Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
WWP272350(6)
Award Date: CAG__� � Awarded to: ZvM/ &v,_-'572K?V Z5*7 `�Y O ti Bidding Requirements, City of Renton Forms, Contract Forms, Conditions of the Contract, Plans and Specifications N 1 City of Renton Construction of: NW 7th Street Sewer Replacement (Directional Drill) (Re-bid) PROJECT NO. WWP-27-2350 City of Renton 200 Mill Avenue South Renton, WA 98055 General Bid Information: (425)235-2631 Project Manager: Dave Christensen (425)277-6212 • ® Printed on Recycled Paper SNELSON COMPANIES, INC. CITY OF RENTON NW 7TH STREET SEWER REPLACEMENT (DIRECTIONAL DRILL) Responsible Officer: Brian L. Ganske Vice President Manager, Pipeline & Utilities 601 W. State Street Sedro-Woolley, WA 98284 (360) 856-6511 Project Manager: Jim Massey 601 W. State St. Sedro-Woolley, WA 98284 (360) 856-6511 • Bonding Agent: Willis Corroon P.O. Box C-34201 Seattle, WA 98124 Contact: Jim Doyle (206) 386-7028 Emergency Phone Nos: (360) 856-6511 Note: After hours, Voice Mail system will allow you to go into "Emergency" mode to leave message and Manager(s) will be contacted at home. • CONSENT TO ACTION IN LIEU OF A SPECIAL MEETING OF THE BOARD OF DIRECTORS OF SNELSON COMPANIES, INC. THE UNDERSIGNED, being all of the directors of the Board of Directors of the corporation hereby take the following action in lieu of a special meeting of the Board of Directors: RESOLVED, the President, of the corporation, John R. Norton, is hereby authorized to enter into, negotiate terms and conditions and execute contracts on behalf of the corporation. DATED this 1 st day of June, 1998. JOHN R. NORTON, Director EDWIN J. SHANNON, Director BRIAN L. GANSKE Directo CL� BO W. SOBEY, Director GERALD W. WISEMAN, Director • r. -- - Detach And Display Certificate --- - DEPARTMENT OF LABOR AND INDUSTRIES REGISTERED AS PROVIDED BY LAW AS CONST CONT GENERAL REGIST # EXP. DATE CC01 SNELSI*374N9 07/01/1998 EFFECTIVE DATE 08/29/1963 SNELSON COMPANIES INC .601 W STATE ST II SEDRO WOOLLEY WA 98284. F625-052-000(8/97) — Detach And Display Certificate i V U/1 V/ V. 11 L L l Y V V 1 M Y L...V L V 1 Y l\1.1\1 V 1\-l'l l\t1!\V li '*'J V V 1 r A® A.PPLicATioN FOR Crry OF RELNTON BUSINESS LICENSE COMMERCIAL .iusiness Name&Location City of Renton License# 20584 Snelson Companies, Inc. WA State UBI# C298-000-998 601 W. State St. Contractor's License SNELSI*374N9 Sedro—Woolley, WA 98284 Owner Name, Address J.R. Norton, President Telephone: (360) 856-6511 601 W. State St. Mailing Address: Sedro—Woolley, WA 98284 same as above Telephone: (360) 856-6511 No. of Employees 150 Date Business Opened in City of Renton: Or Job Starts: Approx. June 30, 1998 of Business: Emergency Names &Telephone: Describe Type �titi 4Z 1 Brian L. Ganske (360) 856-6098 General Contractor C�Z tiic �o 2. James C. Massey (360) 856-6125 FOR .yZG FEE SCHEDULE: QYwp� C 1. Total number of personnel (all) —0- 0 (for busincss located outside the City Limits report only personnel working in the City Limits) 2, Total number of hours worked by all personnel in a quarter(approx.) —0— (quarter being 3 months) Jan-March: April-June:July-Sept: Oct-Dec: 3. Multiplied by rate per hour(.029) 4_ TOTAL FEE: $13.75 Hours worked by all personnel that equal less than 480 hours in a quarter will be subject to the minimum fee of$13.75 for a quarter. Further question;, please call the License Division (425) 235-2608. I hereby certify that the statements and information furnished by me on this application are true and complete, to the best of my knowledge. I acknowledge that statements and information furnished by me on this application are public records and are available for public inspection purl to Tate of Washington RCW 42-17-260. Signature: Print Name: J.R. Norton Date: June 11 , 1998 Title: President Phone: (360) 856-6511 Return Completed Application to: City of Renton License Division 200 Mill Avenue South Renton, WA 98055 (425) 235-2608 Y F Amount How Paid . Dafe lylannutg-Depk $Idg;DepL _'r moire Imo^ .00 r- 12:94-680/bh CITY OF RENTON RENTON, WASHINGTON CONTRACT DOCUMENTS for the NW 7th Street Sewer Replacement (Directional Drill) (Re-bid) PROJECT NO. WWP-27-2350 May 1998 BIDDING REQUIREMENTS CONTRACT FORMS CONDITIONS OF THE CONTRACT SPECIFICATIONS PLANS c�� P ZI MMF9 °F �4yco?T'9 r 76 �� FVIma�O SS�ONAL EXPIRES 01 3 q� CITY OF RENTON WASTEWATER UTILITY 200 Mill Avenue South Renton, WA 98055 GPrinted on Recycled Papfr • CITY OF RENTON WWP-27-2350 NW 7th Street Sewer Replacement (Directional Drill) CONTRACT DOCUMENT TABLE OF CONTENTS Summary of Fair Practices Policy Summary of Americans with Disability Act Policy Scope of Work Vicinity Map Instructions to Bidders Call for Bids *Combined Affidavit& Certificate Form: Non-Collusion Anti-Trust Claims Minimum Wage Form *Bid Bond Form *Proposal *Schedule of Prices **Subcontractors List ❖Bond to the City of Renton ❖Fair Practices Policy Affidavit of Compliance • ❖Contract Agreement(Contracts other than Federal-Aid FHWA) ❖City of Renton Insurance Information Form ❖City of Renton Standard Endorsement Form Prevailing Minimum Hourly Wage Rates(New job classifications) Statement of Intent to Pay Prevailing Wages Affidavit of Prevailing Wages Paid Certificate of Payment of Prevailing Wages WSDOT Amendments City of Renton Supplemental Specifications Special Provisions Standard Plans Geotechnical Report Documents marked as follows must be submitted at the time noted and must be executed by the Contractor, President and Vice President or Secretary if corporation by-laws permit. All pages must be signed. In the event another person has been duly authorized to execute contracts, a copy of the corporation minutes establishing this authority must be attached to the bid document. * Submit with Bid ** Submit with Bid or within 24 hours of bid ❖ Submit at Notice of Award CITY OF RENTON Planning/Building/Public Works Department • 200 Mill Avenue South Renton, Washington 98055 HAPAY EMNW7THSWR\MASTER.DOC1 • CITY OF RENTON SUMMARY OF FAIR PRACTICES POLICY ADOPTED BY RESOLUTION NO. 3229 It is the policy of the City of Renton to promote and provide equal treatment and service to all citizens and to ensure equal employment opportunity to all persons without regard to race, color, national origin, ethnic background, gender, marital status, religion, age or disability, when the City of Renton can reasonably accommodate the disability, of employees and applicants for employment and fair, non- discriminatory treatment to all citizens. All departments of the City of Renton shall adhere to the following guidelines: (1) EMPLOYMENT PRACTICES - The City of Renton will ensure all employment related activities included recruitment, selection, promotion, demotion, training, retention and separation are conducted in a manner which is based on job-related criteria which does not discriminate against women, minorities and other protected classes. Human resources decisions will be in accordance with individual performance, staffing requirements,governing civil service rules, and labor contract agreements. (2) COOPERATION WITH HUMAN RIGHTS ORGANIZATIONS - The City of Renton will cooperate fully with all organizations and commissions organized to promote fair practices and equal opportunity in employment. (3) AFFIRMATIVE ACTION PLAN - The City of Renton Affirmative Action Plan and Equal Employment Program will be maintained and administered to facilitate equitable representation with the City work force and to assure equal employment opportunity to • all. It shall be the responsibility of elected officials, the Mayor, the Affirmative Action Officer, department administrators, managers, supervisors, Contract Compliance Officers and all employees to carry out the policies, guidelines and corrective measures set forth in the Affirmative Action Plan and Equal Employment Program. (4) CONTRACTORS' OBLIGATIONS - Contractors, sub-contractors, consultants and suppliers conducting business with the City of Renton shall affirm and subscribe to the Fair Practices and Non-discrimination policies set forth by the law and in the City's Affirmative Action Plan and Equal Employment Program. Copies of this policy shall be distributed to all City employees, shall appear in all operational documentation of the City, including bid calls, and shall be prominently displayed in appropriate city facilities. CONCURRED IN by the City Council of the City of RENTON, Washington, this 7 thday of October, 1996. CITY OF RENTON: RENTON CITY COUNCIL: N�ayor Council President ,Attest: • City Cler HAPAY EST\NW7THSWR\MASTER.DOC\ CITY OF RENTON SUMMARY OFAMERICANS WITH DISABILITIES ACT POLICY ADOPTED BY RESOLUTION NO. 3007 The policy of the City of Renton is to promote and afford equal treatment and service to all citizens and to assure employment opportunity to persons with disabilities, when the City of Renton can reasonably accommodate the disability. This policy shall be based on the principles of equal employment opportunity, the Americans With Disabilities Act and other applicable guidelines as set forth in federal, state and local laws. All departments of the City of Renton shall adhere to the following guidelines: (1) EMPLOYMENT PRACTICES - All activities relating to employment such as recruitment, selection, promotion, termination and training shall be conducted in a non- discriminatory manner. Personnel decisions will be based on individual performance, staffing requirements, and in accordance with the Americans With Disabilities Act and other applicable laws and regulations. (2) COOPERATION WITH HUMAN RIGHTS ORGANIZATIONS - The City of Renton will cooperate fully with all organizations and commissions organized to promote fair practices and equal opportunity for persons with disabilities in employment and receipt of City services, activities and programs. • (3) AMERICANS WITH DISABILITIES ACT POLICY - The City of Renton Americans With Disabilities Act Policy will be maintained to facilitate equitable representation within the City work force and to assure equal employment opportunity and equal access to City services, activities and programs to all people with disabilities. It shall be the responsibility and the duty of all City officials and employees to carry out the policies and guidelines as set forth in this policy (4) CONTRACTORS' OBLIGATION - Contractors, subcontractors, consultants and suppliers conducting business with the City of Renton shall abide by the requirements of the Americans With Disabilities Act and promote access to services, activities and programs for people with disabilities. Copies of this policy shall be distributed to all City employees, shall appear in all operational documentation of the City, including bid calls, and shall be prominently displayed in appropriate City facilities. CONCURRED IN by the City Council of the City of Renton, Washington, this 4th day of October 1993. CITY,OF RENTON RENTON CITY COUNCIL: Mayor Council President �ttest: City Clerk • CITY OF RENTON NW 7th Street Sewer Replacement (Directional Drill) WWP-27-2350 SCOPE OF WORK The work involved under the terms of this contract document shall be full and complete installation of the facilities, as shown on the plans and as described in the construction specifications, to include but not be limited to: - The installation of approximately 225 linear feet of 8" sanitary sewer main by directional drilling, 30 linear feet of soldier pile wall, 2 sanitary sewer manholes, other necessary appurtenances and surface restoration. Any contractor connected with this project shall comply with all Federal, State, County, and City codes and regulations applicable to such work and perform the work in accordance with the plans and specifications of this contract document. A total of 45 working days will be allowed for the completion of this project. The funding of this project will be from City funds. A combination of City and FEMA funds. • HAPAY ESTWW7THSWR\MASTER.DOC1 q LAKE WASH/NGTON s BRYN MAWR SITE o D RENTON NWENTON AIRPORT TAYLOR AVE NW SKYWAY LIJ Q z _l w AIRPORT l WAY rn z N N Q 0 O W Z Q S 2ND ST CV O N 0 m cD O NO SCALE FROM REPORT DATED 10/04/91 Mo. VICINITY MAP do ail g Geo Engineers ��/ FIGURE 1 • INSTRUCTIONS TO BIDDERS 1. Sealed bids for this proposal will be received by the City of Renton at the office of the Renton City Clerk, Renton City Hall, until 2:30 p.m.,on the date specified in the Call for Bids. At this time the bids will be publicly opened and read, after which the bids will be considered and the award made as early as practicable. No proposal may be changed or withdrawn after the time set for receiving bids. Proposals shall be submitted on the forms attached hereto. 