good any defects in the equipment or to recover any over-payment resulting from dishonest acts of the Contractor.

8. The contract time will commence to run, and the Contractor shall start to perform his obligation under the contract documents, on the day indicated in the Notice to Proceed given by Owner to Contractor; but in no event shall contract time commence to run later than the 30th calendar day after the date when both Owner and Contractor execute the Contract. A Notice to Proceed may be given at any time within thirty (30) calendar days after the date when both Owner and Contractor execute the Contract.

9. The Contractor shall guarantee the materials and workmanship for a period of one (1) year from and after the date of final acceptance by the Owner.

If, within said guarantee period, repairs are required which, in the opinion of the Owner, are rendered necessary as a result of work or materials which are inferior, defective or not in accordance with the terms of the Contract, the Contractor shall, promptly upon receipt

Page 23: LIFT STATION NO. 21 REHABILITATION Specifications.pdfA25 1 LS 723-510 Bypass Pumping LUMP SUM A26 1 LS 801-680 Erosion/Water Pollution Control LUMP SUM A27 1 LS 805-510 Lawn and Landscape

C-3

of notice from the Owner, and without expense to the Owner, (a) correct all defects and place in satisfactory condition in every particular all of such guaranteed work and materials; (b) make good all damage which in the opinion of the Owner is caused by such defects; and (c) make good any other work or material or the equipment and contents of a building, structure or site disturbed in fulfilling any such guarantee.

If the Contractor, after notice, fails within ten (10) days to proceed to comply to the terms of this guarantee, the Owner may have the defects corrected, and the Contractor and his Surety shall be liable for all expense incurred, provided, however, that in case of an emergency where, in the opinion of the Owner, delay would cause serious loss or damage, repairs may be made without notice being given to the Contractor and the Contractor shall pay the cost thereof.

IN WITNESS WHEREOF, the said Contractor has executed this instrument and the City Manager, pursuant to resolution duly adopted, has caused this instrument to be executed in the name of the City of Lacey the day and year first above-written.

Contractor

Contractor’s Registration Number (UBI No.)

City of Lacey Business License Number City Manager ATTEST: By:

City Clerk APPROVED AS TO FORM: By :

City Attorney

Page 24: LIFT STATION NO. 21 REHABILITATION Specifications.pdfA25 1 LS 723-510 Bypass Pumping LUMP SUM A26 1 LS 801-680 Erosion/Water Pollution Control LUMP SUM A27 1 LS 805-510 Lawn and Landscape

C-4

PERFORMANCE/PAYMENT BOND FORM KNOW ALL MEN BY THESE PRESENTS: That _________________________________________________________________of _________________________________________________________, as Principal, and _________________________________________________________, as Surety, are jointly and severally held and bound unto the ______________________________in the penal sum of ______________________________Dollars ($ _______________ ) for the payment of which we jointly and severally bind ourselves, our heirs, executors, administrators, and assigns, firmly by these presents. The condition of this bond is such that, WHEREAS, on the _______ day of ___________________________, 20______, the said Principal made and entered into a certain contract with the CITY OF LACEY, Washington, by the terms, conditions and provisions of which contract the said Principal agreed to undertake and complete the work as per specifications made a part of said contract, which contract as so executed is incorporated herein and made a part hereof as fully for all purposes as if here set forth at length. NOW, THEREFORE, if the Principal shall well and truly perform and fulfill all the undertakings, covenants, terms and conditions, and agreements of said Contract during the original term of said Contract and any extensions thereof that may be granted by the City of Lacey, Washington, with or without notice to the Surety; and during the life of any guaranty required under the Contract; and shall also well and truly perform and fulfill all the undertakings, covenants, terms and conditions, and agreements of any and all duly authorized modifications of said Contract that may hereafter be made; notice of which modifications to the Surety being hereby waived; and furthermore, shall make prompt payment to all laborers, mechanics, subcontractors and materialmen and all persons who shall supply such contractor or subcontractor with provisions and supplies for performance of said Contract, then this obligation to be void, otherwise to remain in full force and effect. WITNESS our hand this day of , 20

Principal

Surety

Page 25: LIFT STATION NO. 21 REHABILITATION Specifications.pdfA25 1 LS 723-510 Bypass Pumping LUMP SUM A26 1 LS 801-680 Erosion/Water Pollution Control LUMP SUM A27 1 LS 805-510 Lawn and Landscape

C-5

Address of local office and agent of Surety

APPROVED AS TO FORM: By: , 20

City Attorney

Page 26: LIFT STATION NO. 21 REHABILITATION Specifications.pdfA25 1 LS 723-510 Bypass Pumping LUMP SUM A26 1 LS 801-680 Erosion/Water Pollution Control LUMP SUM A27 1 LS 805-510 Lawn and Landscape

C-6

DECLARATION OF OPTION FOR MANAGEMENT OF

STATUTORY RETAINED PERCENTAGE A. I hereby elect to have the retained percentage of this contract held in a fund by the City of

Lacey until forty-five (45) days following final acceptance of the work.

Contractor (please print)

Date Signature

B. I hereby elect to have the City of Lacey invest the retained percentage of this contract from time to time as such retained percentage accrues and in accordance with RCW Ch. 60.28.

I hereby designate _____________________________________________ as the repository for the escrow of said funds.

I hereby further agree to be fully responsible for payment of all costs or fees incurred as a result of placing said percentage in escrow and investing it as authorized by statue.

The City of Lacey shall not be liable in any way for any costs or fees in connection therewith.

Contractor (please print)

Date Signature

Page 27: LIFT STATION NO. 21 REHABILITATION Specifications.pdfA25 1 LS 723-510 Bypass Pumping LUMP SUM A26 1 LS 801-680 Erosion/Water Pollution Control LUMP SUM A27 1 LS 805-510 Lawn and Landscape

D AMENDMENTS AND

SPECIAL

PROVISIONS

Page 28: LIFT STATION NO. 21 REHABILITATION Specifications.pdfA25 1 LS 723-510 Bypass Pumping LUMP SUM A26 1 LS 801-680 Erosion/Water Pollution Control LUMP SUM A27 1 LS 805-510 Lawn and Landscape

This page intentionally left blank.

Page 29: LIFT STATION NO. 21 REHABILITATION Specifications.pdfA25 1 LS 723-510 Bypass Pumping LUMP SUM A26 1 LS 801-680 Erosion/Water Pollution Control LUMP SUM A27 1 LS 805-510 Lawn and Landscape

TABLE OF CONTENTS

WSDOT AMENDMENTS TO THE STANDARD SPECIFICATIONS ................................................................ 1

1-01 DEFINITIONS AND TERMS .......................................................................................................................... 1 1-02 BID PROCEDURES AND CONDITIONS ...................................................................................................... 1 1-03 AWARD AND EXECUTION OF CONTRACT .............................................................................................. 2 1-05 CONTROL OF WORK .................................................................................................................................... 2 1-06 CONTROL OF MATERIAL ............................................................................................................................ 3 1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC............................................................ 5 1-08 PROSECUTION AND PROGRESS ................................................................................................................ 9 1-09 MEASUREMENT AND PAYMENT .............................................................................................................. 9 2-02 REMOVAL OF STRUCTURES AND OBSTRUCTIONS ............................................................................ 10 2-09 STRUCTURE EXCAVATION ...................................................................................................................... 10 8-01 EROSION CONTROL AND WATER POLLUTION CONTROL ................................................................ 10 8-14 CEMENT CONCRETE SIDEWALKS .......................................................................................................... 23 9-03 AGGREGATES ............................................................................................................................................. 23

SPECIAL PROVISIONS .......................................................................................................................................... 29

INTRODUCTION TO THE SPECIAL PROVISIONS ............................................................................................... 29 DESCRIPTION OF WORK ........................................................................................................................................ 29 1-01 DEFINITIONS AND TERMS ........................................................................................................................ 30 1-02 BID PROCEDURES AND CONDITIONS .................................................................................................... 31 1-03 AWARD AND EXECUTION OF CONTRACT ............................................................................................ 37 1-04 SCOPE OF THE WORK ................................................................................................................................ 38 1-05 CONTROL OF WORK .................................................................................................................................. 39 1-06 CONTROL OF MATERIAL .......................................................................................................................... 45 1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC.......................................................... 46 1-08 PROSECUTION AND PROGRESS .............................................................................................................. 53 1-09 MEASUREMENT AND PAYMENT ............................................................................................................ 56 1-10 TEMPORARY TRAFFIC CONTROL ........................................................................................................... 58 2-01 CLEARING, GRUBBING, AND ROADSIDE CLEANUP ........................................................................... 59 2-02 REMOVAL OF STRUCTURES AND OBSTRUCTIONS ............................................................................ 60 2-03 ROADWAY EXCAVATION AND EMBANKMENT .................................................................................. 62 2-05 TRENCH SAFETY SYSTEM ........................................................................................................................ 63 2-07 WATERING ................................................................................................................................................... 63 2-09 STRUCTURE EXCAVATION ...................................................................................................................... 64 7-05 MANHOLES, INLETS, CATCH BASINS, AND DRYWELLS ................................................................... 65 7-08 GENERAL PIPE INSTALLATION REQUIREMENTS ............................................................................... 67 7-09 WATER MAINS ............................................................................................................................................ 73 7-12 VALVES FOR WATER MAINS ................................................................................................................... 76 7-14 HYDRANTS .................................................................................................................................................. 78 7-17 SANITARY SEWERS ................................................................................................................................... 79 7-22 LIFT STATION .............................................................................................................................................. 84 7-23 SANITARY SEWER BYPASS PUMPING ................................................................................................... 90 8-01 EROSION CONTROL AND WATER POLLUTION CONTROL ................................................................ 95 8-05 LAWN AND LANDSCAPE RESTORATION .............................................................................................. 99 8-14 CEMENT CONCRETE SIDEWALKS .......................................................................................................... 99 8-18 MAILBOX SUPPORT ................................................................................................................................. 100 8-32 MODULAR BLOCK WALL ....................................................................................................................... 101 8-50 MISCELLANEOUS ..................................................................................................................................... 104 9-03 AGGREGATES ........................................................................................................................................... 106

APPENDIX A ........................................................................................................................................................... 107

Page 30: LIFT STATION NO. 21 REHABILITATION Specifications.pdfA25 1 LS 723-510 Bypass Pumping LUMP SUM A26 1 LS 801-680 Erosion/Water Pollution Control LUMP SUM A27 1 LS 805-510 Lawn and Landscape

This page intentionally left blank.

Page 31: LIFT STATION NO. 21 REHABILITATION Specifications.pdfA25 1 LS 723-510 Bypass Pumping LUMP SUM A26 1 LS 801-680 Erosion/Water Pollution Control LUMP SUM A27 1 LS 805-510 Lawn and Landscape

D-1

WSDOT AMENDMENTS TO THE STANDARD SPECIFICATIONS

The following Amendments and Special Provisions shall be used in conjunction with the 2018 Standard Specifications for Road, Bridge, and Municipal Construction. The following Amendments to the Standard Specifications are made a part of this contract and supersede any conflicting provisions of the Standard Specifications. For informational purposes, the date following each Amendment title indicates the implementation date of the Amendment or the latest date of revision. Each Amendment contains all current revisions to the applicable section of the Standard Specifications and may include references which do not apply to this particular project.

1-01 DEFINITIONS AND TERMS (August 6, 2018 WSDOT 1-02.AP1)

1-01.3 Definitions

The following new term and definition is inserted before the definition for “Shoulder”: Sensitive Area – Natural features, which may be previously altered by human activity, that are present on or adjacent to the project location and protected, managed, or regulated by local, tribal, state, or federal agencies. The following new term and definition is inserted after the definition for “Working Drawings”: WSDOT Form – Forms developed and maintained by WSDOT that are required or available for use on a project. These forms can be downloaded from the forms catalogue at: http://wsdot.wa.gov/forms/pdfForms.html

1-02 BID PROCEDURES AND CONDITIONS (October 30, 2018 WSDOT 1-02.AP1)

1-02.4(1) General

This section is supplemented with the following: Prospective Bidders are advised that the Contracting Agency may include a partially completed Washington State Department of Ecology (Ecology) Transfer of Coverage (Ecology Form ECY 020-87a) for the Construction Stormwater General Permit (CSWGP) as part of the Bid Documents. When the Contracting Agency requires the transfer of coverage of the CSWGP to the Contractor, an informational copy of the Transfer of Coverage and the associated CSWGP will be included in the appendices. As a condition of Section 1-03.3, the Contractor is required to complete sections I, III, and VIII of the Transfer of Coverage and return the form to the Contracting Agency. The Contracting Agency is responsible for compliance with the CSWGP until the end of day that the Contract is executed. Beginning on the day after the Contract is executed, the Contractor shall assume complete legal responsibility for compliance with the CSWGP and full implementation of all conditions of the CSWGP as they apply to the Contract Work.

Page 32: LIFT STATION NO. 21 REHABILITATION Specifications.pdfA25 1 LS 723-510 Bypass Pumping LUMP SUM A26 1 LS 801-680 Erosion/Water Pollution Control LUMP SUM A27 1 LS 805-510 Lawn and Landscape

D-2

1-02.5 Proposal Forms

The first sentence of the first paragraph is revised to read: At the request of a Bidder, the Contracting Agency will provide a physical Proposal Form for any project on which the Bidder is eligible to Bid.

1-02.6 Preparation of Proposal

Item number 1 of the second paragraph is revised to read: 1. A unit price for each item (omitting digits more than two places to the right of the decimal point), In the third sentence of the fourth paragraph, “WSDOT Form 422-031” is revised to read “WSDOT Form 422-031U”. The following new paragraph is inserted before the last paragraph: The Bidder shall submit with their Bid a completed Contractor Certification Wage Law Compliance form (WSDOT Form 272-009). Failure to return this certification as part of the Bid Proposal package will make this Bid Nonresponsive and ineligible for Award. A Contractor Certification of Wage Law Compliance form is included in the Proposal Forms.

1-03 AWARD AND EXECUTION OF CONTRACT (January 2, 2018 WSDOT 1-03.AP1)

1-03.3 Execution of Contract

The first paragraph is revised to read: Within 20 calendar days after the Award date, the successful Bidder shall return the signed Contracting Agency-prepared Contract, an insurance certification as required by Section 1-07.18, a satisfactory bond as required by law and Section 1-03.4, the Transfer of Coverage form for the Construction Stormwater General Permit with sections I, III, and VIII completed when provided, and shall be registered as a contractor in the state of Washington.

1-03.5 Failure to Execute Contract

The first sentence is revised to read: Failure to return the insurance certification and bond with the signed Contract as required in Section 1-03.3, or failure to provide Disadvantaged, Minority or Women’s Business Enterprise information if required in the Contract, or failure or refusal to sign the Contract, or failure to register as a contractor in the state of Washington, or failure to return the completed Transfer of Coverage for the Construction Stormwater General Permit to the Contracting Agency when provided shall result in forfeiture of the proposal bond or deposit of this Bidder.

1-05 CONTROL OF WORK (August 6, 2018 WSDOT 1-05.AP1)

1-05.5 Vacant

This section, including title, is revised to read:

Page 33: LIFT STATION NO. 21 REHABILITATION Specifications.pdfA25 1 LS 723-510 Bypass Pumping LUMP SUM A26 1 LS 801-680 Erosion/Water Pollution Control LUMP SUM A27 1 LS 805-510 Lawn and Landscape

D-3

1-05.5 Tolerances

Geometrical tolerances shall be measured from the points, lines, and surfaces defined in Contract documents. A plus (+) tolerance increases the amount or dimension to which it applies, or raises a deviation from level. A minus (-) tolerance decreases the amount or dimension to which it applies, or lowers a deviation from level. Where only one signed tolerance is specified (+ or -), there is no specified tolerance in the opposing direction. Tolerances shall not be cumulative. The most restrictive tolerance shall control. Tolerances shall not extend the Work beyond the Right of Way or other legal boundaries identified in the Contract documents. If application of tolerances causes the extension of the Work beyond the Right of Way or legal boundaries, the tolerance shall be reduced for that specific instance. Tolerances shall not violate other Contract requirements. If application of tolerances causes the Work to violate other Contract requirements, the tolerance shall be reduced for that specific instance. If application of tolerances causes conflicts with other components or aspects of the Work, the tolerance shall be reduced for that specific instance.

1-05.9 Equipment

The following new paragraph is inserted before the first paragraph: Prior to mobilizing equipment on site, the Contractor shall thoroughly remove all loose dirt and vegetative debris from drive mechanisms, wheels, tires, tracks, buckets and undercarriage. The Engineer will reject equipment from the site until it returns clean. This section is supplemented with the following: Upon completion of the Work, the Contractor shall completely remove all loose dirt and vegetative debris from equipment before removing it from the job site.

1-06 CONTROL OF MATERIAL (January 7, 2019 WSDOT 1-06.AP1)

1-06.1(3) Aggregate Source Approval (ASA) Database

This section is supplemented with the following: Regardless of status of the source, whether listed or not listed in the ASA database the source owner may be asked to provide testing results for toxicity in accordance with Section 9-03.21(1).

1-06.2(2)D Quality Level Analysis

This section is supplemented with the following new subsection:

1-06.2(2)D5 Quality Level Calculation – HMA Compaction

The procedures for determining the quality level and pay factor for HMA compaction are as follows: 1. Determine the arithmetic mean, Xm, for compaction of the lot:

Page 34: LIFT STATION NO. 21 REHABILITATION Specifications.pdfA25 1 LS 723-510 Bypass Pumping LUMP SUM A26 1 LS 801-680 Erosion/Water Pollution Control LUMP SUM A27 1 LS 805-510 Lawn and Landscape

D-4

n

xX m

Where: x = individual compaction test values for each sublot in the lot. ∑x = summation of individual compaction test values n = total number test values 2. Compute the sample standard deviation, “S”, for each constituent:

2

122

1

nn

xxnS

Where: ∑x2 = summation of the squares of individual compaction test values (∑x)2 = summation of the individual compaction test values squared 3. Compute the lower quality index (QL):

S

LSLXQ m

L

Where: LSL = 92 4. Determine PL (the percent within the lower Specification limit which corresponds to a given QL) from Table 1. For negative values of QL, PL is equal to 100 minus the table PL. If the value of QL does not correspond exactly to a figure in the table, use the next higher value. 5. Determine the quality level (the total percent within Specification limits): Quality Level = PL 6. Using the quality level from step 5, determine the composite pay factor (CPF) from Table 2. 7. If the CPF determined from step 6 is 1.00 or greater: use that CPF for the compaction lot; however, the maximum HMA compaction CPF using an LSL = 92 shall be 1.05. 8. If the CPF from step 6 is not 1.00 or greater: repeat steps 3 through 6 using an LSL = 91.5. The value thus determined shall be the HMA compaction CPF for that lot; however, the maximum HMA compaction CPF using an LSL = 91.5 shall be 1.00.

1-06.2(2)D1 Quality Level Analysis

The following new sentence is inserted after the first sentence: The quality level calculations for HMA compaction are completed using the formulas in Section 1-06.2(2)D5

1-06.2(2)D4 Quality Level Calculation

The first paragraph (excluding the numbered list) is revised to read:

Page 35: LIFT STATION NO. 21 REHABILITATION Specifications.pdfA25 1 LS 723-510 Bypass Pumping LUMP SUM A26 1 LS 801-680 Erosion/Water Pollution Control LUMP SUM A27 1 LS 805-510 Lawn and Landscape

D-5

The procedures for determining the quality level and pay factors for a material, other than HMA compaction, are as follows:

1-06.6 Recycled Materials

The first three sentences of the second paragraph are revised to read: The Contractor shall submit a Recycled Material Utilization Plan on WSDOT Form 350-075A within 30 calendar days after the Contract is executed. The plan shall provide the Contractor’s anticipated usage of recycled concrete aggregates for meeting the requirements of these Specifications. The quantity of recycled concrete aggregate will be provided in tons and as a percentage of the Plan quantity for eligible material listed in Section 9-03.21(1)E Table on Maximum Allowable percent (By Weight) of Recycled Material. The last paragraph is revised to read: Within 30 calendar days after Physical Completion, the Contractor shall report the quantity of recycled concrete aggregates that were utilized in the construction of the project for each eligible item listed in Section 9-03.21(1)E. The Contractor’s report shall be provided on WSDOT Form 350-075A, Recycled Materials Reporting.

1-06.6(1)A General

Item 1(a) in the second paragraph is revised to read: a. The estimated costs for the Work for each material with 25 percent recycled concrete aggregate. The cost estimate shall include for each material a documented price quote from the supplier with the lowest total cost for the Work.

1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC (August 6, 2018 WSDOT 1-07.AP1)

1-07.5 Environmental Regulations

This section is supplemented with the following new subsections:

1-07.5(5) U.S. Army Corps of Engineers

When temporary fills are permitted, the Contractor shall remove fills in their entirety and the affected areas returned to pre-construction elevations. If a U.S. Army Corps of Engineers permit is noted in Section 1-07.6 of the Special Provisions, the Contractor shall retain a copy of the permit or the verification letter (in the case of a Nationwide Permit) on the worksite for the life of the Contract. The Contractor shall provide copies of the permit or verification letter to all subcontractors involved with the authorized work prior to their commencement of any work in waters of the U.S.

1-07.5(6) U.S. Fish/Wildlife Services and National Marine Fisheries Service

The Contracting Agency will provide fish exclusion and handling services if the Work dictates. However, if the Contractor discovers any fish stranded by the project and a Contracting Agency biologist is not available, they shall immediately release the fish into a flowing stream or open water.

Page 36: LIFT STATION NO. 21 REHABILITATION Specifications.pdfA25 1 LS 723-510 Bypass Pumping LUMP SUM A26 1 LS 801-680 Erosion/Water Pollution Control LUMP SUM A27 1 LS 805-510 Lawn and Landscape

D-6

1-07.5(1) General

The first sentence is deleted and replaced with the following: No Work shall occur within areas under the jurisdiction of resource agencies unless authorized in the Contract. The third paragraph is deleted.

1-07.5(2) State Department of Fish and Wildlife

This section is revised to read: In doing the Work, the Contractor shall: 1. Not degrade water in a way that would harm fish, wildlife, or their habitat. 2. Not place materials below or remove them from the ordinary high water line except as may be specified in the Contract. 3. Not allow equipment to enter waters of the State except as specified in  the  Contract. 4. Revegetate in accordance with the Plans, unless the Special Provisions permit otherwise. 5. Prevent any fish-threatening silt buildup on the bed or bottom of any body of  water. 6. Ensure continuous stream flow downstream of the Work area. 7. Dispose of any project debris by removal, burning, or placement above high-water flows. 8. Immediately notify the Engineer and stop all work causing impacts, if at any time, as a result of project activities, fish are observed in distress or a fish kill occurs. If the Work in (1) through (3) above differs little from what the Contract requires, the Contracting Agency will measure and pay for it at unit Contract prices. But if Contract items do not cover those areas, the Contracting Agency will pay pursuant to Section 1-09.4. Work in (4) through (8) above shall be incidental to Contract pay items.

1-07.5(3) State Department of Ecology

This section is revised to read: In doing the Work, the Contractor shall: 1. Comply with Washington State Water Quality Standards. 2. Perform Work in such a manner that all materials and substances not specifically identified in the Contract documents to be placed in the water do not enter waters of the State, including wetlands. These include, but are not limited to, petroleum products, hydraulic fluid, fresh concrete, concrete wastewater, process wastewater, slurry materials and waste from shaft drilling, sediments, sediment-laden water, chemicals, paint, solvents, or other toxic or deleterious materials. 3. Use equipment that is free of external petroleum-based products.

Page 37: LIFT STATION NO. 21 REHABILITATION Specifications.pdfA25 1 LS 723-510 Bypass Pumping LUMP SUM A26 1 LS 801-680 Erosion/Water Pollution Control LUMP SUM A27 1 LS 805-510 Lawn and Landscape

D-7

4. Remove accumulations of soil and debris from drive mechanisms (wheels, tracks, tires) and undercarriage of equipment prior to using equipment below the ordinary high water line. 5. Clean loose dirt and debris from all materials placed below the ordinary high water line. No materials shall be placed below the ordinary high water line without the Engineer’s concurrence. 6. When a violation of the Construction Stormwater General Permit (CSWGP) occurs, immediately notify the Engineer and fill out WSDOT Form 422-011, Contractor ECAP Report, and submit the form to the Engineer within 48 hours of the violation. 7. Once Physical Completion has been given, prepare a Notice of Termination (Ecology Form ECY 020-87) and submit the Notice of Termination electronically to the Engineer in a PDF format a minimum of 7 calendar days prior to submitting the Notice of Termination to Ecology. 8. Transfer the CSWGP coverage to the Contracting Agency when Physical Completion has been given and the Engineer has determined that the project site is not stabilized from erosion. 9. Submit copies of all correspondence with Ecology electronically to the Engineer in a PDF format within four calendar days.

1-07.5(4) Air Quality

This section is revised to read: The Contractor shall comply with all regional clean air authority and/or State Department of Ecology rules and regulations. The air quality permit process may include additional State Environment Policy Act (SEPA) requirements. Contractors shall contact the appropriate regional air pollution control authority well in advance of beginning Work. When the Work includes demolition or renovation of any existing facility or structure that contains Asbestos Containing Material (ACM) and/or Presumed Asbestos-Containing Material (PACM), the Contractor shall comply with the National Emission Standards for Hazardous Air Pollutants (NESHAP). Any requirements included in Federal and State regulations regarding air quality that applies to the “owner or operator” shall be the responsibility of the Contractor.

1-07.7(1) General

The first sentence of the third paragraph is revised to read: When the Contractor moves equipment or materials on or over Structures, culverts or pipes, the Contractor may operate equipment with only the load-limit restrictions in Section 1-07.7(2). The first sentence of the last paragraph is revised to read: Unit prices shall cover all costs for operating over Structures, culverts and pipes.

1-07.9(1) General

The last sentence of the sixth paragraph is revised to read: Generally, the Contractor initiates the request by preparing standard form 1444 Request for Authorization of Additional Classification and Rate, available at

Page 38: LIFT STATION NO. 21 REHABILITATION Specifications.pdfA25 1 LS 723-510 Bypass Pumping LUMP SUM A26 1 LS 801-680 Erosion/Water Pollution Control LUMP SUM A27 1 LS 805-510 Lawn and Landscape

D-8

https://www.dol.gov/whd/recovery/dbsurvey/conformance.htm, and submitting it to the Engineer for further action.

1-07.9(2) Posting Notices

The second sentence of the first paragraph (up until the colon) is revised to read: The Contractor shall ensure the most current edition of the following are posted: In items 1 through 10, the revision dates are deleted.

1-07.11(2) Contractual Requirements

In this section, “creed” is revised to read “religion”. Item numbers 1 through 9 are revised to read 2 through 10, respectively. After the preceding Amendment is applied, the following new item number 1 is inserted: 1. The Contractor shall maintain a Work site that is free of harassment, humiliation, fear, hostility and intimidation at all times. Behaviors that violate this requirement include but are not limited to: a. Persistent conduct that is offensive and unwelcome. b. Conduct that is considered to be hazing. c. Jokes about race, gender, or sexuality that are offensive. d. Unwelcome, unwanted, rude or offensive conduct or advances of a sexual nature which interferes with a person’s ability to perform their job or creates an intimidating, hostile, or offensive work environment. e. Language or conduct that is offensive, threatening, intimidating or hostile based on race, gender, or sexual orientation. f. Repeating rumors about individuals in the Work Site that are considered to be harassing or harmful to the individual’s reputation.

1-07.11(5) Sanctions

This section is supplemented with the following: Immediately upon the Engineer’s request, the Contractor shall remove from the Work site any employee engaging in behaviors that promote harassment, humiliation, fear or intimidation including but not limited to those described in these specifications.

1-07.11(6) Incorporation of Provisions

The first sentence is revised to read: The Contractor shall include the provisions of Section 1-07.11(2) Contractual Requirements (1) through (5) and the Section 1-07.11(5) Sanctions in every subcontract including procurement of materials and leases of equipment.

1-07.15(1) Spill Prevention, Control, and Countermeasures Plan

The last sentence of the first paragraph is revised to read:

Page 39: LIFT STATION NO. 21 REHABILITATION Specifications.pdfA25 1 LS 723-510 Bypass Pumping LUMP SUM A26 1 LS 801-680 Erosion/Water Pollution Control LUMP SUM A27 1 LS 805-510 Lawn and Landscape

D-9

An SPCC Plan template and guidance information is available at http://www.wsdot.wa.gov/environment/technical/disciplines/hazardous-materials/spill-prevent-report.

1-07.18 Public Liability and Property Damage Insurance

Item number 1 is supplemented with the following new sentence: This policy shall be kept in force from the execution date of the Contract until the Physical Completion Date.

1-08 PROSECUTION AND PROGRESS (January 7, 2019 WSDOT 1-08.AP1)

1-08.1 Subcontracting

The first sentence of the seventh paragraph is revised to read: All Work that is not performed by the Contractor will be considered as subcontracting except: (1) purchase of sand, gravel, crushed stone, crushed slag, batched concrete aggregates, ready-mix concrete, off-site fabricated structural steel, other off-site fabricated items, and any other materials supplied by established and recognized commercial plants; or (2) delivery of these materials to the Work site in vehicles owned or operated by such plants or by recognized independent or commercial hauling companies hired by those commercial plants. The following new paragraph is inserted after the seventh paragraph: The Contractor shall not use businesses (material suppliers, vendors, subcontractors, etc.) with federal purchasing exclusions. Businesses with exclusions are identified using the System for Award Management web page at www.SAM.gov.

1-08.5 Time for Completion

Item number 2 of the sixth paragraph is supplemented with the following: f. A copy of the Notice of Termination sent to the Washington State Department of Ecology (Ecology); the elapse of 30 calendar days from the date of receipt of the Notice of Termination by Ecology; and no rejection of the Notice of Termination by Ecology. This requirement will not apply if the Construction Stormwater General Permit is transferred back to the Contracting Agency in accordance with Section 8-01.3(16).

1-08.7 Maintenance During Suspension

The fifth paragraph is revised to read: The Contractor shall protect and maintain all other Work in areas not used by traffic. All costs associated with protecting and maintaining such Work shall be the responsibility of the Contractor.

1-09 MEASUREMENT AND PAYMENT (August 6, 2018 WSDOT 1-09.AP1)

1-09.2(1) General Requirements for Weighing Equipment

The last paragraph is supplemented with the following:

Page 40: LIFT STATION NO. 21 REHABILITATION Specifications.pdfA25 1 LS 723-510 Bypass Pumping LUMP SUM A26 1 LS 801-680 Erosion/Water Pollution Control LUMP SUM A27 1 LS 805-510 Lawn and Landscape

D-10

When requested by the Engineer, the Contractor’s representative shall collect the tickets throughout the day and provide them to the Engineer’s designated receiver, not later than the end of shift, for reconciliation. Tickets for loads not verified as delivered will receive no pay.

1-09.2(2) Specific Requirements for Batching Scales

The last sentence of the first paragraph is revised to read: Batching scales used for concrete or hot mix asphalt shall not be used for batching other materials.

1-09.10 Payment for Surplus Processed Materials

The following sentence is inserted after the first sentence of the second paragraph: For Hot Mix Asphalt, the Plan quantity and quantity used will be adjusted for the quantity of Asphalt and quantity of RAP or other materials incorporated into the mix..

2-02 REMOVAL OF STRUCTURES AND OBSTRUCTIONS (April 2, 2018 WSDOT 2-02.AP2)

2-02.3(3) Removal of Pavement, Sidewalks, Curbs, and Gutters

In item number 3 of the first paragraph, the second sentence is revised to read: For concrete pavement removal, a second vertical full depth relief saw cut offset 12 to 18 inches from and parallel to the initial saw cut is also required, unless the Engineer allows otherwise.

2-09 STRUCTURE EXCAVATION (April 2, 2018 WSDOT 2-09.AP2)

2-09.2 Materials

In the first paragraph, the references to “Portland Cement” and “Aggregates for Portland Cement Concrete” are revised to read: Cement 9-01 Fine Aggregate for Concrete 9-03.1(2)

2-09.3(3)D Shoring and Cofferdams

The first sentence of the sixth paragraph is revised to read: Structural shoring and cofferdams shall be designed for conditions stated in this Section using methods shown in Division I Section 5 of the AASHTO Standard Specifications for Highway Bridges Seventeenth Edition – 2002 for allowable stress design, or the AASHTO LRFD Bridge Design Specifications for load and resistance factor design.

8-01 EROSION CONTROL AND WATER POLLUTION CONTROL (April 2, 2018 WSDOT 8-01.AP8)

8-01.1 Description

This section is revised to read:

Page 41: LIFT STATION NO. 21 REHABILITATION Specifications.pdfA25 1 LS 723-510 Bypass Pumping LUMP SUM A26 1 LS 801-680 Erosion/Water Pollution Control LUMP SUM A27 1 LS 805-510 Lawn and Landscape

D-11

This Work consists of furnishing, installing, maintaining, removing and disposing of best management practices (BMPs), as defined in the Washington Administrative Code (WAC) 173-201A, to manage erosion and water quality in accordance with these Specifications and as shown in the Plans or as designated by the Engineer. The Contracting Agency may have a National Pollution Discharge Elimination System Construction Stormwater General Permit (CSWGP) as identified in the Contract Special Provisions. The Contracting Agency may or may not transfer coverage of the CSWGP to the Contractor when a CSWGP has been obtained. The Contracting Agency may not have a CSWGP for the project but may have another water quality related permit as identified in the Contract Special Provisions or the Contracting Agency may not have water quality related permits but the project is subject to applicable laws for the Work. Section 8-01 covers all of these conditions.

8-01.2 Materials

The first paragraph is revised to read: Materials shall meet the requirements of the following sections: Corrugated Polyethylene Drain Pipe 9-05.1(6) Quarry Spalls 9-13 Erosion Control and Roadside Planting 9-14 Construction Geotextile 9-33

8-01.3(1) General

This section is revised to read: Adaptive management shall be employed throughout the duration of the project for the implementation of erosion and water pollution control permit requirements for the current condition of the project site. The adaptive management includes the selection and utilization of BMPs, scheduling of activities, prohibiting unacceptable practices, implementing maintenance procedures, and other managerial practices that when used singularly or in combination, prevent or reduce the release of pollutants to waters of the State. The adaptive management shall use the means and methods identified in this section and means and methods identified in the Washington State Department of Transportation’s Temporary Erosion and Sediment Control Manual or the Washington State Department of Ecology’s Stormwater Management Manuals for construction stormwater. The Contractor shall install a high visibility fence along the site preservation lines shown in the Plans or as instructed by the Engineer. Throughout the life of the project, the Contractor shall preserve and protect the delineated preservation area, acting immediately to repair or restore any fencing damaged or removed. All discharges to surface waters shall comply with surface water quality standards as defined in Washington Administrative Code (WAC) Chapter 173-201A. All discharges to the ground shall comply with groundwater quality standards WAC Chapter 173-200. The Contractor shall comply with the CSWGP when the project is covered by the CSWGP. Temporary Work, at a minimum, shall include the implementation of: 1. Sediment control measures prior to ground disturbing activities to ensure all discharges from construction areas receive treatment prior to discharging from the site.

Page 42: LIFT STATION NO. 21 REHABILITATION Specifications.pdfA25 1 LS 723-510 Bypass Pumping LUMP SUM A26 1 LS 801-680 Erosion/Water Pollution Control LUMP SUM A27 1 LS 805-510 Lawn and Landscape

D-12

2. Flow control measures to prevent erosive flows from developing. 3. Water management strategies and pollution prevention measures to prevent contamination of waters that will be discharged to surface waters or the ground. 4. Erosion control measures to stabilize erodible earth not being worked. 5. Maintenance of BMPs to ensure continued compliant performance. 6. Immediate corrective action if evidence suggests construction activity is not in compliance. Evidence includes sampling data, olfactory or visual evidence such as the presence of suspended sediment, turbidity, discoloration, or oil sheen in discharges. To the degree possible, the Contractor shall coordinate this temporary Work with permanent drainage and erosion control Work the Contract requires. Clearing, grubbing, excavation, borrow, or fill within the Right of Way shall never expose more erodible earth than as listed below:

Western Washington (West of the Cascade Mountain Crest)

Eastern Washington (East of the Cascade Mountain Crest)

May 1 through September 30

17 Acres April 1 through

October 31 17 Acres

October 1 through April 30

5 Acres November 1

through March 31

5 Acres

The Engineer may increase or decrease the limits based on project conditions. Erodible earth is defined as any surface where soils, grindings, or other materials may be capable of being displaced and transported by rain, wind, or surface water runoff. Erodible earth not being worked, whether at final grade or not, shall be covered within the specified time period (see the table below), using BMPs for erosion control.

Western Washington (West of the Cascade Mountain Crest)

Eastern Washington (East of the Cascade Mountain Crest)

October 1 through April 30

2 days maximum

October 1 through June 30

5 days maximum

May 1 to September 30

7 days maximum

November 1 through March 31

10 days maximum

When applicable, the Contractor shall be responsible for all Work required for compliance with the CSWGP including annual permit fees. If the Engineer, under Section 1-08.6, orders the Work suspended, the Contractor shall continue to comply with this division during the suspension.

Page 43: LIFT STATION NO. 21 REHABILITATION Specifications.pdfA25 1 LS 723-510 Bypass Pumping LUMP SUM A26 1 LS 801-680 Erosion/Water Pollution Control LUMP SUM A27 1 LS 805-510 Lawn and Landscape

D-13

Nothing in this Section shall relieve the Contractor from complying with other Contract requirements.

8-01.3(1)A Submittals

This section’s content is deleted. This section is supplemented with the following new subsection:

8-01.3(1)A1 Temporary Erosion and Sediment Control

A Temporary Erosion and Sediment Control (TESC) plan consists of a narrative section and plan sheets that meets the Washington State Department of Ecology’s Stormwater Pollution Prevention Plan (SWPPP) requirement in the CSWGP. Abbreviated TESC plans are not required to include plan sheets and are used on small projects that disturb soil and have the potential to discharge but are not covered by the CSWGP. The contract uses the term “TESC plan” to describe both TESC plans and abbreviated TESC plans. When the Contracting Agency has developed a TESC plan for a Contract, the narrative is included in the appendix to the Special Provisions and the TESC plan sheets, when required, are included in the Contract Plans. The Contracting Agency TESC plan will not include off-site areas used to directly support construction activity. The Contractor shall either adopt the TESC Plan in the Contract or develop a new TESC Plan. If the Contractor adopts the Contracting Agency TESC Plan, the Contractor shall modify the TESC Plan to meet the Contractor’s schedule, method of construction, and to include off-site areas that will be used to directly support construction activity such as equipment staging yards, material storage areas, or borrow areas. Contractor TESC Plans shall include all high visibility fence delineation shown on the Contracting Agency Contract Plans. All TESC Plans shall meet the requirements of the current edition of the WSDOT Temporary Erosion and Sediment Control Manual M 3109 and be adaptively managed as needed throughout construction based on site inspections and discharge samples to maintain compliance with the CSWGP. The Contractor shall develop a schedule for implementation of the TESC work and incorporate it into the Contractor’s progress schedule. The Contractor shall submit their TESC Plan (either the adopted plan or new plan) and implementation schedule as Type 2 Working Drawings. At the request of the Engineer, updated TESC Plans shall be submitted as Type 1 Working Drawings.

8-01.3(1)B Erosion and Sediment Control (ESC) Lead

This section is revised to read: The Contractor shall identify the ESC Lead at the preconstruction discussions and in the TESC Plan. The ESC Lead shall have, for the life of the Contract, a current Certificate of Training in Construction Site Erosion and Sediment Control from a course approved by the Washington State Department of Ecology. The ESC Lead must be onsite or on call at all times throughout construction. The ESC Lead shall be listed on the Emergency Contact List required under Section 1-05.13(1). The ESC Lead shall implement the TESC Plan. Implementation shall include, but is not limited to: 1. Installing, adaptively managing, and maintaining temporary erosion and sediment control BMPs to assure continued performance of their intended function. Damaged or inadequate BMPs shall be corrected immediately.

Page 44: LIFT STATION NO. 21 REHABILITATION Specifications.pdfA25 1 LS 723-510 Bypass Pumping LUMP SUM A26 1 LS 801-680 Erosion/Water Pollution Control LUMP SUM A27 1 LS 805-510 Lawn and Landscape

D-14

2. Updating the TESC Plan to reflect current field conditions. 3. Discharge sampling and submitting Discharge Monitoring Reports (DMRs) to the Washington State Department of Ecology in accordance with the CSWGP. 4. Develop and maintain the Site Log Book as defined in the CSWGP. When the Site Log Book or portion thereof is electronically developed, the electronic documentation must be accessible onsite. As a part of the Site Log Book, the Contractor shall develop and maintain a tracking table to show that identified TESC compliance issues are fully resolved within 10 calendar days. The table shall include the date an issue was identified, a description of how it was resolved, and the date the issue was fully resolved. The ESC Lead shall also inspect all areas disturbed by construction activities, all on-site erosion and sediment control BMPs, and all stormwater discharge points at least once every calendar week and within 24-hours of runoff events in which stormwater discharges from the site. Inspections of temporarily stabilized, inactive sites may be reduced to once every calendar month. The Washington State Department of Ecology’s Erosion and Sediment Control Site Inspection Form, located at https://ecology.wa.gov/Regulations-Permits/Permits-certifications/Stormwater-general-permits/Construction-stormwater-permit, shall be completed for each inspection and a copy shall be submitted to the Engineer no later than the end of the next working day following the inspection.

8-01.3(1)C Water Management

This section is supplemented with the following new subsections:

8-01.3(1)C5 Water Management for In-Water Work Below Ordinary High Water Mark (OHWM)

Work over surface waters of the state (defined in WAC 173-201A-010) or below the OHWM (defined in RCW 90.58.030) must comply with water quality standards for surface waters of the state of Washington.

8-01.3(1)C6 Environmentally Acceptable Hydraulic Fluid

All equipment containing hydraulic fluid that extends from a bridge deck over surface waters of the state or below the OHWM, shall be equipped with an environmentally acceptable hydraulic fluid. The fluid shall meet specific requirements for biodegradability, aquatic toxicity, and bioaccumulation in accordance with the United States Environmental Protection Agency (EPA) publication EPA800-R-11-002. Acceptance shall be in accordance with Section 1-06.3, Manufacturer’s Certification of Compliance. The designation of environmentally acceptable hydraulic fluid does not mean fluid spills are acceptable. The Contractor shall respond to spills to land or water in accordance with the Contract.

8-01.3(1)C7 Turbidity Curtain

All Work for the turbidity curtain shall be in accordance with the manufacturer’s recommendations for the site conditions. Removal procedures shall be developed and used to minimize silt release and disturbance of silt. The Contractor shall submit a Type 2 Working Drawing, detailing product information, installation and removal procedures, equipment and workforce needs, maintenance plans, and emergency repair/replacement plans. Turbidity curtain materials, installation, and maintenance shall be sufficient to comply with water quality standards.

Page 45: LIFT STATION NO. 21 REHABILITATION Specifications.pdfA25 1 LS 723-510 Bypass Pumping LUMP SUM A26 1 LS 801-680 Erosion/Water Pollution Control LUMP SUM A27 1 LS 805-510 Lawn and Landscape

D-15

The Contractor shall notify the Engineer 10 days in advance of removing the turbidity curtain. All components of the turbidity curtain shall be removed from the project.

8-01.3(1)C1 Disposal of Dewatering Water

This section is revised to read: When uncontaminated groundwater is encountered in an excavation on a project it may be infiltrated within vegetated areas of the right of way not designated as Sensitive Areas or incorporated into an existing stormwater conveyance system at a rate that will not cause erosion or flooding in any receiving surface water. Alternatively, the Contractor may pursue independent disposal and treatment alternatives that do not use the stormwater conveyance system provided it is in compliance with the applicable WACs and permits.

8-01.3(1)C2 Process Wastewater

This section is revised to read: Wastewater generated on-site as a byproduct of a construction process shall not be discharged to surface waters of the State. Some sources of process wastewater may be infiltrated in accordance with the CSWGP with concurrence from the Engineer. Some sources of process wastewater may be disposed via independent disposal and treatment alternatives in compliance with the applicable WACs and permits.

8-01.3(1)C3 Shaft Drilling Slurry Wastewater

This section is revised to read: Wastewater generated on-site during shaft drilling activity shall be managed and disposed of in accordance with the requirements below. No shaft drilling slurry wastewater shall be discharged to surface waters of the State. Neither the sediment nor liquid portions of the shaft drilling slurry wastewater shall be contaminated, as detectable by visible or olfactory indication (e.g., chemical sheen or smell). 1. Water-only shaft drilling slurry or water slurry with accepted flocculants may be infiltrated on-site. Flocculants used shall meet the requirements of Section 9-14.5(1) or shall be chitosan products listed as General Use Level Designation (GULD) on the Washington State Department of Ecology’s stormwater treatment technologies webpage for construction treatment. Infiltration is permitted if the following requirements are met: a. Wastewater shall have a pH of 6.5 – 8.5 prior to discharge. b. The amount of flocculant added to the slurry shall be kept to the minimum needed to adequately settle out solids. The flocculant shall be thoroughly mixed into the slurry. c. The slurry removed from the shaft shall be contained in a leak proof cell or tank for a minimum of 3 hours. d. The infiltration rate shall be reduced if needed to prevent wastewater from leaving the infiltration location. The infiltration site shall be monitored regularly during infiltration activity. All wastewater discharged to the ground shall fully infiltrate and discharges shall stop before the end of each work day.

Page 46: LIFT STATION NO. 21 REHABILITATION Specifications.pdfA25 1 LS 723-510 Bypass Pumping LUMP SUM A26 1 LS 801-680 Erosion/Water Pollution Control LUMP SUM A27 1 LS 805-510 Lawn and Landscape

D-16

e. Drilling spoils and settled sediments remaining in the containment cell or tank shall be disposed of in accordance with Section 6-19.3(4)F. f. Infiltration locations shall be in upland areas at least 150 feet away from surface waters, wells, on-site sewage systems, aquifer sensitive recharge areas, sole source aquifers, well head protection areas, and shall be marked on the plan sheets before the infiltration activity begins. g. Prior to infiltration, the Contractor shall submit a Shaft Drilling Slurry Wastewater Management and Infiltration Plan as a Type 2 Working Drawing. This Plan shall be kept on-site, adapted if needed to meet the construction requirements, and updated to reflect what is being done in the field. The Working Drawing shall include, at a minimum, the following information: i. Plan sheet showing the proposed infiltration location and all surface waters, wells, on-site sewage systems, aquifer-sensitive recharge areas, sole source aquifers, and well-head protection areas within 150 feet. ii. The proposed elevation of soil surface receiving the wastewater for infiltration and the anticipated phreatic surface (i.e., saturated soil). iii. The source of the water used to produce the slurry. iv. The estimated total volume of wastewater to be infiltrated. v. The accepted flocculant to be used (if any). vi. The controls or methods used to prevent surface wastewater runoff from leaving the infiltration location. vii. The strategy for removing slurry wastewater from the shaft and containing the slurry wastewater once it has been removed from the shaft. viii. The strategy for monitoring infiltration activity and adapting methods to ensure compliance. ix. A contingency plan that can be implemented immediately if it becomes evident that the controls in place or methods being used are not adequate. x. The strategy for cleaning up the infiltration location after the infiltration activity is done. Cleanup shall include stabilizing any loose sediment on the surface within the infiltration area generated as a byproduct of suspended solids in the infiltrated wastewater or soil disturbance associated with BMP placement and removal. 2. Shaft drilling mineral slurry, synthetic slurry, or slurry with polymer additives not allowed for infiltration shall be contained and disposed of by the Contractor at an accepted disposal facility in accordance with Section 2-03.3(7)C. Spoils that have come into contact with mineral slurry shall be disposed of in accordance with Section 6-19.3(4)F.

8-01.3(1)C4 Management of Off-Site Water

This section is revised to read: Prior to clearing and grubbing, the Contractor shall intercept all sources of off-site surface water and overland flow that will run-on to the project. Off-site surface water run-on shall be diverted through or around the project in a way that does not introduce construction related pollution. It shall be diverted to its preconstruction discharge location in a manner that does not increase

Page 47: LIFT STATION NO. 21 REHABILITATION Specifications.pdfA25 1 LS 723-510 Bypass Pumping LUMP SUM A26 1 LS 801-680 Erosion/Water Pollution Control LUMP SUM A27 1 LS 805-510 Lawn and Landscape

D-17

preconstruction flow rate and velocity and protects contiguous properties and waterways from erosion. The Contractor shall submit a Type 2 Working Drawing consisting of the method for performing this Work.

8-01.3(1)E Detention/Retention Pond Construction

This section is revised to read: Whether permanent or temporary, ponds shall be constructed before beginning other grading and excavation Work in the area that drains into that pond. Detention/retention ponds may be constructed concurrently with grading and excavation when allowed by the Engineer. Temporary conveyances shall be installed concurrently with grading in accordance with the TESC Plan so that newly graded areas drain to the pond as they are exposed.

8-01.3(2)F Dates for Application of Final Seed, Fertilizer, and Mulch

In the table, the second column heading is revised to read: Eastern Washington1 (East of the Cascade Mountain Crest) Footnote 1 in the table is revised to read: Seeding may be allowed outside these dates when allowed or directed by the Engineer.

8-01.3(5) Plastic Covering

The first sentence of the first paragraph is revised to read: Erosion Control – Plastic coverings used to temporarily cover stockpiled materials, slopes or bare soils shall be installed and maintained in a way that prevents water from intruding under the plastic and prevents the plastic cover from being damaged by wind.

8-01.3(7) Stabilized Construction Entrance

The first paragraph is revised to read: Temporary stabilized construction entrance shall be constructed in accordance with the Standard Plans, prior to construction vehicles entering the roadway from locations that generate sediment track out on the roadway. Material used for stabilized construction entrance shall be free of extraneous materials that may cause or contribute to track out.

8-01.3(8) Street Cleaning

This section is revised to read: Self-propelled pickup street sweepers shall be used to remove and collect dirt and other debris from the Roadway. The street sweeper shall effectively collect these materials and prevent them from being washed or blown off the Roadway or into waters of the State. Street sweepers shall not generate fugitive dust and shall be designed and operated in compliance with applicable air quality standards. Material collected by the street sweeper shall be disposed of in accordance with Section 2-03.3(7)C. When allowed by the Engineer, power broom sweepers may be used in non-environmentally sensitive areas. The broom sweeper shall sweep dirt and other debris from the roadway into the work area. The swept material shall be prevented from entering or washing into waters of the State.

Page 48: LIFT STATION NO. 21 REHABILITATION Specifications.pdfA25 1 LS 723-510 Bypass Pumping LUMP SUM A26 1 LS 801-680 Erosion/Water Pollution Control LUMP SUM A27 1 LS 805-510 Lawn and Landscape

D-18

Street washing with water will require the concurrence of the Engineer.

8-01.3(12) Compost Socks

The first two sentences of the first paragraph are revised to read: Compost socks are used to disperse flow and sediment. Compost socks shall be installed as soon as construction will allow but before flow conditions create erosive flows or discharges from the site. Compost socks shall be installed prior to any mulching or compost placement.

8-01.3(13) Temporary Curb

The second to last sentence of the second paragraph is revised to read: Temporary curbs shall be a minimum of 4 inches in height.

8-01.3(14) Temporary Pipe Slope Drain

The third and fourth paragraphs are revised to read: The pipe fittings shall be water tight and the pipe secured to the slope with metal posts, wood stakes, sand bags, or as allowed by the Engineer. The water shall be discharged to a stabilized conveyance, sediment trap, stormwater pond, rock splash pad, or vegetated strip, in a manner to prevent erosion and maintain water quality compliance. The last paragraph is deleted.

8-01.3(15) Maintenance

This section is revised to read: Erosion and sediment control BMPs shall be maintained or adaptively managed as required by the CSWGP until the Engineer determines they are no longer needed. When deficiencies in functional performance are identified, the deficiencies shall be rectified immediately. The BMPs shall be inspected on the schedule outlined in Section 8-01.3(1)B for damage and sediment deposits. Damage to or undercutting of BMPs shall be repaired immediately. In areas where the Contractor’s activities have compromised the erosion control functions of the existing grasses, the Contractor shall overseed at no additional cost to the Contracting Agency. The quarry spalls of construction entrances shall be refreshed, replaced, or screened to maintain voids between the spalls for collecting mud and dirt. Unless otherwise specified, when the depth of accumulated sediment and debris reaches approximately ⅓ the height of the BMP the deposits shall be removed. Debris or contaminated sediment shall be disposed of in accordance with Section 2-03.3(7)C. Clean sediments may be stabilized on-site using BMPs as allowed by the Engineer.

8-01.3(16) Removal

This section is revised to read: The Contractor shall remove all temporary BMPs, all associated hardware and associated accumulated sediment deposition from the project limits prior to Physical Completion unless

Page 49: LIFT STATION NO. 21 REHABILITATION Specifications.pdfA25 1 LS 723-510 Bypass Pumping LUMP SUM A26 1 LS 801-680 Erosion/Water Pollution Control LUMP SUM A27 1 LS 805-510 Lawn and Landscape

D-19

otherwise allowed by the Engineer. When the temporary BMP materials are made of natural plant fibers unaltered by synthetic materials the Engineer may allow leaving the BMP in place. The Contractor shall remove BMPs and associated hardware in a way that minimizes soil disturbance. The Contractor shall permanently stabilize all bare and disturbed soil after removal of BMPs. If the installation and use of the erosion control BMPs have compacted or otherwise rendered the soil inhospitable to plant growth, such as construction entrances, the Contractor shall take measures to rehabilitate the soil to facilitate plant growth. This may include, but is not limited to, ripping the soil, incorporating soil amendments, or seeding with the specified seed. At the request of the Contractor and at the sole discretion of the Engineer the CSWGP may be transferred back to the Contracting Agency. Approval of the Transfer of Coverage request will require the following: 1. All other Work required for Contract Completion has been completed. 2. All Work required for compliance with the CSWGP has been completed to the maximum extent possible. This includes removal of BMPs that are no longer needed and the site has undergone all Stabilization identified for meeting the requirements of Final Stabilization in the CSWGP. 3. An Equitable Adjustment change order for the cost of Work that has not been completed by the Contractor. 4. Submittal of the Washington State Department of Ecology Transfer of Coverage form (Ecology form ECY 020-87a) to the Engineer. If the Engineer approves the transfer of coverage back to the Contracting Agency, the requirement in Section 1-07.5(3) for the Contractor’s submittal of the Notice of Termination form to the Washington State Department of Ecology will not apply.

8-01.4 Measurement

This section’s content is deleted and replaced with the following new subsections:

8-01.4(1) Lump Sum Bid for Project (No Unit Items)

When the Bid Proposal contains the item “Erosion Control and Water Pollution Prevention” there will be no measurement of unit or force account items for Work defined in Section 8-01 except as described in Sections 8-01.4(3) and 8-01.4(4). Also, except as described in Section 8-01.4(3), all of Sections 8-01.4(2) and 8-01.5(2) are deleted.

8-01.4(2) Item Bids

When the Proposal does not contain the items “Erosion Control and Water Pollution Prevention”, Section 8-01.4(1) and 8-01.5(1) are deleted and the Bid Proposal will contain some or all of the following items measured as noted. ESC lead will be measured per day for each day that an inspection is made and a report is filed. Biodegradable erosion control blanket and plastic covering will be measured by the square yard along the ground slope line of surface area covered and accepted. Turbidity curtains will be measured by the linear foot along the ground line of the installed curtain.

Page 50: LIFT STATION NO. 21 REHABILITATION Specifications.pdfA25 1 LS 723-510 Bypass Pumping LUMP SUM A26 1 LS 801-680 Erosion/Water Pollution Control LUMP SUM A27 1 LS 805-510 Lawn and Landscape

D-20

Check dams will be measured per linear foot one time only along the ground line of the completed check dam. No additional measurement will be made for check dams that are required to be rehabilitated or replaced due to wear. Stabilized construction entrances will be measured by the square yard by ground slope measurement for each entrance constructed. Tire wash facilities will be measured per each for each tire wash installed. Street cleaning will be measured by the hour for the actual time spent cleaning pavement, refilling with water, dumping and transport to and from cleaning locations within the project limits, as authorized by the Engineer. Time to mobilize the equipment to or from the project limits on which street cleaning is required will not be measured. Inlet protections will be measured per each for each initial installation at a drainage structure. Silt fence, gravel filter, compost berms, and wood chip berms will be measured by the linear foot along the ground line of the completed barrier. Wattles and compost socks will be measured by the linear foot. Temporary curbs will be measured by the linear foot along the ground line of the completed installation. Temporary pipe slope drains will be measured by the linear foot along the flow line of the pipe. Coir logs will be measured by the linear foot along the ground line of the completed installation. Outlet protections will be measured per each initial installation at an outlet location. Tackifiers will be measure by the acre by ground slope measurement.

8-01.4(3) Reinstating Unit Items with Lump Sum Erosion Control and Water Pollution Prevention

The Contract Provisions may establish the project as lump sum, in accordance with Section 8-01.4(1) and also include one or more of the items included above in Section 8-01.4(2). When that occurs, the corresponding measurement provision in Section 8-01.4(2) is not deleted and the Work under that item will be measured as specified.

8-01.4(4) Items not included with Lump Sum Erosion Control and Water Pollution Prevention

Compost blanket will be measured by the square yard by ground slope surface area covered and accepted. Mulching will be measured by the acre by ground slope surface area covered and accepted. Seeding, fertilizing, liming, mulching, and mowing, will be measured by the acre by ground slope measurement. Seeding and fertilizing by hand will be measured by the square yard by ground slope measurement. No adjustment in area size will be made for the vegetation free zone around each plant.

Page 51: LIFT STATION NO. 21 REHABILITATION Specifications.pdfA25 1 LS 723-510 Bypass Pumping LUMP SUM A26 1 LS 801-680 Erosion/Water Pollution Control LUMP SUM A27 1 LS 805-510 Lawn and Landscape

D-21

Fencing will be measured by the linear foot along the ground line of the completed fence.

8-01.5 Payment

This section’s content is deleted and replaced with the following new subsections:

8-01.5(1) Lump Sum Bid for Project (No Unit Items)

Payment will be made for the following Bid item when it is included in the Proposal: “Erosion Control and Water Pollution Prevention”, lump sum. The lump sum Contract price for “Erosion Control and Water Pollution Prevention” shall be full pay to perform the Work as described in Section 8-01 except for costs compensated by Bid Proposal items inserted through Contract Provisions as described in Section 8-01.4(2). Progress payments for the lump sum item “Erosion Control and Water Pollution Prevention” will be made as follows: 1. The Contracting Agency will pay 15 percent of the bid amount for the initial set up for the item. Initial set up includes the following: a. Acceptance of the TESC Plan provided by the Contracting Agency or submittal of a new TESC Plan, b. Submittal of a schedule for the installation of the BMPs, and c. Identifying water quality sampling locations. 2. 70 percent of the bid amount will be paid in accordance with Section 1-09.9. 3. Once the project is physically complete and copies of the all reports submitted to the Washington State Department of Ecology have been submitted to the Engineer, and, if applicable, transference of the CSWGP back to the Contracting Agency is complete, the remaining 15 percent of the bid amount shall be paid in accordance with Section 1-09.9.

8-01.5(2) Item Bids

“ESC Lead”, per day. “Turbidity Curtain”, per linear foot. “Biodegradable Erosion Control Blanket”, per square yard. “Plastic Covering”, per square yard. “Check Dam”, per linear foot. “Inlet Protection”, per each. “Gravel Filter Berm”, per linear foot. “Stabilized Construction Entrance”, per square yard. “Street Cleaning”, per hour. “Silt Fence”, per linear foot.

Page 52: LIFT STATION NO. 21 REHABILITATION Specifications.pdfA25 1 LS 723-510 Bypass Pumping LUMP SUM A26 1 LS 801-680 Erosion/Water Pollution Control LUMP SUM A27 1 LS 805-510 Lawn and Landscape

D-22

“Wood Chip Berm”, per linear foot. “Compost Berm”, per linear foot. “Wattle”, per linear foot. “Compost Sock”, per linear foot. “Coir Log”, per linear foot. “Temporary Curb”, per linear foot. “Temporary Pipe Slope Drain”, per linear foot. “Temporary Seeding”, per acre. “Outlet Protection”, per each. “Tackifier”, per acre. “Erosion/Water Pollution Control”, by force account as provided in Section 1-09.6. Maintenance and removal of erosion and water pollution control devices including removal and disposal of sediment, stabilization and rehabilitation of soil disturbed by these activities, and any additional Work deemed necessary by the Engineer to control erosion and water pollution will be paid by force account in accordance with Section 1-09.6. To provide a common Proposal for all Bidders, the Contracting Agency has entered an amount in the Proposal to become a part of the Contractor’s total Bid.

8-01.5(3) Reinstating Unit Items with Lump Sum Erosion Control and Water Pollution Prevention

The Contract may establish the project as lump sum, in accordance with Section 8-01.4(1) and also reinstate the measurement of one or more of the items described in Section 8-01.4(2), except for Erosion/Water Pollution Control, by force account. When that occurs, the corresponding payment provision in Section 8-01.5(2) is not deleted and the Work under that item will be paid as specified.

8-01.5(4) Items not included with Lump Sum Erosion Control and Water Pollution Prevention

Payment will be made for each of the following Bid items when they are included in the Proposal: “Compost Blanket”, per square yard. “Mulching”, per acre “Mulching with PAM”, per acre “Mulching with Short-Term Mulch”, per acre. “Mulching with Moderate-Term Mulch”, per acre.

Page 53: LIFT STATION NO. 21 REHABILITATION Specifications.pdfA25 1 LS 723-510 Bypass Pumping LUMP SUM A26 1 LS 801-680 Erosion/Water Pollution Control LUMP SUM A27 1 LS 805-510 Lawn and Landscape

D-23

“Mulching with Long-Term Mulch”, per acre. “Seeding, Fertilizing and Mulching”, per acre. “Seeding and Fertilizing”, per acre. “Seeding and Fertilizing by Hand”, per square yard. “Second Application of Fertilizer”, per acre. “Liming”, per acre. “Mowing”, per acre. “Seeding and Mulching”, per acre. “High Visibility Fence”, per linear foot.

8-14 CEMENT CONCRETE SIDEWALKS (April 2, 2018 WSDOT 8-14.AP8)

8-14.2 Materials

In the first paragraph, the reference to “Portland Cement” is revised to read: Cement 9-01 In the second paragraph, each reference to “Federal Standard 595” is revised to read “SAE AMS Standard 595”.

9-03 AGGREGATES (January 7, 2019 WSDOT 9-03.AP9)

9-03.1 Aggregates for Portland Cement Concrete

This section’s title is revised to read: Aggregates for Concrete

9-03.1(1) General Requirements

The first two sentences of the first paragraph are revised to read: Concrete aggregates shall be manufactured from ledge rock, talus, or sand and gravel in accordance with the provisions of Section 3-01. Reclaimed aggregate may be used if it complies with the specifications for concrete. The second paragraph (up until the colon) is revised to read: Aggregates for concrete shall meet the following test requirements: The second sentence of the second to last paragraph is revised to read:

Page 54: LIFT STATION NO. 21 REHABILITATION Specifications.pdfA25 1 LS 723-510 Bypass Pumping LUMP SUM A26 1 LS 801-680 Erosion/Water Pollution Control LUMP SUM A27 1 LS 805-510 Lawn and Landscape

D-24

The Contractor shall submit test results according to ASTM C1567 through the Engineer to the State Materials Laboratory that demonstrate that the proposed fly ash when used with the proposed aggregates and cement will control the potential expansion to 0.20 percent or less before the fly ash and aggregate sources may be used in concrete.

9-03.1(2) Fine Aggregate for Portland Cement Concrete

This section’s title is revised to read: Fine Aggregate for Concrete

9-03.1(4) Coarse Aggregate for Portland Cement Concrete

This section’s title is revised to read: Coarse Aggregate for Concrete

9-03.1(4)C Grading

The first paragraph (up until the colon) is revised to read: Coarse aggregate for concrete when separated by means of laboratory sieves shall conform to one or more of the following gradings as called for elsewhere in these Specifications, Special Provisions, or in the Plans:

9-03.1(5) Combined Aggregate Gradation for Portland Cement Concrete

This section’s title is revised to read: Combined Aggregate Gradation for Concrete

9-03.1(5)B Grading

In the last paragraph, “WSDOT FOP for WAQTC/AASHTO T 27/T 11” is revised to read “FOP for WAQTC/AASHTO T 27/T 11”.