2. The work to be done is shown on the plans. Quantities are understood to be only approximate. Final payment will be based on field measurement of actual quantities and at the unit price bid. The City reserves the right to add or to eliminate portions of that work as deemed necessary. 3. Plans may be examined and copies obtained at the Public Works Department Office. Bidders shall satisfy themselves as to the local conditions by inspection of the site. 4. The bid price for any item must include the performance of all work necessary for completion of that item as described in the specifications. 5. The bid price shall be stated in terms of the units indicated and as to a total amount. In the event of errors, • the unit price bid will govern. Illegible figures will invalidate the bid. 6. The right is reserved to reject any and/or all bids and to waive informalities if it is deemed advantageous to the City to do so. 7. A certified check or satisfactory bid bond made payable without reservation to the Director of Finance of the City of Renton in an amount not less than 5% of the total amount of the bid shall accompany each bid proposal. Checks will be returned to unsuccessful bidders immediately following the decision as to award of contract. The check of the successful bidder will be returned provided he enters into a contract and furnishes a satisfactory performance bond covering the full amount of the work within ten days after receipt of notice of intention to award contract. Should he fail, or refuse to do so, the check shall be forfeited to the City of Renton as liquidated damage for such failure. 8. All bids must be self-explanatory. No opportunity will be offered for oral explanation except as the City may request further information on particular points. 9. The bidder shall, upon request, furnish information to the City as to his financial and practical ability to satisfactorily perform the work. 10. Payment for this work will be made in Cash Warrants. 11. The contractor shall obtain such construction insurance (e.g. fire and extended coverage, worker's compensation, public liability, and property damage as indicated on forms enclosed under Attachment A herein and as identified within Specification Section 1-07.18. 12. The contractor, prior to the start of construction, shall provide the City of Renton a detailed bar chart type construction schedule for the project. HAPAY ESTWW7THSWRWASTER.DOC1 13. Payment retainage shall be done in accordance with Section 1-09.9(2) "Retainage and Section" 1-09.9(3) "Contracting Agency's Right to Withhold and Disburse Certain Amounts" located in City of Renton Supplemental Specifications. 14. Basis For Approval The construction contract will be awarded by the City of Renton to the lowest, responsible, responsive bidder. The bidder shall bid on all bid schedules items of all schedules set forth in the bid forms to be considered responsive for award. The total price of all schedules will be used to determine the successful low responsive bidder. Partial bids will not be accepted. The owner reserves the right to award any or all schedules of the Bid to meet the needs of the City. The intent is to award to only one BIDDER. 15. Trench Excavation Safety Systems As required by RCW 39.04.180, on public works projects in which trench excavation will exceed a depth of four feet, any contract therefor shall require adequate safety systems for the trench excavation that meet the requirements of the Washington Industrial Safety and Health Act, Chapter 49.17 RCW. These requirements shall be included in the Bid Schedule as a separate item. The costs of trench safety systems shall not be considered as incidental to any other contract item and any attempt to include the trench safety systems as an incidental cost is prohibited. 16. Payment of Prevailing Wages In accordance with Revised Code of Washington Chapters 39.12 and 49.28 as amended or supplemented herein, there shall be paid to all laborers, workmen or mechanics employed on this contract the prevailing rate of wage for an hour's work in the same trade or occupation in the area of work regardless of any contractual relationship which may exist, or be alleged to exist, between the CONTRACTOR and any laborers, workmen, mechanics or subconsultants. The prevailing wage rate to be in force during the duration of this contract are included within these specifications under section titled "Prevailing Minimum Hourly Wage Rates". The wage rates shall be included as part of any subcontracts the CONTRACTOR may enter into for work on this project. 17. Employment of Resident Employees The CONTRACTOR and subcontractors shall employ Washington State residents in accordance with the requirements of RCW 39.16. 18. Pollution Control Requirements Work under this contract shall meet all local, state and federal requirements for the prevention of environmental pollution and the preservation of public natural resources. The CONTRACTOR shall conduct the work in accordance with all applicable pollution control laws. The CONTRACTOR shall comply with and be liable for all penalties, damages, and violations under Chapter 90.48 RCW, in performance of the work. The CONTRACTOR shall also comply with Article 4 in the Puget Sound Air Pollution Control Agency Regulation III regarding removal and encapsulation of asbestos materials. HAPAY EST\NW7THSWR\MASTER.DOC\ • 19. Standard Specifications All work under this contract shall be performed in accordance with the following standard specifications except as may be exempted or modified by the City of Renton Supplemental Specifications, Special Provisions other sections of these contract documents. These standard specifications are hereby made a part of this contract and shall control and guide all activities within this project whether referred to directly, paragraph by paragraph, or not. 1. WSDOT/APWA "1996 Standard Specifications for Road, Bridge and Municipal Construction" and "Division 1 APWA Supplement" hereinafter referred to by the abbreviated title "Standard Specifications." A. Any reference to "State," "State of Washington," "Department of Transportation," "WSDOT," or any combination thereof in the WSDOT/APWA standards shall be modified tc read "City of Renton," unless specifically referring to a standard specification or test method. B. All references to measurement and payment in the WSDOT/APWA standards shall be detected and the measurement and payment provisions of Section 1-09.14, Measurement and Payment (added herein) shall govern. 20. A soils investigation has been performed for this project by the City. The Bidders shall familiarize themselves adequately with the project site and existing subsurface condition as needed to submit their bid. Upon approval of the City, the Bidder may make such additional subsurface explorations and • investigations as they see fit. The Bidder shall be responsible for protection of all existing facilities, utilities and other buried or surface improvements and shall restore the site to the satisfaction of the City. • HAPAY EST NW7THSWRWASTER.DOO CITY OF RENTON WWP-27-2350 NW 7th Street Sewer Replacement (Directional Drill) (Re-bid) CALL FOR BIDS Sealed bids will be received until 2:30 PM, June 2, 1998 at the City Clerk's office and will be opened and publicly read in the 5th floor conference room, Renton Municipal Building, 200 Mill Avenue South. The work to be performed within 45 working days from the date of commencement under this contract shall include,but not be limited to: The installation of approximately 225 linear feet of 8" sanitary sewer main by directional drilling, 30 linear feet of soldier pile wall, 2 sanitary sewer manholes, other necessary appurtenances and surface restoration. The City reserves the right to reject any and/or all bids and to waive any and/or all informalities. Approved plans and specifications and contract forms may be obtained from the City of Renton, Planning/Building/Public works Department, fourth floor Customer Service, 200 Mill Avenue South, Renton, WA 98055. There is a non-refundable fee of$30.00 plus $2.58 tax for each set (total $32.58). If ordered by mail, add$5.00 for postage, which is also non-refundable. No telephone orders will be accepted. Questions regarding this call for bids or the plan holders lists should be directed to the Public Works Customer Service Counter at the above address or at(425) 235-2631. If a bidder has any questions regarding the project, please contact the Project Manager, Dave Christensen, at 200 Mill Avenue South, Renton, WA 98055 or(425) 277-6212. A certified check or bid bond in the amount of five percent (5%) of the total amount of each bid must accompany each bid. A 100%performance bond will be required of the successful bidders. No bids will be accepted after the time and date shown above. The City's Fair Practices,Non-Discrimination, and Americans with Disability Act Policies shall apply. Brenda Fritsvold, Deputy City Clerk Published: Daily Journal of Commerce May 19, 1998 May 26, 1998 CATEMP\E CALLBD.DOC\ CITY OF RENTON Combined Affidavit and Certification form: Non-Collusion,Anti-Trust,and Minimum Wage (Non-Federal Aid) NON-COLLUSION AFFIDAVIT Being duly sworn, deposes and says,that he is the identical person who submitted the foregoing proposal or bid, and that such bid is genuine and not sham or collusive or made in the interest or on behalf of any person not therein named, and further, that the deponent has not directly induced or solicited any other Bidder on the foregoing work or equipment to put in a sham bid, or any other person or corporation to refrain from bidding, and that deponent has not in any manner sought by collusion to secure to himself or to any other person any advantage over other Bidder or Bidders. AND CERTIFICATION RE: ASSIGNMENT OF ANTI-TRUST CLAIMS TO PURCHASER Vendor and purchaser recognize that in actual economic practice overcharges resulting from anti-trust violati ns are in fact usually borne by the purchaser. Therefor, vendor hereby assigns to purchaser any and all claims such over-charges as to goods and materials purchased in connection with this order or contract, except as to overcharges resulting from anti-trust violations commencing after the date of the bid, quotation, or other event establishing the price under this order or contract. In addition, vendor warrants and represents that such of his suppliers and subcontractors shall assign any and all such claims to purchaser, subject to the aforementioned exception. AND MINIMUM WAGE AFFIDAVIT FORM 1,the undersigned, having been duly sworn, deposed, say and certify that in connection with the performance of the work of this project, I will pay each classification of laborer, workman, or mechanic employed in the performance of such work; not less than the prevailing rate of wage or not less than the minimum rate of wages as specified in the principal contract: that I have read the above and foregoing statement and certificate, know the contents thereof and the substance as set