9-03.2 Aggregate for Job-Mixed Portland Cement Mortar

This section’s title is revised to read: Aggregate for Job-Mixed Portland Cement or Blended Hydraulic Cement Mortar The first sentence of the first paragraph is revised to read: Fine aggregate for portland cement or blended hydraulic cement mortar shall consist of sand or other inert materials, or combinations thereof, accepted by the Engineer, having hard, strong, durable particles free from adherent coating.

9-03.4(1) General Requirements

The first paragraph (up until the colon) is revised to read: Aggregate for bituminous surface treatment shall be manufactured from ledge rock, talus, or gravel, in accordance with Section 3-01. Aggregates for Bituminous Surface Treatment shall meet the following test requirements:

9-03.8(1) General Requirements

The first paragraph (up until the colon) is revised to read:

Page 55: LIFT STATION NO. 21 REHABILITATION Specifications.pdfA25 1 LS 723-510 Bypass Pumping LUMP SUM A26 1 LS 801-680 Erosion/Water Pollution Control LUMP SUM A27 1 LS 805-510 Lawn and Landscape

D-25

Aggregates for Hot Mix Asphalt shall meet the following test requirements:

9-03.8(2) HMA Test Requirements

The two tables in the second paragraph are replaced with the following three tables:

Mix Criteria HMA Class 3∕8 inch ½ inch ¾ inch 1 inch Min. Max. Min. Max. Min. Max. Min. Max.

Voids in Mineral Aggregate (VMA), %

15.0 14.0 13.0 12.0

Voids Filled With Asphalt (VFA), % ESAL’s (millions) VFA < 0.3 70 80 70 80 70 80 67 80 0.3 to < 3 65 78 65 78 65 78 65 78 ≥ 3 73 76 65 75 65 75 65 75 Dust/Asphalt Ratio 0.6 1.6 0.6 1.6 0.6 1.6 0.6 1.6

Test Method ESAL’s (millions) Number of Passes Hamburg Wheel-Track Testing, FOP for AASHTO T 324 Minimum Number of Passes with no Stripping Inflection Point and Maximum Rut Depth of 10mm

< 0.3 10,000

0.3 to < 3 12,500

≥ 3 15,000

Indirect Tensile (IDT) Strength (psi) of Bituminous Materials FOP for ASTM D6931

175 Maximum

ESAL’s

(millions) N initial N design N maximum

% Gmm < 0.3 ≤ 91.5 96.0 ≤ 98.0 0.3 to < 3 ≤ 90.5 96.0 ≤ 98.0 ≥ 3 ≤ 89.0 96.0 ≤ 98.0

Gyratory Compaction (number of gyrations)

< 0.3 6 50 75 0.3 to < 3 7 75 115 > 3 8 100 160

9-03.8(7) HMA Tolerances and Adjustments

In the table in item number 1, the fifth row is revised to read: Asphalt binder -0.4% to 0.5% 0.7%

In the table in item number 1, the following new row is inserted before the last row: Voids in Mineral Aggregate, VMA

-1.5%

9-03.9(1) Ballast

The second paragraph (up until the colon) is revised to read:

Page 56: LIFT STATION NO. 21 REHABILITATION Specifications.pdfA25 1 LS 723-510 Bypass Pumping LUMP SUM A26 1 LS 801-680 Erosion/Water Pollution Control LUMP SUM A27 1 LS 805-510 Lawn and Landscape

D-26

Aggregates for ballast shall meet the following test requirements:

9-03.14(4) Gravel Borrow for Structural Earth Wall

The second sentence of the first paragraph is revised to read: The material shall be substantially free of shale or other soft, poor durability particles, and shall not contain recycled materials, such as glass, shredded tires, concrete rubble, or asphaltic concrete rubble.

9-03.21(1)B Recycled Concrete Aggregate Approval and Acceptance

The first sentence of the second paragraph is revised to read: Recycled concrete aggregate may be used as coarse aggregate or blended with coarse aggregate for Commercial Concrete, Class 3000 concrete, or Cement Concrete Pavement. Item number 4 of the second paragraph is revised to read: 4. For Cement Concrete Pavement mix designs using recycled concrete aggregates, the Contractor shall submit evidence that ASR mitigating measures control expansion in accordance with Section 9-03.1(1). This section is supplemented with the following new subsection:

9-03.21(1)B1 Recycled Concrete Aggregate Approval and Acceptance

Recycled concrete aggregate may be approved through a three tiered system that consists of the following:

Tier 1 Approval Requirements

Approval of the Reclamation Facility is not required.

Acceptance Requirements

Certification of toxicity characteristics in accordance with Section 9-03.21(1). Field acceptance testing in accordance with Section 3-04.

Approved to provide the following Aggregate Materials: 9-03.10 Aggregate for Gravel Base 9-03.12(1)B Gravel Backfill for Foundations Class B 9-03.12(2) Gravel Backfill for Walls 9-03.12(3) Gravel Backfill for Pipe Zone Bedding 9-03.14(1) Gravel Borrow 9-03.14(2) Select Borrow 9-03.14(2) Select Borrow (greater than 3 feet below subgrade and side slope) 9-03.14(3) Common Borrow 9-03.14(3) Common Borrow (greater than 3 feet below subgrade and side slope) 9-03.17 Foundation Material Class A and Class B 9-03.18 Foundation Material Class C 9-03.19 Bank Run Gravel for Trench Backfill

Tier 2 Approval Requirements

The Reclamation Facility shall have a Quality Control Plan (QCP) in accordance with WSDOT QC 9 “Standard Practice for Approval of Reclamation Facilities of WSDOT Recycled Concrete and Returned Concrete”. The Reclamation Facility’s QCP shall be submitted and

Page 57: LIFT STATION NO. 21 REHABILITATION Specifications.pdfA25 1 LS 723-510 Bypass Pumping LUMP SUM A26 1 LS 801-680 Erosion/Water Pollution Control LUMP SUM A27 1 LS 805-510 Lawn and Landscape

D-27

approved by the WSDOT State Materials Laboratory. Once accepted, any changes to the QCP will require a new QCP to be submitted for acceptance. Evaluation of aggregate source properties (LA Wear and Degradation) for the recycled concrete aggregate is not required.

Acceptance Requirements

Certification of toxicity characteristics in accordance with Section 9-03.21(1), required if requested. Field acceptance testing in accordance with Section 3-04 is required. Provide certification in accordance with WSDOT QC 9 for every lot. A lot shall be no larger than 10,000 tons.

Approved to provide the following Aggregate Materials: Tier 1 aggregate materials 9-03.1 Coarse Aggregate for Commercial Concrete or Concrete class 3000 9-03.9(1) Ballast 9-03.9(2) Permeable Ballast 9-03.9(3) Crushed Surfacing 9-03.12(1)A Gravel Backfill for Foundations Class A

Tier 3 Approval Requirements

The Reclamation Facility shall have a Quality Control Plan (QCP) in accordance with WSDOT QC 10 “Standard Practice for Approval of Reclamation Facilities of Recycled Concrete Aggregates from Stockpiles of Unknown Sources”. The Reclamation Facility’s QCP shall be submitted and approved by the WSDOT State Materials Laboratory. Once accepted, any changes to the QCP will require a new QCP to be submitted for acceptance. Evaluation of aggregate source properties (LA Wear and Degradation) for the recycled concrete aggregate is required.

Acceptance Requirements

Certification of toxicity characteristics in accordance with Section 9-03.21(1) is required. Field acceptance testing in accordance with Section 3-04 is required. Provide certification in accordance with WSDOT QC 10 for every lot. A lot shall be no larger than 10,000 tons

Approved to provide the following Aggregate Materials: Tier 1 aggregate materials 9-03.1 Coarse Aggregate for Commercial Concrete or Concrete class 3000 9-03.9(1) Ballast 9-03.9(2) Permeable Ballast 9-03.9(3) Crushed Surfacing 9-03.12(1)A Gravel Backfill for Foundations Class A

For Reclamation Facilities that do not participate in Tier 2 and Tier 3, approval of recycled concrete aggregate will be in accordance with Section 9-03.21(1), and acceptance will be in accordance with Section 3-04.

9-03.21(1)E Table on Maximum Allowable percent (By Weight) of Recycled Material

“Portland Cement” is deleted from the first two rows in the table. The following new row is inserted after the second row:

Coarse Aggregate for Concrete Pavement 9-03.1(4) 0 100 0 0 The first column of the third row is revised to read:

Page 58: LIFT STATION NO. 21 REHABILITATION Specifications.pdfA25 1 LS 723-510 Bypass Pumping LUMP SUM A26 1 LS 801-680 Erosion/Water Pollution Control LUMP SUM A27 1 LS 805-510 Lawn and Landscape

D-28

Coarse Aggregate for Commercial Concrete and Class 3000 Concrete.

Page 59: LIFT STATION NO. 21 REHABILITATION Specifications.pdfA25 1 LS 723-510 Bypass Pumping LUMP SUM A26 1 LS 801-680 Erosion/Water Pollution Control LUMP SUM A27 1 LS 805-510 Lawn and Landscape

D-29

SPECIAL PROVISIONS

INTRODUCTION TO THE SPECIAL PROVISIONS (August 14, 2013 APWA GSP)

The work on this project shall be accomplished in accordance with the Standard Specifications for Road, Bridge and Municipal Construction, 2018 edition, as issued by the Washington State Department of Transportation (WSDOT) and the American Public Works Association (APWA), Washington State Chapter (hereafter “Standard Specifications”). The Standard Specifications, as modified or supplemented by the Amendments to the Standard Specifications and these Special Provisions, all of which are made a part of the Contract Documents, shall govern all of the Work. These Special Provisions are made up of both General Special Provisions (GSPs) from various sources, which may have project-specific fill-ins; and project-specific Special Provisions. Each Provision either supplements, modifies, or replaces the comparable Standard Specification, or is a new Provision. The deletion, amendment, alteration, or addition to any subsection or portion of the Standard Specifications is meant to pertain only to that particular portion of the section, and in no way should it be interpreted that the balance of the section does not apply. The project-specific Special Provisions are not labeled as such. The GSPs are labeled under the headers of each GSP, with the effective date of the GSP and its source. For example: (March 8, 2013 APWA GSP) (April 1, 2013 WSDOT GSP) (May 1, 2013 Lacey GSP) Also incorporated into the Contract Documents by reference are: Manual on Uniform Traffic Control Devices for Streets and Highways, currently adopted edition, with Washington State modifications, if any Standard Plans for Road, Bridge and Municipal Construction, WSDOT/APWA, current edition City of Lacey Development Guidelines and Public Works Standards, current edition Contractor shall obtain copies of these publications, at Contractor’s own expense.

DESCRIPTION OF WORK This contract provides for the rehabilitation improvements of an existing vacuum prime wastewater lift station to a submersible wastewater lift station, new valve vault with bypass pumping, new control cabinet with awning, installing a City-provided standby generator, gate, and other work. Work includes approximately 130 linear feet of 4-inch and 6-inch diameter sewer force main, 20-linear feet of 8-inch diameter gravity sewer, 50 linear feet of 2-inch diameter water main, manholes, wet well coatings, manhole coatings, valves, connections to the existing water and sewer system, construction of a new dumpster enclosure, retaining wall, pavement work, swing gate, lawn restoration and other work.

Page 60: LIFT STATION NO. 21 REHABILITATION Specifications.pdfA25 1 LS 723-510 Bypass Pumping LUMP SUM A26 1 LS 801-680 Erosion/Water Pollution Control LUMP SUM A27 1 LS 805-510 Lawn and Landscape

D-30

1-01 DEFINITIONS AND TERMS

1-01.3 Definitions

(January 4, 2016 APWA GSP)

Delete the heading Completion Dates and the three paragraphs that follow it, and replace them with the following: Dates Bid Opening Date The date on which the Contracting Agency publicly opens and reads the Bids. Award Date The date of the formal decision of the Contracting Agency to accept the lowest responsible and responsive Bidder for the Work. Contract Execution Date The date the Contracting Agency officially binds the Agency to the Contract. Notice to Proceed Date The date stated in the Notice to Proceed on which the Contract time begins. Substantial Completion Date The day the Engineer determines the Contracting Agency has full and unrestricted use and benefit of the facilities, both from the operational and safety standpoint, any remaining traffic disruptions will be rare and brief, and only minor incidental work, replacement of temporary substitute facilities, plant establishment periods, or correction or repair remains for the Physical Completion of the total Contract. Physical Completion Date The day all of the Work is physically completed on the project. All documentation required by the Contract and required by law does not necessarily need to be furnished by the Contractor by this date. Completion Date The day all the Work specified in the Contract is completed and all the obligations of the Contractor under the contract are fulfilled by the Contractor. All documentation required by the Contract and required by law must be furnished by the Contractor before establishment of this date. Final Acceptance Date The date on which the Contracting Agency accepts the Work as complete. Supplement this Section with the following: All references in the Standard Specifications, Amendments, or WSDOT General Special Provisions, to the terms “Department of Transportation”, “Washington State Transportation Commission”, “Commission”, “Secretary of Transportation”, “Secretary”, “Headquarters”, and “State Treasurer” shall be revised to read “Contracting Agency”.

Page 61: LIFT STATION NO. 21 REHABILITATION Specifications.pdfA25 1 LS 723-510 Bypass Pumping LUMP SUM A26 1 LS 801-680 Erosion/Water Pollution Control LUMP SUM A27 1 LS 805-510 Lawn and Landscape

D-31

All references to the terms “State” or “state” shall be revised to read “Contracting Agency” unless the reference is to an administrative agency of the State of Washington, a State statute or regulation, or the context reasonably indicates otherwise. All references to “State Materials Laboratory” shall be revised to read “Contracting Agency designated location”. All references to “final contract voucher certification” shall be interpreted to mean the Contracting Agency form(s) by which final payment is authorized, and final completion and acceptance granted. Additive A supplemental unit of work or group of bid items, identified separately in the Bid Proposal, which may, at the discretion of the Contracting Agency, be awarded in addition to the base bid. Alternate One of two or more units of work or groups of bid items, identified separately in the Bid Proposal, from which the Contracting Agency may make a choice between different methods or material of construction for performing the same work. Business Day A business day is any day from Monday through Friday except holidays as listed in Section 1-08.5. Contract Bond The definition in the Standard Specifications for “Contract Bond” applies to whatever bond form(s) are required by the Contract Documents, which may be a combination of a Payment Bond and a Performance Bond. Contract Documents See definition for “Contract”. Contract Time The period of time established by the terms and conditions of the Contract within which the Work must be physically completed. Notice of Award The written notice from the Contracting Agency to the successful Bidder signifying the Contracting Agency’s acceptance of the Bid Proposal. Notice to Proceed The written notice from the Contracting Agency or Engineer to the Contractor authorizing and directing the Contractor to proceed with the Work and establishing the date on which the Contract time begins. Traffic Both vehicular and non-vehicular traffic, such as pedestrians, bicyclists, wheelchairs, and equestrian traffic.

1-02 BID PROCEDURES AND CONDITIONS

1-02.1 Prequalification of Bidders

Delete this Section and replace it with the following:

Page 62: LIFT STATION NO. 21 REHABILITATION Specifications.pdfA25 1 LS 723-510 Bypass Pumping LUMP SUM A26 1 LS 801-680 Erosion/Water Pollution Control LUMP SUM A27 1 LS 805-510 Lawn and Landscape

D-32

1-02.1 Qualifications of Bidder

(January 24, 2011 APWA GSP)

Before award of a public works contract, a bidder must meet at least the minimum qualifications of RCW 39.04.350(1) to be considered a responsible bidder and qualified to be awarded a public works project.

1-02.2 Plans and Specifications

(June 27, 2011 APWA GSP)

Delete this section and replace it with the following: Information as to where Bid Documents can be obtained or reviewed will be found in the Call for Bids (Advertisement for Bids) for the work. After award of the contract, plans and specifications will be issued to the Contractor at no cost as detailed below: To Prime Contractor No. of Sets Basis of Distribution

Reduced plans (11" x 17") 3 Furnished automatically upon award

Contract Provisions 3 Furnished automatically upon award

Large plans (22" x 34") 3 Furnished only upon request

Additional plans and Contract Provisions may be obtained by the Contractor from the source stated in the Call for Bids, at the Contractor’s own expense.

1-02.4 Examination of Plans, Specifications and Site of Work

1-02.4(1) General

(August 15, 2016 APWA GSP Option A)

The first sentence of the last paragraph is revised to read: Any prospective Bidder desiring an explanation or interpretation of the Bid Documents, must request the explanation or interpretation in writing soon enough to allow a written reply to reach all prospective Bidders before the submission of their Bids.

1-02.4(2) Subsurface Information

(March 8, 2013 APWA GSP)

The second sentence in the first paragraph is revised to read: The Summary of Geotechnical Conditions and the boring logs, if and when included as an appendix to the Special Provisions, shall be considered as part of the Contract.

1-02.5 Proposal Forms

(July 31, 2017 APWA GSP)

Delete this section and replace it with the following:

Page 63: LIFT STATION NO. 21 REHABILITATION Specifications.pdfA25 1 LS 723-510 Bypass Pumping LUMP SUM A26 1 LS 801-680 Erosion/Water Pollution Control LUMP SUM A27 1 LS 805-510 Lawn and Landscape

D-33

The Proposal Form will identify the project and its location and describe the work. It will also list estimated quantities, units of measurement, the items of work, and the materials to be furnished at the unit bid prices. The bidder shall complete spaces on the proposal form that call for, but are not limited to, unit prices; extensions; summations; the total bid amount; signatures; date; and, where applicable, retail sales taxes and acknowledgment of addenda; the bidder’s name, address, telephone number, and signature; the bidder’s UDBE/DBE/M/WBE commitment, if applicable; a State of Washington Contractor’s Registration Number; and a Business License Number, if applicable. Bids shall be completed by typing or shall be printed in ink by hand, preferably in black ink. The required certifications are included as part of the Proposal Form. The Contracting Agency reserves the right to arrange the proposal forms with alternates and additives, if such be to the advantage of the Contracting Agency. The bidder shall bid on all alternates and additives set forth in the Proposal Form unless otherwise specified.

1-02.6 Preparation of Proposal

(June 20, 2017 APWA GSP)

Supplement the second paragraph with the following: 4. If a minimum bid amount has been established for any item, the unit or lump sum price must equal or exceed the minimum amount stated. 5. Any correction to a bid made by interlineation, alteration, or erasure, shall be initialed by the signer of the bid. Delete the fourth paragraph and replace it with the following: The Bidder shall submit with the Bid a completed Underutilized Disadvantaged Business Enterprise (UDBE) Utilization Certification, when required by the Special Provisions. For each and every UDBE firm listed on the Bidder’s completed Underutilized Disadvantaged Business Enterprise Utilization Certification, the Bidder shall submit written confirmation from that UDBE firm that the UDBE is in agreement with the UDBE participation commitment that the Bidder has made in the Bidder’s completed Underutilized Disadvantaged Business Enterprise Utilization Certification. WSDOT Form 422-031U (Underutilized Disadvantaged Business Enterprise Written Confirmation Document) is to be used for this purpose. Bidder must submit good faith effort documentation with the Underutilized Disadvantaged Business Enterprise Utilization Certification only in the event the bidder’s efforts to solicit sufficient UDBE participation have been unsuccessful. Directions for delivery of the Underutilized Disadvantaged Business Enterprise Written Confirmation Documents and Underutilized Disadvantaged Business Enterprise Good Faith Effort documentation are included in Sections 1-02.9 Delete the last paragraph, and replace it with the following: The Bidder shall make no stipulation on the Bid Form, nor qualify the bid in any manner. A bid by a corporation shall be executed in the corporate name, by the president or a vice president (or other corporate officer accompanied by evidence of authority to sign). A bid by a partnership shall be executed in the partnership name, and signed by a partner. A copy of the partnership agreement shall be submitted with the Bid Form if any UDBE requirements are to be satisfied through such an agreement.

Page 64: LIFT STATION NO. 21 REHABILITATION Specifications.pdfA25 1 LS 723-510 Bypass Pumping LUMP SUM A26 1 LS 801-680 Erosion/Water Pollution Control LUMP SUM A27 1 LS 805-510 Lawn and Landscape

D-34

A bid by a joint venture shall be executed in the joint venture name and signed by a member of the joint venture. A copy of the joint venture agreement shall be submitted with the Bid Form if any UDBE requirements are to be satisfied through such an agreement.

1-02.6 Preparation of Proposal

(******)

The Bidder shall submit with their Bid a completed Contractor Certification Wage Law Compliance form (WSDOT Form 272-009). Failure to return this certification within 24 hours of the bid submittal deadlines will make this Bid Nonresponsive and ineligible for Award. A Contractor Certification of wage Law Compliance form is included in the Proposal Forms.

1-02.7 Bid Deposit

(March 8, 2013 APWA GSP)

Supplement this section with the following: Bid bonds shall contain the following:

1. Contracting Agency-assigned number for the project; 2. Name of the project; 3. The Contracting Agency named as obligee; 4. The amount of the bid bond stated either as a dollar figure or as a percentage which

represents five percent of the maximum bid amount that could be awarded; 5. Signature of the bidder’s officer empowered to sign official statements. The signature of

the person authorized to submit the bid should agree with the signature on the bond, and the title of the person must accompany the said signature;

6. The signature of the surety’s officer empowered to sign the bond and the power of attorney.

If so stated in the Contract Provisions, bidder must use the bond form included in the Contract Provisions. If so stated in the Contract Provisions, cash will not be accepted for a bid deposit.

1-02.9 Delivery of Proposal

(July 18, 2018 APWA GSP Option B)

Delete this section and replace it with the following: Each Proposal shall be submitted in a sealed envelope, with the Project Name and Project Number as stated in the Call for Bids clearly marked on the outside of the envelope, or as otherwise required in the Bid Documents, to ensure proper handling and delivery. To be considered responsive on a FHWA-funded project, the Bidder may be required to submit the following items, as required by Section 1-02.6: • UDBE Written Confirmation Document from each UDBE firm listed on the Bidder’s completed UDBE Utilization Certification (WSDOT 272-056U); • Good Faith Effort (GFE) Documentation

Page 65: LIFT STATION NO. 21 REHABILITATION Specifications.pdfA25 1 LS 723-510 Bypass Pumping LUMP SUM A26 1 LS 801-680 Erosion/Water Pollution Control LUMP SUM A27 1 LS 805-510 Lawn and Landscape

D-35

These documents, if applicable, shall be received either with the Bid Proposal or as a Supplement to the Bid. The documents shall be received no later than 24 hours (not including Saturdays, Sundays and Holidays) after the time for delivery of the Bid Proposal. If submitted after the Bid Proposal is due, the document(s) shall be submitted as follows: 1. In a sealed envelope labeled the same as for the Proposal, with “Supplemental Information” added, or 2. By facsimile to the following FAX number: 360-456-7799 or 3. By e-mail to the following e-mail address: [email protected] All other information required to be submitted with the Bid Proposal must be submitted with the Bid Proposal itself, at the time stated in the Call for Bids. The Contracting Agency will not open or consider any Bid Proposal that is received after the time specified in the Call for Bids for receipt of Bid Proposals, or received in a location other than that specified in the Call for Bids. The Contracting Agency will not open or consider any “Supplemental Information” (UDBE confirmations or GFE documentation) that is received after the time specified above, or received in a location other than that specified in the Call for Bids.

1-02.10 Withdrawing, Revising, or Supplementing Proposal

(July 23, 2015 APWA GSP)

Delete this section in its entirety, and replace it with the following: After submitting a physical Bid Proposal to the Contracting Agency, the Bidder may withdraw, revise, or supplement it if: 1. The Bidder submits a written request signed by an authorized person and physically delivers it to the place designated for receipt of Bid Proposals, and 2. The Contracting Agency receives the request before the time set for receipt of Bid Proposals, and 3. The revised or supplemented Bid Proposal (if any) is received by the Contracting Agency before the time set for receipt of Bid Proposals. If the Bidder’s request to withdraw, revise, or supplement its Bid Proposal is received before the time set for receipt of Bid Proposals, the Contracting Agency will return the unopened Proposal package to the Bidder. The Bidder must then submit the revised or supplemented package in its entirety. If the Bidder does not submit a revised or supplemented package, then its bid shall be considered withdrawn. Late revised or supplemented Bid Proposals or late withdrawal requests will be date recorded by the Contracting Agency and returned unopened. Mailed, Emailed, or faxed requests to withdraw, revise, or supplement a Bid Proposal are not acceptable.

1-02.13 Irregular Proposals

(June 20, 2017 APWA GSP)

Delete this section and replace it with the following: 1. A Proposal will be considered irregular and will be rejected if: a. The Bidder is not prequalified when so required; b. The authorized Proposal form furnished by the Contracting Agency is not used or is altered;

Page 66: LIFT STATION NO. 21 REHABILITATION Specifications.pdfA25 1 LS 723-510 Bypass Pumping LUMP SUM A26 1 LS 801-680 Erosion/Water Pollution Control LUMP SUM A27 1 LS 805-510 Lawn and Landscape

D-36

c. The completed Proposal form contains any unauthorized additions, deletions, alternate Bids, or conditions; d. The Bidder adds provisions reserving the right to reject or accept the award, or enter into the Contract; e. A price per unit cannot be determined from the Bid Proposal; f. The Proposal form is not properly executed; g. The Bidder fails to submit or properly complete a Subcontractor list, if applicable, as required in Section 1-02.6; h. The Bidder fails to submit or properly complete an Underutilized Disadvantaged Business Enterprise Certification, if applicable, as required in Section 1-02.6; i. The Bidder fails to submit written confirmation from each UDBE firm listed on the Bidder’s completed UDBE Utilization Certification that they are in agreement with the bidder’s UDBE participation commitment, if applicable, as required in Section 1-02.6, or if the written confirmation that is submitted fails to meet the requirements of the Special Provisions; j The Bidder fails to submit UDBE Good Faith Effort documentation, if applicable, as required in Section 1-02.6, or if the documentation that is submitted fails to demonstrate that a Good Faith Effort to meet the Condition of Award was made; k. The Bid Proposal does not constitute a definite and unqualified offer to meet the material terms of the Bid invitation; or l. More than one Proposal is submitted for the same project from a Bidder under the same or different names. 2. A Proposal may be considered irregular and may be rejected if: a. The Proposal does not include a unit price for every Bid item; b. Any of the unit prices are excessively unbalanced (either above or below the amount of a reasonable Bid) to the potential detriment of the Contracting Agency; c. Receipt of Addenda is not acknowledged; d. A member of a joint venture or partnership and the joint venture or partnership submit Proposals for the same project (in such an instance, both Bids may be rejected); or e. If Proposal form entries are not made in ink.

1-02.14 Disqualification of Bidders

(May 17, 2018 APWA GSP Option A)

Delete this Section and replace it with the following: A Bidder will be deemed not responsible if the Bidder does not meet the mandatory bidder responsibility criteria in RCW 39.04.350(1), as amended. The Contracting Agency will verify that the Bidder meets the mandatory bidder responsibility criteria in RCW 39.04.350(1). To assess bidder responsibility, the Contracting Agency reserves the right to request documentation as needed from the Bidder and third parties concerning the Bidder’s compliance with the mandatory bidder responsibility criteria. If the Contracting Agency determines the Bidder does not meet the mandatory bidder responsibility criteria in RCW 39.04.350(1) and is therefore not a responsible Bidder, the Contracting Agency shall notify the Bidder in writing, with the reasons for its determination. If the Bidder disagrees with this determination, it may appeal the determination within two (2) business days of the Contracting Agency’s determination by presenting its appeal and any additional information to the Contracting Agency. The Contracting Agency will consider the appeal and any additional information before issuing its final determination. If the final determination affirms that the Bidder is not responsible, the Contracting Agency will not execute

Page 67: LIFT STATION NO. 21 REHABILITATION Specifications.pdfA25 1 LS 723-510 Bypass Pumping LUMP SUM A26 1 LS 801-680 Erosion/Water Pollution Control LUMP SUM A27 1 LS 805-510 Lawn and Landscape

D-37

a contract with any other Bidder until at least two business days after the Bidder determined to be not responsible has received the Contracting Agency’s final determination..

1-02.15 Pre-Award Information

(August 14, 2013 APWA GSP)

Revise this section to read: Before awarding any contract, the Contracting Agency may require one or more of these items or actions of the apparent lowest responsible bidder:

1. A complete statement of the origin, composition, and manufacture of any or all materials to be used,

2. Samples of these materials for quality and fitness tests, 3. A progress schedule (in a form the Contracting Agency requires) showing the order of

and time required for the various phases of the work, 4. A breakdown of costs assigned to any bid item, 5. Attendance at a conference with the Engineer or representatives of the Engineer, 6. Obtain, and furnish a copy of, a business license to do business in the city or county

where the work is located. 7. Any other information or action taken that is deemed necessary to ensure that the bidder

is the lowest responsible bidder.

1-03 AWARD AND EXECUTION OF CONTRACT

1-03.3 Execution of Contract

(October 1, 2005 APWA GSP)

Revise this section to read: Copies of the Contract Provisions, including the unsigned Form of Contract, will be available for signature by the successful bidder on the first business day following award. The number of copies to be executed by the Contractor will be determined by the Contracting Agency. Within 10 calendar days after the award date, the successful bidder shall return the signed Contracting Agency-prepared contract, an insurance certification as required by Section 1-07.18, and a satisfactory bond as required by law and Section 1-03.4. Before execution of the contract by the Contracting Agency, the successful bidder shall provide any pre-award information the Contracting Agency may require under Section 1-02.15. Until the Contracting Agency executes a contract, no proposal shall bind the Contracting Agency nor shall any work begin within the project limits or within Contracting Agency-furnished sites. The Contractor shall bear all risks for any work begun outside such areas and for any materials ordered before the contract is executed by the Contracting Agency. If the bidder experiences circumstances beyond their control that prevents return of the contract documents within the calendar days after the award date stated above, the Contracting Agency may grant up to a maximum of 10 additional calendar days for return of the documents, provided the Contracting Agency deems the circumstances warrant it.

1-03.4 Contract Bond

(July 23, 2015 APWA GSP)

Page 68: LIFT STATION NO. 21 REHABILITATION Specifications.pdfA25 1 LS 723-510 Bypass Pumping LUMP SUM A26 1 LS 801-680 Erosion/Water Pollution Control LUMP SUM A27 1 LS 805-510 Lawn and Landscape

D-38

Delete the first paragraph and replace it with the following: The successful bidder shall provide executed payment and performance bond(s) for the full contract amount. The bond may be a combined payment and performance bond; or be separate payment and performance bonds. In the case of separate payment and performance bonds, each shall be for the full contract amount. The bond(s) shall:

1. Be on Contracting Agency-furnished form(s); 2. Be signed by an approved surety (or sureties) that:

a) Is registered with the Washington State Insurance Commissioner, and b) Appears on the current Authorized Insurance List in the State of Washington

published by the Office of the Insurance Commissioner, 3. Guarantee that the Contractor will perform and comply with all obligations, duties, and

conditions under the Contract, including but not limited to the duty and obligation to indemnify, defend, and protect the Contracting Agency against all losses and claims related directly or indirectly from any failure: a) Of the Contractor (or any of the employees, subcontractors, or lower tier

subcontractors of the Contractor) to faithfully perform and comply with all contract obligations, conditions, and duties, or

b) Of the Contractor (or the subcontractors or lower tier subcontractors of the Contractor) to pay all laborers, mechanics, subcontractors, lower tier subcontractors, material person, or any other person who provides supplies or provisions for carrying out the work;

4. Be conditioned upon the payment of taxes, increases, and penalties incurred on the project under titles 50, 51, and 82 RCW; and

5. Be accompanied by a power of attorney for the Surety’s officer empowered to sign the bond; and

6. Be signed by an officer of the Contractor empowered to sign official statements (sole proprietor or partner). If the Contractor is a corporation, the bond(s) must be signed by the president or vice president, unless accompanied by written proof of the authority of the individual signing the bond(s) to bind the corporation (i.e., corporate resolution, power of attorney, or a letter to such effect signed by the president or vice president).

1-03.7 Judicial Review

(November 30, 2018 APWA GSP)

Delete this section and replace it with the following: Any decision made by the Contracting Agency regarding the Award and execution of the Contract or Bid rejection shall be conclusive subject to the scope of judicial review permitted under Washington Law. Such review, if any, shall be timely filed in the Superior Court of the county where the Contracting Agency headquarters is located, provided that where an action is asserted against a county, RCW 36.01.050 shall control venue and jurisdiction.

1-04 SCOPE OF THE WORK

1-04.2 Coordination of Contract Documents, Plans, Special Provisions, Specifications, and Addenda

(April 30, 2015 Lacey GSP)

Revise the second paragraph to read:

Page 69: LIFT STATION NO. 21 REHABILITATION Specifications.pdfA25 1 LS 723-510 Bypass Pumping LUMP SUM A26 1 LS 801-680 Erosion/Water Pollution Control LUMP SUM A27 1 LS 805-510 Lawn and Landscape

D-39

Any inconsistency in the parts of the contract shall be resolved by following this order of precedence (e.g., 1 presiding over 2, 2 presiding over 3, 3 over 4, and so forth):

1. Contract Form, 2. Addenda (if any), 3. Proposal Form, 4. Special Provisions, 5. Technical Specifications, if included, 6. Contract Plans, 7. Amendments to the Standard Specifications, 8. WSDOT Standard Specifications for Road, Bridge, and Municipal Construction, 9. City of Lacey Development Guidelines and Public Works Standards, and 10. WSDOT Standard Plans for Road, Bridge and Municipal Construction

1-04.6 Variation in Estimated Quantities

(May 25, 2006 APWA GSP)

Supplement this Section with the following: The quantities for “Imported Pipe Bedding” and “Bank Run Gravel for Trench Backfill” have been entered into the Proposal only to provide a common proposal for bidders. Actual quantities will be determined in the field as the work progresses, and will be paid at the original bid price, regardless of final quantity. These bid items shall not be subject to the provisions of 1-04.6 of the Standard Specifications.

1-04.6 Variations in Estimated Quantities

(July 23, 2015 APWA GSP Option B)

Revise the first paragraph to read: Payment to the Contractor will be made only for the actual quantities of Work performed and accepted in conformance with the Contract. When the accepted quantity of Work performed under a unit item varies from the original Proposal quantity, payment will be at the unit Contract price for all Work unless the total accepted quantity of any Contract item, adjusted to exclude added or deleted amounts included in change orders accepted by both parties, increases or decreases by more than 25 percent from the original Proposal quantity, and if the total extended bid price for that item at time of award is equal to or greater than 10 percent of the total contract price at time of award. In that case, payment for contract work may be adjusted as described herein:

1-05 CONTROL OF WORK

1-05.4 Conformity With and Deviations from Plans and Stakes

Supplement this section with the following:

Roadway and Utility Surveys

(July 23, 2015 APWA GSP, Option 1)

The Engineer shall furnish to the Contractor one time only all principal lines, grades, and measurements the Engineer deems necessary for completion of the work. These shall generally consist of one initial set of:

Page 70: LIFT STATION NO. 21 REHABILITATION Specifications.pdfA25 1 LS 723-510 Bypass Pumping LUMP SUM A26 1 LS 801-680 Erosion/Water Pollution Control LUMP SUM A27 1 LS 805-510 Lawn and Landscape

D-40

1. Slope stakes for establishing grading; 2. Curb grade stakes; 3. Centerline finish grade stakes for pavement sections wider than 25 feet; and 4. Offset points to establish line and grade for underground utilities such as water, sewers,

and storm drains. On alley construction projects with minor grade changes, the Engineer shall provide only offset hubs on one side of the alley to establish the alignment and grade.

1-05.4(2) Survey Control and Electronic Files

(August 10, 2010 Lacey GSP)

Add the following new section: The Contractor shall re-establish the survey control used in design by using existing survey monuments and other control points as provided by the City. When requested by the Contractor, the City will provide an electronic version of the construction plans (drawings), for use by the Contractor at the Contractor’s own risk. In all cases, the approved paper construction plans are the official contract documents. If the Contractor wishes to use the electronic version of the construction plans for the purposes of providing surveying of the proposed improvements, it shall be the Contractor’s responsibility to verify that any coordinates used from the electronic file match the station and offset location given in the contract construction plans. Construction plans are diagrammatic in nature. The coordinate locations of the various graphic elements within the electronic files may not necessarily be precisely shown with respect to their coordinate position. In all cases, the location callouts in the contract construction plans shall govern.

1-05.7 Removal of Defective and Unauthorized Work

(October 1, 2005 APWA GSP)

Supplement this section with the following: If the Contractor fails to remedy defective or unauthorized work within the time specified in a written notice from the Engineer, or fails to perform any part of the work required by the Contract Documents, the Engineer 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. 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. 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.

Page 71: LIFT STATION NO. 21 REHABILITATION Specifications.pdfA25 1 LS 723-510 Bypass Pumping LUMP SUM A26 1 LS 801-680 Erosion/Water Pollution Control LUMP SUM A27 1 LS 805-510 Lawn and Landscape

D-41

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.

1-05.11 Final Inspections and Operational Testing

(October 1, 2005 APWA GSP)

Delete this section and replace it with the following:

1-05.11(1) Substantial Completion Date

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 Contractor’s request shall list the specific items of work that remain to be completed in order to reach physical completion. The Engineer will schedule an inspection of the work with the Contractor to determine the status of 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. The above process shall be repeated until the Engineer establishes the Substantial Completion Date and the Contractor considers the work physically complete and ready for final inspection.

1-05.11(2) Final Inspection and Physical Completion Date

When the Contractor considers the work physically complete and ready for final inspection, the Contractor by written notice, shall request the Engineer to schedule a final inspection. The Engineer will set a date for final inspection. The Engineer and the Contractor will then make a final inspection and the Engineer will notify the Contractor in writing of all particulars in which the final inspection reveals the work incomplete or unacceptable. The Contractor shall immediately take such corrective measures as are necessary to remedy the listed deficiencies. Corrective work shall be pursued vigorously, diligently, and without interruption until physical completion of the listed deficiencies. This process will continue until the Engineer is satisfied the listed deficiencies have been corrected. If action to correct the listed deficiencies is not initiated within 7 days after receipt of the written notice listing the deficiencies, the Engineer may, upon written notice to the Contractor, take whatever steps are necessary to correct those deficiencies pursuant to Section 1-05.7.

Page 72: LIFT STATION NO. 21 REHABILITATION Specifications.pdfA25 1 LS 723-510 Bypass Pumping LUMP SUM A26 1 LS 801-680 Erosion/Water Pollution Control LUMP SUM A27 1 LS 805-510 Lawn and Landscape

D-42

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 acceptance of the work or that all the obligations of the Contractor under the contract have been fulfilled.

1-05.11(3) Operational Testing

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(1) One-Year Guarantee Period

(March 8, 2013 APWA GSP)

Add the following new section: The Contractor shall return to the project and repair or replace all defects in workmanship and material discovered within one year after Final Acceptance of the Work. The Contractor shall start work to remedy any such defects within 7 calendar days of receiving Contracting Agency’s written notice of a defect, and shall complete such work within the time stated in the Contracting Agency’s notice. In case of an emergency, where damage may result from delay or where loss of services may result, such corrections may be made by the Contracting Agency’s own forces or another contractor, in which case the cost of corrections shall be paid by the Contractor. In the event the Contractor does not accomplish corrections within the time specified, the work will be otherwise accomplished and the cost of same shall be paid by the Contractor. When corrections of defects are made, the Contractor shall then be responsible for correcting all defects in workmanship and materials in the corrected work for one year after acceptance of the corrections by Contracting Agency.

Page 73: LIFT STATION NO. 21 REHABILITATION Specifications.pdfA25 1 LS 723-510 Bypass Pumping LUMP SUM A26 1 LS 801-680 Erosion/Water Pollution Control LUMP SUM A27 1 LS 805-510 Lawn and Landscape

D-43

This guarantee is supplemental to and does not limit or affect the requirements that the Contractor’s work comply with the requirements of the Contract or any other legal rights or remedies of the Contracting Agency.

1-05.14 Cooperation with Other Contractors

(August 3, 2015 Lacey GSP)

Supplement this section with the following: The Contractor shall coordinate residential refuse and recycling pick-up with Pacific Disposal (360) 923-0111. Construction activities shall be planned so that there is no interruption of services.

1-05.15 Method of Serving Notices

(March 25, 2009 APWA GSP)

Revise the second paragraph to read: All correspondence from the Contractor shall be directed to the Project Engineer. All correspondence from the Contractor constituting any notification, notice of protest, notice of dispute, or other correspondence constituting notification required to be furnished under the Contract, must be in paper format, hand delivered or sent via mail delivery service to the Project Engineer's office. Electronic copies such as e-mails or electronically delivered copies of correspondence will not constitute such notice and will not comply with the requirements of the Contract.

1-05.16 Water and Power

(October 1, 2005 APWA GSP)

Add the following new section: The Contractor shall make necessary arrangements, and shall bear the costs for power and water necessary for the performance of the work, unless the contract includes power and water as a pay item.

1-05.18 Record Drawings

(April 2, 2018 Lacey GSP Option B)

Add the following new section: The Contractor shall maintain one set of full size plans for Record Drawings, updated with clear and accurate red-lined field revisions on a daily basis, and within 2 business days after receipt of information that a change in Work has occurred. The Contractor shall not conceal any work until the required information is recorded. This Record Drawing set shall be used for this purpose alone, shall be kept separate from other Plan sheets, and shall be clearly marked as Record Drawings. These Record Drawings shall be kept on site at the Contractor’s field office, and shall be available for review by the Contracting Agency at all times. The Contractor shall bring the Record Drawings to each progress meeting for review. The preparation and upkeep of the Record Drawings is to be the assigned responsibility of a single, experienced, and qualified individual. The quality of the Record Drawings, in terms of accuracy, clarity, and completeness, is to be adequate to allow the Contracting Agency to modify

Page 74: LIFT STATION NO. 21 REHABILITATION Specifications.pdfA25 1 LS 723-510 Bypass Pumping LUMP SUM A26 1 LS 801-680 Erosion/Water Pollution Control LUMP SUM A27 1 LS 805-510 Lawn and Landscape

D-44

the computer-aided drafting (CAD) Contract Drawings to produce a complete set of Record Drawings for the Contracting Agency without further investigative effort by the Contracting Agency. The Record Drawing markups shall document all changes in the Work, both concealed and visible. Items that must be shown on the markups include but are not limited to: Actual dimensions, arrangement, and materials used when different than shown in the Plans. Changes made by Change Order or Field Order. Changes made by the Contractor. Accurate locations of storm sewer, sanitary sewer, water mains and other water appurtenances, structures, conduits, light standards, vaults, width of roadways, sidewalks, landscaping areas, building footprints, channelization and pavement markings, etc. Include pipe invert elevations, top of castings (manholes, inlets, etc.). If the Contract calls for the Contracting Agency to do all surveying and staking, the Contracting Agency will provide the elevations at the tolerances the Contracting Agency requires for the Record Drawings. When the Contract calls for the Contractor to do the surveying/staking, the applicable tolerance limits include, but are not limited to the following: Vertical Horizontal As-built sanitary & storm invert and grate elevations

± 0.01 foot ± 0.01 foot

As-built monumentation ± 0.01 foot ± 0.01 foot As-built waterlines, inverts, valves, hydrants

± 0.01 foot ± 0.01 foot

As-built ponds/swales/water features

± 0.01 foot ± 0.01 foot

As-built buildings (fin. Floor elev.)

± 0.01 foot ± 0.01 foot

As-built gas lines, power, TV, Tel, Com

± 0.01 foot ± 0.01 foot

As-built signs, signals, etc. N/A ± 0.01 foot

Making Entries on the Record Drawings: Use erasable colored pencil (not ink) for all markings on the Record Drawings, conforming to the following color code: Additions - Red Deletions - Green Comments - Blue Dimensions - Graphite Provide the applicable reference for all entries, such as the change order number, the request for information (RFI) number, or the approved shop drawing number. Date all entries. Clearly identify all items in the entry with notes similar to those in the Contract Drawings (such as pipe symbols, centerline elevations, materials, pipe joint abbreviations, etc.).

Page 75: LIFT STATION NO. 21 REHABILITATION Specifications.pdfA25 1 LS 723-510 Bypass Pumping LUMP SUM A26 1 LS 801-680 Erosion/Water Pollution Control LUMP SUM A27 1 LS 805-510 Lawn and Landscape

D-45

The Contractor shall certify on the Record Drawings that said drawings are an accurate depiction of built conditions, and in conformance with the requirements detailed above. The Contractor shall submit final Record Drawings to the Contracting Agency. Contracting Agency acceptance of the Record Drawings is one of the requirements for achieving Physical Completion. A lump sum price of $5,000 has been included in the Proposal for this work. Any additional costs anticipated or incurred by the Contractor for the work shall be included in the various lump sum unit price bid items as found in the Proposal. Payment for this item will be made once Record Drawings have been submitted and approved.

1-06 CONTROL OF MATERIAL

1-06.1 Approval of Materials Prior to Use

(******)

The second sentence of first paragraph is revised to read: The Contractor shall use the Qualified Product List (QPL), the Aggregate Source Approval (ASA) Database, or the City of Lacey Request for Approval of Material (COL RAM) form.

1-06.1(2) Request for Approval of Material (RAM)

The first paragraph is revised to read: The COL RAM shall be used with all submittals. The COL RAM shall be prepared by the Contractor in accordance with the instructions and submitted to the engineer for approval before the material is incorporated into the Work. Supplement this section with the following: The Contractor shall submit sufficient information that describes the materials proposed as defined and described in these specifications and plans within 10 working days following the Notice to Proceed. The City of Lacey has identified the following items as long lead items. 1. Control Cabinet 2. Submersible Pumps 3. Isolation Pedestal 4. Dumpster Enclosure 5. Check Valves 6. Meltric Connectors Long lead items shall be submitted within 10 working days of Notice to Proceed. The list above may not include all long lead items. The contractor is responsible for identifying all items and shall notify the Engineer of any additional items. The Contractor shall submit one electronic of catalog cuts, shop drawings, and a material testing sample, as required for all items to be used in this contract for approval. The Contractor shall circle or highlight products and materials that are specific to this project, and cross out items that are not for this project.

Page 76: LIFT STATION NO. 21 REHABILITATION Specifications.pdfA25 1 LS 723-510 Bypass Pumping LUMP SUM A26 1 LS 801-680 Erosion/Water Pollution Control LUMP SUM A27 1 LS 805-510 Lawn and Landscape

D-46

All items not in exact compliance with the specifications must be noted as a change. The Contractor shall include an explanation, product specifications, sample articles, and any other items that will aid the Engineer in approving an item not in exact accordance with the specifications. All submittals shall be submitted in Adobe Acrobat format and submittals that exceed 10 pages shall include a table of contents. Submittals that are not submitted in the format outlined may be rejected outright and the Contractor is required to resubmit in the correct format. The form and the submittal shall be sent in the same e-mail. Submittals that exceed 10 MB shall either be provided on, a flash drive or via an internet link. The Engineer will review submittals within 10 working days. The Contractor may request additional working days if approval or disapproval is not received in 10 working days. The Contractor may not request additional working days for failure to submit sufficient information to approve an item, or for rejection of an item not in accordance with the specifications. Resubmittals shall be submitted within 5 working days from City’s transmittal, to the contractor, of the Engineer reviewed submittal. If the submittal is “Rejected”, the contractor shall resubmit the entire submittal. If the submittal is marked “Revise and Resubmit”, the contractor shall submit items that are identified in the Engineer’s comments. Any material purchased or labor performed prior to such approval shall be at the Contractor's risk. The Contractor must receive all material approvals before the materials will be allowed on the project.

1-06.6 Recycled Materials

(January 4, 2016 APWA GSP)

Delete this section, including its subsections, and replace it with the following: The Contractor shall make their best effort to utilize recycled materials in the construction of the project. Approval of such material use shall be as detailed elsewhere in the Standard Specifications. Prior to Physical Completion the Contractor shall report the quantity of recycled materials that were utilized in the construction of the project for each of the items listed in Section 9-03.21. The report shall include hot mix asphalt, recycled concrete aggregate, recycled glass, steel furnace slag and other recycled materials (e.g. utilization of on-site material and aggregates from concrete returned to the supplier). The Contractor’s report shall be provided on DOT form 350-075 Recycled Materials Reporting.

1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC

1-07.1 Laws to be Observed

(October 1, 2005 APWA GSP)

Supplement this section with the following: In cases of conflict between different safety regulations, the more stringent regulation shall apply.

Page 77: LIFT STATION NO. 21 REHABILITATION Specifications.pdfA25 1 LS 723-510 Bypass Pumping LUMP SUM A26 1 LS 801-680 Erosion/Water Pollution Control LUMP SUM A27 1 LS 805-510 Lawn and Landscape

D-47

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, persons, including employees, who may have been injured on the project site. Employees should not be permitted to work on the project site before the Contractor has established and made known procedures for removal of injured persons to a hospital or a doctor’s care. The Contractor shall have sole responsibility for the safety, efficiency, and adequacy of the Contractor’s plant, appliances, and methods, and for any damage or injury resulting from their failure, or improper maintenance, use, or operation. The Contractor shall be solely and completely responsible for the conditions of the project site, including safety for all persons and property in the performance of the work. This requirement shall apply continuously, and not be limited to normal working hours. The required or implied duty of the Engineer to conduct construction review of the Contractor’s performance does not, and shall not, be intended to include review and adequacy of the Contractor’s safety measures in, on, or near the project site.

1-07.2 State Sales Tax

(June 27, 2011 APWA GSP)

Delete this section, including its sub-sections, in its entirety and replace it with the following: The Washington State Department of Revenue has issued special rules on the State sales tax. Sections 1-07.2(1) through 1-07.2(3) 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(2) describes this exception. The Contracting Agency will pay the retained percentage (or release the Contract Bond if a FHWA-funded Project) 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 60.28.051). The Contracting Agency may deduct from its payments to the Contractor any amount the Contractor may owe the Washington State Department of Revenue, whether the amount owed relates to this contract or not. Any amount so deducted will be paid into the proper State fund.

1-07.2(1) 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 a 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

Page 78: LIFT STATION NO. 21 REHABILITATION Specifications.pdfA25 1 LS 723-510 Bypass Pumping LUMP SUM A26 1 LS 801-680 Erosion/Water Pollution Control LUMP SUM A27 1 LS 805-510 Lawn and Landscape

D-48

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(2) State Sales Tax — Rule 170

WAC 458-20-170, and its related rules, apply 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(3) 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).

1-07.18 Public Liability and Property Damage Insurance

Delete this section in its entirety, and replace it with the following:

1-07.18 Insurance

(January 4, 2016 APWA GSP)

1-07.18(1) General Requirements

A. The Contractor shall procure and maintain the insurance described in all subsections of section 1-07.18 of these Special Provisions, from insurers with a current A. M. Best rating of not less than A-: VII and licensed to do business in the State of Washington. The Contracting Agency reserves the right to approve or reject the insurance provided, based on the insurer’s financial condition. B. The Contractor shall keep this insurance in force without interruption from the commencement of the Contractor’s Work through the term of the Contract and for thirty (30) days after the Physical Completion date, unless otherwise indicated below. C. If any insurance policy is written on a claims made form, its retroactive date, and that of all subsequent renewals, shall be no later than the effective date of this Contract. The policy shall

Page 79: LIFT STATION NO. 21 REHABILITATION Specifications.pdfA25 1 LS 723-510 Bypass Pumping LUMP SUM A26 1 LS 801-680 Erosion/Water Pollution Control LUMP SUM A27 1 LS 805-510 Lawn and Landscape

D-49

state that coverage is claims made, and state the retroactive date. Claims-made form coverage shall be maintained by the Contractor for a minimum of 36 months following the Completion Date or earlier termination of this Contract, and the Contractor shall annually provide the Contracting Agency with proof of renewal. If renewal of the claims made form of coverage becomes unavailable, or economically prohibitive, the Contractor shall purchase an extended reporting period (“tail”) or execute another form of guarantee acceptable to the Contracting Agency to assure financial responsibility for liability for services performed. D. The Contractor’s Automobile Liability, Commercial General Liability and Excess or Umbrella Liability insurance policies shall be primary and non-contributory insurance as respects the Contracting Agency’s insurance, self-insurance, or self-insured pool coverage. Any insurance, self-insurance, or self-insured pool coverage maintained by the Contracting Agency shall be excess of the Contractor’s insurance and shall not contribute with it. E. The Contractor shall provide the Contracting Agency and all additional insureds with written notice of any policy cancellation, within two business days of their receipt of such notice. F. The Contractor shall not begin work under the Contract until the required insurance has been obtained and approved by the Contracting Agency G. 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 the sole discretion of the Contracting Agency, offset against funds due the Contractor from the Contracting Agency. H. 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) Additional Insured

All insurance policies, with the exception of Workers Compensation, and of Professional Liability and Builder’s Risk (if required by this Contract) shall name the following listed entities as additional insured(s) using the forms or endorsements required herein:

The Contracting Agency and its officers, elected officials, employees, agents, and volunteers

The above-listed entities shall be additional insured(s) for the full available limits of liability maintained by the Contractor, irrespective of whether such limits maintained by the Contractor are greater than those required by this Contract, and irrespective of whether the Certificate of Insurance provided by the Contractor pursuant to 1-07.18(4) describes limits lower than those maintained by the Contractor. For Commercial General Liability insurance coverage, the required additional insured endorsements shall be at least as broad as ISO forms CG 20 10 10 01 for ongoing operations and CG 20 37 10 01 for completed operations.

1-07.18(3) Subcontractors

The Contractor shall cause each Subcontractor of every tier to provide insurance coverage that complies with all applicable requirements of the Contractor-provided insurance as set forth herein, except the Contractor shall have sole responsibility for determining the limits of coverage required to be obtained by Subcontractors.

Page 80: LIFT STATION NO. 21 REHABILITATION Specifications.pdfA25 1 LS 723-510 Bypass Pumping LUMP SUM A26 1 LS 801-680 Erosion/Water Pollution Control LUMP SUM A27 1 LS 805-510 Lawn and Landscape

D-50

The Contractor shall ensure that all Subcontractors of every tier add all entities listed in 1 07.18(2) as additional insureds, and provide proof of such on the policies as required by that section as detailed in 1-07.18(2) using an endorsement as least as broad as ISO CG 20 10 10 01 for ongoing operations and CG 20 37 10 01 for completed operations. Upon request by the Contracting Agency, the Contractor shall forward to the Contracting Agency evidence of insurance and copies of the additional insured endorsements of each Subcontractor of every tier as required in 1-07.18(4) Verification of Coverage.

1-07.18(4) Verification of Coverage

The Contractor shall deliver to the Contracting Agency a Certificate(s) of Insurance and endorsements for each policy of insurance meeting the requirements set forth herein when the Contractor delivers the signed Contract for the work. Failure of Contracting Agency to demand such verification of coverage with these insurance requirements or failure of Contracting Agency to identify a deficiency from the insurance documentation provided shall not be construed as a waiver of Contractor’s obligation to maintain such insurance. Verification of coverage shall include: 1. An ACORD certificate or a form determined by the Contracting Agency to be equivalent. 2. Copies of all endorsements naming Contracting Agency and all other entities listed in 1 07.18(2) as additional insured(s), showing the policy number. The Contractor may submit a copy of any blanket additional insured clause from its policies instead of a separate endorsement. 3. Any other amendatory endorsements to show the coverage required herein. 4. A notation of coverage enhancements on the Certificate of Insurance shall not satisfy these requirements – actual endorsements must be submitted. Upon request by the Contracting Agency, the Contractor shall forward to the Contracting Agency a full and certified copy of the insurance policy(s). If Builders Risk insurance is required on this Project, a full and certified copy of that policy is required when the Contractor delivers the signed Contract for the work.

1-07.18(5) Coverages and Limits

The insurance shall provide the minimum coverages and limits set forth below. Contractor’s maintenance of insurance, its scope of coverage, and limits as required herein shall not be construed to limit the liability of the Contractor to the coverage provided by such insurance, or otherwise limit the Contracting Agency’s recourse to any remedy available at law or in equity. All deductibles and self-insured retentions must be disclosed and are subject to approval by the Contracting Agency. The cost of any claim payments falling within the deductible or self-insured retention shall be the responsibility of the Contractor. In the event an additional insured incurs a liability subject to any policy’s deductibles or self-insured retention, said deductibles or self-insured retention shall be the responsibility of the Contractor.

1-07.18(5)A Commercial General Liability

Commercial General Liability insurance shall be written on coverage forms at least as broad as ISO occurrence form CG 00 01, including but not limited to liability arising from premises, operations, stop gap liability, independent contractors, products-completed operations, personal and advertising injury, and liability assumed under an insured contract. There shall be no exclusion for liability arising from explosion, collapse or underground property damage. The Commercial General Liability insurance shall be endorsed to provide a per project general aggregate limit, using ISO form CG 25 03 05 09 or an equivalent endorsement.

Page 81: LIFT STATION NO. 21 REHABILITATION Specifications.pdfA25 1 LS 723-510 Bypass Pumping LUMP SUM A26 1 LS 801-680 Erosion/Water Pollution Control LUMP SUM A27 1 LS 805-510 Lawn and Landscape

D-51

Contractor shall maintain Commercial General Liability Insurance arising out of the Contractor’s completed operations for at least three years following Substantial Completion of the Work. Such policy must provide the following minimum limits: $1,000,000 Each Occurrence $2,000,000 General Aggregate $2,000,000 Products & Completed Operations Aggregate $1,000,000 Personal & Advertising Injury each offence $1,000,000 Stop Gap / Employers’ Liability each accident

1-07.18(5)B Automobile Liability

Automobile Liability shall cover owned, non-owned, hired, and leased vehicles; and shall be written on a coverage form at least as broad as ISO form CA 00 01. If the work involves the transport of pollutants, the automobile liability policy shall include MCS 90 and CA 99 48 endorsements. Such policy must provide the following minimum limit: $1,000,000 Combined single limit each accident

1-07.18(5)C Workers’ Compensation

The Contractor shall comply with Workers’ Compensation coverage as required by the Industrial Insurance laws of the State of Washington.

1-07.23 Public Convenience and Safety

1-07.23(1) Construction Under Traffic

(May 2, 2017 APWA GSP)

Revise the third sentence of the second paragraph to read: Accessibility to existing or temporary pedestrian push buttons shall not be impaired; if approved by the Contracting Agency activating pedestrian recall timing or other accommodation may be allowed during construction.

1-07.23(1) Construction Under Traffic

(January 5, 2015 WSDOT 1-07.23(1).OPT5.FR1)

Section 1-07.23(1) is supplemented with the following Lane closures are subject to the following restrictions: Must be authorized by the City in writing three days prior to shut down. If the Engineer determines the permitted closure hours adversely affect traffic, the Engineer may adjust the hours accordingly. The Engineer will notify the Contractor in writing of any change in the closure hours. Lane closures are not allowed on any of the following: 1. A holiday, 2. A holiday weekend; holidays that occur on Friday, Saturday, Sunday or Monday are considered a holiday weekend. A holiday weekend includes Saturday, Sunday, and the holiday.

Page 82: LIFT STATION NO. 21 REHABILITATION Specifications.pdfA25 1 LS 723-510 Bypass Pumping LUMP SUM A26 1 LS 801-680 Erosion/Water Pollution Control LUMP SUM A27 1 LS 805-510 Lawn and Landscape

D-52

3. After noon on the day prior to a holiday or holiday weekend, and 4. Before noon on the day after the holiday or holiday weekend.

1-07.24 Rights of Way

(July 23, 2015 APWA GSP)

Delete this section and replace it with the following: Street Right of Way lines, limits of easements, and limits of construction permits are indicated in the Plans. 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 work. Exceptions to this are noted in the Bid Documents or will be 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 may be 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 in the Plans. 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 has been received. If the Contractor is delayed due to acts of omission on the part of the Contracting Agency in obtaining easements, rights of entry or 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 Contractor. 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 to 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.

Page 83: LIFT STATION NO. 21 REHABILITATION Specifications.pdfA25 1 LS 723-510 Bypass Pumping LUMP SUM A26 1 LS 801-680 Erosion/Water Pollution Control LUMP SUM A27 1 LS 805-510 Lawn and Landscape

D-53

1-08 PROSECUTION AND PROGRESS Add the following new section:

1-08.0 Preliminary Matters

(May 25, 2006 APWA GSP)

Add the following new section:

1-08.0(1) Preconstruction Conference

(October 10, 2008 APWA GSP)

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 purpose of the preconstruction conference will be: To review the initial progress schedule; To establish a working understanding among the various parties associated or affected by the work; To establish and review procedures for progress payment, notifications, approvals, submittals, etc.; To establish normal working hours for the work; To review safety standards and traffic control; and To discuss such other related items as may be pertinent to the work. The Contractor shall prepare and submit at the preconstruction conference the following: A breakdown of all lump sum items; A preliminary schedule of working drawing submittals; and A list of material sources for approval if applicable.

1-08.0(2) Hours of Work

(December 8, 2014 APWA GSP)

Except in the case of emergency or unless otherwise approved by the Engineer, the normal working hours for the Contract shall be any consecutive 8-hour period between 7:00 a.m. and 6:00 p.m. Monday through Friday, exclusive of a lunch break. If the Contractor desires different than the normal working hours stated above, the request must be submitted in writing prior to the preconstruction conference, subject to the provisions below. The working hours for the Contract shall be established at or prior to the preconstruction conference. All working hours and days are also subject to local permit and ordinance conditions (such as noise ordinances). If the Contractor wishes to deviate from the established working hours, the Contractor shall submit a written request to the Engineer for consideration. This request shall state what hours are being requested, and why. Requests shall be submitted for review no later than 5 prior to the day(s) the Contractor is requesting to change the hours. If the Contracting Agency approves such a deviation, such approval may be subject to certain other conditions, which will be detailed in writing. For example:

Page 84: LIFT STATION NO. 21 REHABILITATION Specifications.pdfA25 1 LS 723-510 Bypass Pumping LUMP SUM A26 1 LS 801-680 Erosion/Water Pollution Control LUMP SUM A27 1 LS 805-510 Lawn and Landscape

D-54

1. On non-Federal aid projects, requiring the Contractor to reimburse the Contracting Agency for the costs in excess of straight-time costs for Contracting Agency representatives who worked during such times. (The Engineer may require designated representatives to be present during the work. Representatives who may be deemed necessary by the Engineer include, but are not limited to: survey crews; personnel from the Contracting Agency’s material testing lab; inspectors; and other Contracting Agency employees or third party consultants when, in the opinion of the Engineer, such work necessitates their presence.)

2. Considering the work performed on Saturdays, Sundays, and holidays as working days with regard to the contract time.

3. 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.

4. If a 4-10 work schedule is requested and approved the non working day for the week will be charged as a working day.

5. If Davis Bacon wage rates apply to this Contract, all requirements must be met and recorded properly on certified payroll

1-08.0(2)A Lacey Hours of Work

(October 16, 2014 Lacey GSP Option A)

Add the following new section: Lacey Municipal Code (LMC) Chapter 14.38.010, prohibits outside construction activities between the hours of 9:00 p.m. and 7:00 a.m. in or adjacent to residential zones of the City. A waiver to this ordinance will not be allowed, except in case of emergency, or where operations are necessary during such hours in order to promote the safety of the traveling public as shown in theses specifications or as determined by the Engineer.

1-08.1 Subcontracting

(November 30, 2018 APWA GSP, Option B)

Delete the eighth paragraph.

1-08.3(2)A Type A Progress Schedule

(March 13, 2012 APWA GSP)

Revise this section to read: The Contractor shall submit five (5) copies of a Type A Progress Schedule no later than at the preconstruction conference, or some other mutually agreed upon submittal time. The schedule may be a critical path method (CPM) schedule, bar chart, or other standard schedule format. Regardless of which format used, the schedule shall identify the critical path. The Engineer will evaluate the Type A Progress Schedule and approve or return the schedule for corrections within 15 calendar days of receiving the submittal.

1-08.4 Prosecution of Work

(July 23, 2015 APWA GSP)

Delete this section in its entirety, and replace it with the following:

Page 85: LIFT STATION NO. 21 REHABILITATION Specifications.pdfA25 1 LS 723-510 Bypass Pumping LUMP SUM A26 1 LS 801-680 Erosion/Water Pollution Control LUMP SUM A27 1 LS 805-510 Lawn and Landscape

D-55

1-08.4 Notice to Proceed and Prosecution of Work

Notice to Proceed will be given after the contract has been executed and the contract bond and evidence of insurance have been approved and filed by the Contracting Agency. The Contractor shall not commence with 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, unless otherwise approved in writing. The Contractor shall diligently pursue the work to the physical completion date within the time specified in the contract. Voluntary shutdown or slowing of operations by the Contractor shall not relieve the Contractor of the responsibility to complete the work within the time(s) specified in the contract. When shown in the Plans, the first order of work shall be the installation of high visibility fencing to delineate all areas for protection or restoration, as described in the Contract. Installation of high visibility fencing adjacent to the roadway shall occur after the placement of all necessary signs and traffic control devices in accordance with 1-10.1(2). Upon construction of the fencing, the Contractor shall request the Engineer to inspect the fence. No other work shall be performed on the site until the Contracting Agency has accepted the installation of high visibility fencing, as described in the Contract.

1-08.4(1) Order Of Work

(******)

Add the following new section: Prior to starting construction and issuance of notice to proceed by the City, the Contractor shall furnish the Contracting Agency with a schedule, sequence, and method of proceeding with the work. This schedule shall address all items herein and must be approved by the Contracting Agency prior to commencing any construction operations. The Contracting Agency has made commitments with several jurisdictions, public users, property owners, and private utilities that the Contractor shall incorporate into the schedule for this project. The following specific requirements shall be included into the project schedule:

The Contractor shall install the new locking mailboxes as on its first day of work on-site.

The Contractor shall only utilize the six (6) parking spots nearest to the tree/peninsula area every working day. The Contractor is only allowed to use the parking spots from 7am-5pm Monday-Friday, as agreed in the Temporary Construction Agreement. The Contractor shall remove all items from the 6 parking spots by 5pm Monday-Friday.

The Contractor shall procure all materials and equipment needed for this and obtain

written authorization to begin actual construction on-site from the City before doing work on-site.

The Contractor must maintain access of all dumpster bins, cardboard bins and grease bins

to the Mayan Restaurant owner and employees and the waste disposal company employees at all times. The bins must remain on the project site and not in the parking lot or parking spaces. The bins must not block the exit of the Mayan Restaurant door. The Contractor must relocate the bins.

1-08.5 Time for Completion

(******)

Page 86: LIFT STATION NO. 21 REHABILITATION Specifications.pdfA25 1 LS 723-510 Bypass Pumping LUMP SUM A26 1 LS 801-680 Erosion/Water Pollution Control LUMP SUM A27 1 LS 805-510 Lawn and Landscape

D-56

This project shall be completed in accordance with the provisions of Section 1-08 of the Standard Specifications within 180 working days. All design and submittal work for this project shall be completed within the first 14 calendar days of the contract.

1-08.9 Liquidated Damages

(August 14, 2013 APWA GSP)

Revise the fourth paragraph to read: When the Contract Work has progressed to Substantial Completion as defined in the Contract, the Engineer may determine that the work is Substantially Complete. The Engineer will notify the Contractor in writing of the Substantial Completion Date. For overruns in Contract time occurring after the date so established, the formula for liquidated damages shown above will not apply. For overruns in Contract time occurring after the Substantial Completion Date, liquidated damages shall be assessed on the basis of direct engineering and related costs assignable to the project until the actual Physical Completion Date of all the Contract Work. The Contractor shall complete the remaining Work as promptly as possible. Upon request by the Project Engineer, the Contractor shall furnish a written schedule for completing the physical Work on the Contract.

1-09 MEASUREMENT AND PAYMENT

1-09.2(1) General Requirements for Weighing Equipment

(July 23, 2015 APWA GSP, Option 2)

Revise item 4 of the fifth paragraph to read: 4. Test results and scale weight records for each day’s hauling operations are provided to the Engineer daily. Reporting shall utilize WSDOT form 422-027, Scaleman’s Daily Report, unless the printed ticket contains the same information that is on the Scaleman’s Daily Report Form. The scale operator must provide an AM and PM tare weight for each truck on the printed ticket.

1-09.2(5) Measurement

(May 2, 2017 APWA GSP)

Revise the first paragraph to read: Scale Verification Checks – At the Engineer’s discretion, the Engineer may perform verification checks on the accuracy of each batch, hopper, or platform scale used in weighing contract items of Work.

1-09.9 Payments

(March 13, 2012 APWA GSP)

Supplement this section with the following: Lump sum item breakdowns are not required when the bid price for the lump sum item is less than $20,000. Delete the first four paragraphs and replace them with the following:

Page 87: LIFT STATION NO. 21 REHABILITATION Specifications.pdfA25 1 LS 723-510 Bypass Pumping LUMP SUM A26 1 LS 801-680 Erosion/Water Pollution Control LUMP SUM A27 1 LS 805-510 Lawn and Landscape

D-57

The basis of payment will be the actual quantities of Work performed according to the Contract and as specified for payment. The Contractor shall submit a breakdown of the cost of lump sum bid items at the Preconstruction Conference, to enable the Project Engineer to determine the Work performed on a monthly basis. A breakdown is not required for lump sum items that include a basis for incremental payments as part of the respective Specification. Absent a lump sum breakdown, the Project Engineer will make a determination based on information available. The Project Engineer’s determination of the cost of work shall be final. 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 conference. 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 — based on the approved Contractor’s lump sum

breakdown for that item, or absent such a breakdown, based on the Engineer’s determination. 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), on non FHWA-funded projects; 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. The determination of payments under the contract will be final in accordance with Section 1-05.1.

1-09.11(3) Time Limitation and Jurisdiction

(November 30, 2018 APWA GSP)

Revise this section to read: For the convenience of the parties to the Contract it is mutually agreed by the parties that any claims or causes of action which the Contractor has against the Contracting Agency arising from the Contract shall be brought within 180 calendar days from the date of final acceptance (Section 1-05.12) of the Contract by the Contracting Agency; and it is further agreed that any such claims or causes of action shall be brought only in the Superior Court of the county where the Contracting Agency headquarters is located, provided that where an action is asserted against a

Page 88: LIFT STATION NO. 21 REHABILITATION Specifications.pdfA25 1 LS 723-510 Bypass Pumping LUMP SUM A26 1 LS 801-680 Erosion/Water Pollution Control LUMP SUM A27 1 LS 805-510 Lawn and Landscape

D-58

county, RCW 36.01.050 shall control venue and jurisdiction. The parties understand and agree that the Contractor’s failure to bring suit within the time period provided, shall be a complete bar to any such claims or causes of action. It is further mutually agreed by the parties that when any claims or causes of action which the Contractor asserts against the Contracting Agency arising from the Contract are filed with the Contracting Agency or initiated in court, the Contractor shall permit the Contracting Agency to have timely access to any records deemed necessary by the Contracting Agency to assist in evaluating the claims or action.

1-09.13(3) Claims $250,000 or Less

(October 1, 2005 APWA GSP)

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 nonbinding 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

(November 30, 2018 APWA GSP)

Revise the third paragraph to read: The Contracting Agency and the Contractor mutually agree to be bound by the decision of the arbitrator, and judgment upon the award rendered by the arbitrator may be entered in the Superior Court of the county in which the Contracting Agency’s headquarters is located, provided that where claims subject to arbitration are asserted against a county, RCW 36.01.050 shall control venue and jurisdiction of the Superior Court. The decision of the arbitrator and the specific basis for the decision shall be in writing. The arbitrator shall use the Contract as a basis for decisions.

1-10 TEMPORARY TRAFFIC CONTROL

1-10.1 General

(January 3, 2017 Lacey GSP)

Supplement this section with the following: Delays to traffic shall be held to a minimum. There shall be no restrictions or interruptions to traffic on Saturdays, Sundays or Holidays. In addition, there shall be no restrictions or interruptions to traffic after 12:00 noon on the day prior to a holiday or holiday weekend. There shall be no delay to medical, fire, police, or other emergency vehicles with flashing lights or sirens. The Contractor shall alert all flaggers and personnel of this requirement. The Contractor shall be responsible for removing the permanent traffic signs, as deemed necessary by the Engineer, and shall install and maintain any temporary signs necessary for the safety of the public. The Contractor shall maintain pedestrian access at all times, without having pedestrians enter the travel lane.

Page 89: LIFT STATION NO. 21 REHABILITATION Specifications.pdfA25 1 LS 723-510 Bypass Pumping LUMP SUM A26 1 LS 801-680 Erosion/Water Pollution Control LUMP SUM A27 1 LS 805-510 Lawn and Landscape

D-59

All lane restrictions shall be held to a minimum time and length. Lane closures shall comply with the traffic control plans and these specifications. If the Contractor wishes to deviate from the plans, the Contractor shall submit a traffic control plan to the Engineer, at no additional cost, that complies with the MUTCD, and the Traffic Control Plans, for approval by the Engineer within (5) five working days before the proposed lane closure. If the Engineer determines that lane restrictions are causing congestion, the Contractor will be required to open any lanes, as determined by the Engineer, until the congestion is eliminated. During non-working hours, Saturdays, Sundays, and Holidays, the Contractor shall keep all lanes open to traffic throughout the limits of the project with the lane and sidewalk area completely clear of all material, tools, personnel, and equipment as directed by the Engineer.

2-01 CLEARING, GRUBBING, AND ROADSIDE CLEANUP

2-01.1 Description

(October 16, 2009 Lacey GSP)

Supplement this section with the following: The City of Lacey is a Tree City USA, and has deemed it necessary to protect all trees to the best of their ability. Only the trees that are evaluated by a certified Arborist as being diseased or detrimental to the project shall be removed as shown in the plans. The Contractor shall conduct a site review noting all trees within the construction zone prior to submitting a bid. Ease of construction, spoils, or stockpiling needs shall not justify tree removal. A high visibility fence shall be installed around all trees and vegetation as required by the Engineer prior to beginning work. The Contractor shall be responsible for installing, maintaining and removing the high visibility fence as required. Disposal of all organic waste shall be by Disposal Method No. 2. Disposal Method No. 1 and No. 3 will not be permitted in this contract. The City of Lacey encourages recycling of organic material at a certified organic recycling center. The Contractor shall take all precautions necessary to protect the public, property, trees, and natural vegetation from harm. Any damage to utilities or other structures on public right-of-way or private property shall be restored by the Contractor or authorized agent at the Contractor's expense.

2-01.5 Payment

(October 16, 2009 Lacey GSP)

Modify this section with the following: The unit contract price per acre or lump sum for “Clearing and Grubbing” shall be full pay for all work described in this section including “Roadside Cleanup”. If no bid item for “Clearing and Grubbing” or “High Visibility Fence” is included in the proposal, any work described in this section shall be incidental to the project.

Page 90: LIFT STATION NO. 21 REHABILITATION Specifications.pdfA25 1 LS 723-510 Bypass Pumping LUMP SUM A26 1 LS 801-680 Erosion/Water Pollution Control LUMP SUM A27 1 LS 805-510 Lawn and Landscape

D-60

2-02 REMOVAL OF STRUCTURES AND OBSTRUCTIONS

2-02.1 Description

(******)

Supplement this section with the following: The following items plus all materials resulting from incidental work including clearing; grubbing and roadside cleanup shall be removed from the job site, disposed of in a waste site or when noted on the plans, delivered to the City. This work consists of but shall not be limited to the following items: Concrete Meter Boxes Curb and Gutter Water Valves and Fittings Catch Basins Manholes Water Pipe Valve Boxes Dumpster Enclosure Block Wall Concrete pads Electrical Panel RPBA Hydrant Valves Wetwell Enclosure The Contractor shall notify property owners/residents prior to all grading, clearing, and fence removal on newly acquired right-of-way a minimum of 3 days before any work. The Contractor shall provide the temporary fencing immediately upon removal of the existing fence and will maintain the temporary fence until construction is complete.

2-02.2 Video

(July 17, 2012 Lacey GSP)

Add the following new section: The Contractor shall provide pre-construction video of the existing conditions for the construction area including all easements, streets, alleys, and driveways within the project area. Further, video shall include existing drainage, driveways, sidewalks, and other frontage improvements. The Contractor shall also provide pre-construction video of the existing conditions of each face of an existing structure (houses, garages, sheds, fences, etc.), within 30 feet of the construction area. The Contractor shall provide a copy of the video, in high definition DVD format, to the City prior to any construction. All costs for providing and furnishing the pre-construction video shall be considered incidental to the Project and no other payment will be allowed.

2-02.3 Construction Requirements

(***** Lacey)

Supplement this section with the following:

Page 91: LIFT STATION NO. 21 REHABILITATION Specifications.pdfA25 1 LS 723-510 Bypass Pumping LUMP SUM A26 1 LS 801-680 Erosion/Water Pollution Control LUMP SUM A27 1 LS 805-510 Lawn and Landscape

D-61

Unless otherwise noted, catch basins and manholes shall be removed entirely. Where shown on the plans, catch basins, manholes, and inlets may be removed to a point 5 feet below the subgrade and the cavity filled with gravel borrow compacted to 95% of maximum density. Where existing pipe is to be abandoned, the Contractor shall seal the pipe with commercial concrete. The removal of an existing hydrant assembly shall consist of turning off the gate valve, removing the existing hydrant assembly, valve box and anything else that is within 2’ of the finished grade. Cap or plug the existing valve after the existing hydrant assembly has been removed. The Contractor shall return the existing fire hydrant assembly to the City. If the existing hydrant is damaged due to the Contractor’s negligence, the Contractor shall replace the hydrant with a new hydrant. Electrical panel, radio, hydrant, RPBA, junction box shall be salvaged and delivered to the City of Lacey Shop located at 1200 College St. S.E. The Contractor shall use due care and caution during removal and transportation of the salvaged material so that no damage occurs to the salvaged material. Any damage caused by the Contractor shall be deducted from the amount due.

2-02.3(3) Removal of Pavement, Sidewalks, Curbs, and Gutters

(******)

Supplement this section with the following: In removing pavement, sidewalks, and curbs, the Contractor shall:

1. Mark all cut lines in the field and have the Engineer approve them prior to commencing cutting operations. The Engineer reserves the right to adjust removal to the nearest construction joint.

2. Make a vertical saw cut between any existing pavement, sidewalk, or curb that is to

remain and the portion to be removed.

3. All sawcuts shall be continuous and made with saws designed specifically for this purpose; no skip cutting, wheel cutting, or jack hammering will be allowed unless given prior approval by the Engineer.

4. Replace at no expense to the Contracting Agency any pavement designated to remain that

is damaged during the removal of other pavement. All damaged sidewalks and curbs shall be replaced to the nearest existing joint.

5. Haul all broken–up pieces of pavement, sidewalks, and curbs to an off-project disposal

site. All transitions to existing asphalt or cement concrete driveways, parking lots, curb and gutter and walkways shall be vertically sawcut full-depth with straight, uniform edges. Existing asphalt pavement roadway edge may be cut with a wheel, provided the wheel cut is full depth and no damage occurs to the pavement which is to remain. Neither impact tools nor pavement breakers may be used for trench crossing of existing pavement. Trench crossing of existing pavement shall be vertically sawcut.

Page 92: LIFT STATION NO. 21 REHABILITATION Specifications.pdfA25 1 LS 723-510 Bypass Pumping LUMP SUM A26 1 LS 801-680 Erosion/Water Pollution Control LUMP SUM A27 1 LS 805-510 Lawn and Landscape

D-62

When sawcutting the existing roadway is needed to widen the road to perform excavation, the Contractor shall take extra precaution to make a neat, uniform cut, and shall sawcut pavement to full depth, regardless of number of passes necessary. Compaction of asphalt near the sawcut is critical and a vertical, neat line sawcut is required. If in the opinion of the Engineer, the cut is not satisfactory due to Contractor’s workmanship or equipment, or if the sawcut becomes damaged and irregular, the Contractor shall fix the problem to the satisfaction of the Engineer, at Contractor’s own expense. Existing asphalt pavement shall be expected to have a 12 inch thickness. Pacific Avenue has an additional 12 inch cement concrete pavement below the asphalt. No additional compensation for saw cutting shall be considered unless the depth of the total pavement is greater than 24 inches. If a remnant of a concrete panel remains, the panel shall be removed as directed by the Engineer utilizing Unsuitable Foundation Excavation Incl. Haul. The Contractor may grind the existing pavement in lieu of excavation and haul. Spoils from grinding can be stockpiled and used and paid for per sections 4-04.3(12), 4-04.4 and 4-04.5. If the Contractor elects to grind and stockpile the existing pavement, all costs and expenses necessary to furnish all labor, equipment, tools and materials shall be incidental to other bid items and no additional compensation will be allowed.

2-02.5 Payment

(March 18, 2015 Lacey)

Delete this section and replace with the following: “Removal of Structures and Obstructions”, lump sum. The lump sum contract price for these bid items shall be full compensation for all labor, equipment and materials necessary to complete the requirements of this section.

2-03 ROADWAY EXCAVATION AND EMBANKMENT

2-03.3(7)C Contractor-Provided Disposal Site

(October 16, 2009 Lacey GSP)

Supplement this section with the following: The Contracting Agency has not provided a waste site for disposal of excess materials and debris.

2-03.3(14)D Compaction and Moisture Control Tests

(October 16, 2016 Lacey GSP Option A)

Supplement this section with the following: The Contractor shall be responsible for scheduling and coordinating with the City’s testing laboratory. No adjustment to the contract price or time for delays will be made if the contractor fails to schedule the needed testing.

2-03.3(14)D Compaction and Moisture Control Tests

(October 29, 2010 Lacey GSP Option B)

Page 93: LIFT STATION NO. 21 REHABILITATION Specifications.pdfA25 1 LS 723-510 Bypass Pumping LUMP SUM A26 1 LS 801-680 Erosion/Water Pollution Control LUMP SUM A27 1 LS 805-510 Lawn and Landscape

D-63

Supplement this section with the following: The Contractor shall be required to provide the services of a testing laboratory approved by the City to conduct density tests to ensure compliance with these Specifications. The Contractor shall provide for one density test for backfill for each 500 linear feet of trench length (utility line installed). In addition, the Contractor shall provide for one density test for every 600 square yards of subgrade and crushed surfacing placed. Locations and timing of the compaction tests will be determined by the Engineer. In addition, any other areas may be tested at the City’s expense. All costs for furnishing the services of an approved testing laboratory to conduct density testing and material certification shall be borne by the Contractor and merged into the various prices bid. Compaction test reports shall be mailed directly from the testing laboratory to the City of Lacey Public Works Department.

2-05 TRENCH SAFETY SYSTEM (October 16, 2009 Lacey GSP)

Add the following new section:

2-05.1 Description

This work consists of furnishing, utilizing, moving, and maintaining a trench safety system.

2-05.3 Construction Requirements

The Contractor shall comply with all applicable state laws, OSHA, WISHA requirements, and Department of Labor and Industries regulations governing trench excavation and pipe laying. If extra excavation is used in lieu of, or in addition to shoring, cribbing, trench shields, or trench boxes, and select backfill material is required in the trench zone, then select backfill shall be used in the extra excavation zone.

2-05.4 Measurement

Trench safety system shall be paid for per lump sum regardless of the type, size and quantity used.

2-05.5 Payment

The lump sum contract price for “Trench Safety System” shall be full compensation for all labor, tools, equipment, and materials necessary to comply with the requirements stated above.

2-07 WATERING

2-07.3 Construction Requirements

(October 16, 2009 Lacey GSP)

Supplement this section with the following:

Page 94: LIFT STATION NO. 21 REHABILITATION Specifications.pdfA25 1 LS 723-510 Bypass Pumping LUMP SUM A26 1 LS 801-680 Erosion/Water Pollution Control LUMP SUM A27 1 LS 805-510 Lawn and Landscape

D-64

If the Contractor anticipates the use of City water, the Contractor shall apply for a water meter through the City of Lacey. Any damage rendered to the meter shall be repaired or replaced by the Contracting Agency and those costs deducted from monies due to the Contractor. All water used shall be metered and used sparingly for the entire length of the project. The Contractor will not be charged for water used on the project. The Contractor shall use the water to keep the project site clean and to control dust during and after construction hours as determined by the Engineer.

2-07.4 Measurement

(October 16, 2009 Lacey GSP)

Delete and replace this section with the following: The Contractor shall apply for a construction meter through the Contracting Agency. All water used shall be measured with the Contracting Agency supplied meter.

2-07.5 Payment

(October 16, 2014 Lacey GSP)

Delete and replace this section with the following: The Contractor will not be charged for water used on this project. A construction meter will also be provided free of charge. Any costs to repair meters damaged by the Contractor shall be recovered from monies due the Contractor. All costs to supply tank trucks, and apply water as directed by the Engineer shall be considered incidental to the project and no other payment will be allowed.

2-09 STRUCTURE EXCAVATION

2-09.3(1)E Backfilling

(October 16, 2009 Lacey GSP)

Modify this section with the following: Controlled Density Fill shall meet the following requirements: 1750# Sand, 1750# Pea Gravel, 230# Water, 141# Portland Cement, 6 ounces Water Reducing Agent per 100 lbs. cement. The Controlled Density Fill will require 24 hours of cure time, or as directed by the Engineer. Prior to backfill, all appurtenances shall be covered with 11 mill plastic as directed by the Engineer. The Contractor shall have a steel plate cover placed and anchored over the trench until the Engineer determines the mixture is sufficiently cured, so that a temporary or permanent patch can be placed. This process shall be coordinated so that there will be minimum inconvenience to the public.

2-09.5 Payment

(October 16, 2009 Lacey GSP)

Page 95: LIFT STATION NO. 21 REHABILITATION Specifications.pdfA25 1 LS 723-510 Bypass Pumping LUMP SUM A26 1 LS 801-680 Erosion/Water Pollution Control LUMP SUM A27 1 LS 805-510 Lawn and Landscape

D-65

Modify this section with the following: Structure Excavation Including Haul, and Shoring or Extra Excavation shall be incidental to the structure to be constructed unless a bid item is provided.

2-14.3 Construction Requirements

Excavations must be kept free of water. The Contractor must control surface run-off and groundwater so as to prevent entry or collection of water in excavations and to maintain the undisturbed state of the native subgrade. The Contractor must submit the method and installation of the dewatering system to the Engineer at least 30 days prior to installation of dewatering systems. Disposal of the water must not cause injury to public or private property, or nuisance to the public. Sufficient pumping and power equipment in good working condition must be available at all times for all emergencies, including power outage. Competent personnel must be available at all times for the operation of the dewatering system. Water discharge must comply with required permits from the City of Lacey and/or Thurston County, state and federal agencies as appropriate, and be conducted per Section 8-01.

2-14.5 Payment

Payment for “Dewatering” shall be included in the lump sum price for “Lift Station” per 7-22.5.

7-05 MANHOLES, INLETS, CATCH BASINS, AND DRYWELLS

7-05.3(1)D Raise Catch Basin to Grade

(****** Lacey)

Section 7-05.3(1)D is added with the following: Where shown on the plans or as directed by the Engineer, existing catch basins shall be raised to the grade as staked or as directed by the Engineer. Further, the Contractor shall re-use the existing catch basin and install concrete riser sections. The finished installation shall conform to the plans. No wood adjustment of any kind will be allowed.

7-05.3(8) Manhole Treatment

(October 30, 2018 Lacey)

Section 7-05.3(8) is added with the following: The manhole shall be thoroughly pressure washed using a minimum of 3,000 psi in preparation for the application to remove any dirt, debris, or loose material. All manhole joints and pipe penetrations shall be watertight to prevent infiltration or ex-filtration prior to application of the product. Final surface preparation shall be in accordance with the coating manufacturer’s recommendations.

Page 96: LIFT STATION NO. 21 REHABILITATION Specifications.pdfA25 1 LS 723-510 Bypass Pumping LUMP SUM A26 1 LS 801-680 Erosion/Water Pollution Control LUMP SUM A27 1 LS 805-510 Lawn and Landscape

D-66

Manhole treatment shall require that a protective coating be applied to completely and uniformly cover the manhole floor, interior wall, and underside of lid at the thickness indicated by the manufacturer. Finished surface shall be smooth. All joints and penetrations shall be water tight prior to application of the product. The product shall be installed in accordance with the manufacturer’s instructions by a factory certified applicator. The Contractor shall be responsible to provide confined space entry for the coating inspector. The City shall be responsible to pay for the services of an independent NACE certified coatings inspector for the following:

1. Inspect and perform testing of all the surface preparation prior to the application of coatings.

2. Inspect and perform testing of coatings in the wetwell. 3. Provide a written report to the Owner after testing is completed. The contractor is

responsible to correct all deficiencies noted in the report. The coating material shall be 125 mils Raven 405 and primer per manufacturers recommendations by Raven Lining Systems, 250 mils SprayWall by SprayRoq Protective Lining Systems or 1” of SewperCoat PG by Kerneos Inc. A complete liner system as manufactured by Predl Systems may be substituted where approved by the engineer. Complete liner systems shall include the base, riser sections, cone section, and telescopic lid liner. All joints shall be sealed and welded per the manufacture’s recommendations.

7-05.4 Measurement

(October 30, 2018 Lacey)

Supplement this section with the following: “Manhole Treatment” will be measured per each.

7-05.5 Payment

(October 30, 2018 Lacey)

Supplement this section with the following: The unit contract price per each for manholes and catch basins shall be full pay for furnishing all labor, tools, equipment, and materials required to place the structure including excavation, haul, backfill, testing, and all accessories, such as rings, covers, grates, steps, grate inlets, trash racks, beehive grates and debris cages, removable silt trap tees, GU liners, inside drops, outside drops and all other items needed to install the manhole complete in place in accordance with the plans and these specifications in conformity with the lines and grades staked. Payment for “Raise Catch Basin to Grade” shall be included in the lump sum price for “Lift Station per 7-22.5. “Manhole Treatment,” per each. The unit contract price per each for “Manhole Treatment” shall be full pay for furnishing all labor, tools, equipment, and materials required to prepare and coat the manhole as required by these specifications and the manufacturer. The unit cost per each shall also include confined space entry for the coating inspector.

Page 97: LIFT STATION NO. 21 REHABILITATION Specifications.pdfA25 1 LS 723-510 Bypass Pumping LUMP SUM A26 1 LS 801-680 Erosion/Water Pollution Control LUMP SUM A27 1 LS 805-510 Lawn and Landscape

D-67

7-08 GENERAL PIPE INSTALLATION REQUIREMENTS

7-08.1 Description

(December 31, 2014 Lacey GSP)

This section is revised to read: This work includes installing sanitary sewers, and water mains. The contractor shall also follow Section 7-09 or 7-17 as it applies to the specific kind of Work.

7-08.2 Materials

(October 16, 2009 Lacey GSP)

Supplement this section with the following: Bank Run Gravel for Trench Backfill shall be in accordance with Section 9-03.19. Controlled Density Fill shall be in accordance with Section 2-09.3(1)E. Imported Pipe Bedding shall be in accordance with Section 9-03.16.

7-08.3 Construction Requirements

7-08.3(1) Excavation and Preparation of Trench

(October 30, 2018 Lacey GSP)

Supplement this section with the following: The contractor shall locate and preserve all existing utilities per RCW 19.122. Utility locations shown on the plans depict the physical features that were visible at the time of the survey. The City of Lacey is not responsible for the location of underground utilities that are marked or not marked in the field by other utility providers. Utility service laterals are not typically shown on plans or locatable and the contractor shall anticipate such services. The City will locate the meters and the mains. For service laterals, pursuant to RCW 19.122.030, the City will indicate a presence of an un-locatable service lateral and if requested can meet with the contractor or provide copies of available records. The Contractor shall have a crimping tool available during excavation to crimp any broken water services. Before commencing work, the contractor shall coordinate with One-Call services to determine the location of all utilities. The Contractor shall pothole all apparent conflicts between existing utilities and proposed construction as approved by the Engineer. The Contractor shall notify Engineer of location and approximate time to complete prior to potholing. The Contractor shall notify the Engineer of any conflicts with the existing utilities and proposed work at least 3 days prior to proceeding with work. Potholing of the utilities shall be completed a minimum distance of 300 feet in front of pipe laying operations. No adjustment to the contract price or time will be made if the contractor fails to follow this specification. Potholing for Utility Crossings and Connections shall be performed by the Contractor using vacuum excavation truck or other device approved by the Engineer. If the Contractor potholes prior to approval no compensation shall be made for the potholing.

Page 98: LIFT STATION NO. 21 REHABILITATION Specifications.pdfA25 1 LS 723-510 Bypass Pumping LUMP SUM A26 1 LS 801-680 Erosion/Water Pollution Control LUMP SUM A27 1 LS 805-510 Lawn and Landscape

D-68

The Contractor shall deflect pressurized pipe at the joints no greater than the maximum allowable deflection as determined by the pipe or fitting manufacturer to avoid conflicts with crossing utilities. Vertical bends and vertical thrust blocking shall be avoided by deflecting pipe either upwards or downwards prior to the utility crossing.

7-08.3(1)A Trenches

(December 31, 2014 Lacey GSP)

Section 7-08.3(1)A is supplemented with the following to the fourth paragraph: All material excavated from trenches shall not be piled on the roadway.

7-08.3(1)C Bedding the Pipe

(February 25, 2015 Lacey GSP)

Section 7-08.3(1)C is supplemented with the following If native material meets the requirements of 7-08.2 the Contractor shall use all suitable native material prior to using imported pipe bedding or bank run gravel. All material shall be approved by the Engineer prior to placement. If the Contractor places imported material prior to approval, no compensation shall be made for the imported material.

7-08.3(3) Backfilling

(October 30, 2018 Lacey GSP)

Supplement this section with the following: For backfilling trenches for longitudinal runs of pipe, the Contractor shall use all suitable native material prior to using bank run gravel and/or controlled density fill. All native backfill material shall be approved by the Engineer prior to placement. If the Contractor places imported material prior to approval, no compensation shall be made for the imported material. All backfill material shall be compacted and tested according to Section 2-03.3(14)D. For transverse runs of pipe including the service lines within the roadway prism, the Contractor shall use controlled density fill unless approved otherwise by the Engineer. All native material shall be excavated, hauled and disposed of offsite. All exceptions shall be approved by the Engineer. At the end of each workday, the Contractor shall install a lift of temporary asphalt cold mix on top of the trench backfill, flush with the existing pavement. No trench excavation shall be exposed to traffic without a temporary asphalt cold mix sealing the existing pavement surface. If approved by the Engineer, the Contractor may choose to use HMA for Pavement Repair Cl. ½” PG 58H-22 for permanent pavement repair if a bid item for this work has been included in the Proposal. All costs associated with providing and removal of temporary asphalt cold mix shall be incidental to the bid item for the pipe being installed and no other compensation will be allowed.

7-08.3(3)B Steel Plating for Pipe Trench

(February 25, 2015 Lacey GSP)

Section 7-08.3(3)B is added with the following:

Page 99: LIFT STATION NO. 21 REHABILITATION Specifications.pdfA25 1 LS 723-510 Bypass Pumping LUMP SUM A26 1 LS 801-680 Erosion/Water Pollution Control LUMP SUM A27 1 LS 805-510 Lawn and Landscape

D-69

The Contractor shall install steel plating over the trench per the plans to allow for CDF to fully cure and allow vehicle traffic to pass during non-working hours. The steel plating shall remain complete over the trench until the pavement repair is complete. This process shall be coordinated so that there will be minimum inconvenience to the public. All costs for all labor, materials, and equipment to furnish, place, assemble, install, maintain and remove the steel plates and associated materials shall be included in the unit contract price per foot of pipe installed and no additional compensation shall be allowed.

7-08.3(6) Water Main/Sanitary Sewer Service Crossings

(February 25, 2015 Lacey)

Add the following new section: Notify the Engineer if the waterline is less than 18 inches above sanitary sewer. The minimum cover as shown on the plans may be reduced as approved by the Engineer to maintain minimum vertical separation. The Contractor shall install the longest standard length of water pipe so that the joints will fall an equal distance from any sewer crossing. In some cases where minimum separation cannot be maintained, it may be necessary to encase the water main as directed by the Engineer. No concrete shall be installed unless specifically directed by the Engineer. Costs to cut and place water pipe as specified shall be incidental to the water pipe line and no other pay will be allowed.

7-08.3(7) Connections to Existing Mains

(October 30, 2018 Lacey)

Add the following new section: The Contractor shall be responsible for determining the scope of work for connection to existing mains. It shall be the Contractor's responsibility to field verify the location and depth of the existing main and the fittings required in accordance with 7-08.3(1) to make the connections to the existing mains including any pipe abandonment associated with the connections to existing mains. Connect to existing mains shall be completed in cooperation with the engineer in order to minimize disruption of service to the residents. All taps shall be a minimum of 36” away from the bell joint unless otherwise approved by the engineer. Temporary blow-off assembly required for temporary or permanent release of air, chlorination or flushing purposes shall be provided by the Contractor as a part of the connection to existing main. In the case of a live tap connection no payment shall be made for the bid item, "Connect to Existing Water Main". The Contractor shall include all costs associated with live taps under "_____ Inch Tapping Valve With Tapping Sleeve" pay items. Payment for "Connect to Existing _______" will only be paid for the locations and quantities called out on the plans or as directed by the Engineer. For purposes of payment, there will be no distinction made for the difficulty of connecting to the existing main or the quantity of connecting pipes or other materials needed.

Page 100: LIFT STATION NO. 21 REHABILITATION Specifications.pdfA25 1 LS 723-510 Bypass Pumping LUMP SUM A26 1 LS 801-680 Erosion/Water Pollution Control LUMP SUM A27 1 LS 805-510 Lawn and Landscape

D-70

7-08.3(8) Detectable Marking Tape

(January 4, 2016 Lacey)

Add the following new section: All pipeline installed under this contract will be identified by a continuous color coded tracer marker. For pressure lines it shall be buried 12 inches to 18 inches below finished grade, and for sewer lines it shall be buried 24 inches to 30 inches below finished grade. The marker shall be imprinted every 30 to 40 inches in permanent black ink indicating the type of line buried below and shall also have the word “Caution” prominently shown. The tracer marker shall be plastic non-biodegradable and have a metallic core or backing which can be detected by a standard metal detector. In addition to the detectable marking tape, a U.S.E coated 12 gauge tracer wire shall be taped to all mains and service lines. The wire shall be brought up and tied to all valves and meter boxes. The tracer wire shall be looped up into all valve boxes per the plans. A low voltage grease-type splice kits, or better shall be used on all tracer wire connection points. After the wire nut is used to connect the wire together an overhand knot shall be tied just outside the connection to prevent it from coming apart. All service and mainline tracer wires shall be properly connected. A tracer wire magnesium anode shall be installed at all dead ends of the tracer / locate system. On long stretches of pipe anodes may be required at a minimum spacing of 1000’. The anode type shall be Copperhead Anode Part# ANO-14, 1.5# x 1.315”Dx18.5”L or approved equal. When connecting a new main or a new service to an existing main, the new tracer wire shall be connected to the existing tracer wire if available. Special high strength locate wire may be required for directional drilling where the wire is allowed to be pulled in with the pipe or conduit. High strength wire shall be Neptco Trace-Safe 1800 lb. strength or approved equal and shall be connected with the wire manufacturer’s connections. Continuity or locate testing of the wire will be done by the City. The contractor shall give 72 hours notice for continuity testing by the City. The testing shall be conducted prior to paving or final restoration of landscape areas. The locating device will be connected to the tracer wire at any or all Gate Valves and Services and tracer wire shall transmit an acceptable signal strength as determined by the City for a minimum of 300 feet. Contractor will locate and repair any failed connections. The wire shall be furnished and installed by the Contractor. Color coding of tape and wire shall be as follows:

a) Water – Blue b) Sewer – Green c) Reclaimed – Purple d) Electrical conduits – Red e) Communication Conduits - Orange

Installation of the pipeline tracer marker and 12 gauge coated copper wire is considered incidental to the construction of the pipe and conduits and no other compensation will be allowed.

7-08.3(9) Concrete Thrust Blocking

(February 25, 2015 Lacey)

Page 101: LIFT STATION NO. 21 REHABILITATION Specifications.pdfA25 1 LS 723-510 Bypass Pumping LUMP SUM A26 1 LS 801-680 Erosion/Water Pollution Control LUMP SUM A27 1 LS 805-510 Lawn and Landscape

D-71

Add the following new section: Install thrust blocking at bends, tees, dead ends, and crosses and as shown in the plans and as directed by the Engineer. Thrust Blocking shall be commercial concrete poured against undisturbed earth. An 11 mil plastic barrier shall be placed between all thrust blocks and fittings. The calculations for thrust blocking are as follows: Thrust at fittings in pounds at 225 pounds per square inch of water pressure.

Pipe Diameter

90 Bend

45 Bend

22-1/2 Bend

11-1/4 Bend

Dead End or Tee

4” 3,600 2,000 1,000 500 2,600

6” 8,000 4,400 2,300 1,200 5,700

8” 14,300 7,700 4,000 2,000 10,100

10” 22,300 12,100 6,200 3,100 15,800

12” 32,000 17,400 8,900 4,500 22,700

14” 43,600 23,600 12,100 6,100 30,800

16” 57,000 30,800 15,700 7,900 40,300

18” 72,000 39,000 19,900 10,000 51,000

SAFE SOIL BEARING LOADS:

Soil Pounds per Square Foot Muck, Peat 0,000 Soft clay 1,000 Sand 2,000 Sand and gravel 3,000 Sand and gravel cemented with clay 4,000

Ecology blocks may be used for thrust blocking if approved by the Engineer. Installation of thrust blocking is considered incidental to the construction of the pipe and no other compensation will be allowed.

7-08.4 Measurement

(October 30, 2018 Lacey)

Supplement this section with the following: “Imported Pipe Bedding” will be measured per ton. “Bank Run Gravel for Trench Backfill” will be measured per ton. “Utility Potholing”, will be measured per hour. “Pipe Abandonment” will be measured per each, for each section called out on the Plans. “Controlled Density Fill” will be measured by the cubic yard for the quantity of material placed. “Connect to Existing Water Main” will be measured per each location called out in the plans. “Connect to Existing Sanitary Sewer Force Main” will be measured per each location called out in the plans.

7-08.5 Payment

(October 30, 2018 Lacey)

Page 102: LIFT STATION NO. 21 REHABILITATION Specifications.pdfA25 1 LS 723-510 Bypass Pumping LUMP SUM A26 1 LS 801-680 Erosion/Water Pollution Control LUMP SUM A27 1 LS 805-510 Lawn and Landscape

D-72

Supplement this section with the following: “Bank Run Gravel for Trench Backfill” per ton and “Imported Pipe Bedding” per ton. The unit contract price per ton for "Bank Run Gravel for Trench Backfill" and “Imported Pipe Bedding” shall be full compensation for all labor, material and equipment to furnish, place and compact the backfill. Native material used for backfill shall be considered incidental to the pipe installation and no additional compensation shall be allowed. Payment shall be based on actual amount of imported bedding or bank run gravel for trench backfill used. The Engineer reserves the right to adjust the bid proposal quantity as required. There will be no additional compensation made for the removal and wasting of trench excavation that is unsuitable for backfill. If no bid item for “Bank Run Gravel for Trench Backfill” or “Imported Pipe Bedding” is included, any work described in these sections shall be included in the unit contract price per foot of pipe installed and no additional compensation shall be allowed. “Utility Potholing”, per hour shall be full compensation for all labor, material and equipment necessary to excavate, backfill, and restore the utility location(s) required by the Engineer and determine its vertical and horizontal location. Utility potholing will only be paid for work approved by the Engineer in advance. If no bid item for “Utility Potholing” is included, any work described in this section shall be incidental to the project. “Pipe Abandonment”, per each. The unit contract price per each for “Pipe Abandonment” shall be full pay for providing all labor, tools, equipment and materials necessary to abandon the specified piping including the plug material. If no bid item for “Pipe Abandonment” is included, any work described in this section shall be incidental to the project. “Controlled Density Fill”, per cubic yard. If no bid item for “Controlled Density Fill” is included, any work described in this section shall be incidental to the project. “Connect to Existing Water Main”, per each. The unit contract price for "Connect to Existing Water Main" shall be full pay for providing all labor, tools, equipment, and materials necessary to connect to the existing main. For purposes of payment, there will be no distinction made for the difficulty of connecting to the existing main or the quantity of connecting pipes or other materials needed. If no such item exists all costs shall be incidental to the project and no additional compensation shall be allowed. “Connect to Existing Sanitary Sewer Force Main”, per each. The unit contract price for “Connect to Existing Force Main” shall be full pay for providing all labor, tools, equipment, and materials necessary to connect to the existing force main. For purposes of payment, there will be no distinction made for the difficulty of connecting to the existing main or the quantity of connecting pipes or other materials needed. If no such item exists all costs shall be incidental to the project and no additional compensation shall be allowed.

Page 103: LIFT STATION NO. 21 REHABILITATION Specifications.pdfA25 1 LS 723-510 Bypass Pumping LUMP SUM A26 1 LS 801-680 Erosion/Water Pollution Control LUMP SUM A27 1 LS 805-510 Lawn and Landscape

D-73

7-09 WATER MAINS

7-09.1 Description

(January 3, 2017 Lacey)

Supplement this section with the following: Various transition couplings, flanged coupling adapters, transition couplings with follower flanges and gaskets, and other miscellaneous couplings and fittings may be required for performance under this project. It shall be the Contractor's responsibility to determine what specific couplings, adapters, and fittings that will be used to make connections shown on the plans. The Engineer has shown specific existing material types, and nominal sizes using the best information available. The Engineer has not determined the specific dimensions of existing materials. The Contractor shall submit a sketch showing configuration and materials of the proposed connection for review and approval. Where vertical bends or pipe ends are required, the pipe and fittings shall be restrained on each side of the bend for a distance as recommended by the manufacturer.

7-09.2 Materials

(April 2, 2018 Lacey)

Supplement this section with the following: All pipe for water mains shall have flexible gasket joints and shall comply with one of the following two types unless otherwise specified on the plans: Ductile iron pipe conforming to AWWA C 151 Standard Thickness Class 52 and have a cement mortar lining conforming to AWWA C 104. All pipes shall be joined using non-restrained joints that shall be rubber gaskets, push on type or mechanical joint, conforming to AWWA C 111. PVC C900 pipe conforming to the latest revision of the following specifications, blue or white PVC Compound ASTM D1784 Class 12454B, Gasket ASTM F477, Manufacturing ASTM D2241. Pipe shall be certified NSF and meet requirements of Dimension Ratio 14. All pipe, 12 inches or larger in diameter shall be ductile iron pipe unless PVC is approved by the Engineer. Where restrained joint pipe is specifically identified on the plans, Ductile iron pipe, use restrained joint pipe with “Field Lok” type gaskets rated to 350 p.s.i and tested in accordance with ANSI/AWWA C111/A21.11, TR Flex as furnished by U.S. Pipe , Piranha as furnished by Romac, or Gripper Gasket LLC. PVC pipe 10 inches or less in diameter, use PVC C900/RJ Restrained Joint Pipe Certa-Lok by CertainTeed Corporation, Eagle Loc 900 by JM Eagle or Diamond Lok-21 by Diamond Plastics. The plastic pipe shall conform to the latest revision of the following specifications, PVC Compound ASTM D1784 Class 12454, Gasket ASTM F477, Manufacturing ASTM D2241. Pipe shall be certified NSF and meet requirements of Dimension Ratio 14.

Page 104: LIFT STATION NO. 21 REHABILITATION Specifications.pdfA25 1 LS 723-510 Bypass Pumping LUMP SUM A26 1 LS 801-680 Erosion/Water Pollution Control LUMP SUM A27 1 LS 805-510 Lawn and Landscape

D-74

PVC pipe larger than 10 inches in diameter, the pipe shall be restrained using bell joint restraint devices that have a working pressure of at least 200 psi with a minimum safety factor of 2:1 and shall be EBAA Iron, Inc., MEGALUG series 2800, Uni-Flange Series 1390, Romac Industries, Inc., U.S. Gripper, or approved equal. PE Pipe: All 2 inch and smaller diameter pipe shall be NSF Approved, PE3408 blue polyethylene pipe manufactured from virgin materials. Pipe shall meet the following specifications: • ANSI/AWWA C901 • ASTM D1248, ASTM D 3350, ASTM D 2239, ASTM D 3035 and ASTM D 2737, • Pressure Class 200, SIDR - 7(Standard Inside Dimension Ration-Pressure Rated), • Cell classification 345464C, Pipe shall be manufactured by Interstate Plastics, Philips Driscopipe, Eagle Pacific, Superlon Plastics, U.S. Poly or approved equal. All fittings for ductile iron pipe or PVC pipe shall be ductile iron compact fittings conforming to AWWA C 153 or conforming to AWWA C 110 and C 111. All shall be cement mortar lined conforming to AWWA C 104. Plain end fittings shall be ductile iron if mechanical joint retainer glands are installed on the plain ends. All fittings shall be flanged or mechanical joint. Fittings with restrained joints shall be mechanical joint fittings with a mechanical joint restraint device. The mechanical joint restraint device shall have a working pressure of at least 250 psi with a minimum safety factor of 2:1 and shall be EBAA Iron, Inc., MEGALUG, Ford Uni-Flange Series 1400, Romac Industries, Inc., U.S. Gripper, or approved equal. All pipe shall be new and in good condition with no visible signs of UV damage, fading or other defects.

7-09.3(19)B Maintaining Service

(December 31, 2014 Lacey)

Supplement this section with the following: Where existing water services must be interrupted, the Contractor shall notify the Engineer as to the date, time and duration of the interruption, a minimum of 72 hours (3 working days) prior to the interruption. The Contractor shall field verify pipe diameter and fittings prior to requesting a service interruption. The City will notify customers involved or affected by the water service interruption. The Contractor shall make every effort to schedule water main construction with a minimum interruption of water service. Water service cannot be interrupted before 9:00 am.

7-09.3(19)D Asbestos Cement Water Main

(April 30, 2015 Lacey)

Add the following new section: Cutting, tapping, connecting to, or abandoning an Asbestos Cement Water Main shall be in accordance with the rules and regulations set forth by the Washington State Department of Labor and Industries, and as directed by the Engineer. All costs of complying with current regulations shall be included in the unit contract price for “Connect to Existing Water Main”, “Pipe Abandonment”, and “_____ Inch Tapping Valve With Tapping Sleeve” as applicable. Remove Asbestos Cement Water Pipe

Page 105: LIFT STATION NO. 21 REHABILITATION Specifications.pdfA25 1 LS 723-510 Bypass Pumping LUMP SUM A26 1 LS 801-680 Erosion/Water Pollution Control LUMP SUM A27 1 LS 805-510 Lawn and Landscape

D-75

The Contractor shall remove asbestos cement water pipe from the site as shown in the Plans. Costs for removal of any fittings and appurtenances attached to the AC pipe shall be incidental to the pay item “Remove Asbestos Cement Water Pipe”. State certified hazardous removal specialists or sub-contractor must be hired to perform the removal. The Contractor shall notify Department of Labor and Industries and the Olympic Air Pollution Control Authority and acquire all required permits, and shall coordinate with the Engineer, prior to beginning the removal work. It shall be the Contractor’s responsibility to furnish all necessary safety equipment and protective clothing and to protect the adjacent environment in accordance with applicable environmental and safety laws and regulations. Removed pipe, conduits and debris shall be properly handled, transported, and disposed. The Contractor shall submit to the Engineer documentation from certified hazard disposal site showing the chain of custody where asbestos cement pipe is disposed. Abandon Asbestos Cement Water Pipe Asbestos Cement Pipe with less than 4 feet of cover from finished grade or where shown on the plans or as directed by the Engineer shall be abandoned in-place per 7-08.3(5). Asbestos Handling and Disposal Prior to performance of any contract work, the Contractor shall obtain all permits from, and provide notification to, the Washington State Department of Labor and Industries, the U.S. EPA, the local air pollution control agency, and other permitting and regulatory agencies with jurisdiction over the work involving asbestos as the law requires. Prior to commencing asbestos related work, the Contractor shall provide the Engineer with written verification of approvals and notifications that have been given and/or obtained from the required jurisdictional agencies, and the Contractor’s schedule for all work involving asbestos removal. The schedule shall include the sequencing and scheduling of asbestos related work, and coordination with subcontractors. The Contractor shall notify the Engineer when all approvals have been received and notifications have been made, as required by the agencies involved. The Contractor shall ensure the safety of all workers, visitors to the site, and the general public in accordance with all applicable laws, rules, and regulations. The Contractor shall designate a Washington State Certified Asbestos Supervisor (CAS) to personally supervise the asbestos removal and to ensure that the handling and removal of asbestos is accomplished by certified asbestos workers, pursuant to Washington State Department of Labor and Industries standards. The Contractor shall ensure that the removal and disposal of asbestos meets the requirements of EPA regulation 40 CFR Part 61, local health department regulations, and all other applicable regulations.

7-09.3(24) Disinfection of Water Mains

(April 2, 2018 Lacey)

Modify this section with the following: The Contractor shall provide extra safeguards to prevent contamination, rocks, sand or foreign matter from accumulating in the pipe. Unless otherwise approved by the Engineer, the method for disinfecting water mains shall be by dry Calcium Hypochlorite conforming to ANSI/AWWA B300 and NSF/ANSI 61 as defined in Section 7-09.3(24)D of the WSDOT Standard Specifications and AWWA C651-14 Sec. 4.1.3

Page 106: LIFT STATION NO. 21 REHABILITATION Specifications.pdfA25 1 LS 723-510 Bypass Pumping LUMP SUM A26 1 LS 801-680 Erosion/Water Pollution Control LUMP SUM A27 1 LS 805-510 Lawn and Landscape

D-76

and Sec. 4.3. If adhesives are used to secure chlorine tablets to the pipe interior, they must meet the requirements of NSF/ANSI 61 and AWWA C651-14 Sec. 4.3.3. Pipe and fittings used in connections to existing mains shall be less than one pipe length (generally less than 20 ft), and spray disinfected, swabbed or immersed for disinfection as per AWWA C651-14 Sec. 4.10 and 4.11 (1% chlorine solution). Bacteriological testing shall be done by the City per AWWA C651-14 Sec. 5.1 Option A or B. Option B may not be able to be used if the pressure in the line is too low to allow the sample tap to run continuously for 15 minutes without opening the system valve. Bacteriological testing must be scheduled with the Engineer at least 3 days in advance and cannot be done on Fridays. Results are typically provided within four (4) working days but may take up to (7) working days. If the samples fail to produce acceptable results, the main shall be re-chlorinated by the continuous-feed or slug method until satisfactory results are obtained per AWWA C651-14. The Contractor shall flush the new main. Flushing mains shall require the assistance of City utility personnel and shall be coordinated with the Engineer 3 working days in advance.

7-09.3(24)A Flushing

(December 31, 2014 Lacey)

Modify this section by deleting the first sentence of the fourth paragraph and replacing it with the following: The Contractor shall be responsible for disposal of treated water flushed from mains and shall neutralize the wastewater for protection of aquatic life in the receiving water and their associated surface and ground water tributaries, before disposal into any natural drainage channel, i.e., receiving water, waters of the State, including wetlands.

7-09.5 Payment

(October 30, 2018 Lacey)

Supplement this section with the following: The pay item in quotes is revised to read, “_____ Inch Water Main.” The unit contract price for “_____ Inch Water Main” per linear foot shall be full pay for furnishing all labor, materials, tools and equipment, necessary to install the water main, complete in-place, including but not limited to pipe, couplings, adaptors, crosses, tees, bends, reducers, caps, plugs, restrained joint fittings, bend markers, and other fittings not specifically identified on the plans. Further, all excavation, bedding, backfilling with native material, compacting, temporary patching, formed thrust blocking, testing, flushing, and disinfecting shall also be included in the unit contract price. Items not specifically identified on the plans but necessary to properly install the water main shall be considered incidental to the water main and no other compensation shall be allowed.

7-12 VALVES FOR WATER MAINS

7-12.2 Materials

(April 2, 2018 Lacey)

Page 107: LIFT STATION NO. 21 REHABILITATION Specifications.pdfA25 1 LS 723-510 Bypass Pumping LUMP SUM A26 1 LS 801-680 Erosion/Water Pollution Control LUMP SUM A27 1 LS 805-510 Lawn and Landscape

D-77

Supplement this section with the following: All valves shall be non-rising stem, resilient wedge gate valves conforming to AWWA C515 unless otherwise specified and shall be American AVK, Clow, EJ Flowmaster, Kennedy, M & H, Mueller, Waterous Series 2500. The minimum cover over the valve, measured from the valve operator nut to finished grade, shall be 20 inches. Gate valves 14 inches and larger that are unable to provide 20 inches of cover over the valve shall be factory equipped with a bevel gear actuator for horizontal installation as directed by the engineer. The bevel gear actuator shall be rated for buried installations. Butterfly valves shall meet all the requirements of AWWA C504 Class 150B and shall be Allis Chalmers, Kennedy, Linseal III, M&H, Mueller, Pratt Groundhog. Valves shall be bolted to the tee and the cross with flanged ends. Joint materials for flanges shall be 1/8 inch thick one piece, cloth inserted rubber gaskets conforming to AWWA C107-78. Bolts for all flanged and mechanical joints shall be high strength, low alloy steel bolts only, meeting the current provisions of American National Standard ANSI/AWWA C111/A 21.11 for rubber gasket joints for cast iron or ductile iron pipe and fittings. Valve boxes shall be East Jordan Iron Works #248 or Olympic Foundry VB-950, 6-3/4 inch OD with recessed handle type iron cover marked "LACEY WATER." Tapping sleeves shall be stainless steel with ductile iron flange and shall be Romac "SST" or approved equal. Two inch air and vacuum release valve shall be a two inch ARI D-040. Fiberglass enclosure shall be Vent Guard Model No. AVG1824, Beige in color, manufactured by Hot Box, Inc. (800) 736-0238. An insulation pouch shall be placed over the air release assembly. The 18” x 24” insulation pouch shall be beige in color with the opening on the 18” side, and manufactured by DeKorra Products LLC Valve insertions shall be Romac InsertaValve or Hydra-Stop Insta-Valve Plus and be completed by an experienced installer.

7-12.3(3) Raise Valve Box to Grade

(December 31, 2014 Lacey)

Add the following new section: Where shown on the plans or where directed by the Engineer, existing valve boxes shall be raised to the grade as staked or otherwise designated by the Engineer. The Contractor shall supply and install new valve boxes and covers as part of raising valve boxes to grade. The finished installation shall conform to the detail shown in plans. All new and existing valve boxes located in any unpaved area shall have a concrete pad poured or placed entirely around each valve box. The pad shall be a minimum of 36 inches by 36 inches for each valve box. The concrete shall be commercial concrete or better with a minimum thickness of 8 inches. Maximum distance allowed from edge of iron ring or frame of appurtenance to outside edge of pavement restoration is 18 inches. Patches larger than this or clean misses (e.g. where the Contractor excavates in the new pavement mat and does not find the iron appurtenance to raise)

Page 108: LIFT STATION NO. 21 REHABILITATION Specifications.pdfA25 1 LS 723-510 Bypass Pumping LUMP SUM A26 1 LS 801-680 Erosion/Water Pollution Control LUMP SUM A27 1 LS 805-510 Lawn and Landscape

D-78

shall result in a credit from the Contractor to the City of $1000 for each occurrence. Further, the Contractor shall repair the pavement patch as directed by the Engineer.

7-12.3(4) Valve Insertion

(December 31, 2014 Lacey)

Add the following new section: The valve insertions shall be a Romac InsertaValve or Hydra-Stop Insta-Valve Plus Valve Assembly and Sleeve. Prior to valve insertion, the Contractor shall ensure that there is enough cover over the pipe for a valve box to be installed flush to existing surface. No interruption of water service shall be allowed.

7-12.3(4) Tapping Concrete Cylinder Pipe (CCP)

(December 31, 2014 Lacey)

Add the following new section: The following materials shall be minimally required to perform the tap on the concrete cylinder pipe: • 3/8” steel saddle cylinder cut to radius/curve of pipe to be tapped • 150lb steel flange follower • 3/16” steel collar follower plate • ¼” pipe thread fitting attached to collar follower plate for air test of weld • ¼” pipe plug The following procedure shall be followed when tapping the concrete cylinder pipe: 1. Pre weld 150lb flange collar to square end of 3/8” steel saddle cylinder. 2. Chip away concrete outer layer to expose steel water pipe and steel wire wrap. 3. Tack weld steel wire wrap rods to steel water main pipe prior to cutting and bending back. 4. Clean and mark area for weld. 5. Weld on 3/8” steel saddle with 3 rows of weld. 6. Weld on 3/16” steel follower plate with 3 rows of weld on each seam. 7. Air test weld through ¼” pipe fitting on follower plate 8. Bend back and weld down steel wrap rods to pipe and follower plate evenly. 9. Bolt on flanged tapping valve and perform tap. 10. Repair/finish concrete on water main with cement mortar.

7-14 HYDRANTS

7-14.2 Materials

(January 3, 2017 Lacey)

Modify this section with the following: Fire hydrants shall be Waterous Pacer, Mueller Centurion, M & H Reliant Style 929, Kennedy K-81, or EJIW 5CD250 conforming to AWWA C 502. The valve opening shall be 5 1/4-inch diameter. Hydrants shall be mechanical joint, 4-1/2 feet standard bury with two 2-1/2 inch outlets and one pumper port, and shall have a 1.25-inch pentagonal operating nut (counter clockwise opening). All hydrants shall be outfitted with a 4-1/2" NST by 5" Storz adapter with cap.

Page 109: LIFT STATION NO. 21 REHABILITATION Specifications.pdfA25 1 LS 723-510 Bypass Pumping LUMP SUM A26 1 LS 801-680 Erosion/Water Pollution Control LUMP SUM A27 1 LS 805-510 Lawn and Landscape

D-79

Some locations may require other than the 4-1/2 feet standard bury. Contractor shall be responsible for determining actual required bury and provide proper standpipe height. Blow-off Hydrants shall be Eclipse MainGuard Model No. 78. Pipe and fittings for blow-off hydrant installation shall conform to the requirements of Section 7-15. The factory 2.5” cap shall be replaced with a plastic/nylon style cap with 2.5” NST thread.

7-14.3(1) Setting Hydrants

(December 31, 2014 Lacey)

Supplement this section with the following: A 6 foot wide cleared area, centered along the pipe, shall extend from the edge of pavement to 3 foot past the new hydrant, not to exceed the right-of-way line. The clearing may include trimming of trees and shrubs to an overhead height of 10 feet as directed by the Engineer. Upon completion of fire hydrant installation, the cleared area shall be graded and restored as directed by the Engineer.

7-14.5 Payment

(December 31, 2014 Lacey)

Supplement this section with the following: The unit contract price for all items in this section shall also include, but not be limited to, trench excavation and backfill, gravel backfill, fill and grading 3’ around hydrant and between hydrant and edge of roadway, painting, extensions, fittings, ductile iron spool, Storz adapter, Megalug restraining joints, and blue hydrant marker.

7-17 SANITARY SEWERS

7-17.1 Description

(October 29, 2010 Lacey)

Supplement this section with the following: Various transition couplings, flanged coupling adapters, transition couplings with follower flanges and gaskets, and other miscellaneous couplings and fittings may be required for performance under this project. It shall be the Contractor's responsibility to determine what specific couplings, adapters, and fittings that will be used to make connections shown on the plans. The Engineer has shown specific existing material types, and nominal sizes using the best information available. The Engineer has not determined the specific dimensions of existing materials.

7-17.2 Materials

(October 30, 2018 Lacey)

Delete this section and replace with the following:

Page 110: LIFT STATION NO. 21 REHABILITATION Specifications.pdfA25 1 LS 723-510 Bypass Pumping LUMP SUM A26 1 LS 801-680 Erosion/Water Pollution Control LUMP SUM A27 1 LS 805-510 Lawn and Landscape

D-80

Gravity Sewer Pipe - Pipe used for gravity sewer shall meet the requirements of WSDOT Section 9-05.12(1) Solid Wall PVC Sanitary Sewer Pipe. All pipe shall be white or green in color. PVC Pressure Pipe – All pipe less than 4 inches in diameter shall be Schedule 80 PVC, ASTM D1784. All pipe 4 through 12 inches in diameter, shall be PVC C900 DR 14, meeting the requirements of WSDOT Section 9-30.1. A combination of solvent weld and PVC threaded schedule 80 fittings may be required to properly plumb the pump discharge piping to and through the valve vault. All pipe shall be grey, green or white in color. No sewer pipe installed in this project shall be blue. HDPE (High density Polyethylene Pipe) Pressure Pipe- All HDPE pipe shall be Hi density ASTM D 3350, SDR 11 4710 socket welded or butt fusion welded and be sized by inside pipe diameter (see table below). IPS HDPE pipe shall be used; however, in cases where the required inside diameter of the pipe cannot be obtained using IPS HDPE, ductile iron pipe size (DIPS HDPE) pipe may be required. All HDPE pipe used for sewer shall be green or black with a green stripe manufactured on the pipe. Table: Typical Sizes And Dimensions For Iron Pipe Size (IPS) PE3408 High Density Polyethylene (HDPE) Pipe

Note: Average inside diameter calculated using nominal OD and minimum wall plus 4% for use in estimating fluid flows. Actual ID will vary. Pipe Restraint - Where pipe is specified as restrained joint pipe 4 inches through 10 inches in diameter, use PVC C900/RJ Restrained Joint Pipe Certa-Lok by CertainTeed Corporation, Eagle Loc 900 by JM Eagle or Diamond Lok-21 by Diamond Plastics. The plastic pipe shall conform to the latest revision of the following specifications, PVC Compound ASTM D1784 Class 12454, Gasket ASTM F477, Manufacturing ASTM D2241. Pipe shall be certified NSF and meet requirements of Dimension Ratio 14.

PRESSURE RATING DR 11 (160 PSI) NOMINAL SIZE

ACTUAL O.D.

MINIMUM WALL THICKNESS

AVERAGE I.D.