forth therein is true to my knowledge and belief. FOR: NON COLLUSION AFFIDAVIT, ASSIGNMENT OF ANTI-TRUST CLAIMS TO PURCHASER AND MINIMUM WAGE AFFIDAVIT Northwest 7th Street Sewer Replacement (Directional Drill) Name of Project Snelson Companies, Inc. Name of Bidder's Firm B.L. Ganske, Vice President Signature of Authorized Representative of Bidder Subscribed and sworn to before me on this 1st day of June , 19 98 N bli . and for the State of Washington ® Notary (Print) Kathy G. Pettersen My appointment expires: March 15, 2000 H:\PAY—EST\NWTFHSWR\MASTER.DOC\ ' BID BOND FORM Herewith find deposit in the form of a certifiedUigTL=re is check, cash, or bid bond in the amount of S which amount is ve pe ent of the total bid, J.R. Norton, President Know All Men by These Presents: That we, Snelson Companies, Tnr as Principal, and United Pacific Insurance Company as Surety, are held and firmly bound unto the City of Renton, as Obligee, in the penal sum of five percent (5%) of total bid***Dollars, for the payment of which the Principal and the Surety bird themselves, their heirs, executors, administrators, successors and assigns, jointly and ss:verally, by these presents. The condition of this obligation is such that if the Obligee shall make any award to the Principal for ,NW 7th Street Sevver Replacement (Directional Drill) according to the terms of the proposal or bid made by the Principal therefor, and the Principal shall duly make and enter into a contract with the Obligee in accordance with the terms of said proposal or bid and award and shall give bond for the faithful performance thereof, with Surety or Sureties approved by the Obligee;or if the Principal shall, in case of failure to do so, pay and forfeit to the Obligee the penal amount of the deposit specified in 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 2nd DAY OF June , I998 Snelson Companies, Inc. Principal UDiem ted c ' c Insurance Company , 09 0 ray Jim W. D yle Attorney-in-fact Received retu-n of deposit in the sum of S HAFAY_ES T\N W TrHS W KVNASTERDo0 f- THE FACE OF THIS DOCUMENT HAS A COLORED • ON WHITE PAPER ► RELIANCE SURETY COMPANY RELIANCE INSURANCE COMPANY UNITED PACIFIC INSURANCE COMPANY RELIANCE NATIONAL INDEMNITY COMPANY • ADMINISTRATIVE OFFICE, PHILADELPHIA, PENNSYLVANIA POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS, that RELIANCE SURETY COMPANY is a corporation duly organized under the laws of the State of Del- aware, and that RELIANCE INSURANCE COMPANY and UNITED PACIFIC INSURANCE COMPANY, are corporations duly organized under the laws of the Commonwealth of Pennsylvania and that RELIANCE NATIONAL INDEMNITY COMPANY is a corporation duly organized under the laws of the State of Wisconsin (herein collectively called "the Companies") and that the Companies by virtue of signature and seals do hereby make, constitute and appoint Jim. W. Doyle, Karen P. Dever, Michael A. Murphy, Michelle L. DeYoung, of Seattle, Washington their true and lawful Attorney(s)-in-Fact, to make, execute, seal and deliver for and on their behalf, and as their act and deed any and all bonds and undertakings of suretyship and to bind the Companies thereby as fully and to the same extent as if such bonds and undertakings and other writings obligatory in the nature thereof were signed by an Executive Officer of the Companies and sealed and attested by one other of such officers, and hereby ratifies and confirms all that their said Attorney(s)-in-Fact may do in pursuance hereof. This Power of Attorney is granted under and by the authority of Article VII of the By-Laws of RELIANCE SURETY COMPANY, RELIANCE INSURANCE COMPANY, UNITED PACIFIC INSURANCE COMPANY, and RELIANCE NATIONAL INDEMNITY COMPANY which provisions are now in full force and effect, reading as follows: ARTICLE VII-EXECUTION OF BONDS AND UNDERTAKINGS 1. The Board of Directors,the President,.the Chairruen of thu uoard;zny Senior Vice President,any Vice President or Assistant Vice President or other officer designated by the Board of Directors shall have power and authority to(a)appoint Attorney(s)-in-Fact and to authorize them to execute on behalf of the Company,bonds and undertakings,recognizances,contracts of indemnity and other writings obligatory in the nature thereof,and(b)to remove any such Attorney(s)4n-Fact at any time and revoke the power and authority given to them. 2. Attorney(s)-in-Fact shall have power and authority,subject to the terms and limitations of the Power of Attorney issued to them, to execute deliver on behalf of the Company,bonds and undertakings, recognizances,contracts of indemnity and other writings obligatory in the nature thereof. The corporate seal is not necessary for the validity of any bonds and undertakings, recognizances,contracts of indemnity and other writings obligatory in the nature thereof, 3. Attorney(s)-in-Fact shall have power and authority to execute affidavits required to be attached to bonds,recognizances, contracts of indemnity or other conditional or obligatory undertakings and they shall also have power and authority to certify the financial statement of the Company and to copies of the By-Laws of the Company or any article or section thereof. i This Power of Attorney is signed and sealed by facsimile under and by authority of the following resolution adopted by the Executive and Finance Committees of the Boards of Directors of Reliance Insurance Company, United Pacific Insurance Company and Reliance National Indemnity Company by Unanimous Consent dated as of February 28, 1994 and by the Executive and Financial Committee of the Board of Directors of Reliance Surety Company by Unanimous Consent dated as of March 31,1994. "Resolved that the signatures of such directors and officers and the seal of the Company may be affixed to any such Power of Attorney or any certificates relating thereto by facsimile,and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be valid and binding upon the Company and any such Power so -- executed and certified by facsimile signatures and facsimile seal shall be valid and binding upon the Company,in the future with respect to any bond or undertaking to which it is attached." IN WITNESS WHEREOF, the Companies have caused these presents to be signed and their corporate seals to be hereto affixed, this July 19, 1996. RELIANCE SURETY COMPANY RELIANCE INSURANCE COMPANY 0S. UNITED PACIFIC INSURANCE COMPANY Wer RELIANCE NATIONAL INDEMNITY COMPANY Se%- - %ram•, . . STATE OF Washington } COUNTY OF King } SS. On this, Juiy 19, 1996, before me, Janet Biankiey, personally appeared Mark W. Alsup, who acknowledged himself to be the Vice President of the Reliance Surety Company, and the Vice President of Reliance Insurance Company, United Pacific Insurance Company, and Reliance National Indemnity Company and that as such, being authorized to do so, executed the foregoing instrument for the purpose therein contained by signing the name of the corporation by himself as its duly authorized officer. In witness whereof, I hereunto set my hand and official seal. NOTARY PWIICC ` Notary ublic in and for the State of Washing n Residin at Puyallup 1, Robyn Layng, Assistant Secretary of RELIANCE SURETY COMPANY, REL ANCE INSURANCE COMPANY, UNITED PACIFIC INSURANCE COMP- ANY, and RELIANCE NATIONAL INDEMNITY COMPANY do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which is still in full force and effect. ,^�� IN WITNESS WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this S day of _ 19 J P Y �.,►o,+� � Sit t✓� � � Assistant Secretary 3 bGtL • • • • • • . • • CITY OF RENTON WWP-27-2350 NW 7th Street Sewer Replacement (Directional Drill) PROPOSAL TO THE CITY OF RENTON RENTON, WASHINGTON Ladies and/or Gentlemen: The undersigned hereby certify that the bidder has examined the site of the proposed work and have read and thoroughly understand the plans, specifications and contract governing the work embraced in this improvement, and the method by which payment will be made for said work, and hereby propose to undertake and complete the work embraced in this improvement,or as much thereof as can be completed with the money available, in accordance with the said plans, specifications and contract and the following schedule of rates and prices: (Note: Unit prices for all items, all extensions, and total amount of bid should be shown. Show unit prices both in writing and in figures.) SNELSON COMPANIES, INC. Printed Name: Brian L. Ganske, Vice P esident ® Signature: L::---j '—� Address: 601 W. State St. , Sedro-Woolley, WA 98284 Names of Members of Partnership: OR Name of President of Corporation John R. Norton Name of Secretary of Corporation Gerald W. Wiseman Corporation Organized under the laws of Washington With Main Office in State of Washington at 601 W. State St. Sedro-Woolley, WA 98284 f- H:\PAY ESTWWTrHSWR\MASTER.DOC\ CITY OF RENTON PB/PW DEPARTMENT (Schedule of Prices) • NW 7th Sewer Project (Note: Unit prices for all items,all extentions,and total amount of bid must be shown. Show unit prices in both words and figures and where conflict occurs the written or typed words shall prevail.) ITEM APPROX. ITEM WITH UNIT PRICED BID UNIT PRICE AMOUNT . NO. QUANTITY (Unit Prices to be Written in Words) Dollars Cts. Dollars Cts. 1 1 Mobilization Lump Sum $ Four Thousand Dollars $4,000.00 $4,000.00 per Lump Sum (words) figures 2 1 Demobilization Lump Sum $ Three Thousand Five Hundred Dollars $3 500.00 $3,500.00 per Lump Sum (words) figures 3 1 Construction Survey and As-Built Lump Sum $ One Thousand Five Hundred Dollars $1,500.00 $1,500.00 per Lump Sum (words) figures 4 2 Re-establish Monuments Each $ Six Hundred Dollars $600.00 $1 200.00 per Each (words) figures 5 1 Traffic Control Lump Sum $ Seven Thousand Five Hundred Dollars $7,500.00 $7,500.00 per Lump Sum (words) figures 6 1 Shoring, Design, Construction&Maintainance Lump Sum $ Two Thousand Five Hundred Dollars $2,500.00 $2,500.00 per Lump Sum (words) figures 7 1 Erosion, Sedimentation Control, &Landscaping Lump Sum $ One Thousand Five Hundred Dollars $1,500.00 $1,500.00 per Lump Sum (words) figures 8 2 Furnish and Install 48 Inch Concrete Manhole Each $ Thirteen Thousand Thirty Three Dollars $13,033.00 $26 066.00 per Each (words) figures 9 3 Furnish and Install 8 Inch PVC or HDPE Sewer Pipe Linear Foot $ One Thousand Seven Hundred Seventy—Five $1,775.00 $5,325.00 per Linear Foot (words) Dollars figures 0 225 Furnish and Install 8 Inch Sewer Pipe by Directional Drill Linear Foot $ One Hundred Seventy Five Dollars 175.00 39 37 per Linear Foot (words) figupes CITY OF RENTON P/B/PW DEPARTMENT (Schedule of Prices) NW 7th Sewer Project (Note: Unit prices for all items,all extentions,and total amount of bid must be shown. Show unit prices In both words and figures and where conflict occurs the written or typed words shall prevail.) ITEM APPROX. ITEM WITH UNIT PRICED BID UNIT PRICE AMOUNT NO. QUANTITY (Unit Prices to be Written in Words) Dollars Cts. Dollars Cts. 11 1 Bore Pit and Receiving Pit-Directional Drill Lump Sum $ One Thousand 'Five Hundred Dollars $1,500.00 $1,500.00 per Lump Sum (words) figures 12 1 Connections to Existing Manholes Each $ Ten Thousand Dollars $10,000.00 $10,000.00 per Each (words) figures 13 50 Foundation Material Ton $ Twenty Dollars 20.00 $1,000.00 per Ton (words) figures 14 250 Select Backfill Ton $ Twenty Dollars 20.00 $5,000.00 per Ton (words) figures 5 30 Soldier Pile Retaining Wall Linear Foot $ Six Hundred Dollars $600.00 $18,000.00 7 per Linear Foot (words) figures 16 25 Asphalt Concrete Patctrincluding Crushed Surfacing Top Course SquareYd $ One Hundred Twenty Dollars $120.00 $3,000.00 per Square Yd (words) figures 17 1 Curb and Gutter,and Sidewalk Restoration Lump Sum $ One Thousand Five Hundred Dollars $1,500.00 $1,500.00 per Lump Sum (words) figures 18 1 Television Inspection Lump Sum $ One Thousand Six Hundred Ninety Dollars $1y690.00 $1,690.00 per Lump Sum (words) figures k } CITY OF RENTON P/B/PW DEPARTMENT (Schedule of Prices) NW 7th Sewer Project (Note: Unit prices for all items,all extentions,and total amount of bid must be shown. Show unit prices in both words and figures and where conflict occurs the written or typed words shall prevail.) ITEM APPROX. ITEM WITH UNIT PRICED BID UNIT PRICE AMOUNT NO. QUANTITY (Unit Prices to be Written in Words) Dollars Cts. Dollars Cts. 19 1 Trench Dewatering Lump Sum $ One Dollar 1.00 1.00 per Lump Sum (words) figures Subtotal 134,157.00 8.6% Sales Tax 11 537.50 Total Schedule"A" '145 694.50 • SUBCONTRACTOR LIST WWP-27-2350 NW 7th Street Sewer Replacement (Directional Drill) RCW 39.30-060 requires that for all public works contracts exceeding $100,000 the bidder shall submit the names of all subcontractors whose subcontract amount exceeds 10 percent of the contract price. If the subcontractors names are not submitted with the bid, or within 24 hours of the bid, the bid shall be considered nonresponsive and,therefore,void. Complete one of the following for contracts that exceed $100,000: A. There are no subcontractors proposed whose subcontract amount exceeds 10 percent of the contract price. Name: Brian L. I Ganske A Title: Vice President Signature: B. The following subcontractor(s) subcontract amount exceeds 10 percent of the contract price: (list subcontractor and bid item) Bid Item (s) Subcontractor Name Address Phone No. State Contractor's License No Bid Item (s) Subcontractor Name Address Phone No. State Contractor's License No Bid Item (s) Subcontractor Name Address Phone No. State Contractor's License No Bid Item (s) Subcontractor Name Address Phone No. State Contractor's License No H:\PAY ESI'\NW7THSWR\MASTER.DOC\ BOND TO THE CITY OF RENTON BOND# U2800498 • KNOW ALL,MEN BY THESE PRESENTS: That we,the undersigned Snelson Gompanies,Ina as principal, and UNITED PACIFIC INSURANCE COMPANY corporation organized and existing under the laws of the State of PA as a surety corporation, and qualified under the laws of the State of Washington to become surety upon bonds of contractors with municipal corporations, as surety are jointly and severally held and firmly bound to the City of Renton in the penal sum of$145,694.50 for the payment of which sum on demand we bind ourselves and our successors, heirs, administrators or person representatives,as the case may be. This obligation is entered into in pursuance of the statutes of the State of Washington, the Ordinance of the City of Renton. Dated at . Washington,this day of Nevertheless,the conditions of the above obligation are such that: WHEREAS, under and pursuant to Public Works Construction Contract CAG-98-068 providing for construction of NW 7th Street Sewer Replacement(Directional Drill)the principal is required to furnish a bond for the faithful performance of the contract,and WHEREAS, the principal has accepted, or is about to accept, the contract, and undertake to perform the work therein gfovided-for in th manner and within the time set forth; NOW, THEREFORE, if the principal shall faithfully perform all of the provisions of said contract in the manner and within the time therein set forth, or within such extensions of time as may be granted under said contract, and shall pay all laborers, mechanics, subcontractors and materialmen, and all persons who shall supply said principal or subcontractors with provisions and supplies for the carrying on of said worm and shall hold said City of Renton harmless from any loss or damage occasioned to any person or property by reason of any carelessness or negligence on the part of said principal, or any subcontractor in the performance of said work, and shall indemnify and hold the City of Renton harmless from any damage or expense by reason of failure of performance as specified in the contract or from defects appearing or developing in the material or workmanship provided or performed under the contract within a period of one year after its acceptance thereof by the City of Renton,then and in that event this obligation shall be void; but otherwise it shall be and remain in full force and effect SNELSOV COMPANIES, INC. UNITED PACIFIC INSURANCE COMPANY Princi Suety J.R. Norton ArO 14 , Signature r ature President JIM W. DOYLE, ATTORNEY-IN-FACT Title Title Approvcd by Larry Warmn 7Ji4/92 • HAPAY—F,SINNNMfiSWRIMASTEr,0= t- TOTAL P.02 THE FACE OF DOCUME14T HAS A COLOREDON WHITE PAPER RELIANCE SURETY COMPANY RELIANCE INSURANCE COMPANY UNITED PACIFIC INSURANCE COMPANY RELIANCE NATIONAL INDEMNITY COMPANY ADMINISTRATIVE OFFICE, PHILADELPHIA, PENNSYLVANIA POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS, that RELIANCE SURETY COMPANY is a corporation duly organized under the laws of the State of Del- aware, and that RELIANCE INSURANCE COMPANY and UNITED PACIFIC INSURANCE COMPANY, are corporations duly organized under the laws of the Commonwealth of Pennsylvania and that RELIANCE NATIONAL INDEMNITY COMPANY is a corporation duly organized under the laws of the State of Wisconsin (herein collectively called "the Companies") and that the Companies by virtue of signature and seals do hereby make, constitute and appoint Jim. W. Doyle, Karen P. Dever, Michael A. Murphy, Michelle L. DeYoung, of Seattle, Washington their true and lawful Attorneys)-in-Fact, to make, execute, seal and deliver for and on their behalf, and as their act and deed any and all bonds and undertakings of suretyship and to bind the Companies thereby as fully and to the same extent as if such bonds and undertakings and other writings obligatory in the nature thereof were signed by an Executive Officer of the Companies and sealed and attested by one other of such officers, and hereby ratifies and confirms all that their said Attorney(s)-in-Fact may do in pursuance hereof. This Power of Attorney is granted under and by the authority of Article VII of the By-Laws of RELIANCE SURETY COMPANY, RELIANCE INSURANCE COMPANY, UNITED PACIFIC INSURANCE COMPANY, and RELIANCE NATIONAL INDEMNITY COMPANY which provisions are now in full force and effect, reading as follows: ARTICLE VII-EXECUTION OF BONDS AND UNDERTAKINGS 1. The Board of Directors,the President,the Chairman of the Board,any Senior Vice President,any Vice President or Assistant Vice President or other officer designated by the Board of Directors shall have power and authority to(a)appoint Attorney(s)-in-Fact and to authorize them to execute on behalf of the Company,bonds and undertakings,recognizances,contracts of indemnity and other writings obligatory in the nature thereof,and(b)to remove any such Attorneys)-in-Fact at any time and revoke the power and authority given to them. 2. Attorney(s)-in-Fact shall have power and authority,subject to the terms and limitations of the Power of Attorney issued to them, to execute deliver on behalf of the Company,bonds and undertakings, recognizances,contracts of indemnity and other writings obligatory in the nature thereof. The corporate seal is not necessary for the validity of any bonds and undertakings, recognizances,contracts of indemnity and other writings obligatory in the nature thereof. 3. Attorney(s)-in-Fact shall have power and authority to execute affidavits required to be attached to bonds,recognizances, contracts of indemnity or other conditional or obligatory undertakings and they shall also have power and authority to certify the financial statement of the Company and to copies of the By-Laws of the Company or any article or section thereof. This Power of Attorney is signed and sealed by facsimile under and by authority of the following resolution adopted by the Executive and Finance Committees of the Boards of Directors of Reliance Insurance Company, United Pacific Insurance Company and Reliance National Indemnity Company by Unanimous Consent dated as of February 28, 1994 and by the Executive and Financial Committee of the Board of Directors of Reliance Surety Company by Unanimous Consent dated as of March 31,1994. "Resolved that the signatures of such directors and officers and the seal of the Company may be affixed to any such Power of Attorney or any certificates relating thereto by facsimile,and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be valid and binding upon the Company and any such Power so executed and certified by facsimile signatures and facsimile seal shall be valid and binding upon the Company,in the future with respect to any bond or undertaking to which it is attached." IN WITNESS WHEREOF, the Companies have caused these presents to be signed and their corporate seals to be hereto affixed, this July 19, 1996. RELIANCE SURETY COMPANY RELIANCE INSURANCE COMPANY ►� r.ury♦ �: UNITED PACIFIC INSURANCE COMPANY 3`�•+.� ""4� RELIANCE NATIONAL INDEMNITY COMPANY � i STATE OF Washington } COUNTY OF King } ss. On this, July 19, 1996, before me, Janet Blankley, personally appeared Mark W. Alsup, who acknowledged himself to be the Vice President of the Reliance Surety Company, and the Vice President of Reliance Insurance Company, United Pacific Insurance Company, and Reliance National Indemnity Company and that as such, being authorized to do so, executed the foregoing instrument for the purpose therein contained by signing the name of the corporation by himself as its duly authorized officer. In witness whereof, I hereunto set my hand and official seal. +d /A NOW PUBLIC `rf� IZ24lr1 d` Notary ublic in and for the State of Washing n �gcW Residint at Puyallup 1, Robyn Layng, Assistant Secretary of RELIANCE SURETY COMPANY, REL ANCE INSURANCE COMPANY, UNITED PACIFIC INSURANCE COMP- ANY, and RELIANCE NATIONAL INDEMNITY COMPANY do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which is still in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this day of 19 ro++� �• '+�, err Assistant Secretary YLUI.` us• f, THE BACK OF DOCUMENT CONTAINS • . AT AN ANGLE TO VIEW CITY OF RENTON + FAIR PRACTICES POLICY AFFIDAVIT OF COMPLIANCE Snelson Companies,Inc. hereby confirms and declares that (Name of contractor/subcontractor/consultant) I. It is the policy of ^ Snelson Companies, Inc. to offer equal (Name of contractor/subcontractor/consultant) opportunity to all qualified employees and applicants for employment without regard to the race,creed,color, sex,national origin, age,disability or veteran status. II. Snelson Companies, Inc. complies with all applicable (Name of contractor/subcontractor/consultant) federal, state and local laws governing non-discrimination in employment. n II. When applicable, Snelson Companies, Inc. will seek out and (Name of contractor/subcontractor/consultant) negotiate with minority and women contractors for the award of subcontracts. J.R. Norton Print Agent/Representative's Name President Pri t Agent/Representative's Title Agent/Representative's Signature June 11, 1998 Date Signed Instructions: This document MUST be completed by each contractor, subcontractor and consultant. Include or attach this document(s)with the contract. HAPAY EMNW7THSWR\MASTER.D0C\ • CONTRACTS OTHER THAN FEDERAL-AID FHWA THIS AGREEMENT, made and entered into this 117� day of d GGG�/ , 19.1f by and between THE CITY OF RENTON,Washington,a municipal corporation of the State of Washington, hereinafter referred to as "CITY" and Snelson Companies,Inc.,hereinafter referred to as "CONTRACTOR." WITNESSETH: 1) The Contractor shall within the time stipulated, (to-wit: within 45 working days from date of commencement hereof as required by the Contract, of which this agreement is a component part)perform all the work and services required to be performed, and provide and furnish all of the labor, materials, appliances, machines, tools, equipment, utility and transportation services necessary to perform the Contract, and shall complete the construction and installation work in a workmanlike manner, in connection with the City's Project(identified as No WWP-27-2350 )for improvement by construction and installation of: The installation of approximately 225 linear feet of 8" sanitary sewer main by directional drilling, 30 linear feet of soldier pile wall, 2 sanitary sewer manholes, other necessary appurtenances and surface restoration. All the foregoing shall be timely performed, furnished, constructed, installed and completed in strict conformity with the plans and specifications, including any and all addenda issued by the City and all other documents hereinafter enumerated, and in full compliance with all applicable • codes, ordinances and regulations of the City of Renton and any other governmental authority having jurisdiction thereover. It is further agreed and stipulated that all of said labor, materials, appliances, machines, tools, equipment and services shall be furnished and the construction installation performed and completed to the satisfaction and the approval of the City's Public Works Director as being in such conformity with the plans, specifications and all requirements of or arising under the Contract. The Consultant agrees to use recycled materials whenever practicable. 2) The aforesaid Contract, entered into by the acceptance of the Contractor's bid and signing of this agreement, consists of the following documents, all of which are component parts of said Contract and as fully a part thereof as if herein set out in full,and if not attached,as if hereto attached. a) This Agreement b) Instruction to Bidders c) Bid Proposal d) Specifications e) Maps and Plans f) Bid g) Advertisement for Bids h) Special Provisions, if any i) Technical Specifications, if any HAPAY ESTINW7THSWR\MASTER.DOC\ CONTRACTS OTHER THAN FEDERAL-AID FHWA THIS AGREEMENT, made and entered into this day of , 19 by and between THE CITY OF RENTON,Washington,a municipal corporation of the State of Washington,hereinafter referred to as "CITY" and Snelson Companies,Ina,hereinafter referred to as "CONTRACTOR." WITNESSETH: 1) The Contractor shall within the time stipulated, (to-wit: within 45 working days from date of commencement hereof as required by the Contract, of which this agreement is a component part)perform all the work and services required to be performed, and provide and furnish all of the labor, materials, appliances, machines, tools, equipment, utility and transportation services necessary to perform the Contract, and shall complete the construction and installation work in a workmanlike manner, in connection with the City's Project(identified as No WWP-27-2350 )for improvement by construction and installation of: The installation of approximately 225 linear feet of 8" sanitary sewer main by directional drilling, 30 linear feet of soldier pile wall, 2 sanitary sewer manholes, other necessary appurtenances and surface restoration. All the foregoing shall be timely performed, furnished, constructed, installed and completed in strict conformity with the plans and specifications, including any and all addenda issued by the City and all other documents hereinafter enumerated, and in full compliance with all applicable codes, ordinances and regulations of the City of Renton and any other governmental authority having jurisdiction thereover. It is further agreed and stipulated that all of said labor, materials, appliances, machines, tools, equipment and services shall be furnished and the construction installation performed and completed to the satisfaction and the approval of the City's Public Works Director as being in such conformity with the plans, specifications and all requirements of or arising under the Contract. The Consultant agrees to use recycled materials whenever practicable. 2) The aforesaid Contract, entered into by the acceptance of the Contractor's bid and signing of this agreement, consists of the following documents, all of which are component parts of said Contract and as fully a part thereof as if herein set out in full,and if not attached,as if hereto attached. a) This Agreement b) Instruction to Bidders c) Bid Proposal d) Specifications e) Maps and Plans f) Bid g) Advertisement for Bids h) Special Provisions, if any i) Technical Specifications, if any {fix: HAPAY ESTWW7THSWR\MASTER.D0C\ 3) If the Contractor refuses or fails to prosecute the work or any part thereof, with such diligence as will insure its completion within the time specified in this Contract,or any extension in writing thereof,or fails • to complete said work with such time, or if the Contractor shall be adjudged a bankrupt, or if he should make a general assignment for the benefit of his creditors, or if a receiver shall be appointed on account of the Contractor's insolvency, or if he or any of his subcontractors should violate any of the provisions of this Contract, the City may then serve written notice upon him and his surety of its intention to terminate the Contract, and unless within ten (10) days after the serving of such notice, such violation or non- compliance of any provision of the Contract shall cease and satisfactory arrangement for the correction thereof be made,this Contract, shall, upon the expiration of said ten(10) day period, cease and terminate in every respect. In the event of any such termination, the City shall immediately serve written notice thereof upon the surety and the Contractor and the surety shall have the right to take over and perform the Contract, provided, however, that if the surety within fifteen (15) days after the serving upon it of such notice of termination does not perform the Contract or does not commence performance thereof within thirty (30) days from the date of serving such notice, the City itself may take over the work under the Contract and prosecute the same to completion by Contract or by any other method it may deem advisable, for the account and at the expense of the Contractor, and his surety shall be liable to the City for any excess cost or other damages occasioned the City thereby. In such event, the City, if it so elects, may, without liability for so doing, take possession of and utilize in completing said Contract such materials, machinery, appliances, equipment, plants and other properties belonging to the Contractor as may be on site of the project and useful therein. 4) The foregoing provisions are in addition to and not in limitation of any other rights or remedies available to the City. 5) Contractor agrees and covenants to hold and save the City, its officers, agents, representatives and employees harmless .and to promptly indemnify same from and against any and all claims, actions, damages, liability of every type and nature including all costs and legal expenses incurred by reason of any work arising under or in connection with the Contract to be performed hereunder, including loss of life, personal injury and/or damage to property arising from or out of any occurrence,omission or activity upon, on or about the premises worked upon or in any way relating to this Contract. This hold harmless and indemnification provision shall likewise apply for or on account of any patented or unpatented invention, process, article or appliance manufactured for use in the performance of the Contract, including its use by the City,unless otherwise specifically provided for in this Contract. In the event the City shall, without fault on its part, be made a party to any litigation commenced by or against Contractor, then Contractor shall proceed and hold the City harmless and he shall pay all costs, expenses and reasonable attorneys fees incurred or paid by the City in connection with such litigation. Futhermore, Contractor agrees to pay all costs, expenses and reasonable attorneys fees that may be incurred or paid by City in the enforcement of any of the covenants,provisions and agreements hereunder. Nothing herein shall require the Contractor to indemnify the City against and hold harmless the City,from claims,demands or suits based solely upon the conduct of the City, its officers or employees and provided further that if claims or suits are caused by or result from the concurrent negligence of(a)the Contractor's agents or employees and (b) the City, its agents, officers and employees, and involves those actions covered by RCW 4.24.115, this indemnity provision with respect to claims or suits based upon such concurrent negligence shall be valid and enforceable only to the extent of the Contractor's negligence or the negligence of the Contractor's agents or employees. H:\PAY-ESTNW7THSWR\MASTER.DOC\ 6) Any notice from one party to the other party under the Contract shall be in writing and shall be dated and . signed by the party giving such notice or by its duly authorized representative of such party. Any such notice as heretofore specified shall be given by personal delivery thereof or by depositing same in the United States mail,postage prepaid,certified or registered mail. 7) The Contractor shall commence performance of the Contract no later than 10 calendar days after Contract final execution, and shall complete the full performance of the Contract not later than ,45 working days from the date of commencement. For each and every working day of delay after the established day of completion, it is hereby stipulated and agreed that the damages to the City occasioned by said delay will be the sum of per Section 1-08.9 of Standard Specifications as liquidated damages (and not as a penalty) for each such day,which shall be paid by the Contractor to the City. 8) Neither the final certificate of payment not any provision in the Contract nor partial or entire use of any installation provided for by this Contract shall relieve the Contractor of liability in respect to any warranties or responsibility for faulty materials or workmanship. The Contractor shall be under the duty to remedy any defects in the work and pay for any damage to other work resulting therefrom which shall appear within the period of one (1) year from the date of final acceptance of the work, unless a longer period is specified. The City will give notice of observed defects as heretofore specified with reasonable promptness after discovery thereof, and Contractor shall be obligated to take immediate steps to correct and remedy any such defect, fault or breach at the sole cost and expense of Contractor. 