WEIGHT LB/LF

2” 2.375” 0.216” 1.917” 0.639 3” 3.500” 0.318” 2.825” 1.387 4” 4.500” 0.409” 3.633” 2.294 5” 5.375” 0.489” 4.339” 3.272 5” 5.563” 0.506” 4.491” 3.505 6” 6.625” 0.602” 5.348” 4.971 7” 7.125” 0.648” 5.752” 5.750 8” 8.625” 0.784” 6.963” 8.425 10” 10.750” 0.977” 8.678” 13.089 12” 12.750” 1.159” 10.239” 18.412 14” 14.000” 1.273” 11.302” 22.199 16” 16.00” 1.455” 12.916” 28.994 18” 18.00” 1.636” 14.531” 36.696 20” 20.00” 1.818” 16.145” 45.304 22” 22.00” 2.000” 17.760” 54.818 24” 24.00” 2.182” 19.375” 65.237 26” 26.00” 2.364” 20.989” 76.563 28” 28.00” 2.545” 22.604” 88.795 30” 30.00” 2.727” 24.218” 101.934

Page 111: LIFT STATION NO. 21 REHABILITATION Specifications.pdfA25 1 LS 723-510 Bypass Pumping LUMP SUM A26 1 LS 801-680 Erosion/Water Pollution Control LUMP SUM A27 1 LS 805-510 Lawn and Landscape

D-81

Pipe Restraint - Where specified as restrained joint pipe larger than 10 inches in diameter, the pipe shall be restrained using bell joint restraint devices that have a working pressure of at least 200 psi with a minimum safety factor of 2:1 and shall be EBAA Iron, Inc., MEGALUG series 2800, Uni-Flange Series 1390, Romac Industries, Inc., U.S. Gripper, or approved equal. Ductile Iron Pipe - All ductile iron pipe shall conform to ANSI/AWWA C151/A21.51. Thickness class 52 specifications. Ductile iron pipe for sewer shall be ordered as bare pipe without cement lining and without outside coating. The pipe shall be lined on the inside to a minimum of 35 mils thick with Protecto 401 or 15 mills thick with 3M ScotchKote 134 fusion bonded epoxy. The pipe shall be coated on the outside to a minimum of 20 mils thick with Ceramawrap Ceramic Epoxy or 15 mils thick with 3M ScotchKote 134 fusion bonded epoxy. Coatings shall be applied according to the manufacturers’ requirements by a certified applicator of the product. Coatings shall not be applied to pipe, fittings or valves in the field by the contractor. Ductile Iron Fittings for sewer mains - All ductile iron pipe fittings shall be compact ductile iron style and shall be ordered bare (without cement lining or outer coating) and then be coated with epoxy rated for sewer by a professional coating firm. Coatings applied by the fitting manufacturer shall be excepted pending approval of the coating material submitted. Coatings/linings shall be Protecto 401, Ceramawrap or 3M ScotchKote 134 per the Ductile iron pipe specifications shown above. Mechanical joint (MJ) fittings shall be installed with an approved mechanical joint restraint device. The mechanical joint restraint device shall have a working pressure of at least 250 psi with a minimum safety factor of 2:1 and conform to ANSI A21.10 and AWWA C110. Products shall be EBAA Iron, Inc., MEGALUG Series 2000PV, Romac Industries, Inc., U.S. Gripper, or approved equal. Eccentric Plug Valves for sewer mains – Valves 3” through 12” shall have a round full port opening (100% pipe area), comply with AWWA C517 specifications and be constructed of cast or ductile iron. Flanged valves shall be drilled to ANSIB16.1, Class 125 specifications and mechanical Joint valves shall comply with ANSI/AWWA C111/A21.11 specifications. Valves shall be eccentric quarter turn with resilient encapsulated plug, have 95% nickel seat, u-cup stem seal and permanently lubricated stainless steel bearings. Valves shall be 175psi working pressure. 3” and 4” valves shall be standard ¼ turn operation. Valves 6” and larger shall have a totally enclosed, sealed and permanently lubricated worm gear actuator with stainless shaft. Valves for buried service shall have a gear box and be designed for underground applications. Buried valves shall be fitted with standard 2” square hub operator. 3” and 4” valves installed in vaults shall be supplied with hand lever bar to attach to hub. Valves 6” and larger in vaults shall be supplied with hand wheel operator attached to gear box. Plug valves for sewer service shall be coated by the manufacturer on the inside and outside with the manufacturers epoxy coating rated for sewer. Valves shall conform to AWWA C509-80 and be Crispin 800 series, Pratt -Ballcentric, or Milliken - Millcentric. PVC Ball Valves – 2” and smaller PVC ball valves shall be Schedule 80 PVC or Poly true union valves with red handle. Cepex, Spears, KBI or approved equal. Valves shall be threaded FIPT x FIPT Style. Lift Station Check Valves- Check valves shall be sewer rated bronze on bronze style seat with an outside lever and spring. Valves shall be coated by the manufacturer on the inside and outside with the manufacturers epoxy coating rated for sewer. Check valves shall be ordered and installed in the vault as one right hand and one left hand model with the outside levers furthest away from each other (outside of piping configuration).

Page 112: LIFT STATION NO. 21 REHABILITATION Specifications.pdfA25 1 LS 723-510 Bypass Pumping LUMP SUM A26 1 LS 801-680 Erosion/Water Pollution Control LUMP SUM A27 1 LS 805-510 Lawn and Landscape

D-82

Lift Station By-Pass Pumping Connections- The valve vault emergency by-pass pumping connections shall be 6 inch 316 stainless steel male cam lock style fittings. Fittings shall have a stainless female cap installed. Cam lock fittings shall face “UP” as shown on the detail and be clearly visible and accessible for connection with 6 inch by-pass hose from above through the vault hatch opening. Tapping Valves shall be resilient wedge gate valves and shall be coated by the manufacturer on the inside and outside with the manufacturers epoxy coating rated for sewer. Valves shall be bolted to tees and the crosses with flanged ends. Joint materials for flanges shall be 1/8 inch thick one piece, cloth inserted rubber gaskets conforming to AWWA C107-78, rated for sewer service. Bolts, nuts and hardware for all flanged and mechanical joints in the wetwell and valve vault shall be 316 stainless steel only, meeting the current provisions of American National Standard ANSI/AWWA C111/A 21.11 for rubber gasket joints for cast iron or ductile iron pipe and fittings. Valve boxes shall be EJ Ironworks or Olympic Foundry VB-950, 6-3/4 inch OD with recessed handle type iron cover marked “CITY OF LACEY SEWER”.

7-17.3(2) Cleaning and Testing

7-17.3(2)A General

(March 14, 2016 Lacey)

The first sentence shall be deleted and replaced with the following: All sewer force mains and appurtenances shall be tested in sections of convenient length under a hydrostatic pressure of not less than 175 psi for 15 minutes. Supplement this section with the following: All pipe installed shall be tested in accordance with WSDOT Section 7-09.3(23). All sanitary sewer pipe, including laterals, shall be high-velocity cleaned and televised prior to paving or substantial completion, whichever is sooner. Hydrant flushing lines is not an acceptable method of cleaning. If rocks or other debris are found in manholes, the Contractor shall re-clean the sewer pipe.

7-17.3(2)H Television Inspection

(March 14, 2016 Lacey)

Delete this section and replace with the following: The television inspection shall be completed with a CCTV color camera recorded in standard DVD format. CCTV inspection crawler shall be equipped with a flow depth indicator, such as a 1-inch steel bar or ball, to measure the magnitude of pipe vertical fluctuation. If multiple television inspections of the same pipe are required, they shall be completed in the same direction each time. Television inspection shall meet related Pipeline Assessment and Certification Program (PACP) codes developed by NASSCO, Inc. Television inspection of pipelines shall be performed by experienced personnel trained in identifying structural and operational defects, obstacles and service connections by closed circuit color television. Personnel shall be PACP-trained and certified field technicians.

Page 113: LIFT STATION NO. 21 REHABILITATION Specifications.pdfA25 1 LS 723-510 Bypass Pumping LUMP SUM A26 1 LS 801-680 Erosion/Water Pollution Control LUMP SUM A27 1 LS 805-510 Lawn and Landscape

D-83

The Contractor shall supply one paper copy and one electronic copy of the pipe inspection form for each pipe reach televised. Two copies of electronic video files shall be provided in DVD format. The Contractor shall submit DVDs and written reports for review within three (3) working days after line televising. Acceptance of the line will be made after the television inspection DVD has been reviewed and approved by the Engineer. The cost incurred in making all television inspections shall be included in the unit contract price per foot of pipe installed and no additional compensation shall be allowed.

7-17.3(5) Lawn and Landscape Repair

(September 23, 2013 Lacey)

Section 7-15.3(5) is added with the following: The Contractor shall limit damage of existing lawn and landscaping during service and service line installation. All damage shall be repaired equal to or better than the existing condition as shown in the preconstruction video. All costs for restoration shall be included in the unit price per service.

7-17.4 Measurement

(****** Lacey)

Section 7-17.4 is supplemented with the following: “Connect to Existing Sewer System” shall be measured per each location called out on the plans. No specific unit of measurement shall apply to the lump sum item for “Abandon Community Septic System and Drain Fields.”

7-17.5 Payment

(****** Lacey)

Section 7-17.5 is supplemented with the following: "___ Inch Diameter Sewer Pipe", per linear foot. The unit contract price per linear foot for "___ Inch Diameter Sewer Pipe", shall be full compensation for all labor, material, and equipment to furnish, place, assemble, and install sewer line, complete in place, including all wyes, tees, caps, plugs, clean outs, special fittings, joint materials, commercial concrete, bend markers, adjustment of inverts to manholes, dewatering, bypass pumping, cleaning, televising inspection and testing. Further, all excavation, hauling, disposal, compaction, temporary patching and other required earthwork shall be included. "___ Inch Diameter Force Main Sewer Pipe", per linear foot. The unit contract price per linear foot for "___ Inch Diameter Force Main Sewer Pipe" ,shall be full compensation for all labor, material, and equipment to furnish, place, assemble, and install force main sewer pipe, complete in place, including tees, bends, caps, reducers, special fittings, thrust blocking, dewatering, testing, and connection to existing system. Further, all excavation, hauling, disposal, compaction, temporary patching and other required earthwork shall be included.

Page 114: LIFT STATION NO. 21 REHABILITATION Specifications.pdfA25 1 LS 723-510 Bypass Pumping LUMP SUM A26 1 LS 801-680 Erosion/Water Pollution Control LUMP SUM A27 1 LS 805-510 Lawn and Landscape

D-84

“Connect to Existing Sewer System”, per each. The unit contract price per each for “Connect to Existing Sewer System” shall be full pay for furnishing all labor, tools, equipment, and materials required to connect to existing system in place, including but not be limited to concrete, concrete collars and sealants. Further, all excavation, haul, backfill, testing, accessories, and removal of manholes shall be included in the unit contract price. For purposes of payment, there will be no distinction made for the difficulty of connecting to the existing sewer system or the quantity of connecting pipes or other materials needed. Items not specifically identified on the plans but necessary to properly connect to system shall be considered incidental and no other compensation shall be allowed. “Connect to Existing Sanitary Sewer Force Main”, per each. The unit contract price per each for “Connect to Existing Sanitary Sewer Force Main” shall be full pay for furnishing all labor, tools, equipment, and materials required to connect to existing force main in place. Further, all excavation, haul, backfill, testing, and accessories shall be included in the unit contract price. For purposes of payment, there will be no distinction made for the difficulty of connecting to the existing sewer force main. Items not specifically identified on the plans but necessary to properly connect to main shall be considered incidental and no other compensation shall be allowed. All costs to furnish and install concrete pads shall be incidental to the unit contract price for each item and no other pay shall be allowed.

7-22 LIFT STATION (******)

Add the following new section:

7-22.2(1) Electrical System

(******)

General See the Technical Specifications and Plans for detailed information. Permits & Fees The Contractor shall obtain and pay for all licenses, permits and inspections required by laws, ordinances and rules governing work specified herein. The Contractor shall arrange for inspection of work by the inspectors and shall give the inspectors all necessary assistance in their work of inspection. The Contractor shall consult with and follow the requirements of the local fire, power, telephone, and television utilities serving the area and shall coordinate his work with them. As-Built Drawings The Contractor shall maintain, in addition to any reference drawings, an as-built set of prints, on which all deviations from the original design shall be drafted in a neat, legible manner with red colored pen or pencil. The red-lined plans shall identify all revisions including addenda items, change orders, and Contractor revisions. The Contractor is responsible to revise panel schedules and load calculations as required. Upon completion of the lift station electrical work, the Contractor shall deliver the red-lined plans and one set of machine drafted as-built drawings on reproducible mylar to the City. The

Page 115: LIFT STATION NO. 21 REHABILITATION Specifications.pdfA25 1 LS 723-510 Bypass Pumping LUMP SUM A26 1 LS 801-680 Erosion/Water Pollution Control LUMP SUM A27 1 LS 805-510 Lawn and Landscape

D-85

Contractor shall provide two copies of electronic as-built drawings in AutoCAD file format on electronic drive. Instruction Periods Upon completion of the work and after all tests and final inspection of the work by the City, the Contractor shall demonstrate and instruct the City’s designated operation and maintenance personnel in the operation and maintenance of the various electrical systems. The Contractor shall arrange scheduled instruction periods with the City. The Contractor's representatives shall be superintendents or foremen knowledgeable in each system and suppliers representatives when so specified. Scheduled instruction periods shall be: 1. Generator and Automatic Transfer Switch 4 hours 2. Force Main Flow Meter 2 hours Shop Drawing Submittals The Contractor shall submit to the Engineer, detailed shop drawings, to include: 1. Manufacturer's Catalog Data. 2. Complete Physical and Technical Data. 3. Wiring Diagrams where applicable. 4. Detailed Reference (written or highlighted) noting compliance with the appropriate specification section and applicable item numbers within that section. 5. Other Descriptive Data as required by the Engineer. Shop drawings shall be submitted individually, attached to an e-mail noting the specification and section being submitted and shall be, but not limited to the items of equipment listed below: 1. All panelboards, showing breaker arrangement with circuit numbers and devices powered. 2. Motor starters and controls designating where items are intended to be used and equipment being controlled. 3. Telemetry and Communications 4. Transformers (Dry Type) 5. TVSS 6. Disconnect Switches 7. Fuses and spare fuse cabinet 8. Arc Flash Protection Study 9. Electrical System Protective Device Study 10. Lighting Fixtures (Complete) 11. Lighting Fixture Lamps and Ballasts referenced to fixture types 12. Low Voltage Lighting Control Systems 13. Wiring Devices 14. Device Boxes 15. Coverplates 16. Raceways and Connectors 17. Copper Wire 18. Automatic Transfer Switches 19. Standby Generator System 20. All Specialty Systems not listed above. 21. Any other items requested by Engineer. All submittals shall have a completed City provided submittal form attached to the transmittal. Submittals deemed too large to be transmitted via e-mail shall be transmitted to the Engineer via

Page 116: LIFT STATION NO. 21 REHABILITATION Specifications.pdfA25 1 LS 723-510 Bypass Pumping LUMP SUM A26 1 LS 801-680 Erosion/Water Pollution Control LUMP SUM A27 1 LS 805-510 Lawn and Landscape

D-86

electronic drive. A printed copy of the digital submittal form shall be included with any physical media transmitted. The submittal form will be completed and returned to the Contractor indicating the submittal status.

7-22.3(1) Lift Station Modification

(******)

The existing lift station shall be modified as shown in the Plans and described in the Project Specifications, and Technical Specifications. The Contractor shall salvage the lift station equipment listed below and deliver the equipment to The City of Lacey Maintenance and Operations Center, 1200 College Street SE, Lacey, WA. Care shall be taken to ensure that the equipment remains undamaged during removal and delivery. The following equipment shall be salvaged: 1. Control cabinet and components therein 2. Junction boxes and components therein 3. Pump assemblies, complete 4. Vacuum pumps, complete 5. Pump prime sensors 6. Heater(s) and ventilation fan(s) 7. Additional materials deemed salvageable by the Engineer

7-22.3(3)B Operation, Maintenance And Service Manuals, And Parts Books

(October 29, 2010 Lacey)

The systems manufacturer or their authorized local dealer shall furnish three copies each of the manuals and books listed below for each unit provided under this contract. Operating Instructions Manual shall include description and illustration of all switchgear controls and indicators, engine and generator controls and indicators, and control and power subsystems. Parts Books Manual shall illustrate and list all assemblies, subassemblies and components, except standard fastening hardware (nuts, bolts, washers, etc.). Preventative Maintenance Instructions Manual shall include instructions on the complete system that cover daily, weekly, monthly, biannual, and annual maintenance requirements and include a complete lubrication chart. Routine Test Procedures Manual shall include test procedures for all electronic and electrical circuits and for the main AC generator. Troubleshooting Chart Manual shall cover the complete lift station system showing description of trouble, probable cause, and suggested remedy. Recommended Spare Parts List Manual shall list all consumables anticipated to be required during routine maintenance and testing, and all spare non-consumable items recommended by the subsystem manufacturer. Wiring Diagrams and Schematics

Page 117: LIFT STATION NO. 21 REHABILITATION Specifications.pdfA25 1 LS 723-510 Bypass Pumping LUMP SUM A26 1 LS 801-680 Erosion/Water Pollution Control LUMP SUM A27 1 LS 805-510 Lawn and Landscape

D-87

Manual shall include wiring diagrams, schematics, and the function of all electrical components. Electrical System Instructions and Manuals A preliminary copy of manuals, complete except for the bound cover, shall be submitted 20 days prior to completion of the project for checking and review. One electronic and three (3) bound, corrected copies shall be delivered to the City 20 days prior to scheduled instruction periods after review of the preliminary copy. Submit a receipt for the manuals to the Engineer with the completed form. Manuals shall contain shop drawings, final wiring diagrams, operating and maintenance (O&M) instructions, replacement parts lists, and equipment nameplate data for all equipment and systems installed. Control systems equipment submittals shall contain step-by-step circuit description information designed to acquaint maintenance personnel with equipment operation in each mode of operation. Manuals shall contain original brochures supplied by manufacturers indicating the exact equipment installed. Photo Xerox copies of originals will not be accepted. Each type of device provided shall be identified in the O & M Manual using the same identification as shown in the plans and specifications. The information included must be the exact equipment installed not the complete “line” of the Manufacturer. Where sheets show the equipment installed and other equipment, the installed equipment shall be neatly and clearly identified on such sheets. Parts lists shall give full ordering information assigned by the original parts manufacturer. Relabeled and/or renumbered parts information as reassigned by contractor or equipment supplier is not acceptable. The following information shall be provided for each device: 1. Manufacturer's name, address and phone number. 2. Local supplier's name, address and phone number. 3. Complete parts lists including quantities and manufacturer's part numbers. 4. Installation instructions. 5. Recommended maintenance items including maintenance procedure and recommended interval of maintenance listed in hours of operation, calendar unit or other similar time unit. 6. Default password and/or programming passwords The hard copies of the O & M Manual shall be assembled in a loose leaf, 3-ring, hard cover binder. The information contained in the manuals shall be grouped in an orderly arrangement by specification index. The manuals shall have a typewritten index and divider sheets between categories with identifying tabs. The covers shall be imprinted with the name of the project, City, Electrical Engineer, Contractor, and year of completion. The back edge shall be imprinted with the name of the project, City, and year of completion. The electronic copy of the O&M Manual shall be assembled in the same order as the hard copy, with each section as an individual pdf file. As a minimum, the following selection shall be broken out: 1. Light Fixtures 2. Lamps and Ballasts - referenced to each fixture type 3. Panelboards and Transformers 4. Motor Controls 5. Instrumentation 6. Telemetry 7. TVSS 8. Motors 9. Pumps 10. Pressure Transmitter 11. Flow Meter

Page 118: LIFT STATION NO. 21 REHABILITATION Specifications.pdfA25 1 LS 723-510 Bypass Pumping LUMP SUM A26 1 LS 801-680 Erosion/Water Pollution Control LUMP SUM A27 1 LS 805-510 Lawn and Landscape

D-88

12. Valves and Fittings 13. Generator and ATS Wiring diagrams for each system shall be complete for the specific system installed. “Typical” line diagrams will not be acceptable unless properly marked to indicate the exact field installation.

7-22.3(5) Control Cabinet Awning

(******)

The Contractor shall submit for approval all shop detail plans for fabricating the steel. In approving shop plans the City accepts only the nature and scope of the details without validating any dimensions. All welding shall be completed on the premises of a fabricator registered and approved to perform such work. Coordinate with the electrical work for conduit penetrations in the foundation. The Control Cabinet Awning frame shall be powder coated black.

7-22.3(6) Wet Well Coating

(*******)

The wet well shall be thoroughly pressure washed using a minimum of 3,000 psi in preparation for the application to remove any dirt, debris, or loose material. All manhole joints and pipe penetrations shall be watertight to prevent infiltration or ex-filtration prior to application of the product. Final surface preparation shall be in accordance with the coating manufacturer’s recommendations. The wet well shall require that a protective coating be applied to completely and uniformly cover the wet well floor, interior wall, and underside of lid at the thickness indicated by the manufacturer. Finished surface shall be smooth. All joints and penetrations shall be water tight prior to application of the product. The product shall be installed in accordance with the manufacturer’s instructions by a factory certified applicator. The Contractor shall be responsible to provide confined space entry for the coating inspector. The City shall be responsible to pay for the services of an independent NACE certified coatings inspector for the following:

1. Inspect and perform testing of all the surface preparation prior to the application of coatings.

2. Inspect and perform testing of coatings in the wetwell. 3. Provide a written report to the City after testing is completed. The contractor is

responsible to correct all deficiencies noted in the report. The coating material shall be 125 mils Raven 405 and primer per manufacturers recommendations by Raven Lining Systems, 250 mils SprayWall by SprayRoq Protective Lining Systems or 1” of SewperCoat PG by Kerneos Inc. A complete liner system as manufactured by Predl Systems may be substituted where approved by the engineer. Complete liner systems shall include the base, riser sections, cone section, and telescopic lid liner. All joints shall be sealed and welded per the manufacture’s recommendations.

Page 119: LIFT STATION NO. 21 REHABILITATION Specifications.pdfA25 1 LS 723-510 Bypass Pumping LUMP SUM A26 1 LS 801-680 Erosion/Water Pollution Control LUMP SUM A27 1 LS 805-510 Lawn and Landscape

D-89

7-22.3(7) Dewatering

(*******)

No groundwater is anticipated for the project site area. If the Contractor encounters groundwater during construction, the Contractor shall submit a dewatering plan to the City, which will include keeping the work area dry during construction and backfilling as specified.

7-22.4 Measurement

(October 29, 2010 Lacey)

No unit of measure shall apply to the lump sum price for “Lift Station”. No unit of measure shall apply to the lump sum price for “Pumps and Mechanical”. No unit of measure shall apply to the lump sum price for “Valve Structure and Mechanical”. No unit of measure shall apply to the lump sum price for “Electrical, Controls, and Telemetry”. No unit of measure shall apply to the lump sum price for “Cabinet Awning”. No unit of measure shall apply to the lump sum price for “Install City-Provided Standby Generator”. The Contractor shall provide the required schedule of values indicating critical progress points of each bid item to facilitate submission and processing of partial payment request(s) of lump sum bid items.

7-22.5 Payment

(October 29, 2010 Lacey)

Payment will be made in accordance with Section 1-04.1, for each of the following bid items that are included in the proposal. “Lift Station”, per lump sum. The unit contract price per lump sum for “Lift Station” shall be full pay for all labor, materials, and equipment to furnish, place, assemble, and install the lift station complete in place, including pumps, piping, valves, insertion valves, tapping valves with sleeves, air release valves, valve boxes, manholes, guide rails, reduced pressure backflow assembly, yard/wash hydrant, illumination, electrical systems, dumpster enclosure, concrete pads, wet well coating, all connections of existing pipe to wet well, dewatering, permits, testing, instruction periods, wyes, tees, special fittings, tracer wire, joint materials, bedding and backfill material, reinforced concrete, new commercial HMA, raise catch basin to grade, utility potholing, and all other work to provide a complete and operating lift station. Further, all excavation, hauling, disposal, backfill, compaction and other required earthwork shall be included. “Pumps and Mechanical” Per lump sum. The unit contract price per lump sum for “ Pumps and Mechanical” shall be full compensation for all labor, materials and equipment to provide and install the specified pumps, including one complete spare pump assembly, bases, pump discharge piping, decontactor plugs and all other equipment, assemblies and subassemblies peripheral and appurtenant to the pumps as shown on the Plans and described in the Project Technical Specifications, and these Special Provisions. “Valve Structure and Mechanical”, Per lump sum

Page 120: LIFT STATION NO. 21 REHABILITATION Specifications.pdfA25 1 LS 723-510 Bypass Pumping LUMP SUM A26 1 LS 801-680 Erosion/Water Pollution Control LUMP SUM A27 1 LS 805-510 Lawn and Landscape

D-90

The unit contract price per lump sum for “Valve Structure and Mechanical” shall be full compensation for all labor, materials and equipment required to provide and install new concrete lid and hatch, re-routing drain and bypass suction pipes if needed, pipes, pipe supports, bypass pumping connection, valves, pressure transmitter, flow meter and all other equipment, connecting to existing force mains, assemblies and subassemblies appurtenant and peripheral to the valve vault as shown on the Plans and described in the Project Technical Specifications, and these Special Provisions. “Electrical, Controls, and Telemetry”, Per lump sum The unit contract price per lump sum for “Electrical, Controls, and Telemetry” shall be full compensation for all labor, materials and equipment required to provide and install the motor control panel, panelboard, conduits, site lighting, flow meter, power and signal lines, intrusion alarms, valve limit switches, and all other equipment, assemblies, subassemblies and work appurtenant and peripheral to the pump station electrical, controls, and telemetry as shown on the Plans and described in the Project Technical Specifications, and these Special Provisions. “Cabinet Awning”, Per lump sum The unit contract price per lump sum for “Cabinet Awning” shall be full compensation for all labor, materials and equipment required to provide and install the control cabinet awning including the reinforced concrete foundation as shown on the Plans, and these Special Provisions. “Install City-Provided Standby Generator”, per lump sum The lump sum contract price for “Install City-Provided Standby Generator” shall be full compensation for all labor, materials, and equipment required to install the City provided standby generator, including functional testing and the reinforced concrete generator pad as identified on the Plans and these Special Provisions and as described in the Technical Specifications.

7-23 SANITARY SEWER BYPASS PUMPING

7-23.1 General

(October 29, 2010 Lacey)

The Contractor is required to furnish all materials, labor, equipment, power, and maintenance, etc. to implement a temporary pumping system for the purpose of diverting the existing sanitary sewer flow around the work area as needed for the duration of the project. The bypass system as supplied by the contractor shall meet the requirements of all codes and regulatory agencies having jurisdiction, these general specifications and the technical specifications. The design, installation, and operation of the temporary pumping system shall be the Contractor’s responsibility. The Contractor shall employ the services of a subcontractor who can demonstrate to the engineer that he specializes in the design and operation of temporary bypass pumping systems. The subcontractor shall provide at least five (5) references of projects of a similar size and complexity as this project performed by his firm within the past five years.

7-23.1(1) Bypass Pumping Plan

(October 29, 2010 Lacey)

The Contractor shall submit a detailed description of the proposed pumping system and the bypass pumping contractor’s references for review and approval at the pre-construction

Page 121: LIFT STATION NO. 21 REHABILITATION Specifications.pdfA25 1 LS 723-510 Bypass Pumping LUMP SUM A26 1 LS 801-680 Erosion/Water Pollution Control LUMP SUM A27 1 LS 805-510 Lawn and Landscape

D-91

conference. A separate pre-bypass pumping meeting will be conducted within 4 weeks of submittal of the bypass pumping plan and at minimum 2 weeks prior to the bypass pumping, at which time the Contracting Agency will notify the Contractor of any deficiencies or corrections that are required. Re-submittal of the corrected bypass pumping plan is required. Provided the corrected bypass pumping plan is satisfactory, an additional pre-bypass pumping meeting will not be required. The Contractor shall submit to the Contracting Agency detailed plans and descriptions outlining all provisions and precautions to be taken by the Contractor regarding handling of existing wastewater flows. This plan must be specific and complete, including such items as schedules, locations, elevations, capacities of equipment, materials, and all other incidental items necessary and/or required to ensure proper protection of the facilities, including protection of the access and bypass pumping locations from damage due to the discharge flows, and compliance with the requirements and conditions specified in these Contract Documents. Work on or abandonment of the gravity sanitary sewer system or existing lift station shall not begin until all provisions and requirements have been approved by the Contracting Agency. The bypass pumping plan shall include but not be limited to the following details:

1. Staging areas for pumps 2. Sewer plugging method and types of plugs 3. Size and location of manholes or access points for suction and discharge hose or piping 4. Calculations for selection of bypass pumping pipe size 5. Number, size, material, location and method of installation of suction piping 6. Number, size, material, method of installation and location of installation of discharge

piping 7. Bypass pump sizes, capacity, solids handling capacity and number of each size to be on

site and power requirements 8. Calculations of static lift, friction losses, and flow velocity (pump curves showing pump

operating range) shall be submitted 9. Standby power generator size, location (if used) 10. Downstream discharge plan 11. Method of protecting discharge manholes or structures from erosion and damage 12. Thrust and restraint block sizes and locations 13. Sections showing suction and discharge pipe depth, embedment, select fill and special

backfill 14. Method of noise control for each pump and/or generator 15. Any temporary pipe supports and anchoring requirements 16. Design plans and computation for access to bypass pumping locations indicated on the

drawings 17. Schedule for installation of and maintenance of bypass pumping lines 18. List of spare parts and support equipment to be maintained on site 19. Secondary containment type and size, and plan for deployment 20. Methods for monitoring and assuring equipment is operating per plan 21. Alarm Response Plan which shall include contacting City of Lacey Shop 22. Contingency plan for spill, leak, or other discharge

7-23.2 Equipment

(October 29, 2010 Lacey)

All pumps used shall be fully automatic self-priming units that do not require the use of foot valves or vacuum pumps in the priming system. The pumps may be electric or diesel powered. All pumps used must be constructed to allow dry running for long periods of time to

Page 122: LIFT STATION NO. 21 REHABILITATION Specifications.pdfA25 1 LS 723-510 Bypass Pumping LUMP SUM A26 1 LS 801-680 Erosion/Water Pollution Control LUMP SUM A27 1 LS 805-510 Lawn and Landscape

D-92

accommodate the cyclical nature of effluent flows. Pumps shall be capable of pumping solids with a nominal spherical dimension of three (3) inches without clogging. The Contractor shall provide the necessary stop/start controls for each pump. The Contractor shall include one stand-by pump of each size to be maintained on site. Back up pumps shall be online, isolated from the primary pumping system by a valve. The pumps shall be contained inside a temporary portable secondary containment structure(s) to contain any fuel or sewage that may spill during the normal course of operation. Discharge Piping – In order to prevent the accidental spillage of flows, all discharge systems shall be temporarily constructed of rigid pipe with positive, restrained joints. Under no circumstances will “irrigation” type piping or glued PVC pipe be allowed. Discharge hose will only be allowed in short sections and by specific permission from the Engineer. Noise levels of equipment shall meet Washington State noise level requirements. Contractor shall make the necessary provisions to control the noise of the temporary pumping equipment such that the noise generated by the equipment is limited to 55 dBA during the day (7 AM to 10 PM) and 45 dBA at night (10 PM to 7 AM) at property lines. Depending on the pumping equipment that is used, meeting this requirement may require the use of sound attenuating enclosures as well as other provisions and measures.

7-23.3 System Requirements

7-23.3(1) Design Requirements

(******)

Bypass pumping systems shall have sufficient capacity to pump a peak flow of 500 GPM. The Contractor shall provide all pipeline plugs, pumps of adequate size to handle peak flow, and temporary discharge piping to ensure that the total flow of the gravity collection system can be safely diverted around the project area. Bypass pumping systems will be required to be operated 24 hours per day. Temporary sewer bypass systems shall be designed by a registered Professional Engineer in the State of Washington. Engineer shall have demonstrated experience in the design of pumping systems of comparable size and complexity. The Contractor shall have adequate standby equipment available and ready for immediate operation and use in the event of an emergency or breakdown. One standby pump for each size pump utilized shall be installed at the mainline flow bypassing locations, ready for use in the event of primary pump failure. Bypass pumping system shall be capable of bypassing the flow around the work area and be sized to handle any amount of flow up to full available flow as defined by the Contracting Agency into the work area as necessary for satisfactory performances of work. The Contractor shall make all arrangements for bypass pumping during the time when the gravity sewer main is shut down for any reason. System shall overcome any existing force main pressure on discharge.

7-23.3(2) Performance Requirements

(******)

Page 123: LIFT STATION NO. 21 REHABILITATION Specifications.pdfA25 1 LS 723-510 Bypass Pumping LUMP SUM A26 1 LS 801-680 Erosion/Water Pollution Control LUMP SUM A27 1 LS 805-510 Lawn and Landscape

D-93

It is essential to the operation of the existing system being bypassed that no interruptions in the flow occur throughout the duration of the project. To this end, the Contractor shall provide, maintain, and operate all temporary facilities such as dams, plugs, pumping equipment (both primary and back-up units as required), conduits, all necessary power, and all other labor and equipment necessary to intercept the incoming flow before it reaches the point where it would interfere with his work, carry it past the work area and return it to the existing wastewater collection system downstream of his work. The design, installation and operation of the temporary pumping system shall be the Contractor’s responsibility. The Contractor shall be on-site within one hour if the alarm is triggered. The bypass system shall meet the requirements of all codes and regulatory agencies having jurisdiction. It shall be the responsibility of the Contractor to schedule and perform the work in a manner that does not cause or contribute to incidents of overflows, releases or spills of sewage from the sanitary sewer system or the bypass pumping operation. The Contractor shall provide all necessary means to safely convey the sewage past the work area. The Contractor will not be permitted to stop or impede the main flows under any circumstances. The Contractor shall divert the flow around the work area in a manner that will not cause damage to, or surcharging of Contracting Agency’s system and will protect public and private property from damage and flooding. During all bypass pumping operations, the Contractor shall protect the Contracting Agency’s system (Pumping Station, Conveyance System, etc.) as applicable from damage inflicted by any equipment. The Contractor shall be responsible for all physical damage to the Contracting Agency’s system caused by human or mechanical failure. The Contractor shall protect water resources, wetlands, and other natural resources.

7-23.3(3) Field Quality Control and Maintenance

7-23.3(3)A Tests

(October 29, 2010 Lacey)

The Contractor shall perform leakage and pressure tests of the bypass pumping discharge piping using clean water prior to the actual operation. The Engineer shall be given three working days notice prior to testing.

7-23.3(3)B Inspection

(October 29, 2010 Lacey)

Contractor shall inspect the bypass pumping system on a continuous basis to ensure the system is working correctly. Contractor shall monitor pump power source fuel levels and make arrangements for timely refueling as needed.

7-23.3(3)C Maintenance Service

(October 29, 2010 Lacey)

Contractor shall ensure the temporary pumping system is properly maintained and a responsible operator shall be on hand at all times when pumps are operating.

7-23.3(3)D Extra Materials

(October 29, 2010 Lacey)

Page 124: LIFT STATION NO. 21 REHABILITATION Specifications.pdfA25 1 LS 723-510 Bypass Pumping LUMP SUM A26 1 LS 801-680 Erosion/Water Pollution Control LUMP SUM A27 1 LS 805-510 Lawn and Landscape

D-94

Spare parts for pumps and piping shall be kept on site as required by the bypass pumping plan. Adequate hoisting equipment for each pump and accessories shall be maintained on the site.

7-23.3(4) Spills

(******)

Contractor is fully responsible for any damage that may result from an inadequate or improper installation, maintenance or operation, or failure of any kind of the sewer bypass pumping system. In the event of a spill, the Contractor shall contact the LOTT Spill Reporting Group at (360) 528-5700 and the City of Lacey Maintenance Center 360-491-5644. Spills or leaks of sewage to surface waters or drainage courses is prohibited. In the event of sewage spills, the Contractor shall immediately take whatever actions are deemed necessary to stop and remedy the results of the spill. Should the Contractor not take immediate action, the Owner will be entitled to take whatever actions are deemed necessary to stop, contain, and decontaminate a spill, at the Contractor’s expense. Costs incurred by the Contractor or Owner, including penalties imposed on the Owner as a result of any sewage spill caused by the Contractor, its employees, or subcontractors, shall be borne in full by the Contractor, including legal fees and other expenses to the Contractor or Owner resulting directly or indirectly from the spill.

7-23.3(5) Installation and Removal

(October 29, 2010 Lacey)

Contractor is responsible for locating any existing utilities in the area selected for the bypass pipelines. The Contractor shall locate bypass pipelines to minimize any disturbance to project execution and shall obtain approval of the pipeline locations from the Contracting Agency as noted in the bypass pumping plan. All costs associated with relocating utilities and obtaining all approvals shall be paid by the Contractor. If the system has to be drained to effect the work, such as for a cut-over or connection, Contractor shall provide the necessary temporary pumping and/or storage equipment to drain or remove the sewage from the excavation and/or system. The Contractor shall remove manhole sections or make connections to the existing conveyance system and construct temporary bypass pumping structures only at the access location indicated on the Plans and is required to provide adequate suction conduit. Plugging or blocking of flows shall incorporate a primary and secondary plugging device. When plugging or blocking is no longer needed for performance and acceptance or work, it is to be removed in a manner that permits the sewage flow to slowly return to normal without surge, to prevent surcharging or causing other major disturbances downstream. When working inside a manhole or wet well, the Contractor shall exercise caution and comply with OSHA requirements when working in the presence of sewer gases, combustible or oxygen-deficient atmospheres, and confined spaces. The temporary bypass pump discharge pipeline shall be located off streets and sidewalks and on shoulders of the roads where possible without causing delay to the project. When the bypass

Page 125: LIFT STATION NO. 21 REHABILITATION Specifications.pdfA25 1 LS 723-510 Bypass Pumping LUMP SUM A26 1 LS 801-680 Erosion/Water Pollution Control LUMP SUM A27 1 LS 805-510 Lawn and Landscape

D-95

pipeline crosses local streets and private driveways that are in service, the Contractor shall employ traffic rated crossing devices or place the bypass pipelines in trenches and cover with temporary pavement. Upon completion of the bypass pumping operations, and after receipt of written permission from the Contracting Agency, the Contractor shall remove all the bypass pumping system piping, restore all property to pre-construction condition, and restore all pavement. The Contractor is responsible for obtaining any approvals for placement of the temporary pipeline from the Contracting Agency.

7-23.4 Measurement

(October 29, 2010 Lacey)

No unit of measurement shall apply to the lump sum price for “Bypass Pumping”.

7-23.5 Payment

(October 29, 2010 Lacey)

Payment will be made in accordance with Section 1-04.1, for the following bid item that is included in the proposal. “Bypass Pumping”, lump sum. The unit contract price per lump sum for “Bypass Pumping” shall be full pay for all labor, materials, and equipment to furnish, place, assemble, install and operate the bypass pumping system complete in place, including pumps, piping, valves, control systems, generators, permits, testing, wyes, tees, special fittings, joint materials, spare parts for bypass pumping on-site, spare equipment for bypass pumping on-site, operators and all other work to provide and operate a complete and operating bypass pumping system. Further, all labor, equipment, and materials required for decommissioning, disassembly and removal from the site shall be included.

8-01 EROSION CONTROL AND WATER POLLUTION CONTROL

8-01.3 Construction Requirements

8-01.3(1) General

(January 5, 2015 WSDOT)

The first through eighth paragraphs of Section 8-01.3(1) are deleted and replaced with the following: The Contractor shall install a high visibility fence along the site preservation lines shown in the Plans or as instructed by the Engineer. Throughout the life of the project, the Contractor shall preserve and protect the delineated area, acting immediately to repair or restore any fencing damaged or removed. Controlling pollution, erosion, runoff, and related damage requires the Contractor to perform temporary Work items including but not limited to: 1. Providing ditches, berms, culverts, and other measures to control surface water. 2. Building dams, settling basins, energy dissipaters, and other measures, to control downstream flows.

Page 126: LIFT STATION NO. 21 REHABILITATION Specifications.pdfA25 1 LS 723-510 Bypass Pumping LUMP SUM A26 1 LS 801-680 Erosion/Water Pollution Control LUMP SUM A27 1 LS 805-510 Lawn and Landscape

D-96

3. Controlling underground water found during construction. 4. Covering or otherwise protecting slopes until permanent erosion-control measures are working. To the degree possible, the Contractor shall coordinate this temporary Work with permanent drainage and erosion control Work the Contract requires. All sediment control devices including, but not limited to, sediment ponds, perimeter silt fencing, or other sediment trapping BMPs shall be installed prior to any ground disturbing activity. Clearing, grubbing, excavation, borrow, or fill within the Right of Way shall never expose more erodible earth than as listed below:

Western Washington (West of the Cascade Mountain Crest)

Eastern Washington (East of the Cascade Mountain Crest)

May 1 through September 30

17 Acres April 1 through October 31

17 Acres

October 1 through April 30

5 Acres November 1 through March 31

5 Acres

8-01.3(1)A Submittals

(August 3, 2015 WSDOT)

Section 8-01.3(1)A is revised to read: A Temporary Erosion and Sediment Control (TESC) Plan consists of a narrative section and plan sheets that meets Ecology’s Stormwater Pollution Prevention Plan (SWPPP) requirement in the CSWGP. When the Contracting Agency has developed a TESC Plan for a Contract the narrative is included in the appendix to the Special Provisions and the TESC plan sheets are included in the Contract Plans. The Contracting Agency TESC plan will not include off-site areas used to directly support construction activity. The Contractor shall either adopt the TESC Plan in the Contract or develop a new TESC Plan. If the Contractor adopts the Contracting Agency TESC Plan the Contractor shall modify the TESC Plan to meet the Contractor’s schedule, method of construction, and to include off-site areas that will be used to directly support construction activity such as equipment staging yards, material storage areas, or borrow areas. Contractor TESC Plans shall include all high visibility fence delineation shown on the Contracting Agency Contract Plans. All TESC Plans shall meet the requirements of the current edition of the WSDOT Temporary Erosion and Sediment Control Manual M 3109 and be adapted as needed throughout construction based on site inspections and discharge samples to maintain compliance with the CSWGP. The Contractor shall develop a schedule for implementation of the TESC work and incorporate it into the Contractor’s progress schedule. The Contractor shall submit their TESC Plan (either the adopted plan or new plan) and implementation schedule as Type 2 Working Drawings. At the request of the Engineer updated TESC Plans shall be submitted as Type 1 Working Drawings.

Page 127: LIFT STATION NO. 21 REHABILITATION Specifications.pdfA25 1 LS 723-510 Bypass Pumping LUMP SUM A26 1 LS 801-680 Erosion/Water Pollution Control LUMP SUM A27 1 LS 805-510 Lawn and Landscape

D-97

8-01.3(2) Seeding, Fertilizing and Mulching

(July 17, 2012 Lacey GSP)

Supplement this section with the following: The Contractor shall provide water or irrigation to all seeded areas as often as conditions dictate depending on weather and soil conditions. Water will be provided as described in Section 2-07.

8-01.3(2)A Preparation For Application

(October 16, 2009 Lacey GSP)

Supplement this section with the following: All landscaped areas in the Plans shall be cultivated to the requirements in this section.

8-01.3(2)F Dates For Application Of Final Seed, Fertilizer, And Mulch

(December 31, 2014 Lacey GSP)

Delete the second paragraph of this section and replace with the following: Hydroseeding shall occur on all areas shown in the plans. Hydroseeding shall occur between August 15 and September 30 or between March 15 and May 15. In areas receiving automatic irrigation, hydroseeding may occur between May 15 and August 15. Actual planting shall be performed only when weather and soil conditions are suitable and in accordance with locally accepted practice and/or approved by the Engineer. Hydroseeding shall not be attempted when wind velocities would prevent uniform application or when winds would drift the material outside the areas to be seeded. Supplement this section with the following: The Contractor shall provide proposed mix proportions, submittals, seed certification, and certification of compliance of all materials used a minimum of 5 working days before seeding is to begin, for the Engineer’s written approval.

8-01.3(9)A2 Silt Fence

(October 16, 2014 Lacey GSP)

Supplement this section with the following: If the Engineer determines that site conditions dictate additional silt fence throughout the duration of the project, the Contractor shall immediately install additional silt fence as directed by the Engineer.

8-01.3(9)D Inlet Protection

(July 17, 2012 Lacey GSP)

Delete the first paragraph and replace with the following: All catch basins and inlets within the project limits, downstream or affected by construction activities shall have inlet protection and as required by the Engineer. Inlet protection devices shall be installed prior to beginning clearing, grubbing, or earthwork activities.

Page 128: LIFT STATION NO. 21 REHABILITATION Specifications.pdfA25 1 LS 723-510 Bypass Pumping LUMP SUM A26 1 LS 801-680 Erosion/Water Pollution Control LUMP SUM A27 1 LS 805-510 Lawn and Landscape

D-98

8-01.3(15) Maintenance

(January 5, 2015 WSDOT)

The fifth paragraph of Section 8-01.3(15) is deleted.

8-01.3(16) Removal

(January 5, 2015 WSDOT)

The Contractor shall remove all temporary BMP’s and all associated hardware from the project limits prior to Physical Completion unless otherwise approved by the Engineer. At the request of the Contractor and at the sole discretion of the Engineer the CSWGP may be transferred back to the Contracting Agency. Approval of the Transfer of Coverage request will require the following: 1. All other Work required for Contract Completion has been completed. 2. All Work required for compliance with the CSWGP has been completed to the maximum extent possible. This includes removal of BMPs that are no longer needed and the site has undergone all Stabilization identified for meeting the requirements of Final Stabilization in the CSWGP. 3. An Equitable Adjustment change order for the cost of Work that has not been completed by the Contractor. 4. Submittal of the Washington State Department of Ecology Transfer of Coverage form (Ecology form ECY 020-87a) to the Engineer. If the Engineer approves the Transfer of Coverage back to the Contracting Agency the requirement in Section 1-07.5(3) for the Contractor’s submittal of the Notice of Termination form to Ecology will not apply.

8-01.4 Measurement

(April 30, 2015 Lacey GSP)

Supplement this section with the following: All items required for erosion control shall be included in the lump sum bid item “Erosion/Water Pollution Control” unless a specific bid item is included in the proposal. Modify this section with the following: No specific unit of measure shall apply to the lump sum item “ESC Lead”

8-01.5 Payment

(October 16, 2016 Lacey GSP)

Modify this section with the following: Delete “Erosion/Water Pollution Control”, by force account and add the following bid item: “Erosion/Water Pollution Control”, lump sum. The lump sum contract price for “Erosion/Water Pollution Control” shall be full compensation for all labor, material, and equipment necessary to implement, install, maintain and remove all erosion and water pollution control items including removal and disposal of sediment,

Page 129: LIFT STATION NO. 21 REHABILITATION Specifications.pdfA25 1 LS 723-510 Bypass Pumping LUMP SUM A26 1 LS 801-680 Erosion/Water Pollution Control LUMP SUM A27 1 LS 805-510 Lawn and Landscape

D-99

stabilization and rehabilitation of soil disturbed by these activities, and any additional Work deemed necessary by the Engineer to control erosion and water pollution. The requirements for the ESC Lead shall also be included in this lump sum bid item if no bid item is included in the proposal. The Contractor shall bear full responsibility for erosion/water pollution control in all sources of material, disposal sites, and haul roads.

8-05 LAWN AND LANDSCAPE RESTORATION (****** Lacey GSP)

Add the following new section:

8-05.1 Description

The Contractor shall take every precaution to preserve and protect existing lawn and landscape areas. Only those landscaped areas necessary for construction shall be disturbed. All lawn areas and landscaping damaged or removed shall be repaired as directed by the Engineer. Lawn areas damaged or removed shall be restored with sod as directed by the Engineer.

8-05.3 Construction Requirements

The Contractor shall repair any vegetation, fencing, culverts, ditch sections, or any other objects or structures that are not covered by a specific bid item. Restoration shall return anything damaged by construction to their original condition or to a condition superior to the original condition. The Contractor shall be responsible to evaluate the site prior to bidding this project to determine the areas to be affected by the particular construction method or machinery proposed to be used.

8-05.4 Measurement

No unit of measure shall apply to the lump sum price for Lawn and Landscape Restoration.

8-05.5 Payment

“Lawn and Landscape Restoration”, lump sum. The lump sum contract price for “Lawn and Landscape Restoration” shall be full pay for all labor, materials, and equipment to restore the project site to condition equal to, or superior to the original condition. If no bid item for “Lawn and Landscape Restoration” is included, any work described in this section shall be incidental to the project.

8-14 CEMENT CONCRETE SIDEWALKS

8-14.1 Description

(March 31, 2015 Lacey)

Supplement this section with the following: Where applicable in this section “concrete sidewalks” shall read “concrete sidewalks and driveways” unless a bid item is provided. Depth shall be as shown in the Plans. The minimum driveway depth shall be 6 inches. The Contractor shall match color, texture, and material of existing sidewalks and driveways.

Page 130: LIFT STATION NO. 21 REHABILITATION Specifications.pdfA25 1 LS 723-510 Bypass Pumping LUMP SUM A26 1 LS 801-680 Erosion/Water Pollution Control LUMP SUM A27 1 LS 805-510 Lawn and Landscape

D-100

All ADA requirements will be strictly enforced including ramps and slopes as shown in the plans. Sidewalk and Bus Pads shall not exceed 2% cross slope. If a sign is to be installed in concrete, the Contractor shall place a breakaway sleeve in the concrete as shown on the Plans and as directed by the Engineer. The sleeve shall be cleared of all debris. The sign shall be installed by others.

8-14.4 Measurement

(April 2, 2018 Lacey)

Supplement this section with the following: Cement concrete sidewalks shall be measured by the square yard of finished surface outside of the ramp pay limits and will not include the surface area of the curb ramps (i.e. the sidewalk quantities indicated on the Plans are for informational purposes only and include the ramp area). Cement Concrete sidewalks shall include cement concrete bike ramps, and bus pads.

8-14.5 Payment

(April 2, 2018 Lacey)

Supplement this section with the following: The unit contract price for “Cement Conc. Sidewalk” per square yard shall be full pay for furnishing all materials, equipment, and labor to construct the sidewalk, and bus pads complete in-place, to include forms, and concrete. Further, the Contractor shall make all excavations including haul and disposal, regardless of depth required, for constructing the sidewalk to the lines and grades shown, and shall include all costs associated with maintaining pedestrian access through the construction area with crushed surfacing top course or other material as approved by the Engineer.

8-18 MAILBOX SUPPORT

8-18.3 Construction Requirements

(******)

Supplement this section with the following: The Contractor must use new locking mailboxes and provide two (2) keys for each mailbox. The Contractor shall ensure that mail service is not interrupted during construction.

8-18.4 Measurement

(October 16, 2009 Lacey)

Delete this section and replace with following: Mailbox relocation shall be measured per each for the relocation of a mailbox from the preconstruction condition to the final location. All temporary relocations of the mailbox due to construction operations shall be incidental to this bid item.

Page 131: LIFT STATION NO. 21 REHABILITATION Specifications.pdfA25 1 LS 723-510 Bypass Pumping LUMP SUM A26 1 LS 801-680 Erosion/Water Pollution Control LUMP SUM A27 1 LS 805-510 Lawn and Landscape

D-101

8-18.5 Payment

(October 16, 2009 Lacey)

Delete this section and replace with following: The unit contract price for “Relocate Mailbox.” per each shall be full compensation for all labor, equipment, tools, and materials required to relocate a mailbox complete in-place including the guard posts adjacent to the mailbox. Any costs associated with temporarily relocating a mailbox during construction shall be included the unit contract price for that respective mailbox and no additional compensation shall be allowed.

8-18.4 Measurement

(January 4, 2016 Lacey)

Delete this section.

8-18.5 Payment

(January 4, 2016 Lacey)

Delete this section and replace with following: All costs in connection with temporary or permanent relocation of mailboxes shall be included in the contract price per lump sum for “Lawn and Landscape Restoration”, and no additional compensation shall be allowed.

8-32 MODULAR BLOCK WALL (******)

Add the following new section:

8-32.1 Description

(******)

Work includes furnishing and installing modular block retaining wall systems to the lines and

grades, and at the locations shown on the plans or as directed by the Engineer. Work includes

excavation for the walls, preparing foundation soil, furnishing and installing leveling pad, unit

fill, cap, 4” perforated drain pipe, granular compacted backfill for drains, and grading behind and

at ends of walls.

8-32.2 Material

(******)

The following manufacturers provide modular block retaining wall systems.

Keystone Pacific Northwest 1-800-733-7470

Page 132: LIFT STATION NO. 21 REHABILITATION Specifications.pdfA25 1 LS 723-510 Bypass Pumping LUMP SUM A26 1 LS 801-680 Erosion/Water Pollution Control LUMP SUM A27 1 LS 805-510 Lawn and Landscape

D-102

Cornerstone 1-770-423-0350

Allen Block 1-952-835-5309

Versa-Lok Retaining Wall Systems 1-800-770-4525

Anchor Wall Systems 1-800-473-4452

The Contractor shall provide standard size, commercially produced modular concrete blocks

with cap units where shown on the plans. Block size shall generally meet the following criteria :

Standard

Height 6-inch to 8-inch (standard block)

3-inch to 4-inch (capstone block)

Width 12-inch to 18-inch

Depth 21-inch

Compact

Height 6-inch to 8-inch (standard block)

3-inch to 4-inch (capstone block)

Width 12-inch to 18-inch

Depth 12-inch

The color and face texture for both standard and compact units, including cap, shall be an

earthtone shade of brown with the sculptured rockface texture. Masonry wall units shall have a

minimum 28 days compressive strength of 3000 psi in accordance with ASTM C-90. The

concrete shall have adequate freeze/thaw protection with a maximum moisture absorption rate of

8%.

Units shall have angled sides and capable of attaining concave and convex alignment curves with

a minimum radius of 3.5 feet. Units shall be interlocked with non-corrosive fiberglass pins or an

equivalent approved non-corrosive interlocking system.

Material for footing (leveling pad) shall consist of gravel backfill for foundations. A minimum

of 8 inches of compacted backfill is required.

Fill for units shall be free draining sands or gravel. No more than 10 percent shall pass the No.

200 sieve with a maximum size of 3/4 inch. Gradation of the fill shall be approved by the

Engineer. A minimum of 12 inches of drainage fill shall extend behind the wall.

Backfill material shall meet the requirements of section 9-03.12(2).

Capstone Adhesive: SB-10 Paver Bond as manufactured by SureBond (847.843.1818) or

approved equal.

Design Criteria

Page 133: LIFT STATION NO. 21 REHABILITATION Specifications.pdfA25 1 LS 723-510 Bypass Pumping LUMP SUM A26 1 LS 801-680 Erosion/Water Pollution Control LUMP SUM A27 1 LS 805-510 Lawn and Landscape

D-103

Contractor to provide design sealed by licensed-certified State of Washington Professional

Engineer.

Wall height: 2.33' maximum (wall detail #1; compact units)

2.50’ maximum (wall detail #2; standard units)

Embedment depth: 6” minimum

Backfill: Imported granular material defined by design.

Capstone: To provide neat matching lines with no opening or gaps. Provide standard

straight and tapered edges, or sawcut to fit.

Foundation: Grade to be adjusted to accommodate wall design embedment.

Vertical Wall Slope: None.

8-32.3 Construction Requirements

Submittals

The modular block retaining wall shall be installed according to the block manufacturer’s

specifications and recommendation. The Contractor shall submit, for approval, the type of block

to be used in the wall, the manufacturer’s design and installation literature, color samples, any

necessary detail drawings, and a copy of the calculations for the design of the modular block

retaining wall system.

Delivery, Storage and Handling

Contractor shall check the materials upon delivery to assure that proper material has been

received.

Contractor shall prevent excessive mud, wet cement, epoxy, and like materials which may affix

themselves, from coming in contact with the materials.

Contractor shall protect the materials from damage. Damaged material shall not be incorporated

into the retaining wall structure.

Gravel Backfill for Foundations (Base Material)

Base material shall be placed as shown on the construction drawings with a minimum thickness

of 8 inches.

Base material shall be installed upon undisturbed insitu soils.

Material shall be compacted so as to provide a level hard surface on which to place the first

course of units. Compaction shall be with mechanical plate compactors to 95% of standard.

Base material shall be prepared to insure complete contact of retaining wall unit with base. Gaps

shall not be allowed.

Capstone Prior to installation of capstone, apply continuous one eighth inch bead of adhesive to top of

underlying course of block. Firmly seat Capstone. No movement in any modular block capstone

in the top course is measure of acceptance.

Page 134: LIFT STATION NO. 21 REHABILITATION Specifications.pdfA25 1 LS 723-510 Bypass Pumping LUMP SUM A26 1 LS 801-680 Erosion/Water Pollution Control LUMP SUM A27 1 LS 805-510 Lawn and Landscape

D-104

8-32.4 Measurement

(******)

Modular block retaining wall shall be measured per square foot of finished wall face, including

portion below finish grade.

8-32.5 Payment

(******)

“Modular Block Wall”, per square foot.

The unit contract price per square foot of face area for “Modular Block Wall” shall be full payment for all materials, tools, labor and equipment necessary to furnish and install the modular block retaining wall system. This shall include all aspects of the wall such as excavation, leveling pad, unit fill, cap, backfill, and grout, and grading.

8-50 MISCELLANEOUS Add the following new sections:

8-50.1 BOLLARDS

(****** Lacey)

Description

This work shall consist of furnishing and installing steel bollards in accordance with the Plans, Standard Plans, and these Specifications, at the locations shown in the Plans or as staked by the Engineer.

Materials

“Type 3” bollard posts shall be steel structural tubing per ASTM A 500 Gr B, per the plans. “PSE Guard Post” bollard posts shall be galvanized steel filled with concrete, per the plans. Steel plate shall be per ASTM A 36. Chains shall be 5/16" Grade 316, Stainless Steel Chain to connect each bollard. Locks shall be ANSI Grade 2 outdoor keyed padlock with a minimum 2 inch shackle. All padlocks in the set shall be key alike (2 keys per set). All steel parts shall be hot-dip galvanized after fabrication in accordance with AASHTO M 111. Reflective tape shall be one of the following or an approved equal: Scotchlite High Intensity Grade Series 2870 Reflexite AP-1000 Scotchlite Diamond Grade LDP Series 3970

Page 135: LIFT STATION NO. 21 REHABILITATION Specifications.pdfA25 1 LS 723-510 Bypass Pumping LUMP SUM A26 1 LS 801-680 Erosion/Water Pollution Control LUMP SUM A27 1 LS 805-510 Lawn and Landscape

D-105

T-6500 High Intensity (Type IV) Footings shall be constructed using concrete Class 3000 or Commercial Concrete.

Construction Requirements

Bollards shall be constructed in accordance with the Standard Plans. Bollard footing surfaces shall slope away from the bollard to meet pavement grade. The footing shall follow the dimensions and details of the square footing and the surface shall have a smooth trowel finish. Bollards shall not vary more than 1/2 inch in 30 inches from a vertical plane. Bollard posts and the exposed parts of the base assembly shall be painted in accordance with Section 6-07.3(11) for galvanized surfaces. The top coat shall match Federal Standard 595, Color No. 33538 Traffic Signal Yellow.

Measurement

Measurement for bollards will be by the unit for each bollard furnished and installed.

Payment

Payment will be made in accordance with Section 1-04.1, for the following bid items: The unit contract price per each for “Bollard” shall be full pay for all labor, materials, and equipment required to provide and install WSDOT Type 3 bollards and PSE Guard Post bollards as identified in the plans including foundation excavation, concrete footing, finishing, steel pipe and plate, concrete, paint, chain, locks, and other items required to install a bollard complete in-place.

8-50.2 PROJECT CLOSEOUT

(April 2, 2018 Lacey)

Description

This work shall consist of completing all miscellaneous items of work in accordance with the Plans and these Specifications that are required to achieve Completion and Final Acceptance, as identified by the Engineer and the Contracting Agency. This work may include but is not limited to punch list items, record drawings, O&M Manuals, training, material acceptance documents, copies of the approved “Affidavit of Prevailing Wages Paid” for the Contractor and all Subcontractors, and any other work required in these Plans and Specifications that has not been completed.

Measurement

No unit of measurement shall apply to the lump sum price for “Project Closeout”.

Payment

“Project Closeout”, lump sum. The unit contract price per lump sum for “Project Closeout” includes all compensation for all costs of completing the miscellaneous items of work identified by the Contracting Agency prior

Page 136: LIFT STATION NO. 21 REHABILITATION Specifications.pdfA25 1 LS 723-510 Bypass Pumping LUMP SUM A26 1 LS 801-680 Erosion/Water Pollution Control LUMP SUM A27 1 LS 805-510 Lawn and Landscape

D-106

to final acceptance of the Project. A fixed lump sum price has been included in the Proposal for this work. Any additional costs anticipated or incurred by the Contractor for the work shall be included in the various lump sum and unit price bid items as found in the Proposal. Neither partial payment, nor additional compensation shall be allowed.

9-03 AGGREGATES Add the following new Section:

9-03.16 Imported Pipe Bedding

(April 30, 2015 Lacey)

Bedding material for pressure mains and services shall be clean sand/gravel mixture free from organic matter and conforming to the following gradation:

Sieve Size Percent Passing 3/4” square 100 3/8” square 70-100 U.S. No. 4 55-100 U.S. No. 10 35-95 U.S. No. 20 20-80 U.S. No. 40 10-55 U.S. No. 100 0-10 U.S. No. 200 0-3

Bedding material for gravity mains and stubs/or laterals shall be clean sand/gravel mixture free from organic matter and conforming to the following gradation:

Sieve Size Percent Passing 3/8” square 85-100 U.S. No. 4 10-30 U.S. No. 8 0-10 U.S. No. 16 0-5

All percentages are by weight

9-03.21 Recycled Materials

(April 30, 2015 Lacey)

Section 9-03.21 is supplemented with the following: Recycled materials will not be used unless approved by the Engineer.

Page 137: LIFT STATION NO. 21 REHABILITATION Specifications.pdfA25 1 LS 723-510 Bypass Pumping LUMP SUM A26 1 LS 801-680 Erosion/Water Pollution Control LUMP SUM A27 1 LS 805-510 Lawn and Landscape

Lift Station No. 21 Rehabilitation Table of Contents 16-1833 00110 - 1

SECTION E

CITY OF LACEY

WASTEWATER LIFT STATION 21

REHABILITATION PROJECT

TABLE OF CONTENTS

SECTION DESCRIPTION

03300 Cast-in-Place Concrete 04220 Concrete Masonry Units 05120 Structural Steel Framing 11100 Pumps, General 11120 Submersible Sewage Pumps 16000 General Electrical Provisions 16100 Electrical Materials and Methods 16200 Standby Generator System 16400 Service and Distribution 16500 Lighting 16922 Instrumentation, Controls, and Programming

Page 138: LIFT STATION NO. 21 REHABILITATION Specifications.pdfA25 1 LS 723-510 Bypass Pumping LUMP SUM A26 1 LS 801-680 Erosion/Water Pollution Control LUMP SUM A27 1 LS 805-510 Lawn and Landscape

Lift Station No. 21 Rehabilitation Table of Contents 16-1833 00110 - 2

This Page Intentionally Left Blank

Page 139: LIFT STATION NO. 21 REHABILITATION Specifications.pdfA25 1 LS 723-510 Bypass Pumping LUMP SUM A26 1 LS 801-680 Erosion/Water Pollution Control LUMP SUM A27 1 LS 805-510 Lawn and Landscape

Lift Station No. 21 Rehabilitation Cast-In-Place Concrete 16-1833 03300 - 1

SECTION 03300

CAST-IN-PLACE CONCRETE

PART 1 GENERAL

1.1 RELATED DOCUMENTS

A. Drawings and general provisions of the Contract, including General and Supplementary Conditions, apply to this Section.

B. Structural Drawings and Structural Notes apply to this Section and when in conflict with this Section, shall have precedence.

1.2 SUMMARY

A. Section includes general concrete materials information, concrete formwork, placement procedures, finishes and other related concrete work not indicated on the Structural Drawings or specified in the Structural General Notes.

1.3 ACTION SUBMITTALS

A. Design Mixtures: For each concrete mixture. Submit alternate design mixtures when characteristics of materials, project conditions, weather, test results, or other circumstances warrant adjustments.

1. Indicate amounts of mixing water to be withheld for later addition at project site.

B. Steel Reinforcement Shop Drawings: Placing drawings that detail fabrication, bending, and placement. Include bar sizes, lengths, material, grade, bar schedules, stirrup spacing, bent bar diagrams, bar arrangement, splices and laps, mechanical connections, tie spacing, hoop spacing, and supports for concrete reinforcement.

1.4 QUALITY ASSURANCE

A. Manufacturer Qualifications: A firm experienced in manufacturing ready-mixed concrete products and that complies with ASTM C 94/C 94M requirements for production facilities and equipment.

1. Manufacturer certified according to NRMCA's "Certification of Ready Mixed Concrete Production Facilities."

B. Source Limitations: Obtain each type or class of cementitious material of the same brand from the same manufacturer's plant, obtain aggregate from single source, and obtain admixtures from single source from single manufacturer.

Page 140: LIFT STATION NO. 21 REHABILITATION Specifications.pdfA25 1 LS 723-510 Bypass Pumping LUMP SUM A26 1 LS 801-680 Erosion/Water Pollution Control LUMP SUM A27 1 LS 805-510 Lawn and Landscape

Lift Station No. 21 Rehabilitation Cast-In-Place Concrete 16-1833 03300 - 2

C. ACI Publications: Comply with the following unless modified by requirements in the Contract Documents:

1. ACI 117, "Specifications for Tolerances for Concrete Construction and Materials."

2. ACI 301, "Specifications for Structural Concrete"

3. ACI 303, "Specifications for Cast-In-Place Architectural Concrete"

4. ACI 347, Recommended Practices for Concrete Formwork”.

1.5 DELIVERY, STORAGE, AND HANDLING

A. Steel Reinforcement: Deliver, store, and handle steel reinforcement to prevent bending and damage.

PART 2 PRODUCTS

2.1 STEEL REINFORCEMENT

A. Reinforcing Bars: ASTM A 615/A 615M, Grade 60, deformed.

2.2 CONCRETE MATERIALS

A. Cementitious Material: Use the following cementitious materials, of the same type, brand, and source throughout Project:

1. Portland Cement: ASTM C 150, Type I/II

B. Normal-Weight Aggregate: ASTM C 33, graded, 1-1/2-inch nominal maximum aggregate size.

C. Water: ASTM C 94/C 94M.

2.3 ADMIXTURES

A. Air-Entraining Admixture: ASTM C 260.

B. Chemical Admixtures: Provide admixtures certified by manufacturer to be compatible with other admixtures and that will not contribute water-soluble chloride ions exceeding those permitted in hardened concrete. Do not use calcium chloride or admixtures containing calcium chloride.