9) The Contractor and each subcontractor, if any, shall submit to the City such schedules of quantities and costs, progress schedules, payrolls, reports, estimates, records and miscellaneous data pertaining to the Contract as may be requested by the City from time to time. 10) The Contractor shall furnish a surety bond or bonds as security for the faithful performance of the Contract, including the payment of all persons and firms performing labor on the construction project under this Contract or furnishing materials in connection with this Contract; said bond to be in the full amount of the Contract price as specified in Paragraph 12. The surety or sureties on such bond or bonds must be duly licensed as a surety in the State of Washington. f'. HAPAY EST\NW7THSWR\MASTER.DM 11) The Contractor shall verify,when submitting first payment invoice and annually thereafter, possession of a current City of Renton business license while conducting work for the City. The Contractor shall , require, and provide verification upon request, that all subcontractors participating in a City project possess a current City of Renton business license. The Contractor shall provide, and obtain City approval of,a traffic control plan prior to conducting work in City right-of-way. 12) The total amount of this contract is the sum of $145,694.50 One hundred forty five thousand six hundred ninety four and 50/100 which includes Washington State Sales Tax. Payments will be made to Contractor as specified in the "Special Provisions"of this Contract. IN WITNESS WHEREOF,the City has caused these presents to be signed by its Mayor and attested by its City Clerk and the Contractor has hereunto set his hand and seal the day and year first above-written. SNELSON COMPANIES, INC. NC TRACTOR CITY OF RENTON U49�.R. Norton, President President/Partner/Owner Mayor ATTEST W. Wiseman Secretary City Clerk dba SNELSON COMPANIES, INC. Firm Name check one ❑ Individual ❑ Partnership ® Corporation Incorporated in Washington Attention: If business is a CORPORATION, name of the corporation should be listed in full and both President and Secretary must sign the contract, OR if one signature is permitted by corporation by-laws, a copy of the by-laws shall be furnished to the City and made a part of the contract document. If business is a PARTNERSHIP, full name of each partner should be listed followed by d/b/a (doing business as)and firm or trade name; any one partner may sign the contract. If business is an INDIVIDUAL PROPRIETORSHIP, the name of the owner should appear followed by d/b/a and name of the company. HAPAY ESPNW7THSWR\MASTER.DOC\ 11) The Contractor shall verify, when submitting first payment invoice and annually thereafter, possession of a current City of Renton business license while conducting work for the City. The Contractor shall require, and provide verification upon request, that all subcontractors participating in a City project possess a current City of Renton business license. The Contractor shall provide, and obtain City approval of,a traffic control plan prior to conducting work in City right-of-way. 12) The total amount of this contract is the sum of $145,694.50 One hundred forty five thousand six hundred ninety four and 50/100 which includes Washington State Sales Tax. Payments will be made to Contractor as specified in the "Special Provisions" of this Contract. IN WITNESS WHEREOF,the City has caused these presents to be signed by its Mayor and attested by its City Clerk and the Contractor has hereunto set his hand and seal the day and year first above-written. SNELSON COMPANIES, INC. C TRACTOR NCITY OF RENTON UN4�.R. Norton, President President/Partner/Owner Malff Jes5r_ Tanner ST W. Wiseman • Secretary /yl nl yn 2 r5en City Clerk dba SNELSON COMPANIES, INC. Firm Name check one ❑ Individual ❑ Partnership ® Corporation Incorporated in Washington Attention: If business is a CORPORATION, name of the corporation should be listed in full and both President and Secretary must sign the contract, OR if one signature is permitted by corporation by-laws, a copy of the by-laws shall be furnished to the City and made a part of the contract document. If business is a PARTNERSHIP, full name of each partner should be listed followed by d/b/a (doing business as)and firm or trade name; any one partner may sign the contract. If business is an INDIVIDUAL PROPRIETORSHIP, the name of the owner should appear followed by d/b/a and name of the company. HAPAY ESMW7THSWR\MASTER.DOC\ AC RD CERTIFICATE OF LIABILITY INSURANCE - °ATE(MId/°D/YY) SNELS-1, 06/12/98 PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE Sullivan & Curtis HOLDER.THIS CERTIFICATE DOES NOT AMEND, EXTEND OR 601 Union Street Suite 3310 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. e the WA 98101 COMPANIES AFFORDING COVERAGE L. Lokosh COMPANY Phone No. 206-892-9200 Fax No. 206-892-9201 A National Union Fire Ins. Co. INSURED COMPANY B Westchester Fire Insurance Co. COMPANY Snelson Companies, Inc. C 601 West State Street COMPANY Sedro Woolley WA 98284 D COVERAGES THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED,NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. CO TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE POLICY EXPIRATION LIMITS LTR DATE(MM/DD/YY) DATE(MM/DD/YY) GENERAL LIABILITY GENERAL AGGREGATE $3,0 0 0,0 0 0 A X COMMERCIAL GENERAL LIABILITY GL5652460 12/31/97 07/01/98 PRODUCTS-COMP/OPAGG $ 1,000,000 CLAIMS MADE ❑X OCCUR PERSONAL&ADV INJURY $ 1,000,000 OWNER'S&CONTRACTOR'S PROT EACH OCCURRENCE $ 1,000,000 X Stop Gap FIRE DAMAGE(Any one fire) $ 300,000 MED EXP(Any one person) $ 5,000 AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT $ 1,O O O,O O O A X ANY AUTO CA5654474 12/31/97 07/01/98 ALL OWNED AUTOS BODILY INJURY $ SCHEDULED AUTOS (Per person) HIRED AUTOS BODILY INJURY $ NON-OWNED AUTOS (Per accident) PROPERTY DAMAGE $ GARAGE LIABILITY AUTO ONLY-EA ACCIDENT $ ANY AUTO OTHER THAN AUTO ONLY: EACH ACCIDENT $ AGGREGATE $ EXCESS LIABILITY EACH OCCURRENCE $ 1,000,000 B N UMBRELLA FORM CUA103576 12/31/97 07/01/98 AGGREGATE $ 1,000,000 OTHER THAN UMBRELLA FORM $ WC STATU- OTH-'' WORKERS COMPENSATION AND TORY LIMITS ER EMPLOYERS'LIABILITY EL EACH ACCIDENT $ THE PROPRIETOR/ INCL EL DISEASE-POLICY LIMIT $ PARTNERS/EXECUTIVE OFFICERS ARE: EXCL EL DISEASE-EA EMPLOYEE $ OTHER DESCRIPTION OF OPERATIONS/LOCATIONSNEHICLES/SPECIAL ITEMS Project No. WWP-27-2350; NW 7th St. Sewer Replacement (Directional Drill) The following endorsements are included on the captioned GL policy: CG 0043; CG 2503; Coverage is Primary Waiver of Subro Clause; and City of Renton Endorsement No. 1 (attached) forms a part of this certificate. CERTIFICATE HOLDER CANCELLATION RENT—01 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF,THE ISSUING COMPANY WILL ENDEAVOR TO MAIL • 45 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, City of Renton BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY David M. Christensen 200 Mill Avenue South OF ANY KIND UPON THE COMPANY,ITS AG S OR REPRESENTATIVES. Renton WA 98055 AUTHORIZED REPRESENTATIVE L John L. Lokosh ACORD 25-S(1/95) �JtORD CORPORATION 1988' JUN-11-1998 09:47 SNELSON COMPANIES INC. P.05 • CITY OF RENTON INSURANCE INFORMATION FORM FOR: Snelson Companies,Inc- PROJECT NUMBER: WV►IP-27-2350 STAF•FCONTACT: E.J. Shannon, Sr. Vice President Certificate of Insurance indicates the coverages/limits specified in M Yes ❑ No contract? Are the following coverages and/or conditions in effect? [3 yes ❑ No The Commercial General Liability policy form is an ISO 1993 13 Yes 0 No Occurrence Form or Equivalent? (If no,attach a copy of the policy with required coverages clearly identified) CG 0043 Amendatory Endorsement provided?* © Yes ❑ No General Aggregate provided on a"per project basis(CG2503)?* El Yes ❑ No Additional Insured wording provided?* El Yes ❑ No Coverage on a primary basis and non-contributing basis?* p Yes C] NO Waiver of Subrogation Clause applies?* IT Yes ❑ No Severability of Interest Clause(Cross Liability)applies? M Yes ❑ No Notice of Cancellation/Mon-ReneNval amended to 45 days?* ® Yes Q No To be shown on ceriifrcate of insurance* AM BEST'S RATING FOR CARRIER GL A++ XV Auto A++ XV Umb A IX Professional This Questiornaire is issued as a matter of information. This questionnaire is not an insurance policy and does not amend, extend or alter the coverage afforded by the policies indicated on the attached CERTIFICATE OF INSURANCE. The CITY OF RENTON, at its option, shall obtain copies of the policies and/or specific declaration pages FROM awarded bidder prior to execution of contract. Sullivan & Curtis Insurance Brokers Susan M. DeMers Agency/Broker Completed By(Iype or Print Name) 3310 Two Union Square, 601 Union Street Seattle WA 98101 Address Completed By(Signature) Gail M. .Adams/Susan M. DeMers (206) 892-9200 Name of person to contact Telephone Number NOTE: THIS QUESTIONNAIRE MUST BE COMPLETED FOR EACH LINE OF COVERAGE AND ATTACHED TO CERTIFICATE OF INSURANCE t. H:IPAY M13 N1VrMSWR\MMTMD0CI TOTAL P.05 JUN-11-1998 09:47 SNELSON COMPANIES INC. P.04 ENDOILSEMENT 1 GL565- In consideration of the premium charged,it is hereby agreed and understood that Policy Number 2460 issued by National Union Fire Ins. Co. of PA Insurance Company, is amended to include the following terms and conditions as respects Contract Number WWP-2 7-2350 issued by the(OWNER). 1. ADDITIONAL INSURED. The OWNER their elected or appointed officers, officials, employees, subconsultants, and volunteers are included as additionally insured with regard to damages and defense of claims arising from: (a) activities performed by or on behalf of the NAMED INSURED; or (b) products and completed operations of the NAMED INSURED,or(c)premises owned,leased or used by the NAMED INSURED. 2. CONTRIBUTION NOT REQUIRED. As respects: (a)work performed by the NAMED INSURED for or on behalf of the OWNER; or (b) products sold by the NAMED INSURED to the OWNER; or (c) premises leased by the NAMED INSURED from the OWNER, the insurance afforded by this policy shall be primary insurance as respecs the OWNER,or any other insured,its elected or appointed officers, officials, employees,subconsultants or volunteers; or stand in an unbroken chain of coverage excess of the NAMED INSURED'S scheduled underlying primacy coverage. In either event, any other insurance maintained by the OWNER, or any other insured, its elected or appointed officers, officials,employees, subconsultants or volunteers shall be in excess of this insurance and shall not contribute with it. 3. SF,VERABILITY OF INTEREST. The inclusion of more than one Insured under this policy shall not affect the rights of any Insured as respects any claim, suit or judgment made or brought by or for any other Insured or by or for any employee of any other Insured_ This policy shall protect each Insured in the same manner as through a separate policy had been issued to each, except that nothing herein shall operate to increase the company's liability beyond the arncunt Cr amounts for which the company would have been liable had only one insured been named. 4. CANCELLATION NOTICE. The insurance afforded by this policy shall not be suspended, voided, canceled, is reduced -n coverage or in limits except after FORTY-FIVE (45) days' prior written notice by certified mall return receipt requested has been given to the OWNER. Such notice shall be addressed to (a) the OWNER and (b) the CONTRACTOR_ 5. CLAIM REPORTING. The OWNER has no obligation to report occurrences unless a claim has been filed with the OWNER. 6, AGGREGATE LIMIT, The Genera! Aggregate Limit under Limits of Insurance appliv- separately to the above named contract for the above named OWNER. _ June 12, 1998 o n _Lokosh, Sullivan & Curtis Ins. Brokers Date thorized Representative Sign ture r. HAPAY ESTNWTrH$WIt1MA5r R-DOC1 State of Washington DEPARTMENT OF LABOR AND INDUSTRIES Prevailing Wage Section-Telephone(360)902-5335 PO Box 44540,Olympia,WA 985044540 Washington State Prevailing Wage Rates For Public Works Contracts The PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate of fringe benefits. On public works projects,workers'wage and benefit rates must add to not less than this total. A brief description of overtime calculation requirements is provided on the Benefit Code Key. KING COUNTY Effective 03-0498 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code ASBESTOS ABATEMENT WORKERS JOURNEY LEVEL $25.60 1M 5D BOILERMAKERS JOURNEY LEVEL $33.63 1R 5N BRICK AND MARBLE MASONS JOURNEY LEVEL $30.57 1 M 5A CABINET MAKERS(IN SHOP) JOURNEY LEVEL $11.71 1 CARPENTERS ACOUSTICAL WORKER $29.85 1M 5D CARPENTER $29.69 1M 5D • CREOSOTED MATERIAL $29.79 1M 5D DRYWALL APPLICATOR $29.69 1 M 5D FLOOR FINISHER $29.82 1M 5D FLOOR LAYER $29.82 1M 5D FLOOR SANDER $29.82 1M 5D MILLWRIGHT AND MACHINE ERECTORS $30.69 iM 5D PILEDRIVERS, BRIDGE DOCK&WARF CARPENTERS $29.69 1 M 5D PILEDRIVERS,DRIVING, PULLING, PLACING COLLARS AND WELDING $29.89 1M 5D SAWFILER $29.82 1M 5D SHINGLER $29.82 1 M 5D STATIONARY POWER SAW OPERATOR $29.82 1 M 5D STATIONARY WOODWORKING TOOLS $29.82 1M 5D CEMENT MASONS JOURNEY LEVEL $30.62 1N 5D DIVERS&TENDERS DIVER $63.77 1M 5D 8A DIVER TENDER $31.81 1M 5D DREDGE WORKERS ASSISTANT ENGINEER $30.12 1T 5D 8L ASSISTANT MATE(DECKHAND) $29.68 1T 5D 8L BOATMEN $30.12 1T 5D 8L ENGINEER WELDER $30.17 1T 5D 8L LEVERMAN, HYDRAULIC $31.56 1T 5D 8L MAINTENANCE $29.68 1T 5D 8L MATES $30.12 1T 5D 8L OILER $29.76 1T 5D 8L �RYWALL TAPERS JOURNEY LEVEL $29.80 1J 5A ELECTRICAL FIXTURE MAINTENANCE WORKERS JOURNEY LEVEL $9.37 1J 5A Pagel KING COUNTY Effective 03-04-98 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code ELECTRICIANS-INSIDE CABLE SPLICER $36.49 1.1 6H CABLE SPLICER(TUNNEL) $39.42 1.1 6H CERTIFIED WELDER $35.16 11 6H CERTIFIED WELDER(TUNNEL) $37.95 11 6H CONSTRUCTION STOCK PERSON $20.02 1.1 6H JOURNEY LEVEL $33.83 1.1 6H JOURNEY LEVEL(TUNNEL) $36.49 1.1 6H ELECTRICIANS-MOTOR SHOP CRAFTSMAN $15.37 2A 6C JOURNEY LEVEL $14.69 2A 6C ELECTRICIANS-POWERLINE CONSTRUCTION CABLE SPLICER $33.36 4A 5A BE CERTIFIED LINE WELDER $30.62 4A 5A 8E GROUNDPERSON $22.26 4A 5A 8E HEAD GROUNDPERSON $23.40 4A 5A 8E HEAVY LINE EQUIPMENT OPERATOR $30.62 4A 5A 8E JACKHAMMER OPERATOR $23.40 4A 5A 8E JOURNEY LEVEL LINEPERSON $30.62 4A 5A 8E LINE EQUIPMENT OPERATOR $26.15 4A 5A BE POLE SPRAYER $30.62 4A 5A 8E POWDERPERSON $23.40 4A 5A BE • ELECTRONIC 3 TELECOMMUNiCATiON TECHNICIAN'S JOURNEY LEVEL $12.07 1 ELEVATOR CONSTRUCTORS CONSTRUCTOR $27.48 4A 61 MECHANIC $37.19 4A 61 MECHANIC IN CHARGE $41.06 4A 61 PROBATIONARY CONSTRUCTOR $14.41 4A 61 FABRICATED PRECAST CONCRETE PRODUCTS ARCHITECTURAL AND PRESTRESSED CONCRETE-All Classifications $9.75 1 ALL OTHER CONCRETE PRODUCTS-Carpenter $18.74 1 B 6S ALL OTHER CONCRETE PRODUCTS-Clean-up $17.96 1 B 6S ALL OTHER CONCRETE PRODUCTS-Fabricator $18.21 1B 6S ALL OTHER CONCRETE PRODUCTS-Gunite $18.21 1 B 6S ALL OTHER CONCRETE PRODUCTS-Maintenance $18.74 1 B 6S ALL OTHER CONCRETE PRODUCTS-Operator $18.21 1 B 6S ALL OTHER CONCRETE PRODUCTS-Welder $18.21 1 B 6S ALL OTHER CONCRETE PRODUCTS-Wet Pour $17.96 1 B 6S ALL OTHER CONCRETE PRODUCTS-Yard Patch $17.96 1 B 6S FENCE ERECTORS FENCE ERECTOR $13.80 1 FENCE LABORER $11.60 1 FLAGGERS JOURNEY LEVEL $20.92 1 M 5D GLAZIERS JOURNEY LEVEL $28.61 2E 5G HEAT&FROST INSULATORS AND ASBESTOS WORKERS MECHANIC $31.08 1F 6R HEATING EQUIPMENT MECHANICS MECHANIC $18.45 1.1 5A Page 2 KING COUNTY Effective 03-04-98 • (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code INDUSTRIAL ENGINE AND MACHINE MECHANICS MECHANIC $15.65 1 INDUSTRIAL POWER VACUUM CLEANER JOURNEY LEVEL $9.07 1 INLAND BOATMEN DECKHAND $22.69 11K 5D ENGINEER-DECKHAND $24.52 1 K 5D OPERATOR $25.38 1K 5D INSPECTION/CLEANING/SEALING OF SEWER&WATER SYSTEMS BY REMOTE CONTROL CLEANER OPERATOR, FOAMER OPERATOR $9.73 1 GROUT TRUCK OPERATOR $11.48 1 HEAD OPERATOR $12.78 1 TECHNICIAN $6.25 1 TV TRUCK OPERATOR $10.53 1 INSULATION APPLICATORS JOURNEY LEVEL $27.21 1M 5D IRONWORKERS JOURNEY LEVEL $31.42 1B 5A LABORERS ASPHALT RAKER $26.08 1M 5D • BALLAST REGULATOR MACHINE $25.60 1M 5D BATCH WEIGHMAN $20.92 1M 5D CARPENTER TENDER $25.60 1M 5D CASSION WORKER $26.44 1 M 5D CEMENTDUMPER/PAVING $26.08 1M 5D CEMENT FINISHER TENDER $25.60 1M 5D CHIPPING GUN(OVER 30 LBS) $26.08 1M 5D CHIPPING GUN(UNDER 30 LBS) $25.60 1M 5D CHUCK TENDER $25.60 1M 5D CLEAN-UP LABORER $25.60 1M 5D CONCRETE FORM STRIPPER $25.60 1M 5D CONCRETE SAW OPERATOR $26.08 1M 5D CRUSHER FEEDER $20.92 1M 5D CURING LABORER $25.60 1M 5D DEMOLITION,WRECKING 8 MOVING(INCLUDING CHARRED MATERIALS) $25.60 1M 5D DITCH DIGGER $25.60 1M 5D DIVER $26.44 1M 5D DRILL OPERATOR(HYDRAULIC, DIAMOND) $26.08 1M 5D DRILL OPERATOR,AIRTRAC $26.44 1 M 5D DUMPMAN $25.60 1 M 5D FALLERIBUCKER, CHAIN SAW $26.08 1M 5D FINAL DETAIL CLEANUP(i.e.,dusting,vacuuming,window cleaning;NOT $18.60 1M 5D construction debris cleanup) FINE GRADERS $25.60 1M 5D FIRE WATCH $25.60 1M 5D FORM SETTER $25.60 1M 5D GABION BASKET BUILDER $25.60 1M 5D GENERAL LABORER $25.60 1M 5D GRADE CHECKER 8 TRANSIT PERSON $26.08 1M 5D GRINDERS $25.60 1M 5D GROUT MACHINE TENDER $25.60 1M 5D Page 3 KING COUNTY Effective 03-04-98 (See Benefit Code Key) • Over PREVAILING Time Holiday Note Classification WAGE Code Code Code HAZARDOUS WASTE WORKER LEVEL A $26.44 1 M 5D HAZARDOUS WASTE WORKER LEVEL B $26.08 1 M 5D HAZARDOUS WASTE WORKER LEVEL C $25.60 1 M 5D HIGH SCALER $26.44 1M 5D HOD CARRIER/MORTARMAN $26.08 1M 5D JACKHAMMER $26.08 1M 5D LASER BEAM OPERATOR $26.08 1M 5D MINER $26.44 1M 5D NOZZLEMAN,CONCRETE PUMP, GREEN CUTTER WHEN USING HIGH $26.08 1 M 5D PRESSURE AIR&WATER ON CONCRETE&ROCK,SANDBLAST,GUNITE, SHOTCRETE,WATER BLASTER PAVEMENT BREAKER $26.08 1M 5D PILOT CAR $20.92 1 M 5D PIPE RELINER(NOT INSERT TYPE) $26.08 1 M 5D PIPELAYER&CAULKER $26.08 1M 5D PIPELAYER&CAULKER(LEAD) $26.44 1M 5D PIPEWRAPPER $26.08 1M 5D POT TENDER $25.60 1 M 5D POWDERMAN $26.44 1 M 5D POWDERMAN HELPER $25.60 1 M 5D POWERJACKS $26.08 1 M 5D RAILROAD SPIKE PULLER(POWER) $26.08 1M 5D • RE-TIMBERMAN $26.44 1 M 5D RIPRAP MAN $25.60 1M 5D SIGNALMAN $25.60 1M 5D SLOPER SPRAYMAN $25.60 1M 5D SPREADER(CLARY POWER OR SIMILAR TYPES) $26.08 1M 5D SPREADER(CONCRETE) $26.08 1M 5D STAKE HOPPER $25.60 1M 5D STOCKPILER $25.60 1 M 5D TAMPER&SIMILAR ELECTRIC,AIR&GAS $26.08 1M 5D TAMPER(MULTIPLE&SELF PROPELLED) $26.08 1M 5D TOOLROOM MAN(AT JOB SITE) $25.60 1 M 5D TOPPER-TAILER $25.60 1M 5D TRACK LABORER $25.60 1 M 5D TRACK LINER(POWER) $26.08 1M 5D TUGGER OPERATOR $26.08 1M 5D VIBRATING SCREED(AIR,GAS, OR ELECTRIC) $25.60 1M 5D VIBRATOR $26.08 1M 5D WELDER $25.60 1M 5D WELL-POINT LABORER $26.08 1M 5D LABORERS-UNDERGROUND SEWER&WATER GENERAL LABORER $25.60 1M 5D PIPE LAYER $26.08 1M 5D LANDSCAPE CONSTRUCTION IRRIGATION OR LAWN SPRINKLER INSTALLERS $11.07 1 LANDSCAPE EQUIPMENT OPERATORS OR TRUCK DRIVERS $10.63 1 LANDSCAPING OR PLANTING LABORERS $8.42 t LATHERS JOURNEY LEVEL $29.80 1.1 5A MACHINISTS(HYDROELECTRIC SITE WORK) MACHINIST $16.84 1 Page 4 KING COUNTY Effective 03-04-98 . (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code METAL FABRICATION(IN SHOP) FITTER $15.86 1 LABORER $9.78 1 MACHINE OPERATOR $13.04 1 PAINTER $11.10 1 WELDER $15.48 1 MODULAR BUILDINGS CABINET ASSEMBLY $11.56 1 ELECTRICIAN $11.56 1 EQUIPMENT MAINTENANCE $11.56 1 PLUMBER $11.56 1 PRODUCTION WORKER $9.26 1 TOOL MAINTENANCE $11.56 1 UTILITY PERSON $11.56 1 WELDER $11.56 1 PAINTERS JOURNEY LEVEL $24.63 2B 5A PLASTERERS JOURNEY LEVEL $30.71 1R 5A PLAYGROUND&PARK EQUIPMENT INSTALLERS JOURNEY LEVEL $8.42 1 LUMBERS&PIPEFITTERS JOURNEY LEVEL $38.26 1B 5A POWER EQUIPMENT OPERATORS ASSISTANT ENGINEERS $28.29 1T 5D 8L BACKHOE, EXCAVATOR,SHOVEL (3 YD&UNDER) $30.75 1T 5D 8L BACKHOE,EXCAVATOR, SHOVEL (OVER 3 YD&UNDER 6 YD) $31.19 1T 5D 8L BACKHOE,EXCAVATOR,SHOVEL(6 YD AND OVER WITH ATTACHMENTS) $31.69 1T 5D 8L BACKHOES, (75 HP&UNDER) $30.39 1T 5D 8L BACKHOES, (OVER 75 HP) $30.75 1T 5D 8L BARRIER MACHINE(ZIPPER) $30.75 1T 5D 8L BATCH PLANT OPERATOR,CONCRETE $30.75 1T 5D 8L BELT LOADERS(ELEVATING TYPE) $30.39 1T 5D 8L BOBCAT $28.29 1T 5D 8L BROOMS $28.29 1T 5D 8L BUMP CUTTER $30.75 1T 5D 8L CABLEWAYS $31.19 1T 5D 8L CHIPPER $30.75 1T 5D 8L COMPRESSORS $28.29 1T 5D 8L CONCRETE FINISH MACHINE-LASER SCREED $28.29 1T 5D 8L CONCRETE PUMP-TRUCK MOUNT WITH BOOM ATTACHMENT $30.75 1T 5D 8L CONCRETE PUMPS $30.39 1T 5D 8L CONVEYORS $30.39 1T 5D 8L CRANES, THRU 19 TONS,WITH ATTACHMENTS $30.39 1T 5D 8L CRANES, 20-44 TONS,WITH ATTACHMENTS $30.75 IT 5D 8L CRANES, 45 TONS-99 TONS, UNDER 150 FT OF BOOM (INCLUDING JIB $31.19 1T 5D 8L WITH ATACHMENTS) • CRANES, 100 TONS-199 TONS, OR 150 FT OF BOOM(INCLUDING JIB $31.69 1T 5D 8L WITH ATTACHMENTS) CRANES,200 TONS TO 300 TONS,OR 250 FT OF BOOM(INCLUDING JIB $32.19 1T 50 8L WITH ATTACHMENTS) CRANES,A-FRAME, 10 TON AND UNDER $28.29 1T 5D 8L Page 5 KING COUNTY Effective 03-04-98 ***.•..,e,r,.****,r,r*,e.r***************,t,r******,t,r***#***�*******,r*w**,�,rr,Mr,rr****,.*************�*�***************** (See Benefit Code Key) • Over PREVAILING Time Holiday Note Classification WAGE Code Code Code CRANES,A-FRAME,OVER 10 TON $30.39 1T 5D 8L CRANES,OVER 300 TONS, OR 300'OF BOOM INCLUDING JIB WITH $32.69 1T 5D 8L ATTACHMENTS CRANES,OVERHEAD,BRIDGE TYPE(20-44 TONS) $30.75 1T 5D 8L CRANES,OVERHEAD,BRIDGE TYPE(45-99 TONS) $31.19 1T 5D 8L CRANES,OVERHEAD, BRIDGE TYPE(100 TONS&OVER) $31.69 1T 5D 8L CRANES,TOWER CRANE UP TO 175'IN HEIGHT,BASE TO BOOM $31.69 1T 5D 8L CRANES,TOWER CRANE OVER 175'IN HEIGHT, BASE TO BOOM $32.19 1T 5D 8L CRUSHERS $30.75 1T 5D 8L DECK ENGINEERIDECK WINCHES(POWER) $30.75 1T 5D 8L DERRICK, BUILDING $31.19 1T 5D 8L DOZERS, D-9&UNDER $30.39 1T 5D 8L DRILL OILERS-AUGER TYPE,TRUCK OR CRANE MOUNT $30.39 1T 5D 8L DRILLING MACHINE $30.75 1T 5D 8L ELEVATOR AND MANLIFT, PERMANENT AND SHAFT-TYPE $28.29 1T 5D 8L EQUIPMENT SERVICE ENGINEER(OILER) $30.39 1T 50 8L FINISHING MACHINEIBIDWELL GAMACO AND SIMILAR EQUIP $30.75 1T 5D 8L FORK LIFTS,(3000 LBS AND OVER) $30.39 1T 5D 8L FORK LIFTS,(UNDER 3000 LBS) $28.29 1T 5D 8L GRADE ENGINEER $30.39 1T 5D 8L GRADECHECKER AND STAKEMAN $28.29 1T 5D 8L HOISTS,OUTSIDE(ELEVATORS AND MANLIFTS),AIR TUGGERS $30.39 1T 5D 8L • HORiZONTAL/DiRECTIONAL DRILL LOCATOR $30.39 1T 5D 8L HORIZONTAL/DIRECTIONAL DRILL OPERATOR $30.75 1T 5D 8L HYDRALIFTS/BOOM TRUCKS(10 TON&UNDER) $28.29 1T 5D 8L HYDRALIFTS/BOOM TRUCKS(OVER 10 TON) $30.39 1T 5D 8L LOADERS, OVERHEAD(6 YD UP TO 8 YD) $31.19 1T 5D 8L LOADERS,OVERHEAD(8 YD&OVER) $31.69 1T 5D 8L LOADERS,OVERHEAD(UNDER 6 YD), PLANT FEED $30.75 1T 5D 8L LOCOMOTIVES,ALL $30.75 1T 5D 8L MECHANICS,ALL $30.75 1T 5D 8L MIXERS,ASPHALT PLANT $30.75 1T 5D 8L MOTOR PATROL GRADER(FINISHING) $30.75 1T 5D 8L MOTOR PATROL GRADER(NON-FINISHING) $30.39 1T 5D 8L MUCKING MACHINE,MOLE,TUNNEL DRILL AND/OR SHIELD $31.19 1T 5D 8L OIL DISTRIBUTORS,BLOWER DISTPIBUTION AND MULCH SEEDING $28.29 1T 5D 8L OPERATOR PAVEMENT BREAKER $28.29 1T 5D 8L PILEDRIVER(OTHER THAN CRANE MOUNT) $30.75 1T 5D 8L PLANT OILER(ASPHALT CRUSHER) $30.39 1T 5D 8L POSTHOLE DIGGER, MECHANICAL $28.29 1T 5D 8L POWER PLANT $28.29 1T 5D 8L PUMPS,WATER $28_29 1T 5D 8L QUAD 9, D-10,AND HD-41 $31.19 1T 5D 8L REMOTE CONTROL OPERATOR ON RUBBER TIRED EARTH MOVING $31.19 1T 5D 8L EQUIP RIGGER AND BELLMAN $28.29 1T 5D 8L ROLLAGON $31.19 1T 5D 8L • ROLLER, OTHER THAN PLANT ROAD MIX $28.29 1T 5D 8L ROLLERS,PLANTMIX OR MULTILIFT MATERIALS $30.39 1T 5D 8L ROTO-MILL, ROTO-GRINDER $30.75 1T 5D 8L SAWS,CONCRETE $30.39 1T 5D 8L Page 6 KING COUNTY Effective 03-04-98 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code SCRAPERS, CONCRETE AND CARRY ALL $30.39 1T 5D 8L SCRAPERS, SELF-PROPELLED(UNDER 45 YD) $30.75 1T 5D 8L SCRAPERS,SELF-PROPELLED(45 YD AND OVER) $31.19 1T 5D 8L SCREED MAN $30.75 1T 5D 8L SHOTCRETE GUNITE $28.29 1T 5D 8L SLIPFORM PAVERS $31.19 1T 5D 8L SPREADER,TOPSIDE OPERATOR-BLAW KNOX $30.75 1T 5D 8L SUBGRADE TRIMMER $30.75 1T 5D 8L TRACTORS,(75 HP 8 UNDER) $30.39 1T 5D 8L TRACTORS,(OVER 75 HP) $30.75 1T 5D 8L TRANSFER MATERIAL SERVICE MACHINE $30.75 1T 5D 8L TRANSPORTERS,ALL TRACK OR TRUCK TYPE $31.19 1T 5D 8L TRENCHING MACHINES $30.39 1T 5D 8L TRUCK CRANE OILER/DRIVER(UNDER 100 TON) $30.39 IT 5D 8L TRUCK CRANE OILER/DRIVER(100 TON&OVER) $30.75 1T 5D 8L WHEEL TRACTORS, FARMALL TYPE $28.29 1T 5D 8L YO YO PAY DOZER $30.75 1T 5D 8L POWER EQUIPMENT OPERATORS-UNDERGROUND SEWER&WATER (SEE POWER EQUIPMENT OPERATORS) POWER LINE CLEARANCE TREE TRIMMERS BRUSHHANDLER $13.34 4A 5A JOURNEY LEVEL IN CHARGE $26.52 4A 5A SPRAY PERSON $25.08 4A 5A TREE EQUIPMENT OPERATOR $25.44 4A 5A TREE TRIMMER $23.50 4A 5A TREE TRIMMER GROUNDPERSON $17.10 4A 5A REFRIGERATION&AIR CONDITIONING MECHANICS MECHANIC $36.76 1B 5A RESIDENTIAL BRICK&MARBLE MASONS JOURNEY LEVEL $19.25 1 RESIDENTIAL CARPENTERS JOURNEYLEVEL $21.21 1N 5D RESIDENTIAL CEMENT MASONS JOURNEY LEVEL $30.62 1N 5D RESIDENTIAL DRYWALL TAPERS JOURNEY LEVEL $22.18 1 RESIDENTIAL ELECTRICIANS JOURNEY LEVEL $15.21 1 RESIDENTIAL GLAZIERS JOURNEY LEVEL $20.54 2E 5G RESIDENTIAL INSULATION APPLICATORS JOURNEY LEVEL $17.59 1 RESIDENTIAL LABORERS JOURNEY LEVEL $7.96 1 RESIDENTIAL PAINTERS JOURNEY LEVEL $14.83 1 RESIDENTIAL PLUMBERS&PIPEFITTERS 0�ES JOURNEYLEVEL $22.12 1B 5A IDENTIAL REFRIGERATION&AIR CONDITIONING MECHANICS JOURNEY LEVEL $36.76 1B 5A Page 7 KING COUNTY Effective 03-04-98 (See Benefit Code Key) • Over PREVAILING Time Holiday Note Classification WAGE