1. Water-Reducing Admixture: ASTM C 494/C 494M, Type A.

2. Retarding Admixture: ASTM C 494/C 494M, Type B.

Page 141: LIFT STATION NO. 21 REHABILITATION Specifications.pdfA25 1 LS 723-510 Bypass Pumping LUMP SUM A26 1 LS 801-680 Erosion/Water Pollution Control LUMP SUM A27 1 LS 805-510 Lawn and Landscape

Lift Station No. 21 Rehabilitation Cast-In-Place Concrete 16-1833 03300 - 3

3. Water-Reducing and Retarding Admixture: ASTM C 494/C 494M, Type D.

4. High-Range, Water-Reducing Admixture: ASTM C 494/C 494M, Type F.

5. High-Range, Water-Reducing and Retarding Admixture: ASTM C 494/C 494M, Type G.

6. Plasticizing and Retarding Admixture: ASTM C 1017/C 1017M, Type II.

2.4 CURING MATERIALS

A. Absorptive Cover: AASHTO M 182, Class 2, burlap cloth made from jute or kenaf, weighing approximately 9 oz./sq. yd. when dry.

B. Moisture-Retaining Cover: ASTM C 171, polyethylene film or white burlap-polyethylene sheet.

C. Water: Potable.

2.5 RELATED MATERIALS

A. Expansion- and Isolation-Joint-Filler Strips: ASTM D 1751, asphalt-saturated cellulosic fiber.

2.6 CONCRETE MIXTURES, GENERAL

A. Prepare design mixtures for each type and strength of concrete, proportioned on the basis of laboratory trial mixture or field test data, or both, according to ACI 301.

2.7 FABRICATING REINFORCEMENT

A. Fabricate steel reinforcement according to CRSI's "Manual of Standard Practice."

2.8 CONCRETE MIXING

B. Ready-Mixed Concrete: Measure, batch, mix, and deliver concrete according to ASTM C 94/C 94M, and furnish batch ticket information.

1. When air temperature is between 85 and 90 deg F, reduce mixing and delivery time from 1-1/2 hours to 75 minutes; when air temperature is above 90 deg F, reduce mixing and delivery time to 60 minutes.

Page 142: LIFT STATION NO. 21 REHABILITATION Specifications.pdfA25 1 LS 723-510 Bypass Pumping LUMP SUM A26 1 LS 801-680 Erosion/Water Pollution Control LUMP SUM A27 1 LS 805-510 Lawn and Landscape

Lift Station No. 21 Rehabilitation Cast-In-Place Concrete 16-1833 03300 - 4

PART 3 EXECUTION

3.1 FORMWORK

A. Design, erect, shore, brace, and maintain formwork, according to ACI 301 and ACI 347, to support vertical, lateral, static, and dynamic loads, and construction loads that might be applied, until structure can support such loads.

B. Construct formwork so concrete members and structures are of size, shape, alignment, elevation, and position indicated, within tolerance limits of ACI 117.

C. Chamfer exterior corners and edges of permanently exposed concrete where indicated.

3.2 EMBEDDED ITEMS

A. Place and secure anchorage devices and other embedded items required for adjoining work that is attached to or supported by cast-in-place concrete. Use setting drawings, templates, diagrams, instructions, and directions furnished with items to be embedded.

1. Build such items into the forms in a manner that will prevent displacement or damage to them during placing of concrete.

3.3 STEEL REINFORCEMENT

A. General: Comply with CRSI's "Manual of Standard Practice" for placing reinforcement.

B. Clean reinforcement of loose rust and mill scale, earth, ice, and other foreign materials that would reduce bond to concrete.

C. Accurately position, support, and secure reinforcement against displacement. Locate and support reinforcement with bar supports to maintain minimum concrete cover. Do not tack weld crossing reinforcing bars.

D. Set wire ties with ends directed into concrete, not toward exposed concrete surfaces.

3.4 CONCRETE PLACEMENT

A. Before placing concrete, verify that installation of formwork, reinforcement, and embedded items is complete and that required inspections have been performed.

B. Deposit concrete continuously in one layer or in horizontal layers of such thickness that no new concrete will be placed on concrete that has hardened enough to cause seams or planes of weakness.

Page 143: LIFT STATION NO. 21 REHABILITATION Specifications.pdfA25 1 LS 723-510 Bypass Pumping LUMP SUM A26 1 LS 801-680 Erosion/Water Pollution Control LUMP SUM A27 1 LS 805-510 Lawn and Landscape

Lift Station No. 21 Rehabilitation Cast-In-Place Concrete 16-1833 03300 - 5

3.5 FINISHING SLABS

A. General: Comply with ACI 302.1R recommendations for screeding, restraightening, and finishing operations for concrete surfaces. Do not wet concrete surfaces.

B. Broom or Belt Finish: Immediately after concrete has received a troweled finish, give the concrete surface a coarse transverse scored texture by drawing a broom or burlap belt across the surface.

3.6 CONCRETE PROTECTING AND CURING

A. General: Protect freshly placed concrete from premature drying and excessive cold or hot temperatures. Comply with ACI 306.1 for cold-weather protection and ACI 301 for hot-weather protection during curing.

B. Unformed Surfaces: Begin curing immediately after finishing concrete. Moisture cure unformed surfaces, including floors and slabs, and other surfaces.

3.7 CONCRETE SURFACE REPAIRS

A. Defective Concrete: Repair and patch defective areas. Remove and replace concrete that cannot be repaired and patched.

B. Patching Mortar: Mix dry-pack patching mortar, consisting of one-part portland cement to two and one-half parts fine aggregate passing a No. 16 sieve, using only enough water for handling and placing.

3.8 FIELD QUALITY CONTROL

A. Testing and Inspecting: A qualified testing and inspecting agency shall be engaged to perform field tests and inspections and prepare test reports.

B. Inspections:

1. Steel reinforcement placement.

END OF SECTION

Page 144: LIFT STATION NO. 21 REHABILITATION Specifications.pdfA25 1 LS 723-510 Bypass Pumping LUMP SUM A26 1 LS 801-680 Erosion/Water Pollution Control LUMP SUM A27 1 LS 805-510 Lawn and Landscape

Lift Station No. 21 Rehabilitation Cast-In-Place Concrete 16-1833 03300 - 6

This Page Intentionally Left Blank

Page 145: LIFT STATION NO. 21 REHABILITATION Specifications.pdfA25 1 LS 723-510 Bypass Pumping LUMP SUM A26 1 LS 801-680 Erosion/Water Pollution Control LUMP SUM A27 1 LS 805-510 Lawn and Landscape

Lift Station No. 21 Rehabilitation Concrete Masonry Units 16-1833 04220 - 1

SECTION 04220

CONCRETE MASONRY UNITS (CMU)

PART 1 GENERAL

1.1 RELATED DOCUMENTS

A. Drawings and general provisions of the Contract, including General and Supplementary Conditions, apply to this Section.

1.2 SUMMARY

A. Section Includes:

1. Concrete masonry units. 2. Mortar and grout. 3. Steel reinforcing bars.

1.3 DEFINITIONS

A. CMU(s): Concrete masonry unit(s).

B. Reinforced Masonry: Masonry containing reinforcing steel in grouted cells.

1.4 ACTION SUBMITTALS

A. Product Data: For each type of product.

1.5 DELIVERY, STORAGE, AND HANDLING

A. Store masonry units & cementitious materials on elevated platforms in a dry location. If units become wet, do not install until they are dry. Do not use cementitious materials that have become damp.

1.6 FIELD CONDITIONS

A. Protection of Masonry: During construction, cover tops of walls, projections, and sills with waterproof sheeting at end of each day's work. Cover partially completed masonry when construction is not in progress.

Page 146: LIFT STATION NO. 21 REHABILITATION Specifications.pdfA25 1 LS 723-510 Bypass Pumping LUMP SUM A26 1 LS 801-680 Erosion/Water Pollution Control LUMP SUM A27 1 LS 805-510 Lawn and Landscape

Lift Station No. 21 Rehabilitation Concrete Masonry Units 16-1833 04220 - 2

PART 2 PRODUCTS

2.1 UNIT MASONRY, GENERAL

A. Masonry Standard: Comply with TMS 602/ACI 530.1/ASCE 6 except as modified by requirements in the Contract Documents.

2.2 CONCRETE MASONRY UNITS

A. Shapes: Provide shapes indicated and as follows, with exposed surfaces matching exposed faces of adjacent units unless otherwise indicated.

1. Provide special shapes for lintels, corners, jambs, sashes, movement joints, headers, bonding, and other special conditions.

B. CMUs: ASTM C 90.

1. Unit Compressive Strength: Provide units with minimum average net-area compressive strength of 2800 psi.

2. Density Classification: Normal weight.

3. Color to be selected from standard color palette, to match existing building. Final approval by Owner.

2.3 MORTAR AND GROUT MATERIALS

A. Mortar: ASTM C 270, Type S.

1. Use washed aggregate consisting of natural sand or crushed stone.

B. Grout: ASTM C 404.

C. Water: Potable.

2.4 REINFORCEMENT

A. Uncoated Steel Reinforcing Bars: ASTM A 615/A 615M or ASTM A 996/A 996M, Grade 60.

PART 3 EXECUTION

3.1 EXAMINATION

A. Examine conditions, with Installer present, for compliance with requirements for installation tolerances and other conditions affecting performance of the Work.

Page 147: LIFT STATION NO. 21 REHABILITATION Specifications.pdfA25 1 LS 723-510 Bypass Pumping LUMP SUM A26 1 LS 801-680 Erosion/Water Pollution Control LUMP SUM A27 1 LS 805-510 Lawn and Landscape

Lift Station No. 21 Rehabilitation Concrete Masonry Units 16-1833 04220 - 3

1. Verify that reinforcing dowels are properly placed. 2. Verify that substrates are free of substances that would impair mortar bond.

B. Proceed with installation only after unsatisfactory conditions have been corrected.

3.2 INSTALLATION, GENERAL

A. Use full-size units without cutting if possible. If cutting is required to provide a continuous pattern or to fit adjoining construction, cut units with motor-driven saws; provide clean, sharp, unchipped edges. Allow units to dry before laying unless wetting of units is specified. Install cut units with cut surfaces and, where possible, cut edges concealed.

3.3 TOLERANCES

A. Dimensions and Locations of Elements:

1. For dimensions in cross section or elevation, do not vary by more than plus 1/2 inch or minus 1/4 inch.

2. For location of elements in plan, do not vary from that indicated by more than plus or minus 1/2 inch.

B. Lines and Levels:

1. For vertical lines and surfaces do not vary from plumb by more than 1/4 inch in 10 feet, 3/8 inch in 20 feet, or 1/2-inch maximum.

2. For faces of adjacent exposed masonry units, do not vary from flush alignment by more than 1/16 inch.

C. Joints:

1. For bed joints, do not vary from thickness indicated by more than plus or minus 1/8 inch, with a maximum thickness limited to 1/2 inch.

2. For exposed bed joints, do not vary from bed-joint thickness of adjacent courses by more than 1/8 inch.

3.4 LAYING MASONRY WALLS

A. Bond Pattern for Exposed Masonry

B. Fill cores in hollow CMUs with grout at reinforcing and tie-in locations, and as indicated.

Page 148: LIFT STATION NO. 21 REHABILITATION Specifications.pdfA25 1 LS 723-510 Bypass Pumping LUMP SUM A26 1 LS 801-680 Erosion/Water Pollution Control LUMP SUM A27 1 LS 805-510 Lawn and Landscape

Lift Station No. 21 Rehabilitation Concrete Masonry Units 16-1833 04220 - 4

3.5 MORTAR BEDDING AND JOINTING

A. Lay hollow CMUs as follows:

1. Bed face shells in mortar and make head joints of depth equal to bed joints.

B. Tool exposed joints slightly concave when thumbprint hard, using a jointer larger than joint thickness unless otherwise indicated.

3.6 REINFORCEMENT INSTALLATION

A. Placing Reinforcement: Comply with requirements in TMS 602/ACI 530.1/ASCE 6.

B. Grouting: Do not place grout until entire height of masonry to be grouted has attained enough strength to resist grout pressure.

1. Comply with requirements in TMS 602/ACI 530.1/ASCE 6 for cleanouts and for grout placement, including minimum grout space and maximum pour height.

3.7 FIELD QUALITY CONTROL

A. Testing and Inspecting: Engage special inspectors to perform tests and inspections and prepare reports. Allow inspectors access to scaffolding and work areas as needed to perform tests and inspections. Retesting of materials that fail to comply with specified requirements shall be done at Contractor's expense.

B. Concrete Masonry Unit Test: See structural drawings.

3.8 REPAIRING, POINTING, AND CLEANING

A. Remove and replace masonry units where indicated or that are loose, chipped, broken, stained, or otherwise damaged or that do not match adjoining units. Install new units to match adjoining units or as indicated.

B. Pointing: During the tooling of joints, enlarge voids and holes, except weep holes, and completely fill with mortar. Point up joints, including corners, openings, and adjacent construction, to provide a neat, uniform appearance. Prepare joints for sealant application, where indicated.

C. In-Progress Cleaning: Clean unit masonry as work progresses by dry brushing to remove mortar fins and smears before tooling joints.

D. Final Cleaning: After mortar is thoroughly set and cured, clean exposed masonry as follows:

1. Remove large mortar particles by hand with wooden paddles and nonmetallic scrape hoes or chisels.

Page 149: LIFT STATION NO. 21 REHABILITATION Specifications.pdfA25 1 LS 723-510 Bypass Pumping LUMP SUM A26 1 LS 801-680 Erosion/Water Pollution Control LUMP SUM A27 1 LS 805-510 Lawn and Landscape

Lift Station No. 21 Rehabilitation Concrete Masonry Units 16-1833 04220 - 5

2. Protect adjacent non-masonry surfaces from contact with cleaner by covering them with liquid strippable masking agent or polyethylene film and waterproof masking tape.

3. Wet wall surfaces with water before applying cleaners; remove cleaners promptly by rinsing surfaces thoroughly with clear water.

3.9 MASONRY WASTE DISPOSAL

1. Salvageable Materials: Unless otherwise indicated, excess masonry materials are Contractor's property. At completion of unit masonry work, remove from Project site.

END OF SECTION

Page 150: LIFT STATION NO. 21 REHABILITATION Specifications.pdfA25 1 LS 723-510 Bypass Pumping LUMP SUM A26 1 LS 801-680 Erosion/Water Pollution Control LUMP SUM A27 1 LS 805-510 Lawn and Landscape

Lift Station No. 21 Rehabilitation Concrete Masonry Units 16-1833 04220 - 6

This Page Intentionally Left Blank

Page 151: LIFT STATION NO. 21 REHABILITATION Specifications.pdfA25 1 LS 723-510 Bypass Pumping LUMP SUM A26 1 LS 801-680 Erosion/Water Pollution Control LUMP SUM A27 1 LS 805-510 Lawn and Landscape

Lift Station No. 21 Rehabilitation Structural Steel Framing 16-1833 05120 - 1

SECTION 05120

STRUCTURAL STEEL FRAMING

PART 1 GENERAL

1.1 RELATED DOCUMENTS

A. Drawings and general provisions of the Contract, including General and Supplementary Conditions, apply to this Section.

1.2 SUMMARY

A. Section Includes:

1. Structural steel.

1.3 DEFINITIONS

A. Structural Steel: Elements of structural-steel frame, as classified by AISC 303, "Code of Standard Practice for Steel Buildings and Bridges."

1.4 ACTION SUBMITTALS

A. Product Data: For each type of product indicated.

B. Shop Drawings: Show fabrication of structural-steel components.

1. Include details of cuts, connections, splices, camber, holes, and other pertinent data.

2. Include embedment and anchor bolt drawings.

3. Indicate welds by standard AWS symbols, distinguishing between shop and field welds, and show size, length, and type of each weld.

4. Indicate type, size, and length of bolts, distinguishing between shop and field bolts. Retain paragraph below for "High-Seismic Applications" as defined in AISC 360. AISC 341 requires WPSs be submitted for review.

1.5 DELIVERY, STORAGE, AND HANDLING

A. Store materials to permit easy access for inspection and identification. Keep steel members off ground and spaced by using pallets, dunnage, or other supports and spacers. Protect steel members and packaged materials from corrosion and deterioration.

Page 152: LIFT STATION NO. 21 REHABILITATION Specifications.pdfA25 1 LS 723-510 Bypass Pumping LUMP SUM A26 1 LS 801-680 Erosion/Water Pollution Control LUMP SUM A27 1 LS 805-510 Lawn and Landscape

Lift Station No. 21 Rehabilitation Structural Steel Framing 16-1833 05120 - 2

1. Do not store materials on structure in a manner that might cause distortion, damage, or overload to members or supporting structures. Repair or replace damaged materials or structures as directed.

B. Store fasteners in a protected place in sealed containers with manufacturer's labels intact.

1.6 COORDINATION

A. Coordinate installation of anchorage items to be embedded in or attached to other construction without delaying the Work.

PART 2 PRODUCTS

2.1 STRUCTURAL-STEEL MATERIALS

A. Structural Steel Shapes, Plates, Angles, Bars, and Rods: As specified in General Structural Notes.

B. Welding Electrodes: Comply with AWS requirements and General Structural Notes.

2.2 BOLTS, CONNECTORS, AND ANCHORS

A. Zinc-Coated High-Strength Bolts, Nuts, and Washers: ASTM A 325, Type 1, heavy-hex steel structural bolts; ASTM A 563, Class 10S heavy-hex carbon-steel nuts; and ASTM F 436, Type 1, hardened carbon-steel washers.

1. Finish: Hot-dip or mechanically deposited zinc coating.

B. Anchor Rods or Anchor Bolts: ASTM F 1554, Grade 36, unless otherwise noted. ASTM F 1554 Grade 55 (weldable) or Grade 105 shall be used where specifically indicated on drawings.

1. Finish: Hot-dip zinc coating, ASTM A 153, Class C.

C. Threaded Rods: ASTM A 36, unless otherwise noted.

1. Nuts: ASTM A 563 hex carbon steel. 2. Washers: ASTM F 436, Type 1, hardened or ASTM A 36 carbon steel. 3. Finish: Hot-dip zinc coating, ASTM A 153, Class C.

2.3 PAINT & PRIMER

A. Hot-Dip Galvanized Finish is required for all exterior structural steel.

Page 153: LIFT STATION NO. 21 REHABILITATION Specifications.pdfA25 1 LS 723-510 Bypass Pumping LUMP SUM A26 1 LS 801-680 Erosion/Water Pollution Control LUMP SUM A27 1 LS 805-510 Lawn and Landscape

Lift Station No. 21 Rehabilitation Structural Steel Framing 16-1833 05120 - 3

2.4 FABRICATION

A. Structural Steel: Fabricate and assemble in shop to greatest extent possible. Fabricate according to AISC's "Code of Standard Practice for Steel Buildings and Bridges" and AISC 360.

1. Complete structural-steel assemblies, including welding of units, before starting shop-priming operations.

B. Thermal Cutting: Perform thermal cutting by machine to greatest extent possible.

1. Plane thermally cut edges to be welded to comply with requirements in AWS D1.1/D1.1M.

C. Bolt Holes: Cut, drill, or punch standard bolt holes perpendicular to metal surfaces. Do not thermally cut holes or enlarge holes by burning without prior approval from Structural Engineer

D. Finishing: Accurately finish ends of columns and other members transmitting bearing loads.

2.5 SHOP CONNECTIONS

A. High-Strength Bolts: Shop install high-strength bolts according to RCSC's "Specification for Structural Joints Using ASTM A 325 or A 490 Bolts" for type of bolt and type of joint specified.

B. Weld Connections: Comply with AWS D1.1/D1.1M for tolerances, appearances, welding procedure specifications, weld quality, and methods used in correcting welding work.

1. Assemble and weld built-up sections by methods that will maintain true alignment of axes without exceeding tolerances in AISC 303 for mill material.

2.6 SOURCE QUALITY CONTROL

A. Testing Agency: Engage an independent testing and inspecting agency to perform inspections and prepare test reports in accordance with IBC Chapter 17 and the Quality Assurance Plan in the General Structural Notes.

1. Provide testing agency with access to places where structural-steel work is being fabricated or produced to perform tests and inspections.

B. Correct deficiencies in Work that test reports and inspections indicate does not comply with the Contract Documents.

Page 154: LIFT STATION NO. 21 REHABILITATION Specifications.pdfA25 1 LS 723-510 Bypass Pumping LUMP SUM A26 1 LS 801-680 Erosion/Water Pollution Control LUMP SUM A27 1 LS 805-510 Lawn and Landscape

Lift Station No. 21 Rehabilitation Structural Steel Framing 16-1833 05120 - 4

C. Bolted Connections: Shop-bolted connections will be inspected according to RCSC's "Specification for Structural Joints Using ASTM A 325 or A 490 Bolts."

D. Welded Connections: All welded connections will be inspected according to AWS D1.1/D1.1M.

E. Correct deficiencies in Work that test reports and inspections indicate does not comply with the Contract Documents.

PART 3 EXECUTION

3.1 EXAMINATION

A. Verify, with steel Erector present, elevations of concrete- and masonry-bearing surfaces and locations of anchor rods, bearing plates, and other embedments for compliance with requirements.

B. Proceed with installation only after unsatisfactory conditions have been corrected.

3.2 ERECTION

A. Set structural steel accurately in locations and to elevations indicated and according to AISC 303 and AISC 360.

B. Base and Bearing Plates: Clean concrete- and masonry-bearing surfaces of bond-reducing materials, and roughen surfaces prior to setting plates. Clean bottom surface of plates.

C. Maintain erection tolerances of structural steel within AISC's "Code of Standard Practice for Steel Buildings and Bridges."

D. Align and adjust various members that form part of complete frame or structure before permanently fastening. Before assembly, clean bearing surfaces and other surfaces that will be in permanent contact with members. Perform necessary adjustments to compensate for discrepancies in elevations and alignment.

1. Level and plumb individual members of structure.

2. Make allowances for difference between temperature at time of erection and mean temperature when structure is completed and in service.

E. Splice members only where indicated.

F. Do not use thermal cutting during erection unless approved by Structural Engineer. Finish thermally cut sections within smoothness limits in AWS D1.1/D1.1M.

Page 155: LIFT STATION NO. 21 REHABILITATION Specifications.pdfA25 1 LS 723-510 Bypass Pumping LUMP SUM A26 1 LS 801-680 Erosion/Water Pollution Control LUMP SUM A27 1 LS 805-510 Lawn and Landscape

Lift Station No. 21 Rehabilitation Structural Steel Framing 16-1833 05120 - 5

3.3 FIELD QUALITY CONTROL

A. Testing Agency: Engage a qualified independent testing and inspecting agency to inspect field welds, high-strength bolted connections, and erection procedures and prepare test reports in accordance with IBC Chapter 17 and the Statement of Special Inspections in the General Structural Notes.

1. Provide testing agency with access to places where structural steel work is being erected to perform tests and inspections

B. Bolted Connections: Bolted connections will be inspected according to RCSC's "Specification for Structural Joints Using ASTM A 325 or A 490 Bolts."

C. Welded Connections: Field welds will be visually inspected according to AWS D1.1/D1.1M.

D. Correct deficiencies in Work that test reports and inspections indicate does not comply with the Contract Documents.

3.4 REPAIRS AND PROTECTION

A. Galvanized Surfaces: Clean areas where galvanizing is damaged or missing and repair galvanizing to comply with ASTM A 780.

END OF SECTION

Page 156: LIFT STATION NO. 21 REHABILITATION Specifications.pdfA25 1 LS 723-510 Bypass Pumping LUMP SUM A26 1 LS 801-680 Erosion/Water Pollution Control LUMP SUM A27 1 LS 805-510 Lawn and Landscape

Lift Station No. 21 Rehabilitation Structural Steel Framing 16-1833 05120 - 6

This Page Intentionally Left Blank

Page 157: LIFT STATION NO. 21 REHABILITATION Specifications.pdfA25 1 LS 723-510 Bypass Pumping LUMP SUM A26 1 LS 801-680 Erosion/Water Pollution Control LUMP SUM A27 1 LS 805-510 Lawn and Landscape

Lift Station No. 21 Rehabilitation Pumps, General 16-1833 11100 - 1

SECTION 11100

PUMPS, GENERAL

PART 1 GENERAL

1.1 SUMMARY

A. The provisions of this Section shall apply to all pumps and pumping equipment except where otherwise indicated.

B. Where two or more pump systems of the same type or size are required, the pumps shall all be produced by the same manufacturer.

C. Contractor shall provide all labor, equipment and materials and perform all operations in connection with the installation and testing of pumps. This work shall also include all assistance for installation, start-up and testing services to be provided by the Pump Supplier.

D. All work performed under this section shall be in accordance with all approved trade practices and manufacturer's recommendations.

E. Related Specification Sections include, but are not necessarily limited to:

1. Section D – Special Provisions

1.2 SUBMITTALS

A. Submittals shall be furnished in accordance with Section D 1-06.

B. Shop Drawings shall contain the following information:

1. Pump name, identification number and specification Section number.

2. Performance data curves showing head, capacity, horsepower demand, NPSH required and pump efficiency over the entire operating range of the pump. The pump manufacturer shall indicate separately the head, capacity, horsepower demand, overall efficiency and minimum submergence required at the design flow conditions and the maximum and minimum flow conditions.

3. The limits on the performance curves recommended for stable operation without surge, cavitation or excessive vibration.

4. Assembly and installation drawings including shaft size, seal, coupling, bearings, anchor bolt plan, part nomenclature, material list, outline dimensions, and shipping weights.

Page 158: LIFT STATION NO. 21 REHABILITATION Specifications.pdfA25 1 LS 723-510 Bypass Pumping LUMP SUM A26 1 LS 801-680 Erosion/Water Pollution Control LUMP SUM A27 1 LS 805-510 Lawn and Landscape

Lift Station No. 21 Rehabilitation Pumps, General 16-1833 11100 - 2

C. Complete motor nameplate data as defined by NEMA, motor manufacturer and any motor modifications.

D. Operation and Maintenance Manual containing the required information for each pump section.

E. A spare parts list containing the required information for each pump section.

F. Signed, dated and certified factory test data for each pump system which requires factory testing submitted before shipment of equipment.

G. Certifications

1. Manufacturer’s written certification of proper installation 2. Contractor’s written certification of satisfactory field testing

PART 2 PRODUCTS

2.1 GENERAL

A. Materials and equipment shall be standard products of a manufacturer and distributor regularly engaged in the manufacture and distribution of such products for at least two (2) years and shall be suitable for the service intended (pumping of unscreened, raw sewage). All materials and equipment shall be new and unused except for the testing specified herein.

B. Compliance with the requirements of the individual pump sections may necessitate modifications to the manufacturer’s standard equipment.

C. All centrifugal pumps shall have a continuously rising performance curve. In no case shall the required horsepower at any point on the performance curve exceed the rated horsepower of the motor or encroach on the service factor.

D. All components of each pump system provided under the pump sections shall be entirely compatible. Each unit of pumping equipment shall incorporate all basic mechanisms, couplings, electric motors or engine drives, variable speed controls, necessary mountings and appurtenances.

E. The pumps shall be supplied by a distributor authorized to service them throughout the warranty period and beyond. The distributor shall be located within a 100-mile radius of the site.

F. The pumps shall be warranted by the manufacturer for a minimum of two (2) years from the date of final acceptance.

2.2 MATERIALS

Page 159: LIFT STATION NO. 21 REHABILITATION Specifications.pdfA25 1 LS 723-510 Bypass Pumping LUMP SUM A26 1 LS 801-680 Erosion/Water Pollution Control LUMP SUM A27 1 LS 805-510 Lawn and Landscape

Lift Station No. 21 Rehabilitation Pumps, General 16-1833 11100 - 3

A. All materials shall be suitable for the intended application; materials not specified shall be high-grade, standard commercial quality, free from all defects and imperfection that might affect the serviceability of the product for the purpose for which it is intended, and shall conform to the following requirements:

1. Cast iron pump casings and bowls shall be of close-grained gray cast iron, conforming to ASTM A48 - Gray Iron Casings, Class 30, or equal.

2. Stainless steel pump shafts shall be Type 416 or 316. Miscellaneous stainless steel shall be of Type 316, except in a septic environment.

3. All anchor bolts, washers, and nuts shall be Type 316 stainless steel.

2.3 PUMP COMPONENTS, GENERAL

A. Flanges -- Suction and discharge flanges shall conform to ANSI/ASME B16.1 - Cast Iron Pipe Flanges and Flanged Fittings, Class 12, 125, 250, and 800 or B16.5 - Flanges and Flanged Fittings dimensions.

2.4 PUMP APPURTENANCES

A. Nameplates -- Each pump shall be equipped with a stainless steel nameplate indicating serial numbers, rated head and flow, impeller size, pump speed and Manufacturer’s name and model number.

2.5 FACTORY TESTING

The following tests shall be conducted on each indicated pump system:

A. Pump Systems -- All submersible pump systems shall be tested at the pump factory in accordance with the American National Standard for Centrifugal Pump Tests (ANSI/HI 1.6), the American National Standard for Vertical Pump Tests (ANSI/HI 2.6), or the American National Standard for Submersible Pump Tests (ANSI/HI 11.6) as approved by ANSI and published by the Hydraulic Institute. Tests shall be performed using the complete pump system to be furnished, including the motor. The following minimum test data shall be submitted:

1. Hydrostatic test data.

2. Performance test data, including a minimum of five hydraulic test readings between shutoff head and 25 percent beyond the maximum indicated capacity, recorded on data sheets as defined by the Hydraulic Institute.

3. Pump test curves showing head, flowrate, bhp, and efficiency. Acceptance level shall be Grade 1B as defined by HI.

Page 160: LIFT STATION NO. 21 REHABILITATION Specifications.pdfA25 1 LS 723-510 Bypass Pumping LUMP SUM A26 1 LS 801-680 Erosion/Water Pollution Control LUMP SUM A27 1 LS 805-510 Lawn and Landscape

Lift Station No. 21 Rehabilitation Pumps, General 16-1833 11100 - 4

4. Leakage test results.

5. Certification that the pump horsepower demand did not exceed the rated motor hp beyond the 1.0 service rating at any point on the curve.

6. Certification statement that no critical speeds occur within the operational range of the pump.

B. Acceptance -- In the event of failure of any pump to meet any of the requirements, the pump manufacturer shall make all necessary modifications, repairs or replacements to conform to the requirements of the Contract Documents and the pump shall be retested at no additional cost to the Owner until found satisfactory.

PART 3 EXECUTION

3.1. SERVICES OF MANUFACTURER

A. An authorized service representative of the manufacturer shall visit the project site to witness the following and to certify in writing that the equipment and controls have been properly installed, aligned, lubricated, adjusted and readied for operation:

1. Installation of the equipment

2. Inspection, checking and adjusting the equipment

3. Startup and field testing for proper operation

4. Performing field adjustments to ensure that the equipment installation and operation comply with requirements

3.2 INSTALLATION

A. General -- Install and align pumps and fittings in accordance with the manufacturer's printed specifications and at the locations as shown on the Plans. Furnish and install anchor bolts recommended by the manufacturer. Place the pumps using equipment templates.

B. Anchors for the unit shall be set in concrete, and the unit shall be mounted as instructed by the manufacturer. Anchors shall be drilled and set with epoxy. Contractor shall provide Engineer notice 24 hours in advance of installing base elbows, to allow for anchor bolt inspection. The manufacturer shall supervise installation to ensure that the unit is properly aligned and leveled, that all electrical and piping connections are properly made and that lubricants have been provided and installed.

C. Alignment -- All equipment shall be field tested to verify proper alignment, operation as specified and freedom from binding, scraping, vibration, shaft runout or other defects.

Page 161: LIFT STATION NO. 21 REHABILITATION Specifications.pdfA25 1 LS 723-510 Bypass Pumping LUMP SUM A26 1 LS 801-680 Erosion/Water Pollution Control LUMP SUM A27 1 LS 805-510 Lawn and Landscape

Lift Station No. 21 Rehabilitation Pumps, General 16-1833 11100 - 5

Pump drive shafts shall be measured just prior to assembly to ensure correct alignment without forcing. Equipment shall be secure in position and neat in appearance.

D. Lubricants -- The Contractor shall provide the necessary oil and grease for initial operation.

3.3 FIELD TESTS

A. Each pump system shall be field tested after installation to demonstrate satisfactory operation without excessive noise, vibration, and cavitation or overheating of bearings.

B. The following field testing shall be conducted:

1. Startup, check and operate the pump system over its entire speed range. Where vibration analysis and measurement is required, it shall be within the amplitude limits specified and recommended by the Hydraulic Institute Standards at a minimum of four pumping conditions defined by the Engineer.

2. Obtain concurrent readings of motor voltage, amperage, pump suction head and pump discharge head for at least four pumping conditions at each pump rotational speed, including shut-off head. Check each power lead to the motor for proper current balance. Obtain discharge pressure gauge readings and flow meter readings for each pumping condition. Record field test readings on City-approved form furnished by the Engineer. Acceptance testing shall include a comparison of measured installed flow and head, including shutoff head, with the manufacturer’s curve value. Any discrepancy shall be resolved prior to acceptance by the Owner.

3. Submersible Pump Lift Test - Lift each submersible pump above the access hatch and then lower the pump back down onto the discharge elbow to demonstrate adequate clearances, smooth operation of the guide rail system, and proper re-seating of the pump on the discharge elbow.

4. Electrical and instrumentation tests shall conform to the requirements of the Section under which that equipment is specified.

C. Field testing will be witnessed by the Engineer. The Contractor shall furnish three days’ advance notice of field testing.

D. In the event any pumping system fails to meet the test requirements, it shall be modified and retested as above until it satisfies the requirements.

E. After each pumping system has satisfied the requirements, the Contractor shall certify in writing that it has been satisfactorily tested and that all final adjustments have been made. Certification shall include the date of the field tests, a listing of all persons present during the tests and the test data.

Page 162: LIFT STATION NO. 21 REHABILITATION Specifications.pdfA25 1 LS 723-510 Bypass Pumping LUMP SUM A26 1 LS 801-680 Erosion/Water Pollution Control LUMP SUM A27 1 LS 805-510 Lawn and Landscape

Lift Station No. 21 Rehabilitation Pumps, General 16-1833 11100 - 6

F. The Contractor shall bear all costs of field tests, including related services of the manufacturer’s representative. If available, the Owner’s operating personnel will provide assistance in field testing.

END OF SECTION

Page 163: LIFT STATION NO. 21 REHABILITATION Specifications.pdfA25 1 LS 723-510 Bypass Pumping LUMP SUM A26 1 LS 801-680 Erosion/Water Pollution Control LUMP SUM A27 1 LS 805-510 Lawn and Landscape

Lift Station No. 21 Rehabilitation Submersible Sewage Pumps 16-1833 11120 - 1

SECTION 11120

SUBMERSIBLE SEWAGE PUMPS

PART 1 GENERAL

1.1 DESCRIPTION

Work covered in this Section includes furnishing, start-up, testing, and operation training for submersible sewage pumps as required for this project. Specified appurtenances, such as rails, brackets, discharge elbows, and control/power cables shall also be included. Like items of equipment specified herein shall be the end product of one manufacturer. Electrical controls and motor design requirements are specified in this section and the electrical section of these specifications. The Contractor shall be responsible for coordinating the pump requirements with the pump drive manufacturer and shall be responsible for the overall pump and drive performance.

1.2 SUBMITTALS

A. Submittals during construction shall be made in accordance with Section D 1-06, and Section 11100 Pumps, General.

B. Submittals for Record - The pump supplier shall submit a manufacturer’s installation and operation certificate and a statement that the equipment is suitable for the intended use.

1.3 REFERENCE SPECIFICATIONS, CODES AND STANDARDS

Pumps shall meet the requirements of Section 11100, Pumps, General and the latest version of the Hydraulic Institute Standards for Submersible Pumps, except where modified herein.

1.4 FACTORY TESTING

Pump manufacturer shall provide factory tests in accordance with Section 11100 Pumps, General. All test results shall be certified to be acceptable per the testing standards and shall be submitted to and approved by Engineer prior to shipment of equipment.

PART 2 PRODUCTS

2.1 DESCRIPTION

Page 164: LIFT STATION NO. 21 REHABILITATION Specifications.pdfA25 1 LS 723-510 Bypass Pumping LUMP SUM A26 1 LS 801-680 Erosion/Water Pollution Control LUMP SUM A27 1 LS 805-510 Lawn and Landscape

Lift Station No. 21 Rehabilitation Submersible Sewage Pumps 16-1833 11120 - 2

A. Identification:

Location Lift Station No. 21

Pump Label(s) Pump 1, Pump 2

Quantity 2

B. Power and Motor Requirements:

Voltage 460

Phase 3

Frequency 60 Hz

Motor Speed 4-pole (1800 rpm)

Motor Horsepower 5 hp

Efficiency Class N/A

C. Performance Requirements, One Pump Running:

Duty Point Minimum Flow Capacity 270 GPM

Duty Point Total Dynamic Head 27 feet

Static Head 19 feet

Shut-off Head Minimum 37 feet

Duty Point Minimum Pump Efficiency 60%

Maximum NPSH required at Duty Point 12 feet

Page 165: LIFT STATION NO. 21 REHABILITATION Specifications.pdfA25 1 LS 723-510 Bypass Pumping LUMP SUM A26 1 LS 801-680 Erosion/Water Pollution Control LUMP SUM A27 1 LS 805-510 Lawn and Landscape

Lift Station No. 21 Rehabilitation Submersible Sewage Pumps 16-1833 11120 - 3

D. Operating Conditions:

Duty Continuous

Drive Motor Contactor

Ambient Environment Wet Well - Corrosive

Ambient Temperature 33 - 104 F

Fluid Service Municipal wastewater, raw and unscreened, containing rags, grit, fats, oil, and debris.

Fluid Temperature 50 - 90 F

Fluid pH Range 6.0 to 8.0

Fluid Specific Gravity 1.0

Net Positive Suction Head Available 34 feet

E. Solids Passing: Pumps shall all be capable of passing solids and fibrous material commonly found in raw wastewater. 3-inch solids passing is desired. However, if 3-inch solids passing is not available, manufacturer may alternatively offer a minimum 1-year no-clog guarantee that offers clear reimbursement for all costs associated with unclogging the pump, including staff time, as well as costs associated with damages resulting from a spill, if applicable.

F. Pumping System Dimensions:

Minimum Pump Discharge Size 4-inch

Discharge Flange Rating (ANSI) Class 125

Minimum Submersible Cable Length As Required

G. Other Requirements

1. The head-capacity curve shall exhibit a uniformly rising characteristic from free discharge to shutoff. The pump motor shall be non-overloading throughout the entire pump curve.

Page 166: LIFT STATION NO. 21 REHABILITATION Specifications.pdfA25 1 LS 723-510 Bypass Pumping LUMP SUM A26 1 LS 801-680 Erosion/Water Pollution Control LUMP SUM A27 1 LS 805-510 Lawn and Landscape

Lift Station No. 21 Rehabilitation Submersible Sewage Pumps 16-1833 11120 - 4

2. The entire pump assembly shall be U.L. approved as Explosion Proof for operation in a Class 1, Division 1, Group D hazardous location.

3. The pump’s duty point shall fall within 60-120% of the best efficiency point (BEP).

4. One of the two pumps shall be fitted with an automatic mix/flush valve to provide mixing of the wet well during every other pump down cycle.

2.2 PUMP CONSTRUCTION

A. General - The pump shall be heavy-duty vertical, submersible with integral drive motor, single suction, centrifugal, sewage type, suitable for a permanent-type wet well installation.

B. Pump – The pump shall be supplied with a mating cast iron discharge connection. The pumps shall be automatically and firmly connected to the discharge connection, guided by no less than two 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. Sealing of the pumping unit to the discharge connection shall be accomplished by a machined metal to metal watertight contact. Sealing of the discharge interface with a diaphragm, O-ring or profile gasket will not be acceptable. Rectangular cross sectioned gaskets requiring specific torque limits to achieve compression shall not be considered as adequate or equal. No secondary sealing compounds, elliptical O-rings, grease or other devices shall be used. No portion of the pump shall bear directly on the sump floor. All exposed nuts or bolts shall be AISI type 316 stainless steel construction.

C. Impeller - The impeller shall meet ASTM A-532 (Alloy III A) 25% chrome cast iron, dynamically balanced, semi-open, multi-vane, back swept, screw-shaped, non-clog design. The impeller leading edges shall be mechanically self-cleaned automatically upon each rotation as they pass across a spiral groove located on the volute suction. The leading edges of the impeller shall be hardened to Rc 60 and shall be capable of handling solids, fibrous materials, heavy sludge and other matter normally found in wastewater. The screw shape of the impeller inlet shall provide an inducing effect for the handling of up to 5% sludge and rag-laden wastewater. The impeller to volute clearance shall be readily adjustable by the means of a single trim screw. The impeller shall be locked to the shaft, held by an impeller bolt and shall be coated with alkyd resin primer. The pump impeller shall be coated with alkyd resin primer.

D. Volute - The pump volute shall be a single piece grey cast iron, ASTM A-48, Class 35B, non-concentric design with smooth passages of sufficient size to pass any solids that may enter the impeller. Minimum inlet and discharge size shall be as specified. The volute shall have a replaceable suction cover insert ring in which are cast spiral-shaped, sharp-edged groove(s). The spiral groove(s) shall provide trash release pathways and sharp edge(s) across which each impeller vane leading edge shall cross during rotation

Page 167: LIFT STATION NO. 21 REHABILITATION Specifications.pdfA25 1 LS 723-510 Bypass Pumping LUMP SUM A26 1 LS 801-680 Erosion/Water Pollution Control LUMP SUM A27 1 LS 805-510 Lawn and Landscape

Lift Station No. 21 Rehabilitation Submersible Sewage Pumps 16-1833 11120 - 5

so to remain unobstructed. The insert ring shall be cast of Hard-IronTM (ASTM A-532 (Alloy III A) 25% chrome cast iron) and provide effective sealing between the multi-vane semi-open impeller and the volute housing. The pump volute shall be coated with Metalclad Ceramalloy CP+AC manufactured by ENECON Corporation.

E. Shaft - Pump and motor shaft shall be the same unit. The pump shaft is an extension of the motor shaft. Couplings shall not be acceptable. The shaft shall be stainless steel – ASTM A479 S43100-T. If a shaft material of lower quality than stainless steel – ASTM A479 S43100-T is used, a shaft sleeve of stainless steel – ASTM A479 S43100-T is used to protect the shaft material. However, shaft sleeves only protect the shaft around the lower mechanical seal. No protection is provided in the oil housing and above. Therefore, the use of stainless steel sleeves will not be considered equal to stainless steel shafts.

F. Bearings -The pump shaft shall rotate on two bearings. Motor bearings shall be permanently grease lubricated. The upper bearing shall be a single deep groove ball bearing. The lower bearing shall be a two row angular contact bearing to compensate for axial thrust and radial forces. Single row lower bearings are not acceptable. The minimum L10 bearing life shall be 50,000 hours at any usable portion of the pump curve.

G. Mechanical Seal - Each pump shall be provided with a tandem mechanical shaft seal system consisting of two totally independent seal assemblies. The seals shall operate in a lubricant reservoir that hydro-dynamically lubricates the lapped seal faces at a constant rate. The lower, primary seal unit, located between the pump and the lubricant chamber, shall contain one stationary and one positively driven rotating, corrosion and abrasion resistant tungsten-carbide ring. The upper, secondary seal unit, located between the lubricant chamber and the motor housing, shall contain one stationary and one positively driven rotating, corrosion and abrasion resistant tungsten-carbide seal ring.

Each seal interface shall be held in contact by its own spring system. The seals shall require neither maintenance nor adjustment nor depend on direction of rotation for sealing. The position of both mechanical seals shall depend on the shaft. Mounting of the lower mechanical seal on the impeller hub will not be acceptable. For special applications, other seal face materials shall be available.

The following seal types shall not be considered acceptable or equal to the dual independent seal specified: shaft seals without positively driven rotating members, or conventional double mechanical seals containing either a common single or double spring acting between the upper and lower seal faces. No system requiring a pressure differential to offset pressure and to effect sealing shall be used.

Each pump shall be provided with a lubricant chamber for the shaft sealing system. The lubricant chamber shall be designed to prevent overfilling and to provide lubricant

Page 168: LIFT STATION NO. 21 REHABILITATION Specifications.pdfA25 1 LS 723-510 Bypass Pumping LUMP SUM A26 1 LS 801-680 Erosion/Water Pollution Control LUMP SUM A27 1 LS 805-510 Lawn and Landscape

Lift Station No. 21 Rehabilitation Submersible Sewage Pumps 16-1833 11120 - 6

expansion capacity. The drain and inspection plug, with positive anti-leak seal shall be easily accessible from the outside. The seal system shall not rely upon the pumped media for lubrication. The motor shall be able to operate dry without damage while pumping under load.

Where a seal cavity is present in the seal chamber, the area about the exterior of the lower mechanical seal in the cast iron housing shall have cast in an integral concentric spiral groove. This groove shall protect the seals by causing abrasive particulate entering the seal cavity to be forced out away from the seal due to centrifugal action.

H. Seal lubricant shall be FDA Approved, nontoxic. The motor shall be able to operate continuously while non-submerged without damage while pumping under load. Seal lubricant shall be FDA approved and nontoxic.

I. Cooling System-Motors shall be sufficiently cooled by the surrounding environment or pumped media without the need for a water jacket.

J. Pump Discharge Elbow - The pump discharge connection shall be the elbow type. The discharge connection shall be bolted to the structure as recommended by the manufacturer and shall serve as a lower attachment for the guide rails, and as anchorage for the pump. The anchorage system shall be designed to transmit all forces safely to the structure, and may incorporate intermediate supports as required. Calculations and supporting documentation justifying the support design may be requested, and shall be provided with the submittals. The design shall be non-sparking and shall conform to UL requirements for installation in a Class 1, Division 1, Group D hazardous location. When in place, the discharge connection shall cause a watertight seal between the pump and the discharge elbow, accomplished by a machined metal to metal contact only, using simple linear downward motion of the pump with the entire weight of the pumping unit guided to and pressing tightly against the discharge connections. Sealing of the discharge interface with a diaphragm, O-ring, or profile gasket shall not be acceptable. No portion of the pump shall bear directly on the floor of the wet well and no rotary motion of the pump shall be required for sealing.

K. Dual Rail Guide System - The pump shall be provided with a dual rail guide system to automatically and firmly connect the pump to the discharge piping when lowered into place on the discharge elbow. Once the pump has been positioned on its support fitting at the discharge elbow, the guide rail system shall not be required for pump support. The guide rail system shall allow easy removal of the pump without entering the wet well or disturbing the discharge piping. Single rail systems are not acceptable. All components of the guide system and pump anchorage shall be of stainless steel 316. Rails shall each be 2-inch diameter.

L. Lifting Device – Pump shall not have a lifting cable or chain. Manufacturer shall replace the standard metal lifting strap with a 316 stainless steel strap secured with 316 stainless steel hardware that extends at least 12 inches from the top of the pump and

Page 169: LIFT STATION NO. 21 REHABILITATION Specifications.pdfA25 1 LS 723-510 Bypass Pumping LUMP SUM A26 1 LS 801-680 Erosion/Water Pollution Control LUMP SUM A27 1 LS 805-510 Lawn and Landscape

Lift Station No. 21 Rehabilitation Submersible Sewage Pumps 16-1833 11120 - 7

sized/anchored to support the entire weight of the pump when lifted/lowered by the stainless steel strap.

2.3 MOTORS

A. General - Each pump shall be provided with a vertically mounted standard efficient electric motor that conforms to the following requirements. Motors shall be designed to accept the total, unbalanced thrusts imposed by the pump. Motor horsepower shall be sufficient so that the pump is non-overloading throughout its entire performance curve, from shut-off to run-out. The motor and the pump shall be produced by the same manufacturer. The motor shall be capable of continuous submergence underwater without loss of watertight integrity to a depth of 65 feet or greater.

B. The pump motor shall be a NEMA B design, induction type with a squirrel cage rotor, shell type design, housed in an air filled, watertight chamber. The stator windings shall be insulated with moisture resistant Class H insulation rated for 180°C (356°F). The stator shall be insulated by the trickle impregnation method using Class H monomer-free polyester resin resulting in a winding fill factor of at least 95%. The motor shall be inverter duty rated in accordance with NEMA MG1, Part 31. The stator shall be heat-shrink fitted into the cast iron stator housing. The use of multiple step dip and bake-type stator insulation process is not acceptable. The use of bolts, pins or other fastening devices requiring penetration of the stator housing is not acceptable. The motor shall be designed for continuous duty handling pumped media of 40°C (104°F) and capable of no less than 30 evenly spaced starts per hour. The rotor bars and short circuit rings shall be made of cast aluminum. Thermal switches set to open at 125°C (260°F) shall be embedded in the stator end coils to monitor the temperature of each phase winding. These thermal switches shall be used in conjunction with and supplemental to external motor overload protection and shall be connected to the control panel. The junction chamber containing the terminal board, shall be hermetically sealed from the motor by an elastomer compression seal. Connection between the cable conductors and stator leads shall be made with threaded compression type binding posts permanently affixed to a terminal board. The motor and the pump shall be produced by the same manufacturer.

C. Service Factors - The motor service factor (combined effect of voltage, frequency and specific gravity) shall be 1.15. The motor shall have a voltage tolerance of +/- 10%. The motor shall be designed for continuous operation in up to a 40°C ambient and shall have a NEMA Class B maximum operating temperature rise of 80°C. A motor performance chart shall be provided upon request exhibiting curves for motor torque, current, power factor, input/output kW and efficiency. The chart shall also include data on motor starting and no-load characteristics.

D. Power Cable- 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 power cable shall be of a shielded design in which an overall tinned copper

Page 170: LIFT STATION NO. 21 REHABILITATION Specifications.pdfA25 1 LS 723-510 Bypass Pumping LUMP SUM A26 1 LS 801-680 Erosion/Water Pollution Control LUMP SUM A27 1 LS 805-510 Lawn and Landscape

Lift Station No. 21 Rehabilitation Submersible Sewage Pumps 16-1833 11120 - 8

shield is included and each individual phase conductor is shielded with an aluminum coated foil wrap. The outer jacket of the cable shall be oil resistant chlorinated polyethylene rubber. The cable shall be capable of continuous submergence underwater without loss of watertight integrity to a depth of 65 feet or greater.

E. Cable Entry Seal - The cable entry seal design shall preclude specific torque requirements to insure a watertight and submersible seal. The cable entry shall consist of dual cylindrical elastomer grommets, flanked by washers, all having a close tolerance fit against the cable outside diameter and the entry inside diameter. The grommets shall be compressed by the cable entry unit, thus providing a strain relief function. The assembly shall provide ease of changing the cable when necessary using the same entry seal. The cable entry junction chamber and motor shall be sealed from each other, which shall isolate the stator housing from foreign material gaining access through the pump top. Epoxies, silicones, or other secondary sealing systems shall not be considered equal.

2.4 PROTECTION

A. Each motor stator shall incorporate three thermal switches, one per stator phases winding and be connected in series, to monitor the temperature of the motor. Should the thermal switches open, the motor shall stop and activate an alarm.

B. 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.

C. The thermal switches and float switch shall be connected to a monitoring system that shall be designed to be mounted in any control panel.

D. Mini-CAS Relays: Each pump shall be protected by a solid-state relay to monitor motor winding temperature and seal leakage. The relays shall be wired to prevent motor operation when an alarm condition is present. The relays shall have and 11 pin octal base and shall be flanged for mounting on the inner door. The relays shall be powered by 24VAC, 28VDC or 120VAC supply. LED indicators shall be provided on the relay for power on, overtemp and seal fail conditions. An overtemp reset push button shall be mounted on the relay. The sensor input circuitry shall contain both hardware and software filters to provide noise immunity, as well as sensor input short circuit protection. The relay shall be Mini-CAS. Pump shall be shut down and alarm upon overtemp indication. Pump shall only alarm upon moisture indication.

2.5 SPARE PARTS. THE FOLLOWING SPARE PARTS SHALL BE PROVIDED:

A. One set of mechanical seals.

B. One set of O-rings.

Page 171: LIFT STATION NO. 21 REHABILITATION Specifications.pdfA25 1 LS 723-510 Bypass Pumping LUMP SUM A26 1 LS 801-680 Erosion/Water Pollution Control LUMP SUM A27 1 LS 805-510 Lawn and Landscape

Lift Station No. 21 Rehabilitation Submersible Sewage Pumps 16-1833 11120 - 9

C. One hard iron insert ring.

D. One spare hard iron impeller coated with Metalclad Ceramalloy CP+AC manufactured by ENECON Corporation.

2.6 FABRICATED PUMP BASIN INSERT

A. The pump manufacturer shall provide a pre-engineered hopper-shaped wet well fiberglass pump basin insert which is self-cleaning by virtue of its design. The flat surface area shall be minimized to an area that is directly influenced by the pump suction and shall be free of obstacles. Acceptable model shall be TOP 150 basin.

2.7 PUMP MANUFACTURER

A. Acceptable submersible sewage pump manufacturer shall be Xylem Water Solutions. Acceptable Model shall be Flygt NP 3102 MT 3 ~ 465.

PART 3 EXECUTION

3.1 INSPECTION

A. Inspect pumps and fittings before installation to verify quality of material.

3.2 INSTALLATION

A. Install and align pumps and fittings in accordance with the manufacturer's printed specifications and at the locations shown on the Plans. Use anchor bolts furnished or recommended by the manufacturer. Place the pumps using equipment templates.

B. Anchors for the unit shall be set in the concrete, and the unit shall be mounted as instructed by the manufacturer. Anchors shall be drilled and set with epoxy. Contractor shall provide Engineer 24 hours notice prior to installing base elbows, to allow for anchor bolt inspection. The manufacturer shall supervise installation to ensure that the unit is properly aligned and leveled; that all electrical and piping connections are properly made; and that lubricants have been provided and installed.

3.3 INSPECTION AND START-UP

A. The Contractor shall furnish a representative of the manufacturer to perform inspection, start-up and training services. The manufacturer's representative shall be experienced in the operation and maintenance of the equipment and shall instruct the Owner’s personnel in the operation and maintenance of the equipment, including step-by-step troubleshooting with necessary test equipment. The representative shall check the installation and supervise initial start-up of the equipment, and shall perform, at a minimum, the following tests on each pump:

Page 172: LIFT STATION NO. 21 REHABILITATION Specifications.pdfA25 1 LS 723-510 Bypass Pumping LUMP SUM A26 1 LS 801-680 Erosion/Water Pollution Control LUMP SUM A27 1 LS 805-510 Lawn and Landscape

Lift Station No. 21 Rehabilitation Submersible Sewage Pumps 16-1833 11120 - 10

1. Measure and record shutoff head and power draw at shutoff head.

2. Measure and record actual operating head and power draw at actual operating head.

3. Measure and record operating head and power draw at two separate partially throttled flow rates.

4. Measure and record static head.

5. Duplicate all normal operating modes and all failure modes, including the removal and installation of pumps from the wet well using the guide rail system.

B. The Contractor shall furnish a representative of the manufacturer to perform inspection, start-up and training services for the pump control system. The manufacturer's representative shall be experienced in the operation and maintenance of the equipment and shall instruct the Owner’s personnel in the operation and maintenance of the equipment, including step-by-step troubleshooting with necessary test equipment. The representative shall check the installation and supervise initial start-up of the equipment.

C. Contractor shall verify that the pumps are operating at the design duty condition and shall remove and replace units that do not meet the design operating criteria.

D. For all pump tests, ensure that the force main is full of liquid during the testing. The Contractor shall provide the necessary water and other materials required for the testing as defined herein and recommended by the manufacturer.

E. The manufacturer’s representative shall provide written certification that the installation is correct and that the equipment has operated satisfactorily, verifying the complete assembly for proper alignment and connection, and quiet operation. This service shall be provided for a minimum period of one trip and one day. After the installation and operation of the equipment has been certified, the manufacturer's representative shall train the Owner's personnel in the proper operation and maintenance of the equipment. The Owner may videotape the training.

F. A start-up report, acceptable to and approved by the Engineer, shall be completed by the manufacturer’s representative before final acceptance of the pumps.

3.4 FIELD QUALITY CONTROL

A. Provide manufacturer's certifications verifying proper installation and operation of the pumps and pump assemblies.

Page 173: LIFT STATION NO. 21 REHABILITATION Specifications.pdfA25 1 LS 723-510 Bypass Pumping LUMP SUM A26 1 LS 801-680 Erosion/Water Pollution Control LUMP SUM A27 1 LS 805-510 Lawn and Landscape

Lift Station No. 21 Rehabilitation Submersible Sewage Pumps 16-1833 11120 - 11

B. Replace pumps and assemblies that fail testing or are otherwise damaged at no additional cost to the Owner.

C. The Contractor shall bear all costs of field tests, including related services of the manufacturer’s representative.

END OF SECTION

Page 174: LIFT STATION NO. 21 REHABILITATION Specifications.pdfA25 1 LS 723-510 Bypass Pumping LUMP SUM A26 1 LS 801-680 Erosion/Water Pollution Control LUMP SUM A27 1 LS 805-510 Lawn and Landscape

Lift Station No. 21 Rehabilitation Submersible Sewage Pumps 16-1833 11120 - 12

This Page Intentionally Left Blank

Page 175: LIFT STATION NO. 21 REHABILITATION Specifications.pdfA25 1 LS 723-510 Bypass Pumping LUMP SUM A26 1 LS 801-680 Erosion/Water Pollution Control LUMP SUM A27 1 LS 805-510 Lawn and Landscape

Lift Station No. 21 Rehabilitation General Electrical Provisions 16-1833 16000 - 1

SECTION 16000

GENERAL ELECTRICAL PROVISIONS

PART 1 GENERAL

1.1 SCOPE

A. This section includes furnishing all labor, materials, services, tools and other equipment necessary for the construction, installation, connection and testing of all electrical work for this project as shown on the drawings or specified herein. The requirements of all other sections of the specification are equally applicable to the work to be performed under this section.

1.2 COORDINATION OF WORK

A. The Contractor shall plan his work in coordination with the other trades and with the power utility authorities.

B. The Contractor shall field verify all dimensions of equipment to be installed or provided by others so that correct clearances and connections may be made between the work installed by the Contractor and equipment installed or provided by others.

C. The Contractor shall arrange all conduit runs so that they do not interfere with piping, structural members, etc.

D. All working measurements shall be taken from the sites, checked with those shown on the drawings, and if they conflict, reported to the Engineer at once, and before proceeding with the work. Should the Contractor fail to comply with this procedure, he shall alter his work at his own expense as directed by the Engineer.

E. No extra payments will be allowed where obstructions in the work of other trades, or work under this contract requires offsets to conduit runs.

F. The Contractor is responsible for all alterations in the work to accommodate equipment differing in dimensions or other characteristics from that shown or specified.

G. The contractor shall provide all temporary power necessary for existing site equipment and for all construction needs.

Page 176: LIFT STATION NO. 21 REHABILITATION Specifications.pdfA25 1 LS 723-510 Bypass Pumping LUMP SUM A26 1 LS 801-680 Erosion/Water Pollution Control LUMP SUM A27 1 LS 805-510 Lawn and Landscape

Lift Station No. 21 Rehabilitation General Electrical Provisions 16-1833 16000 - 2

1.3 SUPERVISION

A. The Contractor shall maintain adequate supervision of the work and shall have a responsible person in charge at the site during all times that work under this contract is in progress, or when necessary for coordination with other work.

1.4 CODES

A. Work shall conform to the National Electrical Code (NEC), State codes, and other applicable codes, even though not specifically mentioned for each item. These shall be regarded as the minimum standard of quality for materials and workmanship.

1.5 WORKMANSHIP

A. All work shall be performed by personnel skilled in the particular trade. Workmanship shall conform to the standards of the NEC.

1.6 PERMITS, FEES, AND SERVICE CHARGES

A. The Contractor shall obtain all permits and pay all fees, except for those specifically stated as being paid for by the City in Specification Section 16100 under Power Service.

PART 2 PRODUCTS

2.1 MATERIALS

A. See subsequent electrical sections and the drawings for specified materials.

2.2 PORTABLE OR DETACHABLE PARTS

A. The Contractor shall retain in his possession and shall be responsible for all portable and detachable parts or portions of installations such as fuses, key locks, adapters, blocking chips, and inserts until completion of his work.

B. These parts shall be delivered to the Engineer and an itemized receipt obtained. This receipt, together with 2 copies of the final inspection certificate, shall be attached to the Contractor's request for final payment.

C. All equipment shall be demonstrated to operate in accordance with the requirements of this specification and the manufacturer's recommendations.

Page 177: LIFT STATION NO. 21 REHABILITATION Specifications.pdfA25 1 LS 723-510 Bypass Pumping LUMP SUM A26 1 LS 801-680 Erosion/Water Pollution Control LUMP SUM A27 1 LS 805-510 Lawn and Landscape

Lift Station No. 21 Rehabilitation General Electrical Provisions 16-1833 16000 - 3

PART 3 EXECUTION

3.1 TEMPORARY HEATING, LIGHTING, AND POWER

A. The Contractor shall provide all heating, lighting, and power required to construct and protect the work until the work is placed in service by the Owner for beneficial use of the Owner. Temporary heaters shall be provided as required to keep the work area and all new electrical components dry.

B. The source for temporary power shall be from the electric utility or Owner approved Contractor supplied auxiliary power units. The installation for electric power shall meet the requirements of local authorities and of OSHA.

C. The Contractor shall obtain all permits and pay all costs for connecting temporary power service at no expense to the Owner.

3.2 SUPPORT BACKING

A. Provide any necessary backing required to properly support all fixtures and equipment installed under this contract.

3.3 CUTTING, PATCHING, AND FRAMING

A. The Contractor shall determine in advance the locations and sizes of all sleeves, chases, and openings necessary for the proper installation of his work.

B. Whenever practical, inserts or sleeves shall be installed prior to covering work. Cutting and patching shall be held to a minimum. All required holes in concrete construction shall be made with a core drill and patched with non-metallic non-shrink grout.

C. Cutting, fitting, repairing, and finishing of carpentry work, metal work, or concrete work, and the like, which may be required for this work shall be done by craftsmen skilled in their respective trades. When cutting is required, it shall be done in such a manner as not to weaken walls, partitions, or floors; and holes required to be cut in floors must be drilled without breaking out around the holes.

3.4 TESTS

A. The Contractor shall furnish all labor, material, instruments, and tools to make all connections for testing of the electrical and instrumentation installation. All equipment shall be demonstrated as operating properly prior to the acceptance of the work. All protective devices shall be operative during testing of equipment. The tests shall be made under the supervision of the Engineer. All deficiencies or unsatisfactory conditions as determined by the Engineer or inspecting authorities shall be corrected by the Contractor in a satisfactory manner at his own expense.

Page 178: LIFT STATION NO. 21 REHABILITATION Specifications.pdfA25 1 LS 723-510 Bypass Pumping LUMP SUM A26 1 LS 801-680 Erosion/Water Pollution Control LUMP SUM A27 1 LS 805-510 Lawn and Landscape

Lift Station No. 21 Rehabilitation General Electrical Provisions 16-1833 16000 - 4

B. After visual inspection of joints and connections, and the application of tape and other insulating materials, all sections of the entire wiring system shall be thoroughly tested for shorts and grounds. A log of results for each circuit shall be kept by the Contractor and presented to the Engineer.

C. A phase rotation check shall be made to demonstrate that all power receptacles, service feeders, main power feeders, and auxiliary power generators have the same A-B-C phase rotation and ground relationships.

D. Equipment shall be tested by operating all electric motors, relays, controls, switches, heaters, etc., sufficiently to demonstrate proper installation and electrical connections. Control and emergency conditions shall be artificially simulated where necessary for complete system or subsystem.

E. Insulation resistance measurements of each circuit shall be made with loads connected and contactors, if any, blocked closed to give complete circuits. Insulation resistance of complete circuit shall be measured from the circuit breaker load terminals with the breaker open. A log of complete results shall be prepared by the Contractor and presented to the Engineer. Values of resistance shall be 10 megohms or greater.

END OF SECTION

Page 179: LIFT STATION NO. 21 REHABILITATION Specifications.pdfA25 1 LS 723-510 Bypass Pumping LUMP SUM A26 1 LS 801-680 Erosion/Water Pollution Control LUMP SUM A27 1 LS 805-510 Lawn and Landscape

Lift Station No. 21 Rehabilitation Electrical Materials and Methods 16-1833 16100 - 1

SECTION 16100

ELECTRICAL MATERIALS AND METHODS

PART 1 GENERAL

1.1 SCOPE

A. This section includes furnishing all labor, materials, and equipment required for electrical work shown on the drawings and as further described in these specifications. The requirements of all other sections of the specification are equally applicable to the work to be performed under this section.

1.2 EXCAVATION AND BACKFILL

A. Perform all necessary excavation for buried conduits and conductors.

B. No backfilling shall be done until all direct burial cables, conduits, and penetrations to be covered have been inspected and approved.

1.3 POWER SERVICE

A. Responsibility of the Contractor:

1. The Contractor shall furnish and install an underground electrical service to the site as shown on the drawings.

2. The Contractor shall provide conduits and a meterbase with main overcurrent protective device as required by the utility.

3. The Contractor shall coordinate with the local utility for all inspections and locations of trenching, conduits, meterbase as required.

4. The Contractor shall coordinate with the local utility for the demolition of the existing service.

B. Responsibility of the City:

1. The City will be responsible for payment of all fees to the utility for the installation of the new service to the Pump Station.

Page 180: LIFT STATION NO. 21 REHABILITATION Specifications.pdfA25 1 LS 723-510 Bypass Pumping LUMP SUM A26 1 LS 801-680 Erosion/Water Pollution Control LUMP SUM A27 1 LS 805-510 Lawn and Landscape

Lift Station No. 21 Rehabilitation Electrical Materials and Methods 16-1833 16100 - 2

PART 2 PRODUCTS

2.1 Wiring Devices

A. Provide wiring devices indicated. Catalog numbers shown are Bryant/Pass and Seymour unless otherwise noted. Equal devices by other manufacturers may be substituted. All devices shall be submitted for approval. Provide all similar devices of same manufacturer unless indicated otherwise.

B. Receptacles: Provide grounding-type receptacles as follows:

1. Duplex 5262-GRY/6200 GRY

2. Ground Fault Interrupter:

a. Where indicated, provide receptacles with ground fault interrupter. Unit shall be furnished with internal, solid state, ground fault current sensing and tripping.

b. The receptacles shall include built-in "TEST" and "RESET" switches and "TRIPPED" indicator and shall be rated 20-amp, 120-volt.

c. The "GFI" receptacle shall be the "feed-thru" type and shall protect all receptacles on the same circuit.

d. All devices shall be UL approved.

2.2 PLATES

A. Provide plates for all wiring devices. Where devices are installed in exposed fittings or boxes, use Appleton, Pyle-National, Crouse-Hinds, or equal, "FSK" covers. Where weatherproof devices are specified in exterior or damp locations, use In-Use rated covers.

2.3 PVC COATED RIGID STEEL CONDUIT

A. Conduit used in the coating process shall be hot dip galvanized inside and out in accordance with Federal Specification WW-C-581-E, ANSI Standard C-80.1, and UL Standard 6. Finished conduit shall fully conform to the current NEMA RN-1 Standard and shall have a label affixed indicating compliance with UL Standard 6.

B. The zinc surfaces of conduit and fittings shall remain intact and undisturbed on both the interior and exterior throughout the cleaning and coating processes as defined in section 4.3.1 of NEMA RN-1-1989.

Page 181: LIFT STATION NO. 21 REHABILITATION Specifications.pdfA25 1 LS 723-510 Bypass Pumping LUMP SUM A26 1 LS 801-680 Erosion/Water Pollution Control LUMP SUM A27 1 LS 805-510 Lawn and Landscape

Lift Station No. 21 Rehabilitation Electrical Materials and Methods 16-1833 16100 - 3

C. The PVC exterior coating on conduit, fittings, couplings, accessories, and hardware shall have a minimum thickness of 40 mils, except where part configuration or application dictate otherwise.

D. A polyurethane coating having a nominal thickness of 2 mils shall be applied to the interior of conduit, couplings, elbows, nipples, and feed-through fittings, except where prohibited by design.

E. All conduit threads shall be protected from corrosion by application of a polyurethane coating applied over the manufacturer’s standard zinc coating.

F. Use PVC Coated Rigid Steel (PVC-RGS) Conduit in corrosive or hazardous (Classified) areas, unless otherwise noted.

2.4 CONDUIT BODIES, BOXES AND FITTINGS

A. Provide conduit bodies, boxes, and fittings, as required. Use appropriate fittings for the conduit system used.

1. For PVC-coated rigid conduit systems, conduit bodies, boxes, and fittings shall be PVC-coated, as applicable, and shall be by the same manufacturer as the conduit.

2. Conduit bodies and boxes shall be cast steel or “greyloy iron”; aluminum is unacceptable.

B. Conduit bodies shall be Crouse-Hinds Form 7, Appleton FM7, or approved. Covers shall be gasketed

C. Provide sealing fittings on sections of conduit runs from hazardous to non-hazardous locations for prevention of passage of vapors, flames and gasses. Sealing fittings shall be suitable for Class I Division 1 & 2, Groups A, B, C, D; Class II, Division 1, Groups E, F, G; Class III, Division 1 & 2 hazardous location areas.

D. Provide Myers hub fittings on all conduit penetrations into enclosures.

2.5 SEE ELECTRICAL DRAWINGS FOR ADDITIONAL WIRING AND CONDUIT PRODUCT REQUIREMENTS.

Page 182: LIFT STATION NO. 21 REHABILITATION Specifications.pdfA25 1 LS 723-510 Bypass Pumping LUMP SUM A26 1 LS 801-680 Erosion/Water Pollution Control LUMP SUM A27 1 LS 805-510 Lawn and Landscape

Lift Station No. 21 Rehabilitation Electrical Materials and Methods 16-1833 16100 - 4

2.6 WARNING TAPE

A. Provide heavy-gauge, yellow plastic tape of 3-inch minimum width for use in trenches containing electric circuits. Utilize tape made of material resistant to corrosive soil. Use tape with printed warning that an electric circuit is located below the tape. Manufacturers and types: ITT Blackburn Type YT, Griffolyn Co., Terra-Tape, or approved equal.

PART 3 EXECUTION

3.1 CONDUIT INSTALLATION

A. Conduit Buried in Earth: Install raceways to provide not less than 30 inches cover to finished grade. Pitch to drain away from control enclosures, (there shall be no trapped runs). Grade trenches and place pipe bedding material to provide uniform trench bottom for raceway support. Buried raceway shall not be smaller than 1-inch.

B. Exposed conduit shall be run in straight lines parallel to column lines, walls, or beams. Where conduit is grouped, the bends and fittings shall be installed to present an orderly appearance. Unnecessary bending or crossing shall be avoided. Minimize exposed conduit.

C. Supports for exposed conduit runs shall be furnished and installed within 3 feet of each box.

D. Myers hub fittings shall be installed on all conduits entering an enclosure.

E. Core and provide Link Seals for all conduits penetrating structures, ie. wetwell and valve vault.

3.2 WIRE AND CABLE INSTALLATION

A. Conduit shall be thoroughly cleaned of all foreign material just prior to pulling the wire or cable. Lubricants shall be compounds specifically prepared for cable pulling and shall not contain petroleum or other products which will affect cable insulation. Lubrications shall be UL approved.

B. Terminal strips in panels shall be identified throughout the equipment utilizing unique numbering systems.

C. Wires terminating on terminal strips shall be tagged with the designation of the terminal strip and the number of the terminal to which they are connected. Wires shall be numbered with Brady nylon wire markers at all accessible locations.

D. Color Code:

Page 183: LIFT STATION NO. 21 REHABILITATION Specifications.pdfA25 1 LS 723-510 Bypass Pumping LUMP SUM A26 1 LS 801-680 Erosion/Water Pollution Control LUMP SUM A27 1 LS 805-510 Lawn and Landscape

Lift Station No. 21 Rehabilitation Electrical Materials and Methods 16-1833 16100 - 5

1. All secondary service, feeder, and branch circuit conductors shall be color coded to meet all NEC requirements.

a. All wires leaving the load center shall be black.

E. Wire Pulling:

1. Provide suitable installation equipment to prevent cutting or abrasion of conduits during pulling of feeder.

2. Ropes used for pulling feeders shall be made of suitable non-metallic material.

3. Attach pulling lines for feeders by means of either woven basket grips or pulling eyes attached directly to the conductors, as approved by the Engineering.

4. All cables in a single conduit shall be pulled in together.

F. See Electrical Drawings for additional installation requirements.

END OF SECTION

Page 184: LIFT STATION NO. 21 REHABILITATION Specifications.pdfA25 1 LS 723-510 Bypass Pumping LUMP SUM A26 1 LS 801-680 Erosion/Water Pollution Control LUMP SUM A27 1 LS 805-510 Lawn and Landscape

Lift Station No. 21 Rehabilitation Electrical Materials and Methods 16-1833 16100 - 6

This Page Intentionally Left Blank

Page 185: LIFT STATION NO. 21 REHABILITATION Specifications.pdfA25 1 LS 723-510 Bypass Pumping LUMP SUM A26 1 LS 801-680 Erosion/Water Pollution Control LUMP SUM A27 1 LS 805-510 Lawn and Landscape

Lift Station No. 21 Rehabilitation Standby Generator System 16-1833 16200 - 1

SECTION 16200

STANDBY GENERATOR SYSTEM

PART 1 GENERAL

1.1 SCOPE

A. This section covers the work necessary to install an existing 25KW City provided diesel engine power generating system complete and ready for operation.

B. The work consists of installing a Standby Power System with features and accessories as specified herein and shown on the drawings. The Standby Power System shall consist of an existing diesel engine-driven alternator rated 480/277-volt, 3-phase, 60 Hz; digital (micro-processor based) electronic generator set and control system (with all require appurtenances); battery charger; sound-attenuating, weather-proof, outdoor enclosure; sub-base fuel tank.

1.2 CODES AND STANDARDS

A. The generator set installation and on-site testing shall conform to the requirements of the following codes and standards, as applicable.

1. ANSI S1.13-1971—Measurement of Sound Pressure Levels in Air

2. CSA 282, 1989 Emergency Electrical Power Supply for Buildings

3. IEEE446 – Recommended Practice for Emergency and Standby Power Systems for Commercial and Industrial Applications

4. NFPA 30 – Flammable and Combustible Liquids

5. NFPA 37 – Standard For the Installation and Use of Stationary Combustion Engines and Gas Turbines

6. NFPA 70 – National Electrical Code. Equipment shall be suitable for use in systems in compliance to Article 700, 701, and 702.

7. NFPA 99 – Essential Electrical Systems for Health Care Facilities

8. NFPA 110 – Emergency and Standby Power Systems. The generator set shall meet all requirements for Level 1 systems. Level 1prototype tests required by this standard shall have been performed on a complete and functional unit, component level type tests will not substitute for this requirement.

Page 186: LIFT STATION NO. 21 REHABILITATION Specifications.pdfA25 1 LS 723-510 Bypass Pumping LUMP SUM A26 1 LS 801-680 Erosion/Water Pollution Control LUMP SUM A27 1 LS 805-510 Lawn and Landscape

Lift Station No. 21 Rehabilitation Standby Generator System 16-1833 16200 - 2

PART 2 EXECUTION

2.1 INSTALLATION

A. Installation shall comply with applicable state and local codes as required by the authority having jurisdiction. Install equipment in accordance with manufacturer's instructions and instructions included in the listing or labeling of UL listed products.

B. Provide and install emergency system conductors in a raceway system completely separate from other wiring. Control interconnection wiring shall be properly sized and run in a raceway separate from power cables.

C. Verify and install all connections required for the City provided generator, including but not limited to, the battery charger, block heater, and control interconnections between the City provided generator and the new Main Control Cabinet.

D. Coordinate with the manufacturer of the City provided generator for all seismic, and structural requirements for installation.

2.2 ON-SITE ACCEPTANCE TEST

A. The complete installation shall be tested for compliance with the specification following completion of all site work. Testing shall be conducted with required fuel supplied by Contractor. The Engineer or City representative shall be notified two weeks in advance and shall witness the tests.

B. The Installation acceptance tests to be conducted on-site shall include:

1. A four hour functional test of all pump station operations under loss of normal power. The unit shall be connected to automatic transfer switch during this test. This test shall include automatic start-up by means of simulated power outage to test automatic starting, transfer of the load, and automatic shutdown. Prior to this test, all transfer switch timers shall be adjusted by the generator set commissioning agent for proper system coordination. Engine coolant temperature, oil pressure, and battery charge level along with generator voltage, amperes, and frequency shall be monitored throughout the test.

END OF SECTION

Page 187: LIFT STATION NO. 21 REHABILITATION Specifications.pdfA25 1 LS 723-510 Bypass Pumping LUMP SUM A26 1 LS 801-680 Erosion/Water Pollution Control LUMP SUM A27 1 LS 805-510 Lawn and Landscape

Lift Station No. 21 Rehabilitation Service and Distribution 16-1833 16400 - 1

SECTION 16400

SERVICE AND DISTRIBUTION

PART 1 GENERAL

1.1 SCOPE

A. The following supplements all sections of this specification and applies to all work specified, shown on the drawings, or required to provide a complete installation of approved electrical systems.

B. This section covers the work necessary to furnish and install a complete electrical service and distribution system.

PART 2 PRODUCTS

2.1 SAFETY SWITCHES AND DISCONNECTING MEANS

A. Furnish safety switches as shown or required. All equipment shall conform to NEMA standards latest revision as applicable.

B. Switches shall be heavy-duty class, quick-make, quick-break, safety-type, externally operable, with bypassable interlock to prevent opening of cover in "ON" position. Switch shall have positive indication of "OFF" and "ON" position. Devices shall have visible blades unless molded-case breaker mechanism is used. Switches shall be so constructed as to preclude single phasing of switch blades due to mechanical failure. Switches shall be padlockable in the "OFF" position.

C. Switches shall be of the proper horsepower, ampere, and voltage rating with number of poles required to open all ungrounded conductors and with solid neutral bar where required. Provide auxiliary switch contacts in all disconnect switches.

2.2 FUSES, 600-VOLT AND LESS

A. Provide fuses as manufactured by Bussmann Manufacturing Company, Chase-Shawmut Company, or equal.

1. Fuses protecting control circuits shall be Bussman "Fusetron", Chase-Shawmut "Trionic," or equal, dual-element type having an interrupting rating of at least 100,000 Amps RMS unless otherwise noted.

2. All branch circuits shall be LPCC type fuses.

Page 188: LIFT STATION NO. 21 REHABILITATION Specifications.pdfA25 1 LS 723-510 Bypass Pumping LUMP SUM A26 1 LS 801-680 Erosion/Water Pollution Control LUMP SUM A27 1 LS 805-510 Lawn and Landscape

Lift Station No. 21 Rehabilitation Service and Distribution 16-1833 16400 - 2

3. The following general requirements shall apply to all fuses:

a. Fuses shall be coordinated with each other and with circuit breakers in the circuit.

b. Make adjustments in the specified fuse sizes and provide substitute fuses as required to achieve reliable trouble-free operation of all fused circuits.

c. Provide a fuse in each fuse holder.

d. Provide a label inside each cover or adjacent to each fuse holder indicating specific type of fuse required for replacement.

e. Provide six spare fuses for each low-voltage current rating used on the project, except no spare fuses will be required for integral current-limiting fuse circuit breaker units.

PART 3 EXECUTION

3.1 DAMP AND WET LOCATION

A. Provide 1/4-inch air space behind all electrical equipment mounted in damp and wet locations and on concrete walls below grade. Use corrosion-resistant washers, bolts and anchors.

B. Unless otherwise specified, all electrical enclosures in damp and wet locations shall be NEMA 4, metallic.

END OF SECTION

Page 189: LIFT STATION NO. 21 REHABILITATION Specifications.pdfA25 1 LS 723-510 Bypass Pumping LUMP SUM A26 1 LS 801-680 Erosion/Water Pollution Control LUMP SUM A27 1 LS 805-510 Lawn and Landscape

Lift Station No. 21 Rehabilitation Lighting 16-1833 16500 - 1

SECTION 16500

LIGHTING

PART 1 GENERAL

1.1 SCOPE

A. The work consists of providing a complete lighting system as specified herein and shown on the drawings. The requirements of all other sections of the specification are equally applicable to the work to be performed under this section.

1.2 QUALITY ASSURANCE

A. The Contractor shall test all lighting installations and demonstrate satisfactory operation of switching controls upon completion of the installation. The Contractor shall replace all defective light fixtures, lamps, and/or ballasts prior to occupancy by the Owner. All fixtures shall be cleaned and visible labels removed.

B. Regulatory Requirements:

1. Provide luminaires acceptable to code authority for application and location as indicated.

2. Comply with applicable ANSI standards pertaining to materials, drivers, transformers, and luminaires.

3. Comply with applicable NEMA standards pertaining to lighting equipment.

4. Provide luminaires and lamp holders which comply with UL standards and have been UL listed and labeled for location and use indicated.

5. Comply with NEC 410 as applicable to installation and construction of luminaires.

6. Comply with fallout and retention requirements of UBC 52 for diffusers, baffles, louvers, and the like.

1.3 WARRANTY

A. Driver Manufacturer's Warranty: Not less than 2 years for LED drivers based on date of manufacturer embossed on driver, current with installation date. Warranty includes normal cost of labor for replacement of driver.

B. LED Warranty: 36 months, minimum.

Page 190: LIFT STATION NO. 21 REHABILITATION Specifications.pdfA25 1 LS 723-510 Bypass Pumping LUMP SUM A26 1 LS 801-680 Erosion/Water Pollution Control LUMP SUM A27 1 LS 805-510 Lawn and Landscape

Lift Station No. 21 Rehabilitation Lighting 16-1833 16500 - 2

PART 2 PRODUCTS

2.1 LED LUMINAIRES

A. General:

1. Refer to the plans on the drawings for type designations, description, and required luminaires. The Contractor shall be responsible for the complete equipment of all fixture types called for. All standard fixtures shall be approved by UL and shall have UL inspecting labels attached thereto. Luminaires shall be grounded in accordance with NEC, and as shown on the drawings

2. LED luminaires shall be in accordance with IES, NFPA, UL, as shown on the drawings, and as specified.

3. LED luminaires shall be Reduction of Hazardous Substances (RoHS)-compliant.

4. LED drivers shall include the following features unless otherwise indicated:

a. Field replaceable.

b. Indoors: 0-10V low voltage dimming.

c. Minimum efficiency: 85% at full load.

d. Minimum Operating Ambient Temperature: -20˚ C. (-4˚ F.)

e. Input Voltage: 120V (±10%) at 60 Hz.

f. Integral short circuit, open circuit, and overload protection.

g. Surge protection rated to meet ANSI category 2 for indoors, category C low for outdoors, and shall be field replaceable.

h. Power Factor: ≥ 0.95.

i. Total Harmonic Distortion: ≤ 20%.

j. Comply with FCC 47 CFR Part 15.

5. LED modules shall include the following features unless otherwise indicated:

a. Comply with IES LM-79 and LM-80 requirements.

b. Minimum CRI 90 and color temperature 4000˚K unless otherwise specified in LIGHTING FIXTURE SCHEDULE.

Page 191: LIFT STATION NO. 21 REHABILITATION Specifications.pdfA25 1 LS 723-510 Bypass Pumping LUMP SUM A26 1 LS 801-680 Erosion/Water Pollution Control LUMP SUM A27 1 LS 805-510 Lawn and Landscape

Lift Station No. 21 Rehabilitation Lighting 16-1833 16500 - 3

c. Minimum Rated Life: 100,000 hours per IES L70 and TM-21 with 70% rated lumen output at 40oC, ambient.

d. Light output lumens as indicated in the LIGHTING FIXTURE SCHEDULE.

B. Housing, LED driver, and LED module shall be products of the same manufacturer.

2.2 ACCESSORIES

A. Luminaires shall be furnished complete with all lenses, trims, hangers, nipples and extensions necessary for a complete installation. All light diffusing media shall be free of scratches or cracks.

PART 3 EXECUTION

3.1 INSTALLATION

A. Exterior Luminaire Support

1. Provide concrete footings for pole mounted lighting units and at locations shown on site plan Drawings. Provide concrete footings as shown on Drawings or as recommended by manufacturer if not shown on Drawings. Minimum base height above grade in automobile areas is 30-inches. Install luminaire poles plumb and straight.

2. Install pole concrete footing in undisturbed or compacted soil. Where soil is disturbed provide backfill and compaction per Division 2 Earthwork requirement.

B. Adjusting

1. Focus and adjust floodlights, spotlights and other adjustable luminaires, with Engineer, at such time of day or night as required.

2. Clean all luminaire lenses prior to final acceptance.

C. Cleaning

1. Clean paint splatters, dirt, dust, fingerprints, and debris from luminaires.

2. Where finish of luminaires has been damaged, touch up finish as directed by manufacturer's instructions.

D. Grounding: Lighting system shall be securely grounded. For rigid conduit, a threaded hub or double locknut and bushing connection shall be considered adequate. For systems employing flexible conduit feeds, a green insulated No 12 AWG solid wire shall be run with the phase conductors, and bonded to the box and fixture at each end of

Page 192: LIFT STATION NO. 21 REHABILITATION Specifications.pdfA25 1 LS 723-510 Bypass Pumping LUMP SUM A26 1 LS 801-680 Erosion/Water Pollution Control LUMP SUM A27 1 LS 805-510 Lawn and Landscape

Lift Station No. 21 Rehabilitation Lighting 16-1833 16500 - 4

the flexible conduit. The ground connection shall be accomplished by means of cadmium plated round head machine screws, lock washer, and nut.

END OF SECTION

Page 193: LIFT STATION NO. 21 REHABILITATION Specifications.pdfA25 1 LS 723-510 Bypass Pumping LUMP SUM A26 1 LS 801-680 Erosion/Water Pollution Control LUMP SUM A27 1 LS 805-510 Lawn and Landscape

Lift Station No. 21 Rehabilitation Instrumentation, Controls, and Programming 16-1833 16922 - 1

SECTION 16922

INSTRUMENTATION, CONTROLS, AND PROGRAMMING

PART 1 GENERAL

1.1. DESCRIPTION OF WORK

A. This section describes the minimum requirements for the work and materials required for the equipment for control and monitoring of the pumps and all instruments and sensing devices.

B. Included in this work:

1. Pump Control Panel, the Termination Box for pump cords, level and flow meters as shown in the drawings, and the detailed design of all interconnecting wiring between the control system equipment and the Pump Control Panel.

2. Programming

a. Local PLC programming and screen b. Master telemetry unit programming c. SCADA screens and database work at the City’s central HMI

1.2 STANDARDS AND CODES

A. All equipment and materials shall conform to the latest revised editions of applicable standards published by the following organizations:

1. American National Standards Institute (ANSI). 2. Institute of Electrical and Electronic Engineers (IEEE). 3. National Electrical Manufacturers Association (NEMA). 4. Underwriters' Laboratories (U/L). 5. Instrument Society of America (ISA). 6. National Fire Protection Association (NFPA 20).

B. All electrical equipment and materials, and the design, construction, installation, and application thereof shall comply with all applicable provisions of the National Electrical Code (NEC), the Occupational Safety and Health Act (OSHA), and any applicable federal, state, and local ordinances, rules and regulations.

C. All materials and equipment specified herein shall be within the scope of UL examination services, be listed by the Underwriter's Laboratories for the purpose for which they are used, and shall bear the UL label.

Page 194: LIFT STATION NO. 21 REHABILITATION Specifications.pdfA25 1 LS 723-510 Bypass Pumping LUMP SUM A26 1 LS 801-680 Erosion/Water Pollution Control LUMP SUM A27 1 LS 805-510 Lawn and Landscape

Lift Station No. 21 Rehabilitation Instrumentation, Controls, and Programming 16-1833 16922 - 2

D. All control panels shall bear an Underwriter’s Laboratories or ETL label showing compliance to all applicable standards and listings for each completed assembled panel.

1.3 DEFINITIONS

A. The Facilities Integrator is the manufacturer of the control system subcontracted by the Contractor, who shall design, furnish and assemble the system to provide the control functions and sequences indicated by the drawings and specifications and provide startup and all training services related to the equipment provided by the Facilities Integrator.

B. The Programmer is a single person/company selected by the City of Lacey for programming the new SCADA screens and database work at the City central HMI.

1.4 SYSTEM DESCRIPTION

A. This section describes the minimum requirements for the main control system indicated on the drawings and specified herein. The control components and programming shall be supplied, installed and programmed as an integrated system which includes all accessories and programming necessary for operation.

B. The Pump Control Panel shall be designed and assembled to provide:

1. Automatic control and monitoring of motor driven pumps and equipment.

2. Automatic monitoring of alarm conditions and control of alarming.

3. Interface with and provide operating status and alarm inputs to the telemetry system.

4. Be an integrated system composed of components which are specifically designed and used for control and operation of pumping equipment and which are standard, catalog listed products, new and free of defects.

5. Provide the capabilities indicated and implied by the plans and these specifications and such additional capabilities as may be necessary for proper operation of the pumps and pump station equipment.

6. The Facilities Integrator shall revise, modify, and adjust the system as required to meet the requirements of the contract drawings and proper operation of the facility or as may be defined by the Engineer and/or Contracting Agency after testing of the panel and/or after the sewage pump station is placed into operation.

C. The control system at the pump station shall include the following major components:

Page 195: LIFT STATION NO. 21 REHABILITATION Specifications.pdfA25 1 LS 723-510 Bypass Pumping LUMP SUM A26 1 LS 801-680 Erosion/Water Pollution Control LUMP SUM A27 1 LS 805-510 Lawn and Landscape

Lift Station No. 21 Rehabilitation Instrumentation, Controls, and Programming 16-1833 16922 - 3

1. A complete pump control system consisting of an ultrasonic wet well level controller unit, PLC, HMI, radio modem and associated control equipment, motor starters and protective devices, status and alarming equipment, relays, indicating lights and selector switches, and existing generator.

2. Main Control Cabinet and Motor Control Panel (MCP) with motor control equipment.

3. Interconnecting wiring from PLC to the radio for status output to the telemetry system.

4. Ultrasonic level sensor and transmitter for wet well level indication and pump operation.

5. Operator Interface and other devices as shown on the drawings.

6. Termination cabinet for the interface with the wet well hazardous area wiring, seal-off fittings, cord grip fittings and terminals for landing both cord and building wire.

7. Various terminal boxes as shown on the drawings.

1.5 RESPONSIBILITIES

A. Facility Integrator

1. The Facility Integrator shall be selected by the Contractor from the following acceptable companies.

a. Technical Systems, Inc. – Lynnwood, Washington

b. Systems Interface, Inc. – Bothell, Washington

2. The Facilities Integrator shall be responsible for the final design, assembly and integration of the entire control system and the Pump Control Panel as specified herein. The system shall be designed to provide the control capabilities and functions indicated and implied by the plans and these specifications and to provide trouble-free operation with minimum maintenance. Responsibilities include but are not limited to:

a. Detailed design of control panels. The drawings shall be per 16922 1.6 Shop Drawings. Changes to the layout shown in the plans must be approved by the Contracting Agency.

b. All interconnecting wiring of control equipment including Pump Control Panels, packaged equipment panels, mechanical equipment with control components, etc.

Page 196: LIFT STATION NO. 21 REHABILITATION Specifications.pdfA25 1 LS 723-510 Bypass Pumping LUMP SUM A26 1 LS 801-680 Erosion/Water Pollution Control LUMP SUM A27 1 LS 805-510 Lawn and Landscape

Lift Station No. 21 Rehabilitation Instrumentation, Controls, and Programming 16-1833 16922 - 4

c. Testing and inspection of Pump Control Panel, automatic transfer switches and local control panels in Provider’s shop.

d. Coordinate with the Contractor for specific requirements and locations of raceway penetrations and field wiring in control panels.

e. Coordinate with the Programmer for specific requirements.

f. The Facilities Integrator shall supply the Contractor with all necessary detailed installation drawings and/or written instruction for installation of all control components and sensing devices for proper system operation.

g. Field testing

h. Calibration & Start-up

3. The Facilities Integrator shall determine any additional requirements for transmitting data to the City’s master telemetry system and shall include all required devices and equipment for interfacing input and output statuses at the local panel with the master system.

B. Programmer

1. The Programmer shall be as listed below to maintain City existing standards.

a. The programming and software development shall be completed by SCADA & Controls Engineering, Inc – Woodinville, WA (425)818-0160, [email protected]

2. No substitutions of programmers will be allowed.

3. The Programmer shall be responsible for the RTU PLC and local OIT programming, master telemetry unit programming, new SCADA screens and database work at the City central HMI. Responsibilities include but are not limited to:

a. Coordinate with City staff and Facilities Integrator regarding programming requirements

b. Programming and assisting with testing the PLC prior to and at the factory test at the Facilities Integrator’s shop.

c. Field testing

d. Calibration & Start-up

Page 197: LIFT STATION NO. 21 REHABILITATION Specifications.pdfA25 1 LS 723-510 Bypass Pumping LUMP SUM A26 1 LS 801-680 Erosion/Water Pollution Control LUMP SUM A27 1 LS 805-510 Lawn and Landscape

Lift Station No. 21 Rehabilitation Instrumentation, Controls, and Programming 16-1833 16922 - 5

C Contractor

1. The assignment of specific responsibilities herein to the Facilities Integrator and Programmer shall not, in any way and under any conditions, diminish or usurp the Contractor's full and complete responsibility for all work performed and all materials installed under the contract. The contract between the Contractor and the Facilities Integrator and Programmer shall specifically require that the Facilities Integrator and Programmer conform to and meet all requirements of the Contracting Agency and as specified herein.

2. Responsibilities include but are not limited to:

a. Reviewing the System Integrator’s submittals and wiring diagrams for coordination with programming, space requirements, raceway requirements of field wiring, etc.

b. Supplying the Facilities Integrator with submittals of equipment related to the control system which the Facilities Integrator must include in their submittals and incorporate into the work, such as motors, packaged control panels, metering enclosures, power distribution panels and enclosures, etc. which the Facilities Integrator does not build or provide.

c. Installation of the control panels. d. Installation of the interconnecting wiring per the Facilities Integrator’s wiring

diagrams. e. Installation of instruments per detailed contract drawings or drawings or

instruction supplied by the Facilities Integrator. f. Coordination between the Facilities Integrator and Programmer. g. Coordinate with the City inspector for scheduling instrumentation

commissioning/pre-start inspection. The Contractor and their electrical subcontractor shall be present for the instrumentation commissioning/pre-start inspection.

h. The Contractor shall be required to complete any punch list items from the City that are a result from the pre-start inspection.

1.6 SHOP DRAWINGS

A. The Facilities Integrator shall develop all shop drawings required for design, fabrication, assembly and installation of the control system. Shop drawings shall include all drawings required in the manufacture of specialized components and for assembly and installation of them. Shop drawings shall be CAD drawn and include the following:

1. System schematic diagrams for the entire control system including but not limited to: all sensors, control panels, junction enclosures, motor control center and motor control equipment; with all components and their locations indicated. Wire numbers shall be included on the schematic diagrams.

Page 198: LIFT STATION NO. 21 REHABILITATION Specifications.pdfA25 1 LS 723-510 Bypass Pumping LUMP SUM A26 1 LS 801-680 Erosion/Water Pollution Control LUMP SUM A27 1 LS 805-510 Lawn and Landscape

Lift Station No. 21 Rehabilitation Instrumentation, Controls, and Programming 16-1833 16922 - 6

2. Technical data sheets for all components with the complete part number of the component clearly designated with all required options.

3. Arrangement drawings of all panel front and internal mounted instruments, switches, components, and equipment indicated. Show all panel mounting details required. Include outer dimensions of all panels on the drawing. Deviations from approved arrangements require resubmittal and approval prior to installation.

4. Arrangement drawings shall be drawn to scale using standard Architectural or Engineering scales. See example drawing at the end of this section.

5. Detailed dimensional drawings of the installation of all sensors (level, pressure, flow, valve position, motion, etc.) and of mounting brackets and other devices required for installation of sensors.

6. Shop drawings shall be provided on sheets no larger than 11” x 17”. Provide both hard copy and electronic copy in AutoCAD compatible format. AutoCAD drawings shall be editable and not locked or password protected. Shop drawings shall include specific product detail such as manufacturer, model number, rating, size, and number of contacts, etc. Wiring diagrams shall be included for all components in the system including control equipment supplied with mechanical devices.

7. Wiring diagrams shall:

a. Be in format per example drawings in the plans.

b. Have a minimum of one sheet per each motor controller, or subsystem.

c. Have numbering by equipment to relate equipment shown on shop drawings to the bill of materials.

d. Include wiring diagrams for packaged control panels and other related control equipment supplied with mechanical systems.

e. Include instrument loop diagrams.

f. Include both the motor power and control wiring in the Pump Control Panel and other related control wiring for each motor on the same sheet for all motor control wiring diagrams.

g. Include details of individual PLC input and output cards with card wiring, base, slot, input, output, terminal, and device identification in accordance with the Special Provisions, Technical Specifications and the City’s Public Works

Page 199: LIFT STATION NO. 21 REHABILITATION Specifications.pdfA25 1 LS 723-510 Bypass Pumping LUMP SUM A26 1 LS 801-680 Erosion/Water Pollution Control LUMP SUM A27 1 LS 805-510 Lawn and Landscape

Lift Station No. 21 Rehabilitation Instrumentation, Controls, and Programming 16-1833 16922 - 7

Standards.

8. Provide wire number marking. The Facilities Integrator shall provide wire numbering on all wiring shown on the shop drawings submitted for review and approval.

9. All changes to the drawings shall be drafted in a CAD software program and submitted for review and approval. AutoCAD drawings shall be editable and not locked or password protected. For shop drawing packages which include more than 10 sheets provide the drawings in a separate 11” x 17” binder with an index for the drawings at the front. As-built drawings shall be submitted in digital (DWG or DXF) and 11” x 17” paper format to the Programmer and the Contracting Agency.

10. Installation details shall include the size, number, type and location of interconnecting wiring and conduit, installation of cabinets and enclosures, installation of sensors, instruments, limit switches, and other installation requirements. Shop drawings shall be submitted to the Contractor for review and approval. After approval by the Contractor, copies of all shop drawings shall be submitted to the Engineer for review and approval.

1.7 PROGRAMMING SUBMITTALS

A. The following shall be submitted to the City a minimum of 1 month before the factory test:

1. All proposed OIU screens 2. Screen Layouts 3. Ladder Logic Program

1.8 COORDINATION WITH PROGRAMMER, MOTOR CONTROL AND OTHER EQUIPMENT

A. The Facilities Integrator shall be responsible for coordination and incorporation of control system with the motor control and other related equipment.

1. The Facilities Integrator shall communicate directly with the manufacturer(s) and supplier(s) of all related control equipment to determine all intended details of the equipment which may influence or affect the control system. The Facilities Integrator shall determine all requirements for and shall cause the control system and all other control equipment to operate as a unified operating system. The Facilities Integrator shall define all requirements for all interfacing equipment and shall supply all appurtenances, accessories and all such devices which may be required for proper interfacing as part of the control system.

2. The Programmer shall provide an annotated copy of the program per the City standard requirement.

Page 200: LIFT STATION NO. 21 REHABILITATION Specifications.pdfA25 1 LS 723-510 Bypass Pumping LUMP SUM A26 1 LS 801-680 Erosion/Water Pollution Control LUMP SUM A27 1 LS 805-510 Lawn and Landscape

Lift Station No. 21 Rehabilitation Instrumentation, Controls, and Programming 16-1833 16922 - 8

B. The Facilities Integrator shall be responsible to obtain submittal information on equipment supplied by other disciplines and to integrate them into the control system to form a complete working package as outlined by the contract documents. Provide reference connection diagrams in the submittal set of drawings for all associated equipment to the control system including but not limited to the following equipment:

1. New Sanitary Sewer Pumps. 2. New Wet Well Ultrasonic Level Controller 3. New Force Main Flow Meter 4. New Check Valve Position Switches 5. New Pressure Transmitter

1.9 CONTRACTOR REVIEW OF SUBMITTALS

A. The General Contractor, Facilities Integrator Subcontractor, Programmer and Electrical Subcontractor shall review all shop drawings prior to submittal to the Engineer. The Contractor’s review shall include:

1. Coordination of wire routing on the wiring diagrams and the raceway system.

2. Equipment layout and size for coordination and verification that equipment will fit within the space designated.

3. Coordination for fitting equipment into structures or housings.

4. Coordination with panel wire entrances and interior wireways and space (size and location) for field connections.

5. Coordination of equipment mounting and installation.

PART 2 PRODUCTS

2.1 GENERAL

A. See the plans for part numbers not shown in the specifications.

2.1.1 Design and Assembly

A. All equipment and materials utilized in the system shall be the products of reputable, experienced manufacturers with at least five (5) years experience in the manufacture of similar equipment. Similar items in the system shall be the products of the same manufacturer. All equipment shall be of industrial grade and of standard construction, shall be capable of long, reliable, trouble-free service, and shall be specifically intended for control and monitoring of operation of motor-driven pumps and equipment. All equipment shall be of modular design to facilitate interchangeability of parts and to

Page 201: LIFT STATION NO. 21 REHABILITATION Specifications.pdfA25 1 LS 723-510 Bypass Pumping LUMP SUM A26 1 LS 801-680 Erosion/Water Pollution Control LUMP SUM A27 1 LS 805-510 Lawn and Landscape

Lift Station No. 21 Rehabilitation Instrumentation, Controls, and Programming 16-1833 16922 - 9

assure ease of servicing. All equipment, where practical, shall be of solid state, integrated circuit design.

B. The system shall be completely assembled in the shop by the Facilities Integrator. All components and equipment shall be prewired to the maximum extent possible.

C. All components, including both internally and face-mounted instruments and devices, shall be clearly identified with phenolic nameplates of white background with black letters. Nameplates on the interior of panels shall be White Polyester with machine printed thermal transfer lettering and permanent pressure sensitive acrylic; TYTON 822 or equal. See drawings E12 and E13 for additional information.

2.1.2 Interconnecting Wiring/Terminals

A. The Facilities Integrator shall determine all requirements for field installed interconnecting wiring between control system components, sensors, pumps and equipment. The Facilities Integrator shall determine the number, size, and type of wires and the number, size, type, and location of conduits and wireways.

B. The Facilities Integrator shall determine all specific requirements for signal and control circuits and shall confirm or modify the wiring and conduit shown on the plans to conform to such requirements. Any changes must be approved by the Engineer.

C. All interconnecting wires installed by the manufacturer and installer shall be numbered at each end using custom pre-printed heat shrink sleeve markers. Markers shall be T&B, SHRINK-KON HVM or approved equal. Terminations shall be made using solderless pressure connectors at all terminations. All conductors shall be stranded wire with thermoplastic insulation and shall be cabled to groups and supported so as to prevent breaking and to present an orderly arrangement and neat appearance. All outgoing wiring shall be terminated on a marked terminal strip capable of connection of at least 2 No. 14 wires and all terminal connections shall be labeled to coordinate with wire identification numbers throughout the system.

D. Provide din rail with enough space for 20% more terminals.

E. For all energized circuits (power and control) powered from the panel and extend outside of the panel provide an individual fused terminal with appropriate fuse and “blown fuse” indicator light for each circuit.

F. For all energized circuits powered outside of the panel which extend into the panel, provide a disconnecting terminal to isolate each individual circuit with indicator light to show the circuit is energized.

G. See drawing E-1 for general wiring notes and wiring marking information.

Page 202: LIFT STATION NO. 21 REHABILITATION Specifications.pdfA25 1 LS 723-510 Bypass Pumping LUMP SUM A26 1 LS 801-680 Erosion/Water Pollution Control LUMP SUM A27 1 LS 805-510 Lawn and Landscape

Lift Station No. 21 Rehabilitation Instrumentation, Controls, and Programming 16-1833 16922 - 10

H. Provide wireways as necessary in the enclosure to contain all internal wiring and all field wiring. Size wireways such that there is ample room for the wiring required by this contract. Wireways shall be filled to a maximum of 70% to allow 30% additional wire.

I. Low voltage DC power, control and signal conductors shall be bundled separately from alternating current circuits. Separate raceways and wire gutters shall be dedicated for AC and DC wiring, and labeled as such on the shop drawings. Wiring may cross at right angles if necessary. Special caution shall be used for PLC I/O card wiring and field terminations to accommodate the separation of AC and DC circuits. Intrinsically safe wiring shall be physically separated from non-intrinsically safe wiring in accordance with NEC.

J. All wiring shall be neatly tied in position with nylon cable ties.

K. All wiring and tubing crossing hinges shall be installed in a manner to prevent chafing. Bundles of similar conductors shall be clamped securely to the door and to the panel, and the bundles shall run parallel to the hinge for at least 12 inches. Spiral nylon cable wrap shall be provided in the hinge section of the bundle to fully protect the conductors or tubing against chafing.

2.2 MOTOR CIRCUIT CONTROL UNITS

2.2.1 Motor Circuit Protector

A. Motor circuits shall be protected by a motor circuit protector thermal-magnetic type circuit breaker. The motor circuit protector shall be the molded case type and have copper terminals. The motor circuit protector shall be sized according to the motor power and current required. Motor circuit protector shall have adjustable trip settings and be set for the nominal trip value for the pumps installed.

B. The motor circuit protector shall include a rotary operator that is operable outside of the motor control panel, from the front of the panel. The operator shall have a power off lock-out provision. The operator shall prevent the motor control panel door from opening when in the on position.

C. Motor circuit protectors shall be Type HMCPE, as manufactured by Eaton, Cutler-Hammer, no substitutions. Through the door operator shall be EHMVD12R as manufactured by Eaton, Cutler-Hammer, no substitutions.

2.2.2 Motor Starters

A. Motor starter units shall consist of a contactor and solid state electronic overload relay with components as indicated on the drawings. Motor starters and associated equipment shall be provided to match the load being served.

Page 203: LIFT STATION NO. 21 REHABILITATION Specifications.pdfA25 1 LS 723-510 Bypass Pumping LUMP SUM A26 1 LS 801-680 Erosion/Water Pollution Control LUMP SUM A27 1 LS 805-510 Lawn and Landscape

Lift Station No. 21 Rehabilitation Instrumentation, Controls, and Programming 16-1833 16922 - 11

B. Motor starters shall be XT series, as manufactured by Eaton, Cutler- Hammer, no substitutions.

2.3 TRANSIENT VOLTAGE SURGE SUPPRESSORS

A. Provide all contactor coils with transient surge suppressors to suppress high voltage transients.

B. Surge suppressors shall be GE 9L15ecc001, or approved equal.

2.4 CIRCUIT BREAKERS

A. Circuit breakers shall be molded case thermal-magnetic type. Circuit breakers other than those mounted in the distribution panel board shall be capable of being padlocked in the open position. Circuit breakers shall be quick-make and quick- break type. They shall have wiping type contacts. Each shall be provided with arc chutes and individual trip mechanisms on each pole. Two and three pole breakers shall be common trip. All breakers shall be calibrated for operation in an ambient temperature of 40°C. Molded case circuit breakers shall be UL 489 listed. Each breaker shall have separate trip indication independent of the ON or OFF positions.

1. Circuit breakers shall have lugs UL 486 listed for copper conductors.

2. Circuit breakers shall have the interrupting rating and trip rating indicated on the drawings.

3. All circuit breakers for motor starters shall include auxiliary contacts which open when the breaker in the OFF or TRIP position.

4. Circuit breakers shall also meet the requirements of Section 16180 - Overcurrent Protective Devices.

5. Provide type WMZT circuit breakers as manufactured by Eaton, Cutler-Hammer.

2.5 AMMETER

A. Ammeter and current transformer shall be provided where shown on the one-line diagram. Meters shall be analog type, series 250-440, 2½” Yokagawa “Big Look” type. Provide one current transformer on one phase for each ammeter. Provide one ammeter for each pump.

2.6 PROGRAMMABLE CONTROL EQUIPMENT

2.6.1 Programmable Logic Controller (PLC)

A. PLC shall be Allen Bradley MicroLogix 1100, 1763-L16DWD base, no substitutions.

Page 204: LIFT STATION NO. 21 REHABILITATION Specifications.pdfA25 1 LS 723-510 Bypass Pumping LUMP SUM A26 1 LS 801-680 Erosion/Water Pollution Control LUMP SUM A27 1 LS 805-510 Lawn and Landscape

Lift Station No. 21 Rehabilitation Instrumentation, Controls, and Programming 16-1833 16922 - 12

B. Include all necessary accessories for a complete functioning system with 18 inputs and 14 outputs. Including but not limited to analog input and output modules, connection cords, PLC/OI interface cord, etc.

2.6.2 Operator Interface Terminal (OI)

A. Operator Interface shall be Allen Bradley PanelView Plus 700 2711P-T7C4A8 HMI, no substitution permitted.

B. OI software for the PanelView Plus 700 will be programmed by the Programmer.

2.6.3 Programming of Programmable Controller

A. One licensed copy of RSLogix 500 or the latest version of the PLC programming software shall be provided by the Contractor as part of the control system.

B. The software supplied shall be fully capable of producing a ladder logic program for the Allen Bradley MicroLogix 1100 provided in this project.

C. The program shall allow either on-line or off-line programming of logic as desired by the operator. The program shall allow ladder-diagram logic to be down-loaded from the programmable controller to the computer and up-loaded from the computer to the programmable controller and shall provide documentation of logic, including labels, addresses, and programming notes. All timer and setpoint values in the ladder logic shall be accessible and adjustable through the computer monitor and keyboard.

D. The programmable controller equipment will be programmed by the Programmer.

2.7 COMMUNICATION

2.7.1 Wireless Modem

A. The Facilities Integrator shall provide an Integra TR wireless modem, part number 242-4048-510, as manufactured by Data Radio. The frequency range of the radio is 450-470 MHz. The City has a standard radio configuration file that will load receive and transmit frequencies and other radio settings.

B. The Programmer will configure the master telemetry unit and SCADA screens at the City Maintenance and Operations Center.

2.8 EQUIPMENT ENCLOSURES

A. All enclosures shall be equipped with enamel coated backplane panels. All mounting struts, din rails, components, etc. shall be mounted to the backplane panel. No penetrations other than conduit entries, bushed wire entries, and external device mounting strut fasteners are allowed unless penetrations are as supplied by the

Page 205: LIFT STATION NO. 21 REHABILITATION Specifications.pdfA25 1 LS 723-510 Bypass Pumping LUMP SUM A26 1 LS 801-680 Erosion/Water Pollution Control LUMP SUM A27 1 LS 805-510 Lawn and Landscape

Lift Station No. 21 Rehabilitation Instrumentation, Controls, and Programming 16-1833 16922 - 13

enclosure manufacturer. All penetrations shall be sealed as approved by the enclosure manufacturer to maintain the UL environmental rating.

2.8.1 Enclosures for Indoor Non-Corrosive Areas

A. The Pump Control Panel shall be provided as shown on the drawings and shall be steel NEMA 12 construction, have quarter turn, screwdriver operated latches and be painted ASA 61 gray on the outside and white on the inside. The size shall not exceed the space allotted on the Plans. Enclosure shall be per the Approved Materials List in the contract drawings.

2.8.2 Enclosures for Outdoor and Corrosive Areas

A. All panels and enclosures installed outdoors or in damp or corrosive areas shall be NEMA 3R stainless steel construction. Minimum thickness for construction material shall be .08 in. The hinges shall have stainless steel pins, and the latching mechanism shall be a 3-point draw roller type with a locking stainless steel handle. The locks shall be Burgess A136 or able to be padlocked with best lock. Provide with a folding shelf where indicated. Enclosure shall be per the Approved Materials List in the contract drawings. Enclosure must have factory installed drip edge/shield.

2.8.3 Enclosure Door Latches

A. Door latches shall be fast operating type 3-point latch door handle; or where a 3- point latch will not meet rating requirements use fast operating clamp assembles (maximum of two latches per enclosure), Hoffman Bulletin A-80 or approved equal. The latch handle shall operate toward the center of the panel to open the door, and be pointing down when closed and locked. All outdoor cabinets shall be lockable and have a Burgess A136 lock.

2.8.4 Wireways

A. Provide molded plastic wireways, slotted for wire connections for all wiring within the panels and shall be complete with covers. Wireways shall be manufactured by Panduit, Iboco, Taylor or approved equal.

2.8.5 Terminals

A. Provide screw terminals for all wire connections to field wiring and internal power distribution. 24 VDC powered analog loops shall have a fused terminal block to disable and test the loop when necessary. Connections shall have box type lugs capable of terminating 2 #14 AWG stranded wires. Terminals shall be screw terminal din rail mounted as manufactured by Idec, Phoenix Contact, Allen Bradley or approved equal. Spring lug terminals shall not be used.

Page 206: LIFT STATION NO. 21 REHABILITATION Specifications.pdfA25 1 LS 723-510 Bypass Pumping LUMP SUM A26 1 LS 801-680 Erosion/Water Pollution Control LUMP SUM A27 1 LS 805-510 Lawn and Landscape

Lift Station No. 21 Rehabilitation Instrumentation, Controls, and Programming 16-1833 16922 - 14

B. Fuse terminal blocks shall be hinged disconnect level type with “blown fuse” indicators. Provide Allen Bradley or Sprecher+Schuh V7-H.

C. Provide 2 spare, or 3% whichever is the greater amount, spare (non installed) replacement terminals for each type used.

2.8.6 Forced Air Heater

A. Provide a 200W fan-driven resistance heater with 120 VAC line thermostat in each control enclosure located outdoors or in moist environments. The thermostat shall be a Stego ZR 01172.0-01 no substitutions, the heater may be equipped with an additional thermostat. Provide correct power for the required application. Heater shall be Hoffman bulletin D-85 DAH-2001A or approved equal.

2.8.7 Panel Light, Switch and Convenience Outlet

A. Provide a light activated by the intrusion switch in control panels that contain any equipment that may require troubleshooting or operator access for normal operation and as shown on the plans. Provide a duplex ground fault circuit interrupter outlet, 120VAC 15A, in all panels that require a computer or other maintenance tools that may need a power source. The GFCI convenience outlets shall be on separate dedicated circuit(s).

2.9 OPERATOR INTERFACE DEVICES

A. All operator interface devices mounted on the panel front shall be rated for the environment in which they will be located. Devices mounted on panels shall be NEMA 4 rated. Operator devices mounted outdoors, or in wet or corrosive environments shall be NEMA 4X rated.

2.9.1 Selector Switches

A. Selector switches shall be 2, 3, or 4 position equipped with removable contact blocks as required by the application. Selector switches shall have lever knob operator handles and chrome plated metal bezels. Selector switches shall be 22mm, heavy duty, oiltight, rated NEMA 4X. Units shall be Idec HW Series, or approved equal.

2.9.2 Pushbuttons and Indicating Lights

A. Pushbuttons and indicating lights shall be 22mm NEMA 4X, oiltight, dustight, heavy duty, with chrome plated metal bezels and detachable contact blocks. Indicating lights shall be120 VAC LED, push to test, with lens color as indicated on wiring diagram. Units shall be Idec HW Series, or approved equal.

2.10 PUMP CONTROL PANEL POWER DISTRIBUTION

Page 207: LIFT STATION NO. 21 REHABILITATION Specifications.pdfA25 1 LS 723-510 Bypass Pumping LUMP SUM A26 1 LS 801-680 Erosion/Water Pollution Control LUMP SUM A27 1 LS 805-510 Lawn and Landscape

Lift Station No. 21 Rehabilitation Instrumentation, Controls, and Programming 16-1833 16922 - 15

2.10.1 Control Panel Circuit Breakers

A. Control panel circuit breakers shall be thermal-magnetic current limiting type, UL489 listed circuit breaker devices. Circuit breakers shall be snap mountable to the DIN mounting rails used. Circuit breakers shall be sized for actual circuit load or as shown on the drawings. Provide 1 spare circuit breaker of each size used.

B. Control panel circuit breakers shall be Cutler Hammer WMZ series, or approved equal.

2.10.2 Power Supplies

A. Power supplies shall be Sola Class 2 Hevi-Duty SDP series, no substitutions.

2.10.3 Line Power Conditioner

A. Provide a transient voltage surge suppressor for clean power to the PLC power supplies, DC power supplies, and other power sensitive equipment and where shown on the drawings. Unit shall provide continuous sine wave Active Tracking filtration PLUS high energy protection from spikes, transients, and noise on the AC power line. Unit shall protect both normal and common modes. Unit shall be sized as required for the load being served plus 50%.

B. Unit shall be as manufactured by Allen Bradley or approved equal.

2.10.4 Uninterruptible Power Supply (UPS)

A. The uninterruptible power supply (UPS) shall be an extended run continuously off- line type sized to operate on a 15 Amp 120 VAC 60 Hz. supply and maintain 120 VAC 1400 VA load on battery backup for 2 hours. Unit shall be mounted on a shelf and plugged in to a dedicated receptacle. Acceptable manufacturers are APC, Eaton or approved equal.

2.11 RELAYS

2.11.1 General Purpose Control Relays

A. Relays for general purpose use shall have 10 Amp contacts with the appropriate coil voltage for the application. All relays shall have an integral indicating light to show if there is coil voltage present. They shall have an 8- pin/blade base and matching socket. Units shall be Idec RH Series, or approved equal. Appropriate relay shall be selected based on application from the control wiring diagrams.

2.11.2 Time Delay Relays

A. Time delay relays shall be multi-function, multi-range with screw terminations timing and timed out LED indicators, and calibrated scales. Relays shall have minimum 0.5

Page 208: LIFT STATION NO. 21 REHABILITATION Specifications.pdfA25 1 LS 723-510 Bypass Pumping LUMP SUM A26 1 LS 801-680 Erosion/Water Pollution Control LUMP SUM A27 1 LS 805-510 Lawn and Landscape

Lift Station No. 21 Rehabilitation Instrumentation, Controls, and Programming 16-1833 16922 - 16

seconds to 60 minutes, 8 selectable timing ranges, 5 amp contacts and 120 VAC coil voltage. Minimum accuracy requirements (plus or minus) shall be as follows: 1) Repeat accuracy 1/2% 2) Timing change over full voltage range 1/2% change over full temperature range 2% 3) Scale tolerance 5%. Appropriate relay shall be selected based on application from the control wiring diagrams. Units shall be Crouzet OUR1-120VAC or approved equal.

2.11.3 Phase Monitor Relay (PFR)

A. Control System Cabinet shall be provided with a Crouzet H3US or Eaton D65VMLP480-B2 phase monitor relay. The relay shall be installed as shown in the drawings to provide control power interruption for the monitored functions.

2.11.4 Intrinsically Safe Repeater Relays (ISR)

A. Intrinsically safe repeater relays shall be provided with N.O. and N.C. contacts as required. Units shall be Turck IM1-22Ex-R or Turck IM series selected and approved for the application. Provide enclosures and barriers as shown on the plans and as otherwise required.

2.11.5 Intrinsically Safe Barriers (ISB)

A. Intrinsically safe barriers shall be Turck IM31-22Ex-I, or Turck IM series selected and approved for the application. Provide enclosures and barriers as shown on the plans and as otherwise required.

2.11.6 Programmable Well Level Indicator/Controller

A. Pre-programmed ultrasonic level control and alarm unit, with the following features:

1. Non-contact ultrasonic measurement of wet well water level 2. Hand held programmer included 3. 4 Form A relays and 2 Form C relays 4. LED indicators for relay status indication 5. LCD readout of measurement information

B. Equipment shall be Siemens LUT-420 and Siemens EchoMax XPS15 ultrasonic transducer, no substitution.

2.12 CONTROL SENSORS

A. All control sensors shall be rated for the environment in which they will be located. In general, devices shall be rated NEMA 4X or 6P.

Page 209: LIFT STATION NO. 21 REHABILITATION Specifications.pdfA25 1 LS 723-510 Bypass Pumping LUMP SUM A26 1 LS 801-680 Erosion/Water Pollution Control LUMP SUM A27 1 LS 805-510 Lawn and Landscape

Lift Station No. 21 Rehabilitation Instrumentation, Controls, and Programming 16-1833 16922 - 17

2.12.1 Door Switches

A. Provide door security switches at locations indicated on the plans. Switches shall be NEMA 4 with SPDT form C contacts normally closed held open when door is closed. Cutler Hammer E50SA w/ E50DR1 series with lever arm or equal.

2.12.2 Check Valve Limit Switches

A. Limit switches shall be provided as part of the Check Valve system. Install per the plans, coordinate with check valve supplier.

2.12.3 Float-Type Level Switches

A. Float-type level switches shall be mercury tilt tube type switch, enclosed in a stainless steel covered 5 1/2” diameter float. Switches shall be reed switch permanently encapsulated, rated at 1 Amp (25 watts non-inductive) at 150VAC. Cable shall be 16 gauge, 4 conductor, SEOW-A, integral to float with sufficient length to meet requirements as shown on the drawings. All float fittings shall be flared and incorporate strain relief jacketing. The float switches shall be cable mounted with 316 stainless steel clamps and an epoxy coated weight. Provide Rotofloat equipment or approved equal.

2.12.4 Float Cord Supports

A. Float switch shall be suspended from the wetwell wall using a 316 stainless steel bracket. The float switch cord shall be supported by a strain relief device. The strain relief device shall be 316 stainless steel and comply with the Approved Materials list, see drawings E-9 and E-11.

2.12.5 Pump Power Cord Supports

A. Pump Power cords shall be suspended from the wetwell wall using a 316 stainless steel custom bracket with hook. The pump power cord shall be supported by a strain relief device. The strain relief device shall be 316 stainless steel and comply with the Approved Materials list, see drawings E-7 and E-11.

2.12.6 Ultrasonic Level Sensor

A. See drawings for level transmitter and sensor model number. Program to read output in feet of liquid level to 0.01 feet.

B. Provide cable between ultrasonic level sensor head and indicating transmitter unit per manufacturer’s recommendations. Locate and mount level sensor head and indicating transmitter according to City Standards and as shown on the drawings.

Page 210: LIFT STATION NO. 21 REHABILITATION Specifications.pdfA25 1 LS 723-510 Bypass Pumping LUMP SUM A26 1 LS 801-680 Erosion/Water Pollution Control LUMP SUM A27 1 LS 805-510 Lawn and Landscape

Lift Station No. 21 Rehabilitation Instrumentation, Controls, and Programming 16-1833 16922 - 18

2.12.7 Magnetic Flowmeter

A. Flow meter shall be magnetic type. Flow meter shall be ANSI flange-by-ANSI flange 4” nominal pipe size and connection shall be as shown on the mechanical drawings. The system shall consist of a flow tube sensor, surface mount transmitter in control cabinet with integral flow display indictor as specified herein and shown on the drawings.

B. Acceptable Products:

1. SIEMENS

a. Flow Tube: Model Mag5100, for 4” force main. b. Flow Transmitter: Mag6000 with flow display.

C. The flow meter shall have the following features:

1. Flow Range 0-600 Gallon/Min 4" tube 2. Output – 4-20mA DC with 20mA output at high scale GPM 3. Output – One totalizer pulse (dry contact closure) per 100 gal

D. Flowmeter element and connection housing shall be NEMA 6P Stainless Steel and FM rated for use in non-incendive Class I Division 2 Group A, B, C, and D areas. All conduit connections shall be made liquid tight. All unused junction box penetrations shall be plugged and sealed, junction box shall be potted, rated NEMA 6P.

E. Flow meter element shall have a PTFE liner with an operating range of -10°C to +95°C.

F. Flow meter element shall have one liner protection ring on the upstream side of the flow element. Liner protection ring shall be connected to the power system ground wiring per the manufacturer’s requirements.

G. The flow transmitter shall be remote surface mounted within the control panel, housed in a NEMA-4X industrial grade, UL listed, aluminum enclosure with gasket and cover. The flow transmitter shall be FM approved for use in nonincendive Class I Division II Groups A. B, C, and D environments with an operating temperature range -4°F to +131°F.

H. Flow transmitter shall provide self-powered 24VDC pulse output to the PLC pulse input. Closure time shall be coordinated with the PLC input - provide time delay relay or high speed counter if necessary to sense contact closure.

1. Power supply 120VAC 2. Repeatability +/- 0.1% full scale Accuracy +/- 0.5% of rate

I. The flow transmitter shall provide a self-powered 4-20mA analog output signal to the PLC.

Page 211: LIFT STATION NO. 21 REHABILITATION Specifications.pdfA25 1 LS 723-510 Bypass Pumping LUMP SUM A26 1 LS 801-680 Erosion/Water Pollution Control LUMP SUM A27 1 LS 805-510 Lawn and Landscape

Lift Station No. 21 Rehabilitation Instrumentation, Controls, and Programming 16-1833 16922 - 19

J. The flow transmitter shall be provided with an integral flow indicator display properly scaled for flow range of installed pumps.

2.13 SPARE PARTS

A. In addition to spare parts mentioned elsewhere in the Special Provisions and the Technical Specifications, the Contractor shall supply the following spare parts for use by the Contracting Agency:

1. Qty 1 Digital input module 2. Qty 1 Digital output module 3. Qty 1 Analog input module

PART 3 EXECUTION

3.1 OPERATING DEVICE LOCATION

A. Operating and display devices shall be mounted no higher than 6' - 6" and no lower than 4' - 0" above finished grade when equipment is installed in control cabinet unless otherwise approved by the Engineer. Sensing and lighting devices may be installed higher than 6’-6”. Non-display components or infrequently adjusted operators may be mounted less than 4’-0” as approved by the Engineer.

3.2 MECHANICAL INTERFACE REQUIREMENTS

A. Provide a stainless steel pressure gauge (if not already provided) to measure the same system pressure for pressure switches and transmitters.

B. Provide a 1” in-line stainless steel isolation ball valve for each pressure gauge, transmitter and switch.

C. Provide a stainless steel test 1” Cross with SS plug in the pipe between the isolation valve and the pressure switch or transmitter.

D. Provide transmitter with ½” NPT threads. A diaphragm seal with 1” NPT on sewer side and ½” NPT on transmitter side

E. Install as shown on plans and drawings, see drawing E-9.

3.3 FACTORY TESTING

A. Operation of the control system shall be tested at the control panel manufacturer’s site by the Facilities Integrator. Testing shall be conducted in two phases. The initial testing shall include, but not be limited to, operation of all input and output (I/O) points, control devices and motor controllers 24 hours per day for a continuous period

Page 212: LIFT STATION NO. 21 REHABILITATION Specifications.pdfA25 1 LS 723-510 Bypass Pumping LUMP SUM A26 1 LS 801-680 Erosion/Water Pollution Control LUMP SUM A27 1 LS 805-510 Lawn and Landscape

Lift Station No. 21 Rehabilitation Instrumentation, Controls, and Programming 16-1833 16922 - 20

of at least one (1) week. The subsequent testing shall include, but not be limited to, testing the I/O points and the programmed operation of the PLC. The PLC ladder logic program will be provided by the Programmer. The Facilities Integrator shall notify the Programmer not less than 10 working days in advance of the final control system testing to schedule acquisition of the PLC ladder logic program.

B. All motor controllers shall be interconnected with the control system and powered with rated incoming voltage. In addition the following packaged control equipment shall be shipped to the Facilities Integrator’s Shop for testing and inspection by the Facilities Integrator and the Engineer prior to shipping to the job Site.

1. New Wet Well Level Controller 2. New Force Main Flow Meter

C. The initial testing of the control system shall include energizing each digital input and output and simulating each analog input and output using a loop simulator and calibrator. Circuits not energized shall be tested for continuity. Energized circuits shall be tested through all components. Initial testing of the control system shall be considered completed only after the control system has operated continuously, 24 hours per day, for at least one week.

D. The Facilities Integrator shall provide an I/O checklist for all points in the control panel. The list shall include for each point, the tag name of the points, a description of the point, comments, date and time of the test, and a signature line for the person performing the test. Show that each Digital point was set and reset. Show verification of all Analog points at 0%, 25%, 50%, and 100% of range. The Checklist shall be submitted 1 week prior to the final factory test. Changes to the I/O points and checklist shall be submitted to the City.

E. After completion of initial testing, the Facilities Integrator shall conduct subsequent testing for inspection by the Engineer and the Contracting Agency at the Facilities Integrator’s shop.

1. The Facilities Integrator shall notify the Engineer and the Contracting Agency at least 1 week prior to completion of the control system for inspection and testing by the Engineer.

2. The Facilities Integrator shall provide for time, equipment and support to load and test the program in the control system for a period of up to 2 days.

3. Testing and inspection shall include all control components and the motor controls. All control functions and all status and alarm monitoring and indication shall be demonstrated under simulated operating conditions. Simulating equipment shall be provided and wired into the control system for this testing.

Page 213: LIFT STATION NO. 21 REHABILITATION Specifications.pdfA25 1 LS 723-510 Bypass Pumping LUMP SUM A26 1 LS 801-680 Erosion/Water Pollution Control LUMP SUM A27 1 LS 805-510 Lawn and Landscape

Lift Station No. 21 Rehabilitation Instrumentation, Controls, and Programming 16-1833 16922 - 21

4. The Facilities Integrator shall revise, modify, and adjust the control system as required by the Engineer during the testing period. Testing shall be continued for the time period required by the Engineer to observe and verify any revisions. Control panels and other control components shall not be shipped to the site until inspection and testing is complete to the satisfaction of the Engineer.

5. The Facilities Integrator shall not transport the completed control system until the Contracting Agency has acknowledged in writing that the control system is acceptable.

3.4 INSTALLATION

A. The control system panels other electrical equipment shall not be shipped to the site until a suitable environment is available for installation of the equipment. A suitable environment for the purposes of this contract for the control cabinet and motor control center shall be the completed foundation with conduit stubs and anchor points, and electric service available within 24 hours. Prior to shipment of electrical equipment, the Contractor shall contact the Engineer for field verification of a suitable environment.

B. The control cabinet and motor control panel shall be installed by the Contractor or, at the option of the Contractor, by the manufacturer of the panel in accordance with the installation drawings and instructions prepared by the manufacturer. Installation shall be performed by workers who are skilled and experienced in the installation of industrial electrical instrumentation and control systems.

C. Installation shall include all elements and components of the panel and all interconnecting wiring between all equipment, components, and sensors. All wiring between cabinets, sensors and equipment shall be labeled at all ends with designations that are uniform and consistent with the system used by the Facilities Integrator. All terminations shall be made with solderless pressure connectors. All wiring shall be in accordance with the requirements of Section 16120. Intrinsically safe wiring shall have separation and barriers in accordance with NEC requirements.

D. Connection between the pump control panel and telemetry equipment shall be included as indicated on the drawings and is the responsibility of the Facilities Integrator.

3.5 INSPECTION AND VERIFICATION OF INSTALLATION

A. After completion of the installation of the panel, the manufacturer shall inspect the installation and verify that all components and wiring are correctly installed. The manufacturer shall determine the exact scope and nature of work required to correct deficiencies and errors in the work and shall supervise the performance of such work.

Page 214: LIFT STATION NO. 21 REHABILITATION Specifications.pdfA25 1 LS 723-510 Bypass Pumping LUMP SUM A26 1 LS 801-680 Erosion/Water Pollution Control LUMP SUM A27 1 LS 805-510 Lawn and Landscape

Lift Station No. 21 Rehabilitation Instrumentation, Controls, and Programming 16-1833 16922 - 22

3.6 FIELD TESTING OF THE CONTROL SYSTEM EQUIPMENT

A. The Facilities Integrator shall provide an I/O checklist for all points in the control panel. The list shall include for each point, the tag name of the points, a description of the point, comments, date and time of the test, and a signature line for the person performing the test. Show that each Digital point was set and reset. Show verification of all Analog points at 0%, 25%, 50%, and 100% of range. The Checklist shall be submitted to the Engineer 1 week prior to the startup of the control system. The Facilities Integrator and the Electrical Contractor shall both be present for the verification of the I/O system by the Engineer.

B. The Facilities Integrator and Electrical Contractor shall perform operational testing of the control system in the field. Testing shall be conducted in two phases. The initial testing shall include, but not be limited to, operation of all input and output (I/O) points, control devices and motor controls. Subsequent startup testing of the system shall include, but not be limited to, programmed operation of the PLC and Operator Interface.

C. The initial testing of the control system shall include configuration of the PLC and its communications equipment, energizing each digital input and output and simulating each analog input and output using a loop simulator and calibrator. The I/O shall be tested in conjunction with the Electrical Contractor who is installing the instrumentation and control wiring. Circuits not energized shall be tested for continuity. Energized circuits shall be tested through all components from the field instrument to the hardware I/O memory locations in the PLC. If a point cannot be verified within 5 minutes of starting the check that point shall be noted as a punch list item to be corrected and re-tested at a later time.

D. When the installation is substantially complete, the Contractor shall commence integration testing of the control system. This shall determine that all system components are properly installed and wired correctly and the system works as designed.

E. The Facilities Integrator shall calibrate all instruments, indicators, recorders, loops, etc. and fill out appropriate test forms provided at the end of this section. Test forms shall be received by the Engineer prior to validation testing.

3.7 SYSTEM VALIDATION TEST

A. After the integration testing is complete, validation testing shall be by the Facilities Integrator, electrical subcontractor, and Contractor, with the Contracting Agency and Engineer present. Validation testing shall include operation and verification of all control components and features of the entire control system. The Contractor shall provide the Engineer and Contracting Agency a testing schedule and detailed schedule of procedures at least one week prior to the commencement of testing. Validation

Page 215: LIFT STATION NO. 21 REHABILITATION Specifications.pdfA25 1 LS 723-510 Bypass Pumping LUMP SUM A26 1 LS 801-680 Erosion/Water Pollution Control LUMP SUM A27 1 LS 805-510 Lawn and Landscape

Lift Station No. 21 Rehabilitation Instrumentation, Controls, and Programming 16-1833 16922 - 23

testing shall be considered complete when the Contracting Agency and Engineer have determined that all of the original system requirements have been met.

B. The Facilities Integrator shall revise, modify, adjust and reprogram the system as required during and following start-up to provide the operation required by the Engineer.

C. Note: The Engineer’s verification shall not be requested by the Contractor for validation testing on equipment until all components are installed, all wiring points have been checked, and operation has been tested and verified by the Contractor.

3.8 CALIBRATION AND START-UP

A. All panel components shall be calibrated by the Facilities Integrator after completion of installation. Each component shall be adjusted to be within the required range and for the specific application. Components that cannot be properly calibrated or that are found to exceed the specified range or accuracy shall be removed and replaced with properly operating equipment.

B. After completion of construction of the pump station, the panel shall be placed into operation by the manufacturer. Installation shall be performed by workers who are skilled and experienced in the installation of industrial electrical instrumentation and control systems.

C. The Contractor shall be responsible for all maintenance of the system from time of start-up to the date of acceptance, by formal action of the Contracting Agency, of all work under the contract. The Facilities Integrator shall correct all deficiencies and defects and make any and all repairs, replacements, modifications, and adjustments as malfunctions or failures occur. The manufacturer shall perform all such work required or considered to be required by the Contracting Agency to cause and maintain proper operation of the system and to properly maintain the systems.

D. All components shall be recorded on loop check-off forms and shall be witnessed tested by the Contracting Agency or representative.

E. The Contractor and the Facilities Integrator shall anticipate that the Contracting Agency may delay acceptance of all work under the contract if, in the judgment of the Contracting Agency, malfunctions or failures in operation of the panel occur after start-up. Both the Contractor and the Facilities Integrator shall not be entitled to an extension of time or to any claim for damages because of hindrances, delays or complications caused by or resulting from delay by the Contracting Agency in accepting the work because of malfunctions or failures in operation of the panel.

Page 216: LIFT STATION NO. 21 REHABILITATION Specifications.pdfA25 1 LS 723-510 Bypass Pumping LUMP SUM A26 1 LS 801-680 Erosion/Water Pollution Control LUMP SUM A27 1 LS 805-510 Lawn and Landscape

Lift Station No. 21 Rehabilitation Instrumentation, Controls, and Programming 16-1833 16922 - 24

3.9 OPERATION AND MAINTENANCE MANUALS

A. The Facilities Integrator shall prepare and assemble detailed operation and maintenance manuals in accordance with the project general requirements and specifications as set forth in Section D Amendments and Special Provisions paragraph 7-22.3(3)B.. The manuals shall also include, but not be limited to, the following:

1. Electronic copy on disk of all shop drawings in AutoCAD format, editable and unlocked

2. As-built wiring diagrams of cabinet and enclosure contained assemblies and of overall system

B. The Programmer shall provide:

1. Program documentation printout with tag numbers and descriptive comments. 2. RS Logix Project report 3. Backup program, unlocked or without password, on compact disk or USB drive.

3.10 WARRANTY

A. The Contractor shall guarantee the control system, programming, installation and all other work performed under the contract to be free of defects in design, materials and workmanship for a period of one (1) year following the date of acceptance by the Contracting Agency.

B. As part of the warranty, the Contractor and the Facilities Integrator shall indemnify and hold harmless the Contracting Agency, the consultant and their officers, agents and employees against and from all claims and liability arising from all damage and injury due to defects in the control system and installation.

C. The Contractor shall ensure the Facilities Integrator and Programmer make any and all repairs, replacements, modifications and adjustments required to eliminate any and all defects in design, materials and workmanship which are disclosed within the one year guarantee period. The Facilities Integrator and Programmer shall begin all repairs, replacements, modifications and adjustments within twenty-four (24) hours of notification by telephone by the Contracting Agency and shall complete such repairs, replacements, modifications and adjustments within forty-eight (48) hours of notification. Should the Facilities Integrator and Programmer fail to begin the work within 24 hours or complete the work within 48 hours, the Contracting Agency may proceed to undertake or complete the work. In such event, the Contractor and his surety shall be liable for all costs incurred by the Contracting Agency.

Page 217: LIFT STATION NO. 21 REHABILITATION Specifications.pdfA25 1 LS 723-510 Bypass Pumping LUMP SUM A26 1 LS 801-680 Erosion/Water Pollution Control LUMP SUM A27 1 LS 805-510 Lawn and Landscape

Lift Station No. 21 Rehabilitation Instrumentation, Controls, and Programming 16-1833 16922 - 25

PART 4 INSTRUMENT TEST FORMS

A. The electrical checklist, included in Appendix B, shall be used for all devices requiring collaboration. Forms shall be submitted to the Engineer prior to requesting final acceptance data.

END OF SECTION

Page 218: LIFT STATION NO. 21 REHABILITATION Specifications.pdfA25 1 LS 723-510 Bypass Pumping LUMP SUM A26 1 LS 801-680 Erosion/Water Pollution Control LUMP SUM A27 1 LS 805-510 Lawn and Landscape

Lift Station No. 21 Rehabilitation Instrumentation, Controls, and Programming 16-1833 16922 - 26

This Page Intentionally Left Blank

Page 219: LIFT STATION NO. 21 REHABILITATION Specifications.pdfA25 1 LS 723-510 Bypass Pumping LUMP SUM A26 1 LS 801-680 Erosion/Water Pollution Control LUMP SUM A27 1 LS 805-510 Lawn and Landscape

F PREVAILING

WAGES

Page 220: LIFT STATION NO. 21 REHABILITATION Specifications.pdfA25 1 LS 723-510 Bypass Pumping LUMP SUM A26 1 LS 801-680 Erosion/Water Pollution Control LUMP SUM A27 1 LS 805-510 Lawn and Landscape

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: 07/08/2019

County Trade Job Classification Wage Holiday Overtime Note *Risk Class

Thurston Asbestos Abatement Workers

Journey Level $46.57 5D 1H View

Thurston Boilermakers Journey Level $66.54 5N 1C View Thurston Brick Mason Journey Level $57.32 5A 1M View Thurston Brick Mason Pointer-Caulker-Cleaner $57.32 5A 1M View Thurston Building Service Employees Janitor $12.00 1 View Thurston Building Service Employees Shampooer $12.00 1 View Thurston Building Service Employees Waxer $12.00 1 View Thurston Building Service Employees Window Cleaner $12.00 1 View Thurston Cabinet Makers (In Shop) Journey Level $13.48 1 View Thurston Carpenters Acoustical Worker $60.04 5D 4C View Thurston Carpenters Bridge, Dock And Wharf

Carpenters$60.04 5D 4C View

Thurston Carpenters Carpenter $60.04 5D 4C View Thurston Carpenters Carpenters on Stationary

Tools$60.17 5D 4C View

Thurston Carpenters Creosoted Material $60.14 5D 4C View Thurston Carpenters Floor Finisher $60.04 5D 4C View Thurston Carpenters Floor Layer $60.04 5D 4C View Thurston Carpenters Scaffold Erector $60.04 5D 4C View Thurston Cement Masons Journey Level $60.07 7A 4U View Thurston Divers & Tenders Bell/Vehicle or

Submersible Operator (Not Under Pressure)

$113.60 5D 4C View

Thurston Divers & Tenders Dive Supervisor/Master $76.33 5D 4C View Thurston Divers & Tenders Diver $113.60 5D 4C 8V View Thurston Divers & Tenders Diver On Standby $71.33 5D 4C View Thurston Divers & Tenders Diver Tender $64.71 5D 4C View Thurston Divers & Tenders Manifold Operator $64.71 5D 4C View Thurston Divers & Tenders $69.71 5D 4C View

Page 1 of 21

7/5/2019https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx

Page 221: LIFT STATION NO. 21 REHABILITATION Specifications.pdfA25 1 LS 723-510 Bypass Pumping LUMP SUM A26 1 LS 801-680 Erosion/Water Pollution Control LUMP SUM A27 1 LS 805-510 Lawn and Landscape

Manifold Operator Mixed Gas

Thurston Divers & Tenders Remote Operated Vehicle Operator/Technician

$64.71 5D 4C View

Thurston Divers & Tenders Remote Operated Vehicle Tender

$60.29 5A 4C View

Thurston Dredge Workers Assistant Engineer $56.44 5D 3F View Thurston Dredge Workers Assistant Mate (Deckhand) $56.00 5D 3F View Thurston Dredge Workers Boatmen $56.44 5D 3F View Thurston Dredge Workers Engineer Welder $57.51 5D 3F View Thurston Dredge Workers Leverman, Hydraulic $58.67 5D 3F View Thurston Dredge Workers Mates $56.44 5D 3F View Thurston Dredge Workers Oiler $56.00 5D 3F View Thurston Drywall Applicator Journey Level $58.48 5D 1H View Thurston Drywall Tapers Journey Level $59.32 5P 1E View Thurston Electrical Fixture

Maintenance WorkersJourney Level $29.54 1 View

Thurston Electricians - Inside Cable Splicer $71.81 5C 1G View Thurston Electricians - Inside Journey Level $67.31 5C 1G View Thurston Electricians - Inside Lead Covered Cable

Splicer$76.31 5C 1G View

Thurston Electricians - Inside Welder $71.81 5C 1G View Thurston Electricians - Motor Shop Craftsman $15.37 1 View Thurston Electricians - Motor Shop Journey Level $14.69 1 View Thurston Electricians - Powerline

ConstructionCable Splicer $79.60 5A 4D View

Thurston Electricians - Powerline Construction

Certified Line Welder $72.98 5A 4D View

Thurston Electricians - Powerline Construction

Groundperson $47.94 5A 4D View

Thurston Electricians - Powerline Construction

Heavy Line Equipment Operator

$72.98 5A 4D View

Thurston Electricians - Powerline Construction

Journey Level Lineperson $72.98 5A 4D View

Thurston Electricians - Powerline Construction

Line Equipment Operator $62.06 5A 4D View

Thurston Electricians - Powerline Construction

Meter Installer $47.94 5A 4D 8W View

Thurston Electricians - Powerline Construction

Pole Sprayer $72.98 5A 4D View

Thurston Electricians - Powerline Construction

Powderperson $54.55 5A 4D View

Thurston Electronic Technicians Journey Level $43.19 6Z 1B View Thurston Elevator Constructors Mechanic $94.22 7D 4A View Thurston Elevator Constructors Mechanic In Charge $101.73 7D 4A View Thurston Fabricated Precast

Concrete ProductsJourney Level $13.50 1 View

Thurston Fabricated Precast Concrete Products

Journey Level - In-Factory Work Only

$13.50 1 View

Page 2 of 21

7/5/2019https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx

Page 222: LIFT STATION NO. 21 REHABILITATION Specifications.pdfA25 1 LS 723-510 Bypass Pumping LUMP SUM A26 1 LS 801-680 Erosion/Water Pollution Control LUMP SUM A27 1 LS 805-510 Lawn and Landscape

Thurston Fence Erectors Fence Erector $41.45 7A 3I View Thurston Fence Erectors Fence Laborer $41.45 7A 3I View Thurston Flaggers Journey Level $41.45 7A 3I View Thurston Glaziers Journey Level $64.56 7L 1Y View Thurston Heat & Frost Insulators And

Asbestos WorkersJourneyman $73.58 5J 4H View

Thurston Heating Equipment Mechanics

Journey Level $82.51 7F 1E View

Thurston Hod Carriers & Mason Tenders

Journey Level $50.42 7A 3I View

Thurston Industrial Power Vacuum Cleaner

Journey Level $12.00 1 View

Thurston Inland Boatmen Boat Operator $61.41 5B 1K View Thurston Inland Boatmen Cook $56.48 5B 1K View Thurston Inland Boatmen Deckhand $57.48 5B 1K View Thurston Inland Boatmen Deckhand Engineer $58.81 5B 1K View Thurston Inland Boatmen Launch Operator $58.89 5B 1K View Thurston Inland Boatmen Mate $57.31 5B 1K View Thurston Inspection/Cleaning/Sealing

Of Sewer & Water Systems By Remote Control

Cleaner Operator, Foamer Operator

$12.00 1 View

Thurston Inspection/Cleaning/Sealing Of Sewer & Water Systems By Remote Control

Grout Truck Operator $12.00 1 View

Thurston Inspection/Cleaning/Sealing Of Sewer & Water Systems By Remote Control

Head Operator $12.78 1 View

Thurston Inspection/Cleaning/Sealing Of Sewer & Water Systems By Remote Control

Technician $25.00 1 View

Thurston Inspection/Cleaning/Sealing Of Sewer & Water Systems By Remote Control

Tv Truck Operator $12.00 1 View

Thurston Insulation Applicators Journey Level $60.04 5D 4C View Thurston Ironworkers Journeyman $70.68 7N 1O View Thurston Laborers Air, Gas Or Electric

Vibrating Screed$48.90 7A 3I View

Thurston Laborers Airtrac Drill Operator $50.42 7A 3I View Thurston Laborers Ballast Regular Machine $48.90 7A 3I View Thurston Laborers Batch Weighman $41.45 7A 3I View Thurston Laborers Brick Pavers $48.90 7A 3I View Thurston Laborers Brush Cutter $48.90 7A 3I View Thurston Laborers Brush Hog Feeder $48.90 7A 3I View Thurston Laborers Burner $48.90 7A 3I View Thurston Laborers Caisson Worker $50.42 7A 3I View Thurston Laborers Carpenter Tender $48.90 7A 3I View Thurston Laborers Caulker $48.90 7A 3I View Thurston Laborers Cement Dumper-paving $49.81 7A 3I View Thurston Laborers Cement Finisher Tender $48.90 7A 3I View

Page 3 of 21

7/5/2019https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx

Page 223: LIFT STATION NO. 21 REHABILITATION Specifications.pdfA25 1 LS 723-510 Bypass Pumping LUMP SUM A26 1 LS 801-680 Erosion/Water Pollution Control LUMP SUM A27 1 LS 805-510 Lawn and Landscape

Thurston Laborers Change House Or Dry Shack

$48.90 7A 3I View

Thurston Laborers Chipping Gun (under 30 Lbs.)

$48.90 7A 3I View

Thurston Laborers Chipping Gun(30 Lbs. And Over)

$49.81 7A 3I View

Thurston Laborers Choker Setter $48.90 7A 3I View Thurston Laborers Chuck Tender $48.90 7A 3I View Thurston Laborers Clary Power Spreader $49.81 7A 3I View Thurston Laborers Clean-up Laborer $48.90 7A 3I View Thurston Laborers Concrete Dumper/chute

Operator$49.81 7A 3I View

Thurston Laborers Concrete Form Stripper $48.90 7A 3I View Thurston Laborers Concrete Placement Crew $49.81 7A 3I View Thurston Laborers Concrete Saw

Operator/core Driller$49.81 7A 3I View

Thurston Laborers Crusher Feeder $41.45 7A 3I View Thurston Laborers Curing Laborer $48.90 7A 3I View Thurston Laborers Demolition: Wrecking &

Moving (incl. Charred Material)

$48.90 7A 3I View

Thurston Laborers Ditch Digger $48.90 7A 3I View Thurston Laborers Diver $50.42 7A 3I View Thurston Laborers Drill Operator

(hydraulic,diamond)$49.81 7A 3I View

Thurston Laborers Dry Stack Walls $48.90 7A 3I View Thurston Laborers Dump Person $48.90 7A 3I View Thurston Laborers Epoxy Technician $48.90 7A 3I View Thurston Laborers Erosion Control Worker $48.90 7A 3I View Thurston Laborers Faller & Bucker Chain Saw $49.81 7A 3I View Thurston Laborers Fine Graders $48.90 7A 3I View Thurston Laborers Firewatch $41.45 7A 3I View Thurston Laborers Form Setter $48.90 7A 3I View Thurston Laborers Gabian Basket Builders $48.90 7A 3I View Thurston Laborers General Laborer $48.90 7A 3I View Thurston Laborers Grade Checker & Transit

Person$50.42 7A 3I View

Thurston Laborers Grinders $48.90 7A 3I View Thurston Laborers Grout Machine Tender $48.90 7A 3I View Thurston Laborers Groutmen (pressure)

including Post Tension Beams

$49.81 7A 3I View

Thurston Laborers Guardrail Erector $48.90 7A 3I View Thurston Laborers Hazardous Waste Worker

(level A)$50.42 7A 3I View

Thurston Laborers Hazardous Waste Worker (level B)

$49.81 7A 3I View

Thurston Laborers $48.90 7A 3I View

Page 4 of 21

7/5/2019https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx

Page 224: LIFT STATION NO. 21 REHABILITATION Specifications.pdfA25 1 LS 723-510 Bypass Pumping LUMP SUM A26 1 LS 801-680 Erosion/Water Pollution Control LUMP SUM A27 1 LS 805-510 Lawn and Landscape

Hazardous Waste Worker (level C)

Thurston Laborers High Scaler $50.42 7A 3I View Thurston Laborers Jackhammer $49.81 7A 3I View Thurston Laborers Laserbeam Operator $49.81 7A 3I View Thurston Laborers Maintenance Person $48.90 7A 3I View Thurston Laborers Manhole Builder-mudman $49.81 7A 3I View Thurston Laborers Material Yard Person $48.90 7A 3I View Thurston Laborers Motorman-dinky

Locomotive$49.81 7A 3I View

Thurston Laborers Nozzleman (concrete Pump, Green Cutter When Using Combination Of High Pressure Air & Water On Concrete & Rock, Sandblast, Gunite, Shotcrete, Water Bla

$49.81 7A 3I View

Thurston Laborers Pavement Breaker $49.81 7A 3I View Thurston Laborers Pilot Car $41.45 7A 3I View Thurston Laborers Pipe Layer Lead $50.42 7A 3I View Thurston Laborers Pipe Layer/tailor $49.81 7A 3I View Thurston Laborers Pipe Pot Tender $49.81 7A 3I View Thurston Laborers Pipe Reliner $49.81 7A 3I View Thurston Laborers Pipe Wrapper $49.81 7A 3I View Thurston Laborers Pot Tender $48.90 7A 3I View Thurston Laborers Powderman $50.42 7A 3I View Thurston Laborers Powderman's Helper $48.90 7A 3I View Thurston Laborers Power Jacks $49.81 7A 3I View Thurston Laborers Railroad Spike Puller -

Power$49.81 7A 3I View

Thurston Laborers Raker - Asphalt $50.42 7A 3I View Thurston Laborers Re-timberman $50.42 7A 3I View Thurston Laborers Remote Equipment

Operator$49.81 7A 3I View

Thurston Laborers Rigger/signal Person $49.81 7A 3I View Thurston Laborers Rip Rap Person $48.90 7A 3I View Thurston Laborers Rivet Buster $49.81 7A 3I View Thurston Laborers Rodder $49.81 7A 3I View Thurston Laborers Scaffold Erector $48.90 7A 3I View Thurston Laborers Scale Person $48.90 7A 3I View Thurston Laborers Sloper (over 20") $49.81 7A 3I View Thurston Laborers Sloper Sprayer $48.90 7A 3I View Thurston Laborers Spreader (concrete) $49.81 7A 3I View Thurston Laborers Stake Hopper $48.90 7A 3I View Thurston Laborers Stock Piler $48.90 7A 3I View Thurston Laborers Tamper & Similar

Electric, Air & Gas Operated Tools

$49.81 7A 3I View

Page 5 of 21

7/5/2019https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx

Page 225: LIFT STATION NO. 21 REHABILITATION Specifications.pdfA25 1 LS 723-510 Bypass Pumping LUMP SUM A26 1 LS 801-680 Erosion/Water Pollution Control LUMP SUM A27 1 LS 805-510 Lawn and Landscape

Thurston Laborers Tamper (multiple & Self-propelled)

$49.81 7A 3I View

Thurston Laborers Timber Person - Sewer (lagger, Shorer & Cribber)

$49.81 7A 3I View

Thurston Laborers Toolroom Person (at Jobsite)

$48.90 7A 3I View

Thurston Laborers Topper $48.90 7A 3I View Thurston Laborers Track Laborer $48.90 7A 3I View Thurston Laborers Track Liner (power) $49.81 7A 3I View Thurston Laborers Traffic Control Laborer $44.33 7A 3I 8R View Thurston Laborers Traffic Control Supervisor $44.33 7A 3I 8R View Thurston Laborers Truck Spotter $48.90 7A 3I View Thurston Laborers Tugger Operator $49.81 7A 3I View Thurston Laborers Tunnel Work-Compressed

Air Worker 0-30 psi$107.60 7A 3I 8Q View

Thurston Laborers Tunnel Work-Compressed Air Worker 30.01-44.00 psi

$112.63 7A 3I 8Q View

Thurston Laborers Tunnel Work-Compressed Air Worker 44.01-54.00 psi

$116.31 7A 3I 8Q View

Thurston Laborers Tunnel Work-Compressed Air Worker 54.01-60.00 psi

$122.01 7A 3I 8Q View

Thurston Laborers Tunnel Work-Compressed Air Worker 60.01-64.00 psi

$124.13 7A 3I 8Q View

Thurston Laborers Tunnel Work-Compressed Air Worker 64.01-68.00 psi

$129.23 7A 3I 8Q View

Thurston Laborers Tunnel Work-Compressed Air Worker 68.01-70.00 psi

$131.13 7A 3I 8Q View

Thurston Laborers Tunnel Work-Compressed Air Worker 70.01-72.00 psi

$133.13 7A 3I 8Q View

Thurston Laborers Tunnel Work-Compressed Air Worker 72.01-74.00 psi

$135.13 7A 3I 8Q View

Thurston Laborers Tunnel Work-Guage and Lock Tender

$50.52 7A 3I 8Q View

Thurston Laborers Tunnel Work-Miner $50.52 7A 3I 8Q View Thurston Laborers Vibrator $49.81 7A 3I View Thurston Laborers Vinyl Seamer $48.90 7A 3I View Thurston Laborers Watchman $37.67 7A 3I View Thurston Laborers Welder $49.81 7A 3I View Thurston Laborers Well Point Laborer $49.81 7A 3I View Thurston Laborers Window Washer/cleaner $37.67 7A 3I View Thurston Laborers - Underground

Sewer & WaterGeneral Laborer & Topman

$48.90 7A 3I View

Page 6 of 21

7/5/2019https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx

Page 226: LIFT STATION NO. 21 REHABILITATION Specifications.pdfA25 1 LS 723-510 Bypass Pumping LUMP SUM A26 1 LS 801-680 Erosion/Water Pollution Control LUMP SUM A27 1 LS 805-510 Lawn and Landscape

Thurston Laborers - Underground Sewer & Water

Pipe Layer $49.81 7A 3I View

Thurston Landscape Construction Landscape Laborer $37.67 7A 3I View Thurston Landscape Construction Landscape Operator $62.71 7A 3K 8X View Thurston Landscape Maintenance Groundskeeper $14.41 1 View Thurston Lathers Journey Level $58.48 5D 1H View Thurston Marble Setters Journey Level $57.32 5A 1M View Thurston Metal Fabrication (In Shop) Fitter $27.10 6T 2U View Thurston Metal Fabrication (In Shop) Laborer $16.91 6T 2U View Thurston Metal Fabrication (In Shop) Layerout $30.63 6T 2U View Thurston Metal Fabrication (In Shop) Machine Operator $20.86 6T 2U View Thurston Metal Fabrication (In Shop) Welder $24.74 6T 2U View Thurston Millwright Journey Level $61.54 5D 4C View Thurston Modular Buildings Cabinet Assembly $12.00 1 View Thurston Modular Buildings Electrician $12.00 1 View Thurston Modular Buildings Equipment Maintenance $12.00 1 View Thurston Modular Buildings Plumber $12.00 1 View Thurston Modular Buildings Production Worker $12.00 1 View Thurston Modular Buildings Tool Maintenance $12.00 1 View Thurston Modular Buildings Utility Person $12.00 1 View Thurston Modular Buildings Welder $12.00 1 View Thurston Painters Journey Level $42.50 6Z 2B View Thurston Pile Driver Crew Tender/Technician $64.71 5D 4C View Thurston Pile Driver Hyperbaric Worker -

Compressed Air Worker 0-30.00 PSI

$74.87 5D 4C View

Thurston Pile Driver Hyperbaric Worker - Compressed Air Worker 30.01 - 44.00 PSI

$79.87 5D 4C View

Thurston Pile Driver Hyperbaric Worker - Compressed Air Worker 44.01 - 54.00 PSI

$83.87 5D 4C View

Thurston Pile Driver Hyperbaric Worker - Compressed Air Worker 54.01 - 60.00 PSI

$88.87 5D 4C View

Thurston Pile Driver Hyperbaric Worker - Compressed Air Worker 60.01 - 64.00 PSI

$91.37 5D 4C View

Thurston Pile Driver Hyperbaric Worker - Compressed Air Worker 64.01 - 68.00 PSI

$96.37 5D 4C View

Thurston Pile Driver Hyperbaric Worker - Compressed Air Worker 68.01 - 70.00 PSI

$98.37 5D 4C View

Thurston Pile Driver Hyperbaric Worker - Compressed Air Worker 70.01 - 72.00 PSI

$100.37 5D 4C View

Thurston Pile Driver Hyperbaric Worker - Compressed Air Worker 72.01 - 74.00 PSI

$102.37 5D 4C View

Page 7 of 21

7/5/2019https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx

Page 227: LIFT STATION NO. 21 REHABILITATION Specifications.pdfA25 1 LS 723-510 Bypass Pumping LUMP SUM A26 1 LS 801-680 Erosion/Water Pollution Control LUMP SUM A27 1 LS 805-510 Lawn and Landscape

Thurston Pile Driver Journey Level $60.29 5D 4C View Thurston Pile Driver Manifold Operator (LST) $69.71 5D 4C View Thurston Plasterers Journey Level $56.54 7Q 1R View Thurston Playground & Park

Equipment InstallersJourney Level $12.00 1 View

Thurston Plumbers & Pipefitters Journey Level $71.42 5A 1G View Thurston Power Equipment Operators Asphalt Plant Operator $63.76 7A 3K 8X View Thurston Power Equipment Operators Assistant Engineers $59.98 7A 3K 8X View Thurston Power Equipment Operators Barrier Machine (zipper) $63.20 7A 3K 8X View Thurston Power Equipment Operators Batch Plant Operator:

Concrete$63.20 7A 3K 8X View

Thurston Power Equipment Operators Bobcat $59.98 7A 3K 8X View Thurston Power Equipment Operators Brokk - Remote

Demolition Equipment$59.98 7A 3K 8X View

Thurston Power Equipment Operators Brooms $59.98 7A 3K 8X View Thurston Power Equipment Operators Bump Cutter $63.20 7A 3K 8X View Thurston Power Equipment Operators Cableways $63.76 7A 3K 8X View Thurston Power Equipment Operators Chipper $63.20 7A 3K 8X View Thurston Power Equipment Operators Compressor $59.98 7A 3K 8X View Thurston Power Equipment Operators Concrete Pump: Truck

Mount With Boom Attachment Over 42m

$63.76 7A 3K 8X View

Thurston Power Equipment Operators Concrete Finish Machine -laser Screed

$59.98 7A 3K 8X View

Thurston Power Equipment Operators Concrete Pump - Mounted Or Trailer High Pressure Line Pump, Pump High Pressure

$62.71 7A 3K 8X View

Thurston Power Equipment Operators Concrete Pump: Truck Mount With Boom Attachment Up To 42m

$63.20 7A 3K 8X View

Thurston Power Equipment Operators Conveyors $62.71 7A 3K 8X View Thurston Power Equipment Operators Cranes, 100 Tons - 199

Tons, Or 150 Ft Of Boom (including Jib With Attachments)

$64.41 7A 3K 8X View

Thurston Power Equipment Operators Cranes: 20 Tons Through 44 Tons With Attachments

$63.20 7A 3K 8X View

Thurston Power Equipment Operators Cranes: 200 tons to 299 tons, or 250' of boom (including jib with attachments)

$65.06 7A 3K 8X View

Thurston Power Equipment Operators Cranes: 300 tons and over, or 300' of boom (including jib with attachments)

$65.70 7A 3K 8X View

Thurston Power Equipment Operators Cranes: 45 Tons Through 99 Tons, Under 150' Of Boom (including Jib With Attachments)

$63.76 7A 3K 8X View

Thurston Power Equipment Operators $59.98 7A 3K 8X View

Page 8 of 21

7/5/2019https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx

Page 228: LIFT STATION NO. 21 REHABILITATION Specifications.pdfA25 1 LS 723-510 Bypass Pumping LUMP SUM A26 1 LS 801-680 Erosion/Water Pollution Control LUMP SUM A27 1 LS 805-510 Lawn and Landscape

Cranes: A-frame - 10 Tons And Under

Thurston Power Equipment Operators Cranes: Friction 200 tons and over. Tower Cranes: over 250' in height from base to boom.

$65.70 7A 3K 8X View

Thurston Power Equipment Operators Cranes: Friction cranes through 199 tons

$65.06 7A 3K 8X View

Thurston Power Equipment Operators Cranes: Through 19 Tons With Attachments A-frame Over 10 Tons

$62.71 7A 3K 8X View

Thurston Power Equipment Operators Crusher $63.20 7A 3K 8X View Thurston Power Equipment Operators Deck Engineer/deck

Winches (power)$63.20 7A 3K 8X View

Thurston Power Equipment Operators Derricks, On Building Work

$63.76 7A 3K 8X View

Thurston Power Equipment Operators Dozers D-9 & Under $62.71 7A 3K 8X View Thurston Power Equipment Operators Drill Oilers: Auger Type,

Truck Or Crane Mount$62.71 7A 3K 8X View

Thurston Power Equipment Operators Drilling Machine $64.41 7A 3K 8X View Thurston Power Equipment Operators Elevator And Man-lift:

Permanent And Shaft Type

$59.98 7A 3K 8X View

Thurston Power Equipment Operators Finishing Machine, Bidwell And Gamaco & Similar Equipment

$63.20 7A 3K 8X View

Thurston Power Equipment Operators Forklift: 3000 Lbs And Over With Attachments

$62.71 7A 3K 8X View

Thurston Power Equipment Operators Forklifts: Under 3000 Lbs. With Attachments

$59.98 7A 3K 8X View

Thurston Power Equipment Operators Grade Engineer: Using Blueprints, Cut Sheets,etc.

$63.20 7A 3K 8X View

Thurston Power Equipment Operators Gradechecker/stakeman $59.98 7A 3K 8X View Thurston Power Equipment Operators Guardrail punch/Auger $63.20 7A 3K 8X View Thurston Power Equipment Operators Hard Tail End Dump

Articulating Off- Road Equipment 45 Yards. & Over

$63.76 7A 3K 8X View

Thurston Power Equipment Operators Hard Tail End Dump Articulating Off-road Equipment Under 45 Yards

$63.20 7A 3K 8X View

Thurston Power Equipment Operators Horizontal/directional Drill Locator

$62.71 7A 3K 8X View

Thurston Power Equipment Operators Horizontal/directional Drill Operator

$63.20 7A 3K 8X View

Thurston Power Equipment Operators Hydralifts/Boom Trucks Over 10 Tons

$62.71 7A 3K 8X View

Thurston Power Equipment Operators Hydralifts/boom Trucks, 10 Tons And Under

$59.98 7A 3K 8X View

Thurston Power Equipment Operators $64.41 7A 3K 8X View

Page 9 of 21

7/5/2019https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx

Page 229: LIFT STATION NO. 21 REHABILITATION Specifications.pdfA25 1 LS 723-510 Bypass Pumping LUMP SUM A26 1 LS 801-680 Erosion/Water Pollution Control LUMP SUM A27 1 LS 805-510 Lawn and Landscape

Loader, Overhead 8 Yards. & Over

Thurston Power Equipment Operators Loader, Overhead, 6 Yards. But Not Including 8 Yards

$63.76 7A 3K 8X View

Thurston Power Equipment Operators Loaders, Overhead Under 6 Yards

$63.20 7A 3K 8X View

Thurston Power Equipment Operators Loaders, Plant Feed $63.20 7A 3K 8X View Thurston Power Equipment Operators Loaders: Elevating Type

Belt$62.71 7A 3K 8X View

Thurston Power Equipment Operators Locomotives, All $63.20 7A 3K 8X View Thurston Power Equipment Operators Material Transfer Device $63.20 7A 3K 8X View Thurston Power Equipment Operators Mechanics, All (Leadmen -

$0.50 Per Hour Over Mechanic)

$64.41 7A 3K 8X View

Thurston Power Equipment Operators Motor patrol graders $63.76 7A 3K 8X View Thurston Power Equipment Operators Mucking Machine, Mole,

Tunnel Drill, Boring, Road Header And/or Shield

$63.76 7A 3K 8X View

Thurston Power Equipment Operators Oil Distributors, Blower Distribution & Mulch Seeding Operator

$59.98 7A 3K 8X View

Thurston Power Equipment Operators Outside Hoists (elevators And Manlifts), Air Tuggers,strato

$62.71 7A 3K 8X View

Thurston Power Equipment Operators Overhead, Bridge Type Crane: 20 Tons Through 44 Tons

$63.20 7A 3K 8X View

Thurston Power Equipment Operators Overhead, Bridge Type: 100 Tons And Over

$64.41 7A 3K 8X View

Thurston Power Equipment Operators Overhead, Bridge Type: 45 Tons Through 99 Tons

$63.76 7A 3K 8X View

Thurston Power Equipment Operators Pavement Breaker $59.98 7A 3K 8X View Thurston Power Equipment Operators Pile Driver (other Than

Crane Mount)$63.20 7A 3K 8X View

Thurston Power Equipment Operators Plant Oiler - Asphalt, Crusher

$62.71 7A 3K 8X View

Thurston Power Equipment Operators Posthole Digger, Mechanical

$59.98 7A 3K 8X View

Thurston Power Equipment Operators Power Plant $59.98 7A 3K 8X View Thurston Power Equipment Operators Pumps - Water $59.98 7A 3K 8X View Thurston Power Equipment Operators Quad 9, HD 41, D10 And

Over$63.76 7A 3K 8X View

Thurston Power Equipment Operators Quick Tower - No Cab, Under 100 Feet In Height Based To Boom

$59.98 7A 3K 8X View

Thurston Power Equipment Operators Remote Control Operator On Rubber Tired Earth Moving Equipment

$63.76 7A 3K 8X View

Thurston Power Equipment Operators Rigger And Bellman $59.98 7A 3K 8X View Thurston Power Equipment Operators $62.71 7A 3K 8X View

Page 10 of 21

7/5/2019https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx

Page 230: LIFT STATION NO. 21 REHABILITATION Specifications.pdfA25 1 LS 723-510 Bypass Pumping LUMP SUM A26 1 LS 801-680 Erosion/Water Pollution Control LUMP SUM A27 1 LS 805-510 Lawn and Landscape

Rigger/Signal Person, Bellman (Certified)

Thurston Power Equipment Operators Rollagon $63.76 7A 3K 8X View Thurston Power Equipment Operators Roller, Other Than Plant

Mix$59.98 7A 3K 8X View

Thurston Power Equipment Operators Roller, Plant Mix Or Multi-lift Materials

$62.71 7A 3K 8X View

Thurston Power Equipment Operators Roto-mill, Roto-grinder $63.20 7A 3K 8X View Thurston Power Equipment Operators Saws - Concrete $62.71 7A 3K 8X View Thurston Power Equipment Operators Scraper, Self Propelled

Under 45 Yards$63.20 7A 3K 8X View

Thurston Power Equipment Operators Scrapers - Concrete & Carry All

$62.71 7A 3K 8X View

Thurston Power Equipment Operators Scrapers, Self-propelled: 45 Yards And Over

$63.76 7A 3K 8X View

Thurston Power Equipment Operators Service Engineers - Equipment

$62.71 7A 3K 8X View

Thurston Power Equipment Operators Shotcrete/gunite Equipment

$59.98 7A 3K 8X View

Thurston Power Equipment Operators Shovel , Excavator, Backhoe, Tractors Under 15 Metric Tons.

$62.71 7A 3K 8X View

Thurston Power Equipment Operators Shovel, Excavator, Backhoe: Over 30 Metric Tons To 50 Metric Tons

$63.76 7A 3K 8X View

Thurston Power Equipment Operators Shovel, Excavator, Backhoes, Tractors: 15 To 30 Metric Tons

$63.20 7A 3K 8X View

Thurston Power Equipment Operators Shovel, Excavator, Backhoes: Over 50 Metric Tons To 90 Metric Tons

$64.41 7A 3K 8X View

Thurston Power Equipment Operators Shovel, Excavator, Backhoes: Over 90 Metric Tons

$65.06 7A 3K 8X View

Thurston Power Equipment Operators Slipform Pavers $63.76 7A 3K 8X View Thurston Power Equipment Operators Spreader, Topsider &

Screedman$63.76 7A 3K 8X View

Thurston Power Equipment Operators Subgrader Trimmer $63.20 7A 3K 8X View Thurston Power Equipment Operators Tower Bucket Elevators $62.71 7A 3K 8X View Thurston Power Equipment Operators Tower crane over 175'

through 250' in height, base to boom

$65.06 7A 3K 8X View

Thurston Power Equipment Operators Tower Crane Up: To 175' In Height, Base To Boom

$64.41 7A 3K 8X View

Thurston Power Equipment Operators Transporters, All Track Or Truck Type

$63.76 7A 3K 8X View

Thurston Power Equipment Operators Trenching Machines $62.71 7A 3K 8X View Thurston Power Equipment Operators Truck Crane Oiler/driver -

100 Tons And Over$63.20 7A 3K 8X View

Thurston Power Equipment Operators Truck Crane Oiler/driver Under 100 Tons

$62.71 7A 3K 8X View

Page 11 of 21

7/5/2019https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx

Page 231: LIFT STATION NO. 21 REHABILITATION Specifications.pdfA25 1 LS 723-510 Bypass Pumping LUMP SUM A26 1 LS 801-680 Erosion/Water Pollution Control LUMP SUM A27 1 LS 805-510 Lawn and Landscape

Thurston Power Equipment Operators Truck Mount Portable Conveyor

$63.20 7A 3K 8X View

Thurston Power Equipment Operators Welder $63.76 7A 3K 8X View Thurston Power Equipment Operators Wheel Tractors, Farmall

Type$59.98 7A 3K 8X View

Thurston Power Equipment Operators Yo Yo Pay Dozer $63.20 7A 3K 8X View Thurston Power Equipment

Operators- Underground Sewer & Water

Asphalt Plant Operator $63.76 7A 3K 8X View

Thurston Power Equipment Operators- Underground Sewer & Water

Assistant Engineers $59.98 7A 3K 8X View

Thurston Power Equipment Operators- Underground Sewer & Water

Barrier Machine (zipper) $63.20 7A 3K 8X View

Thurston Power Equipment Operators- Underground Sewer & Water

Batch Plant Operator: Concrete

$63.20 7A 3K 8X View

Thurston Power Equipment Operators- Underground Sewer & Water

Bobcat $59.98 7A 3K 8X View

Thurston Power Equipment Operators- Underground Sewer & Water

Brokk - Remote Demolition Equipment

$59.98 7A 3K 8X View

Thurston Power Equipment Operators- Underground Sewer & Water

Brooms $59.98 7A 3K 8X View

Thurston Power Equipment Operators- Underground Sewer & Water

Bump Cutter $63.20 7A 3K 8X View

Thurston Power Equipment Operators- Underground Sewer & Water

Cableways $63.76 7A 3K 8X View

Thurston Power Equipment Operators- Underground Sewer & Water

Chipper $63.20 7A 3K 8X View

Thurston Power Equipment Operators- Underground Sewer & Water

Compressor $59.98 7A 3K 8X View

Thurston Power Equipment Operators- Underground Sewer & Water

Concrete Pump: Truck Mount With Boom Attachment Over 42m

$63.76 7A 3K 8X View

Thurston Power Equipment Operators- Underground Sewer & Water

Concrete Finish Machine -laser Screed

$59.98 7A 3K 8X View

Thurston Power Equipment Operators- Underground Sewer & Water

Concrete Pump - Mounted Or Trailer High Pressure Line Pump, Pump High Pressure

$62.71 7A 3K 8X View

Thurston Power Equipment Operators- Underground Sewer & Water

Concrete Pump: Truck Mount With Boom Attachment Up To 42m

$63.20 7A 3K 8X View

Thurston Conveyors $62.71 7A 3K 8X View

Page 12 of 21

7/5/2019https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx

Page 232: LIFT STATION NO. 21 REHABILITATION Specifications.pdfA25 1 LS 723-510 Bypass Pumping LUMP SUM A26 1 LS 801-680 Erosion/Water Pollution Control LUMP SUM A27 1 LS 805-510 Lawn and Landscape

Power Equipment Operators- Underground Sewer & Water

Thurston Power Equipment Operators- Underground Sewer & Water

Cranes, 100 Tons - 199 Tons, Or 150 Ft Of Boom (including Jib With Attachments)

$64.41 7A 3K 8X View

Thurston Power Equipment Operators- Underground Sewer & Water

Cranes, 200 tons to 299 tons, or 250' of boom (including jib with attachments)

$65.06 7A 3K 8X View

Thurston Power Equipment Operators- Underground Sewer & Water

Cranes, Over 300 Tons, Or 300' Of Boom Including Jib With Attachments

$65.70 7A 3K 8X View

Thurston Power Equipment Operators- Underground Sewer & Water

Cranes: 20 Tons Through 44 Tons With Attachments

$63.20 7A 3K 8X View

Thurston Power Equipment Operators- Underground Sewer & Water

cranes: 300 tons and over, or 300' of boom (including jib with attachments)

$65.70 7A 3K 8X View

Thurston Power Equipment Operators- Underground Sewer & Water

Cranes: 45 Tons Through 99 Tons, Under 150' Of Boom (including Jib With Attachments)

$63.76 7A 3K 8X View

Thurston Power Equipment Operators- Underground Sewer & Water

Cranes: A-frame - 10 Tons And Under

$59.98 7A 3K 8X View

Thurston Power Equipment Operators- Underground Sewer & Water

Cranes: Friction 200 tons and over. Tower Cranes: over 250' in height from base to boom.

$65.70 7A 3K 8X View

Thurston Power Equipment Operators- Underground Sewer & Water

Cranes: Friction cranes through 199 tons

$65.06 7A 3K 8X View

Thurston Power Equipment Operators- Underground Sewer & Water

Cranes: Through 19 Tons With Attachments A-frame Over 10 Tons

$62.71 7A 3K 8X View

Thurston Power Equipment Operators- Underground Sewer & Water

Crusher $63.20 7A 3K 8X View

Thurston Power Equipment Operators- Underground Sewer & Water

Deck Engineer/deck Winches (power)

$63.20 7A 3K 8X View

Thurston Power Equipment Operators- Underground Sewer & Water

Derricks, On Building Work

$63.76 7A 3K 8X View

Thurston Power Equipment Operators- Underground Sewer & Water

Dozers D-9 & Under $62.71 7A 3K 8X View

Thurston Power Equipment Operators- Underground Sewer & Water

Drill Oilers: Auger Type, Truck Or Crane Mount

$62.71 7A 3K 8X View

Thurston Drilling Machine $64.41 7A 3K 8X View

Page 13 of 21

7/5/2019https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx

Page 233: LIFT STATION NO. 21 REHABILITATION Specifications.pdfA25 1 LS 723-510 Bypass Pumping LUMP SUM A26 1 LS 801-680 Erosion/Water Pollution Control LUMP SUM A27 1 LS 805-510 Lawn and Landscape

Power Equipment Operators- Underground Sewer & Water

Thurston Power Equipment Operators- Underground Sewer & Water

Elevator And Man-lift: Permanent And Shaft Type

$59.98 7A 3K 8X View

Thurston Power Equipment Operators- Underground Sewer & Water

Finishing Machine, Bidwell And Gamaco & Similar Equipment

$63.20 7A 3K 8X View

Thurston Power Equipment Operators- Underground Sewer & Water

Forklift: 3000 Lbs And Over With Attachments

$62.71 7A 3K 8X View

Thurston Power Equipment Operators- Underground Sewer & Water

Forklifts: Under 3000 Lbs. With Attachments

$59.98 7A 3K 8X View

Thurston Power Equipment Operators- Underground Sewer & Water

Grade Engineer: Using Blueprints, Cut Sheets,etc.

$63.20 7A 3K 8X View

Thurston Power Equipment Operators- Underground Sewer & Water

Gradechecker/stakeman $59.98 7A 3K 8X View

Thurston Power Equipment Operators- Underground Sewer & Water

Guardrail punch/Auger $63.20 7A 3K 8X View

Thurston Power Equipment Operators- Underground Sewer & Water

Hard Tail End Dump Articulating Off- Road Equipment 45 Yards. & Over

$63.76 7A 3K 8X View

Thurston Power Equipment Operators- Underground Sewer & Water

Hard Tail End Dump Articulating Off-road Equipment Under 45 Yards

$63.20 7A 3K 8X View

Thurston Power Equipment Operators- Underground Sewer & Water

Horizontal/directional Drill Locator

$62.71 7A 3K 8X View

Thurston Power Equipment Operators- Underground Sewer & Water

Horizontal/directional Drill Operator

$63.20 7A 3K 8X View

Thurston Power Equipment Operators- Underground Sewer & Water

Hydralifts/Boom Trucks Over 10 Tons

$62.71 7A 3K 8X View

Thurston Power Equipment Operators- Underground Sewer & Water

Hydralifts/boom Trucks, 10 Tons And Under

$59.98 7A 3K 8X View

Thurston Power Equipment Operators- Underground Sewer & Water

Loader, Overhead 8 Yards. & Over

$64.41 7A 3K 8X View

Thurston Power Equipment Operators- Underground Sewer & Water

Loader, Overhead, 6 Yards. But Not Including 8 Yards

$63.76 7A 3K 8X View

Thurston Power Equipment Operators- Underground Sewer & Water

Loaders, Overhead Under 6 Yards

$63.20 7A 3K 8X View

Page 14 of 21

7/5/2019https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx

Page 234: LIFT STATION NO. 21 REHABILITATION Specifications.pdfA25 1 LS 723-510 Bypass Pumping LUMP SUM A26 1 LS 801-680 Erosion/Water Pollution Control LUMP SUM A27 1 LS 805-510 Lawn and Landscape

Thurston Power Equipment Operators- Underground Sewer & Water

Loaders, Plant Feed $63.20 7A 3K 8X View

Thurston Power Equipment Operators- Underground Sewer & Water

Loaders: Elevating Type Belt

$62.71 7A 3K 8X View

Thurston Power Equipment Operators- Underground Sewer & Water

Locomotives, All $63.20 7A 3K 8X View

Thurston Power Equipment Operators- Underground Sewer & Water

Material Transfer Device $63.20 7A 3K 8X View

Thurston Power Equipment Operators- Underground Sewer & Water

Mechanics, All (Leadmen - $0.50 Per Hour Over Mechanic)

$64.41 7A 3K 8X View

Thurston Power Equipment Operators- Underground Sewer & Water

Motor patrol graders $63.76 7A 3K 8X View

Thurston Power Equipment Operators- Underground Sewer & Water

Mucking Machine, Mole, Tunnel Drill, Boring, Road Header And/or Shield

$63.76 7A 3K 8X View

Thurston Power Equipment Operators- Underground Sewer & Water

Oil Distributors, Blower Distribution & Mulch Seeding Operator

$59.98 7A 3K 8X View

Thurston Power Equipment Operators- Underground Sewer & Water

Outside Hoists (elevators And Manlifts), Air Tuggers,strato

$62.71 7A 3K 8X View

Thurston Power Equipment Operators- Underground Sewer & Water

Overhead, Bridge Type Crane: 20 Tons Through 44 Tons

$63.20 7A 3K 8X View

Thurston Power Equipment Operators- Underground Sewer & Water

Overhead, Bridge Type: 100 Tons And Over

$64.41 7A 3K 8X View

Thurston Power Equipment Operators- Underground Sewer & Water

Overhead, Bridge Type: 45 Tons Through 99 Tons

$63.76 7A 3K 8X View

Thurston Power Equipment Operators- Underground Sewer & Water

Pavement Breaker $59.98 7A 3K 8X View

Thurston Power Equipment Operators- Underground Sewer & Water

Pile Driver (other Than Crane Mount)

$63.20 7A 3K 8X View

Thurston Power Equipment Operators- Underground Sewer & Water

Plant Oiler - Asphalt, Crusher

$62.71 7A 3K 8X View

Thurston Power Equipment Operators- Underground Sewer & Water

Posthole Digger, Mechanical

$59.98 7A 3K 8X View

Thurston Power Equipment Operators- Underground Sewer & Water

Power Plant $59.98 7A 3K 8X View

Thurston Pumps - Water $59.98 7A 3K 8X View

Page 15 of 21

7/5/2019https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx

Page 235: LIFT STATION NO. 21 REHABILITATION Specifications.pdfA25 1 LS 723-510 Bypass Pumping LUMP SUM A26 1 LS 801-680 Erosion/Water Pollution Control LUMP SUM A27 1 LS 805-510 Lawn and Landscape

Power Equipment Operators- Underground Sewer & Water

Thurston Power Equipment Operators- Underground Sewer & Water

Quad 9, HD 41, D10 And Over

$63.76 7A 3K 8X View

Thurston Power Equipment Operators- Underground Sewer & Water

Quick Tower - No Cab, Under 100 Feet In Height Based To Boom

$59.98 7A 3K 8X View

Thurston Power Equipment Operators- Underground Sewer & Water

Remote Control Operator On Rubber Tired Earth Moving Equipment

$63.76 7A 3K 8X View

Thurston Power Equipment Operators- Underground Sewer & Water

Rigger And Bellman $59.98 7A 3K 8X View

Thurston Power Equipment Operators- Underground Sewer & Water

Rigger/Signal Person, Bellman (Certified)

$62.71 7A 3K 8X View

Thurston Power Equipment Operators- Underground Sewer & Water

Rollagon $63.76 7A 3K 8X View

Thurston Power Equipment Operators- Underground Sewer & Water

Roller, Other Than Plant Mix

$59.98 7A 3K 8X View

Thurston Power Equipment Operators- Underground Sewer & Water

Roller, Plant Mix Or Multi-lift Materials

$62.71 7A 3K 8X View

Thurston Power Equipment Operators- Underground Sewer & Water

Roto-mill, Roto-grinder $63.20 7A 3K 8X View

Thurston Power Equipment Operators- Underground Sewer & Water

Saws - Concrete $62.71 7A 3K 8X View

Thurston Power Equipment Operators- Underground Sewer & Water

Scraper, Self Propelled Under 45 Yards

$63.20 7A 3K 8X View

Thurston Power Equipment Operators- Underground Sewer & Water

Scrapers - Concrete & Carry All

$62.71 7A 3K 8X View

Thurston Power Equipment Operators- Underground Sewer & Water

Scrapers, Self-propelled: 45 Yards And Over

$63.76 7A 3K 8X View

Thurston Power Equipment Operators- Underground Sewer & Water

Service Engineers - Equipment

$62.71 7A 3K 8X View

Thurston Power Equipment Operators- Underground Sewer & Water

Shotcrete/gunite Equipment

$59.98 7A 3K 8X View

Thurston Power Equipment Operators- Underground Sewer & Water

Shovel , Excavator, Backhoe, Tractors Under 15 Metric Tons.

$62.71 7A 3K 8X View

Thurston $63.76 7A 3K 8X View

Page 16 of 21

7/5/2019https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx

Page 236: LIFT STATION NO. 21 REHABILITATION Specifications.pdfA25 1 LS 723-510 Bypass Pumping LUMP SUM A26 1 LS 801-680 Erosion/Water Pollution Control LUMP SUM A27 1 LS 805-510 Lawn and Landscape

Power Equipment Operators- Underground Sewer & Water

Shovel, Excavator, Backhoe: Over 30 Metric Tons To 50 Metric Tons

Thurston Power Equipment Operators- Underground Sewer & Water

Shovel, Excavator, Backhoes, Tractors: 15 To 30 Metric Tons

$63.20 7A 3K 8X View

Thurston Power Equipment Operators- Underground Sewer & Water

Shovel, Excavator, Backhoes: Over 50 Metric Tons To 90 Metric Tons

$64.41 7A 3K 8X View

Thurston Power Equipment Operators- Underground Sewer & Water

Shovel, Excavator, Backhoes: Over 90 Metric Tons

$65.06 7A 3K 8X View

Thurston Power Equipment Operators- Underground Sewer & Water

Slipform Pavers $63.76 7A 3K 8X View

Thurston Power Equipment Operators- Underground Sewer & Water

Spreader, Topsider & Screedman

$63.76 7A 3K 8X View

Thurston Power Equipment Operators- Underground Sewer & Water

Subgrader Trimmer $63.20 7A 3K 8X View

Thurston Power Equipment Operators- Underground Sewer & Water

Tower Bucket Elevators $62.71 7A 3K 8X View

Thurston Power Equipment Operators- Underground Sewer & Water

Tower crane over 175' through 250' in height, base to boom

$65.06 7A 3K 8X View

Thurston Power Equipment Operators- Underground Sewer & Water

Tower Crane: Up To 175' In Height, Base To Boom

$64.41 7A 3K 8X View

Thurston Power Equipment Operators- Underground Sewer & Water

Transporters, All Track Or Truck Type

$63.76 7A 3K 8X View

Thurston Power Equipment Operators- Underground Sewer & Water

Trenching Machines $62.71 7A 3K 8X View

Thurston Power Equipment Operators- Underground Sewer & Water

Truck Crane Oiler/driver - 100 Tons And Over

$63.20 7A 3K 8X View

Thurston Power Equipment Operators- Underground Sewer & Water

Truck Crane Oiler/driver Under 100 Tons

$62.71 7A 3K 8X View

Thurston Power Equipment Operators- Underground Sewer & Water

Truck Mount Portable Conveyor

$63.20 7A 3K 8X View

Thurston Power Equipment Operators- Underground Sewer & Water

Welder $63.76 7A 3K 8X View

Thurston Power Equipment Operators- Underground Sewer & Water

Wheel Tractors, Farmall Type

$59.98 7A 3K 8X View

Thurston Yo Yo Pay Dozer $63.20 7A 3K 8X View

Page 17 of 21

7/5/2019https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx

Page 237: LIFT STATION NO. 21 REHABILITATION Specifications.pdfA25 1 LS 723-510 Bypass Pumping LUMP SUM A26 1 LS 801-680 Erosion/Water Pollution Control LUMP SUM A27 1 LS 805-510 Lawn and Landscape

Power Equipment Operators- Underground Sewer & Water

Thurston Power Line Clearance Tree Trimmers

Journey Level In Charge $49.96 5A 4A View

Thurston Power Line Clearance Tree Trimmers

Spray Person $47.37 5A 4A View

Thurston Power Line Clearance Tree Trimmers

Tree Equipment Operator $49.96 5A 4A View

Thurston Power Line Clearance Tree Trimmers

Tree Trimmer $44.57 5A 4A View

Thurston Power Line Clearance Tree Trimmers

Tree Trimmer Groundperson

$33.60 5A 4A View

Thurston Refrigeration & Air Conditioning Mechanics

Journey Level $70.71 5A 1G View

Thurston Residential Brick Mason Journey Level $35.53 1 View Thurston Residential Carpenters Journey Level $33.49 1 View Thurston Residential Cement Masons Journey Level $18.09 1 View Thurston Residential Drywall

ApplicatorsJourney Level $45.05 5D 4C View

Thurston Residential Drywall Tapers Journey Level $23.25 1 View Thurston Residential Electricians Journey Level $34.53 5A 1B View Thurston Residential Glaziers Journey Level $43.00 7L 1H View Thurston Residential Insulation

ApplicatorsJourney Level $24.16 1 View

Thurston Residential Laborers Journey Level $22.73 1 View Thurston Residential Marble Setters Journey Level $35.53 1 View Thurston Residential Painters Journey Level $20.77 1 View Thurston Residential Plumbers &

PipefittersJourney Level $26.35 1 View

Thurston Residential Refrigeration & Air Conditioning Mechanics

Journey Level $34.42 1 View

Thurston Residential Sheet Metal Workers

Journey Level (Field or Shop)

$50.01 7F 1R View

Thurston Residential Soft Floor Layers

Journey Level $20.67 1 View

Thurston Residential Sprinkler Fitters (Fire Protection)

Journey Level $24.63 1 View

Thurston Residential Stone Masons Journey Level $35.53 1 View Thurston Residential Terrazzo

WorkersJourney Level $14.86 1 View

Thurston Residential Terrazzo/Tile Finishers

Journey Level $21.96 1 View

Thurston Residential Tile Setters Journey Level $14.86 1 View Thurston Roofers Journey Level $52.87 5A 2O View Thurston Roofers Using Irritable Bituminous

Materials$55.87 5A 2O View

Thurston Sheet Metal Workers Journey Level (Field or Shop)

$82.51 7F 1E View

Thurston Shipbuilding & Ship Repair $36.36 7V 1 View

Page 18 of 21

7/5/2019https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx

Page 238: LIFT STATION NO. 21 REHABILITATION Specifications.pdfA25 1 LS 723-510 Bypass Pumping LUMP SUM A26 1 LS 801-680 Erosion/Water Pollution Control LUMP SUM A27 1 LS 805-510 Lawn and Landscape

New Construction Boilermaker

Thurston Shipbuilding & Ship Repair New Construction Carpenter

$36.36 7V 1 View

Thurston Shipbuilding & Ship Repair New Construction Crane Operator

$36.36 7V 1 View

Thurston Shipbuilding & Ship Repair New Construction Electrician

$36.36 7V 1 View

Thurston Shipbuilding & Ship Repair New Construction Heat & Frost Insulator

$73.58 5J 4H View

Thurston Shipbuilding & Ship Repair New Construction Laborer $36.36 7V 1 View Thurston Shipbuilding & Ship Repair New Construction

Machinist$36.36 7V 1 View

Thurston Shipbuilding & Ship Repair New Construction Operating Engineer

$36.36 7V 1 View

Thurston Shipbuilding & Ship Repair New Construction Painter $36.36 7V 1 View Thurston Shipbuilding & Ship Repair New Construction

Pipefitter$36.36 7V 1 View

Thurston Shipbuilding & Ship Repair New Construction Rigger $36.36 7V 1 View Thurston Shipbuilding & Ship Repair New Construction Sheet

Metal$36.36 7V 1 View

Thurston Shipbuilding & Ship Repair New Construction Shipfitter

$36.36 7V 1 View

Thurston Shipbuilding & Ship Repair New Construction Warehouse/Teamster

$36.36 7V 1 View

Thurston Shipbuilding & Ship Repair New Construction Welder / Burner

$36.36 7V 1 View

Thurston Shipbuilding & Ship Repair Ship Repair Boilermaker $44.95 7X 4J View Thurston Shipbuilding & Ship Repair Ship Repair Carpenter $44.95 7X 4J View Thurston Shipbuilding & Ship Repair Ship Repair Crane

Operator$44.06 7Y 4K View

Thurston Shipbuilding & Ship Repair Ship Repair Electrician $44.95 7X 4J View Thurston Shipbuilding & Ship Repair Ship Repair Heat & Frost

Insulator$73.58 5J 4H View

Thurston Shipbuilding & Ship Repair Ship Repair Laborer $44.95 7X 4J View Thurston Shipbuilding & Ship Repair Ship Repair Machinist $44.95 7X 4J View Thurston Shipbuilding & Ship Repair Ship Repair Operating

Engineer$44.06 7Y 4K View

Thurston Shipbuilding & Ship Repair Ship Repair Painter $44.95 7X 4J View Thurston Shipbuilding & Ship Repair Ship Repair Pipefitter $44.95 7X 4J View Thurston Shipbuilding & Ship Repair Ship Repair Rigger $44.95 7X 4J View Thurston Shipbuilding & Ship Repair Ship Repair Sheet Metal $44.95 7X 4J View Thurston Shipbuilding & Ship Repair Ship Repair Shipwright $44.95 7X 4J View Thurston Shipbuilding & Ship Repair Ship Repair Warehouse /

Teamster$44.06 7Y 4K View

Thurston Sign Makers & Installers (Electrical)

Journey Level $18.04 1 View

Thurston Sign Makers & Installers (Non-Electrical)

Journey Level $15.50 1 View

Page 19 of 21

7/5/2019https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx

Page 239: LIFT STATION NO. 21 REHABILITATION Specifications.pdfA25 1 LS 723-510 Bypass Pumping LUMP SUM A26 1 LS 801-680 Erosion/Water Pollution Control LUMP SUM A27 1 LS 805-510 Lawn and Landscape

Thurston Soft Floor Layers Journey Level $49.43 5A 3J View Thurston Solar Controls For Windows Journey Level $12.00 1 View Thurston Sprinkler Fitters (Fire

Protection)Journey Level $78.39 5C 1X View

Thurston Stage Rigging Mechanics (Non Structural)

Journey Level $13.23 1 View

Thurston Stone Masons Journey Level $57.32 5A 1M View Thurston Street And Parking Lot

Sweeper WorkersJourney Level $16.00 1 View

Thurston Surveyors Chain Person $62.14 7A 3K View Thurston Surveyors Instrument Persion $62.71 7A 3K View Thurston Surveyors Party Chief $63.76 7A 3K View Thurston Telecommunication

TechniciansJourney Level $43.19 6Z 1B View

Thurston Telephone Line Construction - Outside

Cable Splicer $41.22 5A 2B View

Thurston Telephone Line Construction - Outside

Hole Digger/Ground Person

$23.12 5A 2B View

Thurston Telephone Line Construction - Outside

Installer (Repairer) $39.53 5A 2B View

Thurston Telephone Line Construction - Outside

Special Aparatus Installer I

$41.22 5A 2B View

Thurston Telephone Line Construction - Outside

Special Apparatus Installer II

$40.41 5A 2B View

Thurston Telephone Line Construction - Outside

Telephone Equipment Operator (Heavy)

$41.22 5A 2B View

Thurston Telephone Line Construction - Outside

Telephone Equipment Operator (Light)

$38.36 5A 2B View

Thurston Telephone Line Construction - Outside

Telephone Lineperson $38.36 5A 2B View

Thurston Telephone Line Construction - Outside

Television Groundperson $21.92 5A 2B View

Thurston Telephone Line Construction - Outside

Television Lineperson/Installer

$29.13 5A 2B View

Thurston Telephone Line Construction - Outside

Television System Technician

$34.68 5A 2B View

Thurston Telephone Line Construction - Outside

Television Technician $31.18 5A 2B View

Thurston Telephone Line Construction - Outside

Tree Trimmer $38.36 5A 2B View

Thurston Terrazzo Workers Journey Level $52.61 5A 1M View Thurston Tile Setters Journey Level $52.61 5A 1M View Thurston Tile, Marble & Terrazzo

FinishersFinisher $43.44 5A 1B View

Thurston Traffic Control Stripers Journey Level $46.23 7A 1K View Thurston Truck Drivers Asphalt Mix Over 16 Yards $57.81 5D 3A 8L View Thurston Truck Drivers Asphalt Mix To 16 Yards $56.97 5D 3A 8L View Thurston Truck Drivers Dump Truck $56.97 5D 3A 8L View Thurston Truck Drivers Dump Truck & Trailer $57.81 5D 3A 8L View

Page 20 of 21

7/5/2019https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx

Page 240: LIFT STATION NO. 21 REHABILITATION Specifications.pdfA25 1 LS 723-510 Bypass Pumping LUMP SUM A26 1 LS 801-680 Erosion/Water Pollution Control LUMP SUM A27 1 LS 805-510 Lawn and Landscape

Thurston Truck Drivers Other Trucks $57.81 5D 3A 8L View Thurston Truck Drivers - Ready Mix Transit Mix $57.81 5D 3A 8L View Thurston Well Drillers & Irrigation

Pump InstallersIrrigation Pump Installer $17.53 1 View

Thurston Well Drillers & Irrigation Pump Installers

Oiler $12.44 1 View

Thurston Well Drillers & Irrigation Pump Installers

Well Driller $18.00 1 View

Page 21 of 21

7/5/2019https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx

Page 241: LIFT STATION NO. 21 REHABILITATION Specifications.pdfA25 1 LS 723-510 Bypass Pumping LUMP SUM A26 1 LS 801-680 Erosion/Water Pollution Control LUMP SUM A27 1 LS 805-510 Lawn and Landscape

Appendix A Easements

Page 242: LIFT STATION NO. 21 REHABILITATION Specifications.pdfA25 1 LS 723-510 Bypass Pumping LUMP SUM A26 1 LS 801-680 Erosion/Water Pollution Control LUMP SUM A27 1 LS 805-510 Lawn and Landscape

This page intentionally left blank.

Page 243: LIFT STATION NO. 21 REHABILITATION Specifications.pdfA25 1 LS 723-510 Bypass Pumping LUMP SUM A26 1 LS 801-680 Erosion/Water Pollution Control LUMP SUM A27 1 LS 805-510 Lawn and Landscape
Page 244: LIFT STATION NO. 21 REHABILITATION Specifications.pdfA25 1 LS 723-510 Bypass Pumping LUMP SUM A26 1 LS 801-680 Erosion/Water Pollution Control LUMP SUM A27 1 LS 805-510 Lawn and Landscape
Page 245: LIFT STATION NO. 21 REHABILITATION Specifications.pdfA25 1 LS 723-510 Bypass Pumping LUMP SUM A26 1 LS 801-680 Erosion/Water Pollution Control LUMP SUM A27 1 LS 805-510 Lawn and Landscape
Page 246: LIFT STATION NO. 21 REHABILITATION Specifications.pdfA25 1 LS 723-510 Bypass Pumping LUMP SUM A26 1 LS 801-680 Erosion/Water Pollution Control LUMP SUM A27 1 LS 805-510 Lawn and Landscape
Page 247: LIFT STATION NO. 21 REHABILITATION Specifications.pdfA25 1 LS 723-510 Bypass Pumping LUMP SUM A26 1 LS 801-680 Erosion/Water Pollution Control LUMP SUM A27 1 LS 805-510 Lawn and Landscape
Page 248: LIFT STATION NO. 21 REHABILITATION Specifications.pdfA25 1 LS 723-510 Bypass Pumping LUMP SUM A26 1 LS 801-680 Erosion/Water Pollution Control LUMP SUM A27 1 LS 805-510 Lawn and Landscape
Page 249: LIFT STATION NO. 21 REHABILITATION Specifications.pdfA25 1 LS 723-510 Bypass Pumping LUMP SUM A26 1 LS 801-680 Erosion/Water Pollution Control LUMP SUM A27 1 LS 805-510 Lawn and Landscape
Page 250: LIFT STATION NO. 21 REHABILITATION Specifications.pdfA25 1 LS 723-510 Bypass Pumping LUMP SUM A26 1 LS 801-680 Erosion/Water Pollution Control LUMP SUM A27 1 LS 805-510 Lawn and Landscape
Page 251: LIFT STATION NO. 21 REHABILITATION Specifications.pdfA25 1 LS 723-510 Bypass Pumping LUMP SUM A26 1 LS 801-680 Erosion/Water Pollution Control LUMP SUM A27 1 LS 805-510 Lawn and Landscape
Page 252: LIFT STATION NO. 21 REHABILITATION Specifications.pdfA25 1 LS 723-510 Bypass Pumping LUMP SUM A26 1 LS 801-680 Erosion/Water Pollution Control LUMP SUM A27 1 LS 805-510 Lawn and Landscape
Page 253: LIFT STATION NO. 21 REHABILITATION Specifications.pdfA25 1 LS 723-510 Bypass Pumping LUMP SUM A26 1 LS 801-680 Erosion/Water Pollution Control LUMP SUM A27 1 LS 805-510 Lawn and Landscape
Page 254: LIFT STATION NO. 21 REHABILITATION Specifications.pdfA25 1 LS 723-510 Bypass Pumping LUMP SUM A26 1 LS 801-680 Erosion/Water Pollution Control LUMP SUM A27 1 LS 805-510 Lawn and Landscape
Page 255: LIFT STATION NO. 21 REHABILITATION Specifications.pdfA25 1 LS 723-510 Bypass Pumping LUMP SUM A26 1 LS 801-680 Erosion/Water Pollution Control LUMP SUM A27 1 LS 805-510 Lawn and Landscape
Page 256: LIFT STATION NO. 21 REHABILITATION Specifications.pdfA25 1 LS 723-510 Bypass Pumping LUMP SUM A26 1 LS 801-680 Erosion/Water Pollution Control LUMP SUM A27 1 LS 805-510 Lawn and Landscape
Page 257: LIFT STATION NO. 21 REHABILITATION Specifications.pdfA25 1 LS 723-510 Bypass Pumping LUMP SUM A26 1 LS 801-680 Erosion/Water Pollution Control LUMP SUM A27 1 LS 805-510 Lawn and Landscape
Page 258: LIFT STATION NO. 21 REHABILITATION Specifications.pdfA25 1 LS 723-510 Bypass Pumping LUMP SUM A26 1 LS 801-680 Erosion/Water Pollution Control LUMP SUM A27 1 LS 805-510 Lawn and Landscape
Page 259: LIFT STATION NO. 21 REHABILITATION Specifications.pdfA25 1 LS 723-510 Bypass Pumping LUMP SUM A26 1 LS 801-680 Erosion/Water Pollution Control LUMP SUM A27 1 LS 805-510 Lawn and Landscape
Page 260: LIFT STATION NO. 21 REHABILITATION Specifications.pdfA25 1 LS 723-510 Bypass Pumping LUMP SUM A26 1 LS 801-680 Erosion/Water Pollution Control LUMP SUM A27 1 LS 805-510 Lawn and Landscape
Page 261: LIFT STATION NO. 21 REHABILITATION Specifications.pdfA25 1 LS 723-510 Bypass Pumping LUMP SUM A26 1 LS 801-680 Erosion/Water Pollution Control LUMP SUM A27 1 LS 805-510 Lawn and Landscape
Page 262: LIFT STATION NO. 21 REHABILITATION Specifications.pdfA25 1 LS 723-510 Bypass Pumping LUMP SUM A26 1 LS 801-680 Erosion/Water Pollution Control LUMP SUM A27 1 LS 805-510 Lawn and Landscape
Page 263: LIFT STATION NO. 21 REHABILITATION Specifications.pdfA25 1 LS 723-510 Bypass Pumping LUMP SUM A26 1 LS 801-680 Erosion/Water Pollution Control LUMP SUM A27 1 LS 805-510 Lawn and Landscape
Page 264: LIFT STATION NO. 21 REHABILITATION Specifications.pdfA25 1 LS 723-510 Bypass Pumping LUMP SUM A26 1 LS 801-680 Erosion/Water Pollution Control LUMP SUM A27 1 LS 805-510 Lawn and Landscape
Page 265: LIFT STATION NO. 21 REHABILITATION Specifications.pdfA25 1 LS 723-510 Bypass Pumping LUMP SUM A26 1 LS 801-680 Erosion/Water Pollution Control LUMP SUM A27 1 LS 805-510 Lawn and Landscape

Appendix B Lift Station Checklists

Page 266: LIFT STATION NO. 21 REHABILITATION Specifications.pdfA25 1 LS 723-510 Bypass Pumping LUMP SUM A26 1 LS 801-680 Erosion/Water Pollution Control LUMP SUM A27 1 LS 805-510 Lawn and Landscape

Documents Containing Requirements that Must be Reviewed (Forms to be completed by the City of Lacey)

Page 2-8 Control Panel Factory Witness Test

Page 9-17 Lift Station Startup Check List

Contractor to Distribute and Collect these Forms (Forms to be completed by Factory Representative)

Page 18-19 Telemetry Pre-Startup Check List

Page 20-23 Level, PSI and Flow Instrumentation Pre-Startup

Page 24-29 Pump Pre-Startup Check List

Page 30-31 Generator Pre-Startup Check List

Lift Station Pre-Startup Standard Lift Station

Page 267: LIFT STATION NO. 21 REHABILITATION Specifications.pdfA25 1 LS 723-510 Bypass Pumping LUMP SUM A26 1 LS 801-680 Erosion/Water Pollution Control LUMP SUM A27 1 LS 805-510 Lawn and Landscape

CONTROL SYSTEM MANUFACTURER WITNESS TEST

June 22, 2016 Page 1 of 7

Date____________ Lift Station #______

MAIN CONTROL CABINET LINE ITEM LABEL ACPT REJT COMMENTS

1. Hoffman Enclosure

55 <4> <5> <25> <26>

2. SS 3R w/ factory installed drip edge 3. Padlocking handle 4. Bottom door stops spot welded 5. Folding Shelf spot welded on left door 6. No penetrations in the top

MAIN CONTROL CABINET INTERIOR

LINE ITEM LABEL ACPT REJT COMMENTS 7. Radio Equipment - 2” Clearance 1 8. PLC To Radio Serial Cable re-pinned 9. Lightening Arrestor bonded w/#8

stranded copper wire to ATS

10. Cabinet Light 3 11. TVSS – Mounted to Back plate 4 <28> 12. Intrusion Switch Assembly – Mounted

to Ceiling Track 5

13. Cabinet Ventilation-filter installed 6 14. Phase Monitor 7 <27> 15. Dual Thermostat 11 16. Automatic Transfer Switch

14

<5> <25> <26> <35>

17. Transformer Primary Breaker 17 <31> 18. Transformer Secondary Breaker 18 <32> 19. Level Control 19 20. UPS –mounted on shelf and strapped

to the main control cabinet back plate 20

21. Breaker Panel 21 <6> 22. Intrinsically Safe Relay Panel w/1” KO 22 <20> <116> 23. Intrinsically Safe Area <117> 24. Flow Meter 23 25. UPS Receptacle 24 <33> 26. GFCI 25 27. Outside Area Light Switch 26 <34> 28. Little John Breaker 40 <19> 29. Cabinet Heater 27 30. 24 VDC Soft Start Power Supply-

50 mm clearance above and below and 20 mm clearance on the sides

46

<38> <39>

31. Field Terminals – steel din rail, stops, labels match wire markers

54

32. Pump Jog Pendant-50’ cut to length in field, pendant attached

66

<123> <124>

Page 268: LIFT STATION NO. 21 REHABILITATION Specifications.pdfA25 1 LS 723-510 Bypass Pumping LUMP SUM A26 1 LS 801-680 Erosion/Water Pollution Control LUMP SUM A27 1 LS 805-510 Lawn and Landscape

CONTROL SYSTEM MANUFACTURER WITNESS TEST

June 22, 2016 Page 2 of 7

INTRINSICALLY SAFE RELAY PANEL LINE ITEM LABEL ACPT REJT COMMENTS 33. Intrinsically Safe Relay 63

PUMP CONTROL PANEL EXTERIOR

LINE ITEM LABEL ACPT REJT COMMENTS 34. Legends and Labels <7> <25>

<26> <35>

35. Ethernet Port 2 36. Panel View HMI 28 37. Ammeter - scaled to read the

pumps running amps in the center of the scale

29

38. Control Power Indicator 32 <12> 39. High Wet Well Override Selector

Switch 33 <13>

40. High Wet Well Level Indicator/Reset Switch

34

<14>

41. H-O-A Switch

31

<15> <16> <17>

42. Motor Circuit Breaker Thru-Door Operator –clocked

30 <8> <9>

43. Operator handle clocked straight up for “ON” position.

44. Operator rod needs to be cut to the proper length.

45. Operator rod - cotter pins installed.

PUMP CONTROL PANEL INTERIOR LINE ITEM LABEL ACPT REJT COMMENTS 46. Pump Control Panel Hoffman 12 47. PLC and I/O- allow 2” clearance 47 48. 12 VDC Power Supply-

allow 1” clearance 44

<36>

49. 24 VDC Power Supply- allow 1” clearance

45

<37>

50. Line Power Conditioner- allow 1” clearance

51

<42>

51. CB7-Line Power Conditioner 41 <44> 52. Ethernet Switch 48 53. DC Fuse Holders 43 54. Pulse Relay CR5 50 <58> 55. Terminal Blocks - steel din rail 54 56. Time Delay Relay Set on “C” 52 <59>

Page 269: LIFT STATION NO. 21 REHABILITATION Specifications.pdfA25 1 LS 723-510 Bypass Pumping LUMP SUM A26 1 LS 801-680 Erosion/Water Pollution Control LUMP SUM A27 1 LS 805-510 Lawn and Landscape

CONTROL SYSTEM MANUFACTURER WITNESS TEST

June 22, 2016 Page 3 of 7

PUMP CONTROL PANEL INTERIOR LINE ITEM LABEL ACPT REJT COMMENTS 57. Control Relays

49

<63> - <66> <72> <73> <76> <77>

58. AC Fuse Holders 42 59. Seal Fail /Over Temp Relay set on

manual reset (if not Flygt ground pin 4) 53

<90> <91>

60. Door grounded

120 VAC CONTROL CIRCUITS LINE ITEM LABEL ACPT REJT COMMENTS 61. Wires labeled according to print 62. All wires red #14 tinned stranded

MTW/AWM/TEW (NO vinyl covering)

63. ACF-PV <78> 64. ACF-P1 <79> 65. ACF-LC <80> 66. ACF-FM <81> 67. ACF-P2 <82> 68. ACF-X3 <83> 69. ACF-IS1 <84> 70. ACF-P3 <85> 71. ACF-P4 <86> 72. ACF-SPARE <57> 73. Two red and two dark blue wire spares

ran to the door.

74. All wiring protected through panel penetration.

12 VDC POWER SUPPLY

LINE ITEM LABEL ACPT REJT COMMENTS 75. All wires #16 stranded

MTW/AWM/TEW.

76. 12 VDC+ orange wire 77. 12 VDC- yellow wire 78. 12 VDC+ fuse fr to radio

24 VDC POWER SUPPLY

LINE ITEM LABEL ACPT REJT COMMENTS 79. All wires #16 tinned stranded

MTW/AWM/TEW.

80. 24 VDC+ dark blue wire 81. 24 VDC- white with blue stripe wire 82. Belden cable from terminal to AI card 83. DCF-A0 <45> 84. DCF-A1 <46>

Page 270: LIFT STATION NO. 21 REHABILITATION Specifications.pdfA25 1 LS 723-510 Bypass Pumping LUMP SUM A26 1 LS 801-680 Erosion/Water Pollution Control LUMP SUM A27 1 LS 805-510 Lawn and Landscape

CONTROL SYSTEM MANUFACTURER WITNESS TEST

June 22, 2016 Page 4 of 7

24 VDC POWER SUPPLY LINE ITEM LABEL ACPT REJT COMMENTS 85. DCF-A2 <47> 86. DCF-A3 <48> 87. DCF-R <49> 88. DCF-PLC <50> 89. DCF-FLD <51> 90. DCF-F7 <52> 91. DCF-SS1 <53> 92. DCF-SS2 <54> 93. DCF-SPARE <57>

LOW VOLTAGE FIELD TERMINALS

LINE ITEM LABEL ACPT REJT COMMENTS 94. PSI Transmitter Analog Loop 95. Spare Analog Loop 96. Generator Start 97. Generator Run 98. Generator Fail 99. Check Valve Switches

100. Pendant Station

THREE PHASE SERVICE ENTRANCE DISCONNECT LINE ITEM LABEL ACPT REJT COMMENTS

101. EATON Enclosure – Drilled for locked on position (to be mounted in the field)

16 <1> <2>

102. EATON Neutral Kit 103. EATON Breaker Size

AUTOMATIC TRANSFER SWITCH LINE ITEM LABEL ACPT REJT COMMENTS

104. ASCO ATS 14 105. Branch wiring protected through panel

penetration.

106. Conductors color coded 107. Wire connections 108. Ground to Main Control Cabinet

back plate

Page 271: LIFT STATION NO. 21 REHABILITATION Specifications.pdfA25 1 LS 723-510 Bypass Pumping LUMP SUM A26 1 LS 801-680 Erosion/Water Pollution Control LUMP SUM A27 1 LS 805-510 Lawn and Landscape

CONTROL SYSTEM MANUFACTURER WITNESS TEST

June 22, 2016 Page 5 of 7

POWER DISTRIBUTION BLOCK LINE ITEM LABEL ACPT REJT COMMENTS

109. Power Distribution Block W/Cover 10 110. Wire size, wire connected to any breaker

must exceed the breakers ampacity

111. Conductors color coded. 112. Wire connections – Tight & 1 per point

BRANCH CIRCUIT PROTECTION LINE ITEM LABEL ACPT REJT COMMENTS

113. CC Fuse Holder 8 <29> 114. Phase Monitor = KTK-R-1/10 115. TVSS Breaker 9 <30>

MOTOR CIRCUIT BREAKER LINE ITEM LABEL ACPT REJT COMMENTS

116. Motor Circuit Breaker 36 <94> <95> 117. Wire size, wire connected to any breaker

must exceed the breakers ampacity

118. Breaker trip setting correct 119. Breaker and Operator mounted independently 120. Current Transformer - Wrapped 37 121. CB-8 Spare/Little John <98>

SOFT START LINE ITEM LABEL ACPT REJT COMMENTS

122. Motor Soft Starts mounted to back plate.

38

<99> <100>

123. Wire size, wire connected to soft start must exceed the breakers ampacity

FIELD TERMINALS

LINE ITEM LABEL ACPT REJT COMMENTS 124. 3 T- Legs from Starter to Field

Terminals.

125. Wire size, wire connected to soft start must exceed the breakers ampacity

TRANSFORMER

LINE ITEM LABEL ACPT REJT COMMENTS 126. Transformer 13 127. Ground center tap to Main Control

Panel back plate.

128. Compression or ring tongue type lugs.

Page 272: LIFT STATION NO. 21 REHABILITATION Specifications.pdfA25 1 LS 723-510 Bypass Pumping LUMP SUM A26 1 LS 801-680 Erosion/Water Pollution Control LUMP SUM A27 1 LS 805-510 Lawn and Landscape

CONTROL SYSTEM MANUFACTURER WITNESS TEST

June 22, 2016 Page 6 of 7

120/240 VAC BREAKER PANEL INTERIOR LINE ITEM LABEL ACPT REJT COMMENTS

129. All wires connected to breaker are black #12 tinned stranded MTW/AWM/TEW (NO vinyl covering)

130. All wiring protected through panel penetration. 131. Wires labeled according to print 132. Control Cabinet Fan & Heater 15 A <104> 133. Spare 15 A <105> 134. Control Cabinet GFCI Receptacle 20 A <106> 135. RPBA Heat Tape 15 A <107> 136. Isolation Pedestal Heater 15 A <108> 137. Spare 20 A <105> 138. Pump Panel 120 VAC Control Power 15 A <110> 139. UPS Receptacle 15 A <111> 140. Outside Area Light 20 A <112> 141. Generator Battery Charger 15 A <113> 142. Generator Block Heater 20 A <114> 143. Spare 20 A <105> 144. Neutral buss bonded to ATS 145. Neutrals - One neutral for each branch circuit

and label per NEC 2014 210.5(C)

146. Grounds- One ground for each branch circuit

AC FIELD TERMINAL LINE ITEM LABEL ACPT REJT COMMENTS

147. RPBA Heat Tape 148. Spare or Isolation Pedestal Heater 149. Generator Battery Charger 150. Generator Block Heater 151. Spare 152. Spare 153. Spare

ISOLATION PEDESTAL ENCLOSURE LINE ITEM LABEL ACPT REJT COMMENTS

154. 24"x 30"x 12" Minimum 56 <16> <17> <21> <25> <26> <35>

<116>

155. NEMA 4x SS

Page 273: LIFT STATION NO. 21 REHABILITATION Specifications.pdfA25 1 LS 723-510 Bypass Pumping LUMP SUM A26 1 LS 801-680 Erosion/Water Pollution Control LUMP SUM A27 1 LS 805-510 Lawn and Landscape

CONTROL SYSTEM MANUFACTURER WITNESS TEST

June 22, 2016 Page 7 of 7

ISOLATION PEDESTAL PANEL EXTERIOR LINE ITEM LABEL ACPT REJT COMMENTS

156. Padlocking handle 157. Meltric Receptacle location near the

front to allow room for conduit.

158. 4X Wall Mount Kit

ISOLATION PEDESTAL PANEL INTERIOR LINE ITEM LABEL ACPT REJT COMMENTS

159. Aluminum Partition minimum 6" deep 60 160. Isolation Pedestal Heater 61 161. Isolation Pedestal Hygrostat 62 162. Wire size, wire connected to Meltric receptacle

must exceed the breakers ampacity

163. Terminals Blocks – steel din rail and wires labeled

164. Over Temp - Seal Fail wires dark blue <90> <91> 165. Labels <118> - <120>

ATS SETTINGS

166. In-phase monitor enabled 167. Transfer back to utility power 5 min 168. Transfer to generator power 15 sec 169. Generator cool down timer 5 min

CR2 FUNCTION

170. CR2 Function (relay de-energized when Main Control Cabinet door is closed).

HMI SETTINGS

171. Correct Level Set Points 172. Pumps Alternate 173. Intrusion Delay set at 0 174. High Ball Delay set at 0 175. CT and PG Passwords Operable

PLC SETTINGS 176. Correct RTU address 177. Received PLC /HMI program on a

thumb drive

RADIO SETTINGS

178. Tx and Rx

SOFT START SETTINGS 179. Set for current limiting 180. Fault reset to auto

Page 274: LIFT STATION NO. 21 REHABILITATION Specifications.pdfA25 1 LS 723-510 Bypass Pumping LUMP SUM A26 1 LS 801-680 Erosion/Water Pollution Control LUMP SUM A27 1 LS 805-510 Lawn and Landscape

LIFT STATION STARTUP CHECK LIST

June 22, 2016 Page 1 of 9

Date Assigned Lift Station # Address Meter # Developer’s Name for the Lift Station Name of Contractor City Inspector Developer Project City Project

CITY OF LACEY INSPECTORS PRE-START SECTION YES NO Confirmation that all corrections were made from the Control Panel Factory Witness Test Instrumentation Manual on a thumb drive 2 each) Three ring binder hard covered Lift Station and Generator/Load Bank manuals and 1 electronic copy of each

Instrumentation Pre-Startup Commissioning Checklists Pump Pre-Startup Checklist Generator/Load Bank Pre-Startup Checklist Electrical Schematics on site Plans on site Lock box from PSE installed

VERIFICATION FIELD WIRING FOR MAIN CONTROL PANEL YES NO

Service Entrance Disconnect mounted properly, labeled <1> <2> and feeders De-oxed? Meter Head labeled <3> and all electrical connections De-oxed? Is the enclosure free from scratches, dents and clean? Is the Main Control Cabinet level? Doors and latches operational Field wiring correct size, neat, labeled and color coded (#8 and larger with phase tape). Outside Area Light installed to specs, operational, and labeled properly, grounded, grouted, caps installed, free from dents, scratches and clean? (See Drawing 7-56-E)

Does the antenna cable have a drip loop? RPBA Heat Tape outlet operational and circuit labeled correctly Isolation Pedestal Heater operational and circuit labeled correctly Are the Generator Battery Charger and Block Heater Dedicated outlets and labeled? High water wet well override circuit works properly Set High Water Wet Well Override Timer to :_________________ Check manuals for all parts

VERIFICATION CONTROL SYSTEMS MANUFACTURER FOR MAIN CONTROL PANEL YES NO

Phase Monitor operating properly Pendant operational, labeled <123> <124>, hung neatly and reaches the wet well?

VERIFICATION FIELD WIRING FOR ISOLATION PEDESTAL AND TRAY YES NO

Is the Isolation Pedestal the correct height (36” from the ground to the bottom of the Pedestal Enclosure)? Free from dents, scratches and clean? (See drawing 7-54-E)

Isolation Pedestal , cage and hardware 316 stainless steel Isolation Pedestal door and latch operational Correct sized wire, neat, labeled and color coded (#8 and larger with phase tape) Tray hatch operational

Page 275: LIFT STATION NO. 21 REHABILITATION Specifications.pdfA25 1 LS 723-510 Bypass Pumping LUMP SUM A26 1 LS 801-680 Erosion/Water Pollution Control LUMP SUM A27 1 LS 805-510 Lawn and Landscape

LIFT STATION STARTUP CHECK LIST

June 22, 2016 Page 2 of 9

VERIFICATION FIELD WIRING FOR ISOLATION PEDESTAL AND TRAY YES NO Pump cords laid neatly Pump cord holes in the bottom of the tray plugged

VERIFICATION FIELD WIRING FOR WET WELL YES NO

Is the Level Transducer installed properly? (See Drawing 7-56-E) Is the High Ball installed properly? (See Drawing 7-56-E)

VERIFICATION FIELD WIRING FOR CHECK VALVE VAULT YES NO

PSI Transmitter constructed properly (See Drawing 7-56-E) Limit Switches constructed properly (See Drawing 7-56-E) Flow Meter grounded J-Box connections (NO Wire Nuts) Correct sized wire, labeled and color coded properly

VERIFICATION OF LITTLE JOHN YES NO

Free of scratches, dents and clean? Door and latch operational Labeling <19> and <131> Correct size wire, color coded and labeled Blower operational Type 2 j-box for future little john - conduits stubbed up and capped (See Drawing 7-54-E)

VERIFICATION OF GENERATOR/LOAD BANK YES NO

Generator transfers correctly 2 pump start Feeders are de-oxed Spare Generator Filters, Belts, and Hoses received Spare Generator Heater rebuild kit (water element, thermostat, gaskets, seals and o-rings) or a replacement Universal Engine Heater Company engine heater, thermostat and rebuild kit

Spare Generator Keys received

VERIFICATION WET WELL YES NO 2” Safety railings installed and powder coated Hatch and latch operation Built per plans Guide bars vertical and tight Wet well corrosive resistant coating Wet well piping corrosive resistant coating Pea trap for check valve vault installed 316 stainless steel hardware and tightened Cord Grips stainless steel Clean and free of debris

Page 276: LIFT STATION NO. 21 REHABILITATION Specifications.pdfA25 1 LS 723-510 Bypass Pumping LUMP SUM A26 1 LS 801-680 Erosion/Water Pollution Control LUMP SUM A27 1 LS 805-510 Lawn and Landscape

LIFT STATION STARTUP CHECK LIST

June 22, 2016 Page 3 of 9

VERIFICATION CHECK VALVE VAULT YES NO Hatch and latch operation Depth (No deeper than 48” to the rim) Ladder and safety bar operation and location 316 stainless steel hardware and tightened Vault drain/sump Isolation valves operation Isolation handles Check Valve operation Pipe jacks/ structure supports Clean and free of debris By-pass pump tested ok

VERIFICATION OF SITE YES NO

2” wash down hydrant Driveway/Access Concrete/Asphalt/Rock Does anything need grout? (Lifting eye holes on Wet Well, Main Control Cabinet, etc.) Landscaping Fence/Gate operational Awning construction Lift station clean and free of debris

CITY OF LACEY INSPECTORS STARTUP SECTION YES NO Pump Nameplates located in the Main Control Cabinet Minimum of 10 locks received, however additional locks may be required 2 T-handles in Main Control Cabinet Spare Soft Start received Spare Fuses received Spare Pump received 2 complete pump rebuild kits (including but not limited to, mechanical seal, o-rings, wear rings and bearings) received

Copy of RP report received Flow Meter potted Seal off’s poured Electrical Inspection complete Lift Station As-Built Overview Form Completed

Page 277: LIFT STATION NO. 21 REHABILITATION Specifications.pdfA25 1 LS 723-510 Bypass Pumping LUMP SUM A26 1 LS 801-680 Erosion/Water Pollution Control LUMP SUM A27 1 LS 805-510 Lawn and Landscape

LIFT STATION STARTUP CHECK LIST

June 22, 2016 Page 4 of 9

DATE LIFT STATION # TELEMETRY

LEVEL TEST FORCE MAIN PRESSURE TEST Full scale level reading at Panel View = Full scale PSI reading at Panel View = Full scale level reading at Shop Screen = Full scale PSI reading at Shop Screen = Zero level reading at Panel View = Zero PSI reading at Panel View = Zero level reading at Shop Screen = Zero PSI reading at Shop Screen = Static level reading at Panel View = Static PSI reading at Panel View = Static level reading at Shop Screen = Static PSI reading at Shop Screen =

FLOW AND PUMP HOURS TEST SHOP SCREENS Yes No

Flow Total reading at the Shop Screen before= Wet Well Level trending Pump hrs. reading at the Shop Screen before= Force Main PSI trending Static Flow reading at Panel View = Flow trending Static Flow reading at Shop Screen = H2O PSI trending 1 Pump Flow reading at Panel View = CL2 trending 1 Pump Flow reading at Shop Screen = Spare Analog trending 2 Pumps Flow reading at Panel View = Gen Run trending 2 Pumps Flow reading at Shop Screen = 3 Pumps Flow reading at Panel View = 3 Pumps Flow reading at Shop Screen = Flow Total reading at the Shop Screen after= Pump hrs. reading at the Shop Screen after=

RECEIVED AT SHOP Yes No RECEIVED AT SHOP Yes No Intrusion Pump 2 Auto High Level (Level Control) Pump 2 Hand Low Level (Level Control) Pump 2 Check Valve Run Sensor Fail (Level Control) Pump 2 Check Valve Fail Force Main Pressure High Pump 2 Over Temp Force Main Pressure Low Pump 2 Seal Fail High Level Relay (High Ball) Pump 2 Over Load Septic High Pump 3 Auto Pump 1 in Auto Pump 3 Hand Pump 1 in Hand Pump 3 Check Valve Run Pump 1 Check Valve Run Pump 3 Check Valve Fail Pump 1 Check Valve Fail Pump 3 Over Temp Pump 1 Over Temp Pump 3 Seal Fail Pump 1 Seal Fail Pump 3 Over Load Pump 1 Over Load Generator Run Generator Fail Control Voltage Fail

Page 278: LIFT STATION NO. 21 REHABILITATION Specifications.pdfA25 1 LS 723-510 Bypass Pumping LUMP SUM A26 1 LS 801-680 Erosion/Water Pollution Control LUMP SUM A27 1 LS 805-510 Lawn and Landscape

LIFT STATION STARTUP CHECK LIST

June 22, 2016 Page 5 of 9

DATE LIFT STATION #

LEVEL CONTROLLER With the LUT420 generating a 4 mA Output, the Panel View reading = With the LUT420 generating a 12 mA Output, the Panel View reading = With the LUT420 generating a 20 mA Output, the Panel View reading =

PRESSURE At 0 PSI PSI XMTR reading = Gauge reading = PNL View reading = At Static PSI PSI XMTR reading = Gauge reading = PNL View reading = 1 Pump running PSI XMTR reading = Gauge reading = PNL View reading = 2 Pumps running PSI XMTR reading = Gauge reading = PNL View reading =

FLOW METER Flow meter reading with 0 pumps running = Panel View reading with 0 pumps running = Flow meter reading with pump 1 running = Panel View reading with pump 1 running = Flow meter reading with pump 2 running = Panel View reading with pump 2 running = Flow meter reading with pump 3 running = Panel View reading with pump 3 running = Flow meter reading with 2 pumps running = Panel View reading with 2 pumps running =

FLOW METER TOTALIZER TEST Flow meter reading before pump cycle = Flow meter reading after pump cycle = Panel View reading before pump cycle = Panel View reading after pump cycle =

Page 279: LIFT STATION NO. 21 REHABILITATION Specifications.pdfA25 1 LS 723-510 Bypass Pumping LUMP SUM A26 1 LS 801-680 Erosion/Water Pollution Control LUMP SUM A27 1 LS 805-510 Lawn and Landscape

LIFT STATION STARTUP CHECK LIST

June 22, 2016 Page 6 of 9

DATE LIFT STATION # PUMPS

Please check off box if completed Pump 1 Pump 2 Pump 3 Spare Inspected pump cords for length, meltric connector and damage

Inspected pumps for damage Hardware 316 stainless and tightened Lifting pump bracket large enough for ease of hooking

Pump 1 Pump 2 Pump 3 Spare Abnormal noise/vibration

Yes No

Yes No

Yes No

Yes No

Pump Down Test 1

Directions: Use measuring tape for actual measurement, not level controller. Time pumping cycle, doing start and stop measurements. Please circle one that applies below.

6’ Diameter = 21.1 gals/10ths of a foot

8’ Diameter = 37.6 gals/ 10ths of a foot

10’ Diameter = 58.7 gal/ 10ths of a foot

12’ Diameter = 84.55 gal/ 10ths of a foot

Calculation: Total amount pumped times the gallons per 10ths of wet well = Total gallons pumped. Total gallons pumped ÷ minutes = gallons per 10th of a foot. Add inflow when necessary.

PUMP 1 PUMP 2 Tape Tenths/Hundredths Level Control Tape Tenths/Hundredths Level Control

Start:

Start:

Stop: Stop:

Total: Total:

Minutes timed for: Minutes timed for:

Total Gals/10ths foot Total Gallon Total Gals/10ths foot Total Gallon

X =

X =

Total Gallon Minutes timed Total GPM Total Gallon Minutes timed Total GPM

÷ = ÷ =

TOTAL GPM WITH INFLOW

Total Gallon Inflow Total GPM with Inflow

Total Gallon Inflow Total GPM with Inflow

TTTTTTTT + = TTTTTTTT + =

Page 280: LIFT STATION NO. 21 REHABILITATION Specifications.pdfA25 1 LS 723-510 Bypass Pumping LUMP SUM A26 1 LS 801-680 Erosion/Water Pollution Control LUMP SUM A27 1 LS 805-510 Lawn and Landscape

LIFT STATION STARTUP CHECK LIST

June 22, 2016 Page 7 of 9

Pump Down Test 1 PUMP 3 SPARE

Tape Tenths/Hundredths Level Control Tape Tenths/Hundredths Level Control Start:

Start:

Stop: Stop:

Total: Total:

Minutes timed for: Minutes timed for:

Total Gals/10ths foot Total Gallon Total Gals/10ths foot Total Gallon

X =

X =

Total Gallon Minutes timed Total GPM Total Gallon Minutes timed Total GPM

÷ = ÷ =

TOTAL GPM WITH INFLOW

Total Gallon Inflow Total GPM with Inflow

Total Gallon Inflow Total GPM with Inflow

TTTTTTTT + = TTTTTTTT + =

Pump Down Test 2

PUMP 1 PUMP 2 Tape Tenths/Hundredths Level Control Tape Tenths/Hundredths Level Control

Start:

Start:

Stop: Stop:

Total: Total:

Minutes timed for: Minutes timed for:

Total Gals/10ths foot Total Gallon Total Gals/10ths foot Total Gallon

X =

X =

Total Gallon Minutes timed Total GPM Total Gallon Minutes timed Total GPM

÷ = ÷ =

TOTAL GPM WITH INFLOW

Total Gallon Inflow Total GPM with Inflow

Total Gallon Inflow Total GPM with Inflow

TTTTTTTT + = TTTTTTTT + =

Page 281: LIFT STATION NO. 21 REHABILITATION Specifications.pdfA25 1 LS 723-510 Bypass Pumping LUMP SUM A26 1 LS 801-680 Erosion/Water Pollution Control LUMP SUM A27 1 LS 805-510 Lawn and Landscape

LIFT STATION STARTUP CHECK LIST

June 22, 2016 Page 8 of 9

Pump Down Test 2 PUMP 3 SPARE

Tape Tenths/Hundredths Level Control Tape Tenths/Hundredths Level Control Start:

Start:

Stop: Stop:

Total: Total:

Minutes timed for: Minutes timed for:

Total Gals/10ths foot Total Gallon Total Gals/10ths foot Total Gallon

X =

X =

Total Gallon Minutes timed Total GPM Total Gallon Minutes timed Total GPM

÷ = ÷ =

TOTAL GPM WITH INFLOW

Total Gallon Inflow Total GPM with Inflow

Total Gallon Inflow Total GPM with Inflow

TTTTTTTT + = TTTTTTTT + =

Page 282: LIFT STATION NO. 21 REHABILITATION Specifications.pdfA25 1 LS 723-510 Bypass Pumping LUMP SUM A26 1 LS 801-680 Erosion/Water Pollution Control LUMP SUM A27 1 LS 805-510 Lawn and Landscape

LIFT STATION STARTUP CHECK LIST

June 22, 2016 Page 9 of 9

DATE LIFT STATION # GENERATOR

VERIFICATION GENERATOR CONSTRUCTION AND OPERATION YES NO

Generator free of scrapes, dents and clean Labeled <22> <127><128> Dedicated outlet for the battery charger, labeled <129> Dedicated outlet for the block heater, labeled <130> Isolation valves installed for the block heater 1/2” min. flexible rubber drain lines for the oil pan (long enough to reach outside) 1/2” min. flexible rubber drain lines for the radiator (long enough to reach outside) Generator fueled/fluid levels are ok 65 to 78 dBA (according to generator size) measured at a 23’ distance 316 Stainless Steel mounting and installation hardware Inside clean and free of debris Passwords/Codes

VERIFICATION LOAD BANK CONSTRUCTION AND OPERATION YES NO Load Bank free of scrapes and dents Fan rotation is correct Indicator lights work properly Switches work properly All wires labeled and documented on print 316 Stainless Steel mounting and installation hardware Clean and free of debris

Page 283: LIFT STATION NO. 21 REHABILITATION Specifications.pdfA25 1 LS 723-510 Bypass Pumping LUMP SUM A26 1 LS 801-680 Erosion/Water Pollution Control LUMP SUM A27 1 LS 805-510 Lawn and Landscape

TELEMETRY PRE-STARTUP CHECK LIST

June 22, 2016 Page 1 of 2

Date_____________ Lift Station #_______ Tested By_____________________________ RTU Address_______ Lift Station Address _____________________________________ Development Name ________________________ REPEATERS FREQUENCIES Hawks Prairie Tx = 458.7125 Rx = 453.7125 McAllister Tx = 458.0125 Rx = 453.0125 Judd Hill Tx = 458.1625 Rx = 453.1625 Tx FRQ =_____________ Rx FRQ= _____________

OFFLINE DIAGNOSTICS Radio Address _______ Battery Voltage________V Radio RSSI level_______ dBm Preamble Total______ Forward PWR ________W TX PWR _________ Reverse PWR ________ W

SHOP SCREENS Yes No SHOP SCREENS Yes No

Lift station site added to the map Run time screen Picture of lift station site loaded Work history screen created Correct address, city, zip code W/M/Y pump run hours added to report Development name Radio stat screen Updated details screen

Level Settings Controller Scaling = 0 - ft. High Level = ________ ft. Lag 2 = ________ ft. Lag = ________ ft. Lead = ________ ft. Stop = ________ ft. Low = ________ ft.

Pressure Transmitter Settings Scaling = 0 - PSI PSI High = ________ PSI Low = ________

Flow Meter Settings Scaling = 0 - GPM

PRE-START UP TEST LEVEL TEST FORCE MAIN PRESSURE TEST Full scale level reading at Panel View = Full scale PSI reading at Panel View = Full scale level reading at Shop Screen = Full scale PSI reading at Shop Screen = Zero level reading at Panel View = Zero PSI reading at Panel View = Zero level reading at Shop Screen = Zero PSI reading at Shop Screen = Static level reading at Panel View = Static PSI reading at Panel View = Static level reading at Shop Screen = Static PSI reading at Shop Screen =

FLOW AND PUMP HOURS TEST SHOP SCREENS Yes No

Flow Total reading at the Shop Screen before= Wet Well Level trending Pump hrs. reading at the Shop Screen before= Force Main PSI trending Static Flow reading at Panel View = Flow trending Static Flow reading at Shop Screen = H2O PSI trending 1 Pump Flow reading at Panel View = CL2 trending 1 Pump Flow reading at Shop Screen = Spare Analog trending 2 Pumps Flow reading at Panel View = Gen Run trending 2 Pumps Flow reading at Shop Screen = 3 Pumps Flow reading at Panel View = 3 Pumps Flow reading at Shop Screen = Flow Total reading at the Shop Screen after= Pump hrs. reading at the Shop Screen after=

Page 284: LIFT STATION NO. 21 REHABILITATION Specifications.pdfA25 1 LS 723-510 Bypass Pumping LUMP SUM A26 1 LS 801-680 Erosion/Water Pollution Control LUMP SUM A27 1 LS 805-510 Lawn and Landscape

TELEMETRY PRE-STARTUP CHECK LIST

June 22, 2016 Page 2 of 2

PRE-START UP TEST RECEIVED AT SHOP Yes No RECEIVED AT SHOP Yes No

Intrusion Pump 2 Auto High Level (Level Control) Pump 2 Hand Low Level (Level Control) Pump 2 Check Valve Run Sensor Fail (Level Control) Pump 2 Check Valve Fail Force Main Pressure High Pump 2 Over Temp Force Main Pressure Low Pump 2 Seal Fail High Level Ball Pump 2 Over Load Septic High Pump 3 Auto Pump 1 in Auto Pump 3 Hand Pump 1 in Hand Pump 3 Check Valve Run Pump 1 Check Valve Run Pump 3 Check Valve Fail Pump 1 Check Valve Fail Pump 3 Over Temp Pump 1 Over Temp Pump 3 Seal Fail Pump 1 Seal Fail Pump 3 Over Load Pump 1 Over Load Generator Run Generator Fail Control Voltage Fail

Page 285: LIFT STATION NO. 21 REHABILITATION Specifications.pdfA25 1 LS 723-510 Bypass Pumping LUMP SUM A26 1 LS 801-680 Erosion/Water Pollution Control LUMP SUM A27 1 LS 805-510 Lawn and Landscape
Page 286: LIFT STATION NO. 21 REHABILITATION Specifications.pdfA25 1 LS 723-510 Bypass Pumping LUMP SUM A26 1 LS 801-680 Erosion/Water Pollution Control LUMP SUM A27 1 LS 805-510 Lawn and Landscape

June 22, 2016 Page 1 of 1

LEVEL CONTROLLER PRE-STARTUP COMMISSIONING AND CALIBRATION

Date___________ Lift Station #_____ Tested By_________________________

LE-100 Level Element Siemens XPS-15

LIC-100 Level Indicate Controller Siemens LUT 420 Serial No.______________

Pre Start Field Test Results

With the LUT420 generating a 4 mA Output, the Panel View reading = With the LUT420 generating a 12 mA Output, the Panel View reading = With the LUT420 generating a 20 mA Output, the Panel View reading =

LEVEL CONTROLLER SETTINGS

Distance in Feet from the face of the Transducer to the bottom of the Wet Well _________ (Low Cal)

Low Calibration Point – High Calibration Point = Scale.

Example: If the Low Cal is 20’ and the High Cal is 4’ 20’- 4’ = 16’ Scale. 4 mA = 0’ 20 mA = 16’

Low Calibration Point __________

High Calibration Point __________

Scale__________

Page 287: LIFT STATION NO. 21 REHABILITATION Specifications.pdfA25 1 LS 723-510 Bypass Pumping LUMP SUM A26 1 LS 801-680 Erosion/Water Pollution Control LUMP SUM A27 1 LS 805-510 Lawn and Landscape

June 22, 2016 Page 1 of 1

PRESSURE TRANSMITTER PRE-STARTUP COMMISSIONING AND CALIBRATION

Date_____________ Lift Station #_______ Tested By_____________________________

PIT-100 Pressure Indicate Transmitter Siemens Sitrans P DSIII Transmitter

Serial No.

Pre Start Up Field Test Results

At 0 PSI PSI XMTR reading = Gauge reading = PNL View reading = At Static PSI PSI XMTR reading = Gauge reading = PNL View reading = 1 Pump running PSI XMTR reading = Gauge reading = PNL View reading = 2 Pumps running PSI XMTR reading = Gauge reading = PNL View reading =

PSI TRANSMITTER SETTINGS Is the PSI transmitter set to read Zero when the Valves are open to atmosphere _____ Is the PSI transmitter programed to Full scale 20 mA at 100 PSIG _____

Page 288: LIFT STATION NO. 21 REHABILITATION Specifications.pdfA25 1 LS 723-510 Bypass Pumping LUMP SUM A26 1 LS 801-680 Erosion/Water Pollution Control LUMP SUM A27 1 LS 805-510 Lawn and Landscape

June 22, 2016 Page 1 of 1

FLOW METER PRE-STARTUP COMMISSIONING AND CALIBRATION

Date___________ Lift Station #_____ Tested By_________________________

FE-100 Flow Element Siemens MAG 3100 Serial No.______________

FIT-100 Flow Indicate Controller Siemens MAG 6000 Serial No.______________

Pre- Start Up Field Test Results

Flow meter reading with 0 pumps running = Panel View reading with 0 pumps running = Flow meter reading with pump 1 running = Panel View reading with pump 1 running = Flow meter reading with pump 2 running = Panel View reading with pump 2 running = Flow meter reading with pump 3 running = Panel View reading with pump 3 running = Flow meter reading with 2 pumps running = Panel View reading with 2 pumps running =

FLOW METER TOTALIZER TEST Flow meter reading before pump cycle Flow meter reading after pump cycle Panel View reading before pump cycle Panel View reading after pump cycle

FLOW METER SETTINGS

Flow Meter Maximum Flow setting: Qmax = _______ US G /Min

Totalizer 1 setting: Totalizer 1 = US G _____

Empty pipe detect setting: Empty pipe = ON _____

Velocity unit setting: Velocity unit = ft/s _____

Current output Setting: Current output = 4-20 mA _____

Pulse output setting: Volume/pulse = 100 US G _____

Page 289: LIFT STATION NO. 21 REHABILITATION Specifications.pdfA25 1 LS 723-510 Bypass Pumping LUMP SUM A26 1 LS 801-680 Erosion/Water Pollution Control LUMP SUM A27 1 LS 805-510 Lawn and Landscape

PUMP PRE-STARTUP CHECK LIST

June 22, 2016 Page 1 of 6

Date____________ Lift Station #______ Tested By __________________________ Pump Manufacturer__________________

PUMP DATA Pump 1 Pump 2 Pump 3 Spare Model number Serial number Impeller diameter Horse power Voltage Full load amps Motor code GPM

PHYSICAL INSPECTION

Please check off box if completed Pump 1 Pump 2 Pump 3 Spare Inspected pump cords for length, meltric connector and damage Inspected pumps for damage Check oil in seal chamber for condition and quantity (if applicable) Impeller spins freely when rotated by hand Electrical connections torque to spec and connected correctly Hardware 316 stainless and tightened Lifting pump bracket large enough for ease of hooking Pump/Motor nameplates located in the Main Control Cabinet

ELECTRICAL CHECKS

Resistance of motor & cable: 0-3 𝛀𝛀

Pump 1 Pump 2 Pump 3 Spare

(1) ~ (2) 𝛀𝛀 𝛀𝛀 𝛀𝛀 𝛀𝛀 (2) ~ (3) 𝛀𝛀 𝛀𝛀 𝛀𝛀 𝛀𝛀 (3) ~ (1) 𝛀𝛀 𝛀𝛀 𝛀𝛀 𝛀𝛀 Flygt sensor loop resistance: 1200-1600 𝛀𝛀

Pump 1 Pump 2 Pump 3 Spare

Blue (P1/A) ~ Orange (P2/B) 𝛀𝛀 𝛀𝛀 𝛀𝛀 𝛀𝛀 Non-Flygt sensor resistance: 𝛀𝛀 Pump 1 Pump 2 Pump 3 Spare Seal Fail Wires 𝛀𝛀 𝛀𝛀 𝛀𝛀 𝛀𝛀 Temperature Open or Closed Open or Closed Open or Closed Open or Closed Insulation resistance: >10 M 𝛀𝛀

Pump 1 Pump 2 Pump 3 Spare

(1) ~ Ground M𝛀𝛀 M𝛀𝛀 M𝛀𝛀 M𝛀𝛀 (2) ~ Ground M𝛀𝛀 M𝛀𝛀 M𝛀𝛀 M𝛀𝛀 (3) ~ Ground M𝛀𝛀 M𝛀𝛀 M𝛀𝛀 M𝛀𝛀

Page 290: LIFT STATION NO. 21 REHABILITATION Specifications.pdfA25 1 LS 723-510 Bypass Pumping LUMP SUM A26 1 LS 801-680 Erosion/Water Pollution Control LUMP SUM A27 1 LS 805-510 Lawn and Landscape

PUMP PRE-STARTUP CHECK LIST

June 22, 2016 Page 2 of 6

UTILITY POWER OPERATIONAL TESTS

Line 1 Line 2 Line 3 Voltage to ground, pumps off Volts Volts Volts Line 1 and Line 2 Line 2 and Line 3 Line 3 and Line 1 Voltage between phases, pumps off

Volts

Volts

Volts

Pump 1 Pump 2 Pump 3 Spare Direction of impeller rotation (as viewed from pump suction)

Clockwise Counterclockwise

Clockwise Counterclockwise

Clockwise Counterclockwise

Clockwise Counterclockwise

Voltage to ground, pumps on Pump 1 Pump 2 Pump 3 Spare T-1 Volts Volts Volts Volts T-2 Volts Volts Volts Volts T-3 Volts Volts Volts Volts Voltage between phases, pumps on

Pump 1 Pump 2 Pump 3 Spare

T-1 and T-2 Volts Volts Volts Volts T-2 and T-3 Volts Volts Volts Volts T-3 and T-1 Volts Volts Volts Volts

Inrush amperage Pump 1 Pump 2 Pump 3 Spare T-1 Amps Amps Amps Amps T-2 Amps Amps Amps Amps T-3 Amps Amps Amps Amps

Amperage Pump 1 Pump 2 Pump 3 Spare T-1 Amps Amps Amps Amps T-2 Amps Amps Amps Amps T-3 Amps Amps Amps Amps Pump 1 Pump 2 Pump 3 Spare Abnormal noise/vibration Yes

No Yes No

Yes No

Yes No

PRESSURE READINGS

Pump 1 Pump 2 Pump 3 Static PSI PSI PSI Pumping PSI PSI PSI Static pumping shut off PSI PSI PSI

Page 291: LIFT STATION NO. 21 REHABILITATION Specifications.pdfA25 1 LS 723-510 Bypass Pumping LUMP SUM A26 1 LS 801-680 Erosion/Water Pollution Control LUMP SUM A27 1 LS 805-510 Lawn and Landscape

PUMP PRE-STARTUP CHECK LIST

June 22, 2016 Page 3 of 6

Pump Down Test 1 Directions: Use measuring tape for actual measurement, not level controller. Time pumping cycle, doing start and stop measurements. Please circle one that applies below.

6’ Diameter = 21.1 gals/10ths of a foot

8’ Diameter = 37.6 gals/ 10ths of a foot

10’ Diameter = 58.7 gal/ 10ths of a foot

12’ Diameter = 84.55 gal/ 10ths of a foot

Calculation: Total number of 10ths pumped times the gallons per 10th = Total gallons pumped. Total gallons pumped ÷ minutes = gallons per minute. Add inflow when necessary.

PUMP 1 PUMP 2 Tape Tenths/Hundredths Level Control Tape Tenths/Hundredths Level Control

Start:

Start:

Stop: Stop:

Total: Total:

Minutes timed for: Minutes timed for:

Total Gals/10ths foot Total Gallon Total Gals/10ths foot Total Gallon

X =

X =

Total Gallon Minutes timed Total GPM Total Gallon Minutes timed Total GPM

÷ = ÷ =

TOTAL GPM WITH INFLOW

Total Gallon Inflow Total GPM with Inflow

Total Gallon Inflow Total GPM with Inflow

TTTTTTTT + = TTTTTTTT + =

Page 292: LIFT STATION NO. 21 REHABILITATION Specifications.pdfA25 1 LS 723-510 Bypass Pumping LUMP SUM A26 1 LS 801-680 Erosion/Water Pollution Control LUMP SUM A27 1 LS 805-510 Lawn and Landscape

PUMP PRE-STARTUP CHECK LIST

June 22, 2016 Page 4 of 6

Pump Down Test 1 PUMP 3 SPARE PUMP

Tape Tenths/Hundredths Level Control Tape Tenths/Hundredths Level Control Start:

Start:

Stop: Stop:

Total: Total:

Minutes timed for: Minutes timed for:

Total Gals/10ths foot Total Gallon Total Gals/10ths foot Total Gallon

X =

X =

Total Gallon Minutes timed Total GPM Total Gallon Minutes timed Total GPM

÷ = ÷ =

TOTAL GPM WITH INFLOW

Total Gallon Inflow Total GPM with Inflow

Total Gallon Inflow Total GPM with Inflow

TTTTTTTT + = TTTTTTTT + =

Pump Down Test 2

PUMP 1 PUMP 2 Tape Tenths/Hundredths Level Control Tape Tenths/Hundredths Level Control

Start:

Start:

Stop: Stop:

Total: Total:

Minutes timed for: Minutes timed for:

Total Gals/10ths foot Total Gallon Total Gals/10ths foot Total Gallon

X =

X =

Total Gallon Minutes timed Total GPM Total Gallon Minutes timed Total GPM

÷ = ÷ =

TOTAL GPM WITH INFLOW

Total Gallon Inflow Total GPM with Inflow

Total Gallon Inflow Total GPM with Inflow

TTTTTTTT + = TTTTTTTT + =

Page 293: LIFT STATION NO. 21 REHABILITATION Specifications.pdfA25 1 LS 723-510 Bypass Pumping LUMP SUM A26 1 LS 801-680 Erosion/Water Pollution Control LUMP SUM A27 1 LS 805-510 Lawn and Landscape

PUMP PRE-STARTUP CHECK LIST

June 22, 2016 Page 5 of 6

Pump Down Test 2 PUMP 3 SPARE

Tape Tenths/Hundredths Level Control Tape Tenths/Hundredths Level Control Start:

Start:

Stop: Stop:

Total: Total:

Minutes timed for: Minutes timed for:

Total Gals/10ths foot Total Gallon Total Gals/10ths foot Total Gallon

X =

X =

Total Gallon Minutes timed Total GPM Total Gallon Minutes timed Total GPM

÷ = ÷ =

TOTAL GPM WITH INFLOW

Total Gallon Inflow Total GPM with Inflow

Total Gallon Inflow Total GPM with Inflow

TTTTTTTT + = TTTTTTTT + =

Page 294: LIFT STATION NO. 21 REHABILITATION Specifications.pdfA25 1 LS 723-510 Bypass Pumping LUMP SUM A26 1 LS 801-680 Erosion/Water Pollution Control LUMP SUM A27 1 LS 805-510 Lawn and Landscape

PUMP PRE-STARTUP CHECK LIST

June 22, 2016 Page 6 of 6

GENERATOR POWER OPERATIONAL TESTS

Line 1 Line 2 Line 3 Voltage to ground, pumps off Volts Volts Volts Line 1 and Line 2 Line 2 and Line 3 Line 3 and Line 1 Voltage between phases, pumps off

Volts

Volts

Volts

Pump 1 Pump 2 Pump 3 Spare Direction of impeller rotation (as viewed from pump suction)

Clockwise Counterclockwise

Clockwise Counterclockwise

Clockwise Counterclockwise

Clockwise Counterclockwise

Voltage to ground, pumps on Pump 1 Pump 2 Pump 3 Spare T-1 Volts Volts Volts Volts T-2 Volts Volts Volts Volts T-3 Volts Volts Volts Volts Voltage between phases, pumps on

Pump 1 Pump 2 Pump 3 Spare

T-1 and T-2 Volts Volts Volts Volts T-2 and T-3 Volts Volts Volts Volts T-3 and T-1 Volts Volts Volts Volts

Inrush amperage Pump 1 Pump 2 Pump 3 Spare T-1 Amps Amps Amps Amps T-2 Amps Amps Amps Amps T-3 Amps Amps Amps Amps

Amperage Pump 1 Pump 2 Pump 3 Spare T-1 Amps Amps Amps Amps T-2 Amps Amps Amps Amps T-3 Amps Amps Amps Amps

Page 295: LIFT STATION NO. 21 REHABILITATION Specifications.pdfA25 1 LS 723-510 Bypass Pumping LUMP SUM A26 1 LS 801-680 Erosion/Water Pollution Control LUMP SUM A27 1 LS 805-510 Lawn and Landscape

GENERATOR/LOAD BANK PRE-STARTUP CHECK LIST

June 22, 2016 Page 1 of 2

Date____________ Lift Station #______ Tested By __________________________

GENERATOR Manufacturer Model Serial Voltage/Phase Size kW kVA Main breaker size Amps

ENGINE

Manufacturer Model Serial

GENERATOR RUN RELAY SETUP YES NO Run

PRE-PROGRAMMED GENERATOR FAIL RELAY SETUP

YES NO YES NO Not in auto Low battery voltage Emergency stop High coolant temperature Over crank Low coolant temperature Over speed Low coolant level Over frequency Low fuel level Over voltage Low oil pressure Under voltage

GENERATOR CONSTRUCTION AND OPERATION YES NO Generator free of scrapes, dents and clean Labeled <22> <127> <128> Feeder connections - use De-ox and torque to spec Dedicated outlet for the battery charger, labeled <129> Dedicated outlet for the block heater, labeled <130> Isolation valves installed for the block heater 1/2” min. flexible rubber drain lines for the oil pan (long enough to reach outside) 1/2” min. flexible rubber drain lines for the radiator (long enough to reach outside) Generator fueled/fluid levels are ok 65 to 78 dBA (according to generator size) measured at a 23’ distance 316 stainless steel mounting and installation hardware Inside clean and free of debris

Page 296: LIFT STATION NO. 21 REHABILITATION Specifications.pdfA25 1 LS 723-510 Bypass Pumping LUMP SUM A26 1 LS 801-680 Erosion/Water Pollution Control LUMP SUM A27 1 LS 805-510 Lawn and Landscape

GENERATOR/LOAD BANK PRE-STARTUP CHECK LIST

June 22, 2016 Page 2 of 2

LOAD BANK (for generators 100KW and larger) Manufacturer Model Serial Size kW Voltage Amperage Load bank breaker size Amps Min. load step resolution kW

LOAD BANK TEST

% KW Line 1 to Ground

Line 1 Line 2 to Ground

Line 2 Line 3 to Ground

Line 3

50% KW Volts Amps Volts Amps Volts Amps 75% KW Volts Amps Volts Amps Volts Amps

100% at 2 Hrs KW Volts Amps Volts Amps Volts Amps

LOAD BANK CONSTRUCTION AND OPERATION YES NO Load Bank free of scrapes and dents All electrical connections torqued to spec and the use of an oxide inhibitor Fan rotation is correct Indicator lights work properly Switches work properly All wires labeled and documented on print 316 stainless steel mounting and installation hardware Clean and free of debris