Code Code Code RESIDENTIAL SHEET METAL WORKERS JOURNEY LEVEL $23.12 1.1 5A RESIDENTIAL SOFT FLOOR LAYERS JOURNEY LEVEL $26.40 1 B 5A RESIDENTIAL SPRINKLER FITTERS(FIRE PROTECTION) JOURNEY LEVEL $15.37 1 ROOFERS JOURNEY LEVEL $27.75 1 R 5A USING IRRITABLE BITUMINOUS MATERIALS $30.75 1R 5A SHEET METAL WORKERS JOURNEY LEVEL $34.48 11 6L SIGN MAKERS&INSTALLERS(ELECTRICAL) JOURNEY LEVEL $19.29 1 STOCK PERSON $10.39 1 SIGN MAKERS&INSTALLERS(NON-ELECTRICAL) CONSTRUCTION $18.05 1 CONSTRUCTION"B" $10.33 1 PRODUCTION SILK SCREENER $10.24 1 SHOP PERSON $7.41 1 SIGN HANGER $18.05 1 SIGN PAINTER $20.81 1 SILK SCREENER $14.58 1 SOFT FLOOR LAYERS JOURNEY LEVEL $26.40 1 B 5A SOLAR CONTROLS FOR WINDOWS JOURNEY LEVEL $12.44 1 5S SPRINKLER FITTERS(FIRE PROTECTION) JOURNEY LEVEL $35.30 113 5C STAGE RIGGING MECHANICS(NON STRUCTURAL) JOURNEY LEVEL $13.23 1 SURVEYORS CHAIN PERSON $9.35 1 INSTRUMENT PERSON $11.40 1 PARTY CHIEF $13.40 1 TELEPHONE LINE CONSTRUCTION-OUTSIDE CABLE SPLICER $22.11 2B 5A HOLE DIGGERIGROUND PERSON $11.84 2B 5A INSTALLER(REPAIRER) $21.15 2B 5A JOURNEY LEVEL TELEPHONE LINEPERSON $20.48 2B 5A SPECIAL APPARATUS INSTALLER 1 $22.11 2B 5A SPECIAL APPARATUS INSTALLER II $21.65 26 5A TELEPHONE EQUIPMENT OPERATOR(HEAVY) $22.11 213 5A TELEPHONE EQUIPMENT OPERATOR(LIGHT) $20.48 2B 5A TELEVISION GROUND PERSON $11.17 26 5A TELEVISION LINEPERSON/INSTALLER $15.26 2B 5A TELEVISION SYSTEM TECHNICIAN $18.38 2B 5A TELEVISION TECHNICIAN $16.43 2B 5A TREE TRIMMER $20.48 2B 5A TERRAZZO WORKERS&TILE SETTERS JOURNEY LEVEL $28.58 1 B 5A Page 8 KING COUNTY Effective 03-04-98 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code TILE,MARBLE&TERRAZZO FINISHERS FINISHER $23.66 1B 5A TRAFFIC CONTROL STRIPERS JOURNEY LEVEL $23.93 1 K 5A TRUCK DRIVERS DUMP TRUCK $28.60 1T 5D 8L DUMP TRUCK&TRAILER $29.18 1T 5D 8L OTHER TRUCKS $29.18 1T 5D 8L TRANSIT MIXER $26.46 1 WELL DRILLERS&IRRIGATION PUMP INSTALLERS IRRIGATION PUMP INSTALLER $17.71 1 OILER $12.97 1 WELL DRILLER $17.68 1 • • Page 9 BENEFIT CODE KEY-EFFECTIVE 03-04-98 •rsrssrrtsstasstrrtsrsrssssrrsrsrsrrrsrssssssrsrssrrrsssrrsrsrsrsrssststssssttssrrsrrrrsssstsssssrrrrrrrsrssssssssssssrs OVERTIME CODES OVERTIME CALCULATIONS ARE BASED ON THE HOURLY RATE ACTUALLY PAID TO THE WORKER. ON PUBLIC • WORKS PROJECTS,THE HOURLY RATE MUST BE NOT LESS THAN THE PREVAILING RATE OF WAGE MINUS THE HOURLY RATE OF THE COST OF FRINGE BENEFITS ACTUALLY PROVIDED FOR THE WORKER 1. ALL HOURS WORKED IN EXCESS OF EIGHT(8)HOURS PER DAY OR FORTY(40)HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. A. ALL HOURS WORKED ON SATURDAYS, SUNDAYS AND HOLIDAYS SHALL ALSO BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. B. ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. C. ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. E. ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS), SUNDAYS AND HOLIDAYS SHALL ALSO BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. F. THE FIRST EIGHT(8)HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS ON SATURDAY, AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS(EXCEPT LABOR DAY)SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT THREE TIMES THE HOURLY RATE OF WAGE. H. ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS IF WORK IS LOST DUE TO INCLEMENT WEATHER CONDITIONS OR EQUIPMENT BREAKDOWN)SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. J. THE FIRST EIGHT(8)HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS ON SATURDAY, AND ALL HOURS WORKED ON • SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. K. ALL HOURS WORKED ON SATURDAYS AND SUNDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. L. ALL HOURS WORKED ON SATURDAYS, SUNDAYS AND HOLIDAYS(EXCEPT THANKSGIVING DAY AND CHRISTMAS DAY) SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON THANKSGIVING DAY AND CHRISTMAS DAY SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. M. ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS IF WORK IS LOST DUE TO INCLEMENT WEATHER CONDITIONS)SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. N. ALL HOURS WORKED ON SATURDAYS(EXCEPT MAKEUP DAYS)SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. P. ALL HOURS WORKED ON SATURDAYS(EXCEPT MAKEUP DAYS)AND SUNDAYS SHALL BE PAID AT ONE AND ONE- HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. R. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. S. ALL HOURS WORKED ON SUNDAYS BETWEEN THE HOURS OF 12:OOAM SUNDAY AND 6:00AM MONDAY AND ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. T. ALL HOURS WORKED ON SATURDAYS,EXCEPT MAKE-UP DAYS,SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED AFTER 6:OOPM SATURDAY TO 6:00AM MONDAY AND ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. U. ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS (EXCEPT LABOR DAY) SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT THREE TIMES THE HOURLY RATE OF WAGE. W. ALL HOURS WORKED ON SATURDAYS AND SUNDAYS(EXCEPT MAKE-UP DAYS)SHALL BE PAID AT ONE AND ONE- HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. BENEFIT CODE KEY-EFFECTIVE 03404-98 -2- 2. ALL HOURS WORKED IN EXCESS OF EIGHT(8)HOURS PER DAY OR FORTY (40)HOURS PER WEEK SHALL BE PAID AT ON* AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. A. THE FIRST SIX (6) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED IN EXCESS OF SIX(6)HOURS ON SATURDAY AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. B. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. C. ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. D. ALL HOURS WORKED ON SATURDAYS AND SUNDAYS SHALL BE PAID AT ONE AND ONE-HALF TINES THE HOURLY RATE OF WAGE. THE FIRST EIGHT (8) HOURS WORKED ON HOLIDAYS SHALL BE PAID AT STRAIGHT TIME IN ADDITION TO THE HOLIDAY PAY. ALL HOURS WORKED IN EXCESS OF EIGHT(8)HOURS ON HOLIDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. E. ALL HOURS WORKED ON SATURDAYS OR HOLIDAYS(EXCEPT LABOR DAY)SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS OR ON LABOR DAY SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. F. THE FIRST EIGHT(8)HOURS WORKED ON HOLIDAYS SHALL BE PAID AT THE STRAIGHT HOURLY RATE OF WAGE IN ADDITION TO THE HOLIDAY PAY. ALL HOURS WORKED IN EXCESS OF EIGHT(8)HOURS ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. G. ALL HOURS WORKED ON SUNDAY SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON PAID HOLIDAYS SHALL BE PAID AT TWO AND ONE-HALF TIMES THE HOURLY RATE OF WAGE INCLUDING HOLIDAY PAY. J. ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON PAID HOLIDAYS SHALL BE PAID AT TWO AND ONE-HALF TIMES THE HOURLY RATE OF WAGGO INCLUDING THE HOLIDAY PAY. ALL HOURS WORKED ON UNPAID HOLIDAYS SHALL BE PAID AT TWO TR4ES HOURLY RATE OF WAGE. M. ALL HOURS WORKED ON SATURDAYS, SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. 0. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT ONE AND ONE-HALF TINES THE HOURLY RATE OF WAGE. 4. A. ALL HOURS WORKED IN EXCESS OF EIGHT(8)HOURS PER DAY OR FORTY(40)HOURS PER WEEK SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SATURDAYS, SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. HOLIDAY CODES 5. A. HOLIDAYS: NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY,FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(7). B. HOLIDAYS: NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY,FRIDAY AFTER THANKSGIVING DAY,THE DAY BEFORE CHRISTMAS,AND CHRISTMAS DAY(8). C. HOLIDAYS: NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(8). D. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AND SATURDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(8). G. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE LAST WORK DAY BEFORE CHRISTMAS DAY,AND CHRISTMAS DAY(7). H. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, THANKSGIVING DAY, THE DAY AFTE 0 THANKSGIVING DAY,AND CHRISTMAS(6). I. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, AND CHRISTMAS DAY(6). BENEFIT CODE KEY-EFFECTIVE 034)4-98 -3- • N. HOLIDAYS: NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS'DAY,THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(9). 0. PAID HOLIDAYS: NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY,AND CHRISTMAS DAY(6). Q. PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, AND CHRISTMAS DAY(6). R. PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, DAY AFTER THANKSGIVING DAY,ONE-HALF DAY BEFORE CHRISTMAS DAY,AND CHRISTMAS DAY.(7 12). S. PAID HOLIDAYS: NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY,THANKSGIVING DAY,AND CHRISTMAS DAY(7). T. PAID HOLIDAYS: SEVEN(7)PAID HOLIDAYS. U. PAID HOLIDAYS: NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY,CHRISTMAS DAY,AND A DAY OF THE EMPLOYEES CHOICE(7). V. PAID HOLIDAYS: SIX(6)PAID HOLIDAYS. W. PAID HOLIDAYS: NINE(9)PAID HOLIDAYS. X. HOLIDAYS: AFTER 520 HOURS-NEW YEAR'S DAY,THANKSGIVING DAY AND CHRISTMAS DAY. AFTER 2080 HOURS NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY,CHRISTMAS DAY AND A FLOATING HOLIDAY(8). Y. HOLIDAYS: NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,PRESIDENTIAL ELECTION DAY, THANKSGIVING DAY,THE FRIDAY FOLLOWING THANKSGIVING DAY,AND CHRISTMAS DAY(8). . Z. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS DAY, THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(8). 6. C. HOLIDAYS: NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY,THE DAY AFTER THANKSGIVING DAY,THE LAST WORK DAY BEFORE CHRISTMAS DAY,AND CHRISTMAS DAY(9). D. PAID HOLIDAYS: NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY,THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS DAY,THE DAY BEFORE OR THE DAY AFTER CHRISTMAS DAY(9). H. HOLIDAYS: NEW YEAR'S DAY,MARTIN LUTHER KING JR.DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY, THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(8). I. PAID HOLIDAYS: NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY,FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(7). L. HOLIDAYS: NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, THE LAST WORKING DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY.(8) Q. PAID HOLIDAYS: NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY,THE DAY AFTER THANKSGIVING DAY AND CHRISTMAS DAY. UNPAID HOLIDAY: PRESIDENTS'DAY. R HOLIDAYS: NEW YEAR'S DAY; MARTIN LUTHER KING, JR. DAY; WASHINGTOMS BIRTHDAY; MEMORIAL DAY; INDEPENDENCE DAY; THANKSGIVING DAY; THE FRIDAY AFTER THANKSGIVING DAY; AND CHRISTMAS DAY(8). S. PAID HOLIDAYS: NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,CHRISTMAS EVE DAY,AND CHRISTMAS DAY(8). T. PAID HOLIDAYS: NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, THE LAST WORKING DAY BEFORE CHRISTMAS DAY,AND CHRISTMAS DAY(9). BENEFIT CODE KEY-EFFECTIVE 03-04-98 -4- 6. U. PAID HOLIDAYS: NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,THE DAY BEFORE CHRISTMAS DAY,CHRISTMAS DAY,AND A FLOATING HOLIDAY(9). V. PAID HOLIDAYS: NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY,DAY AFTER THANKSGIVING DAY,CHRISTMAS EVE DAY,CHRISTMAS DAY, EMPLOYEE'S BIRTHDAY, AND ONE DAY OF THE EMPLOYEE'S CHOICE(10). W. PAID HOLIDAYS: NEW YEAR'S DAY,DAY BEFORE NEW YEAR'S DAY,PRESIDENTS DAY,MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, DAY AFTER THANKSGIVING DAY, CHRISTMAS DAY,DAY BEFORE CHRISTMAS DAY(10). X. PAID HOLIDAYS: NEW YEAR'S DAY, DAY BEFORE OR AFTER NEW YEAR'S DAY, PRESIDENTS DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, DAY AFTER THANKSGIVING DAY,CHRISTMAS DAY,DAY BEFORE OR AFTER CHRISTMAS DAY,EMPLOYEE'S BIRTHDAY(11). NOTE CODES 8. A. THE STANDBY RATE OF PAY FOR DIVERS SHALL BE ONE-HALF TIMES THE DIVERS RATE OF PAY. IN ADDITION TO THE HOURLY WAGE AND FRINGE BENEFITS,THE FOLLOWING DEPTH PREMIUMS APPLY TO DEPTHS OF FIFTY FEET OR MORE: OVER 50'TO 100'-$1.00 PER FOOT FOR EACH FOOT OVER 50 FEET OVER 100'TO 175'-S2.25 PER FOOT FOR EACH FOOT OVER 100 FEET OVER 175'TO 250'-$5.50 PER FOOT FOR EACH FOOT OVER 175 FEET OVER 250'-DIVERS MAY NAME THEIR OWN PRICE,PROVIDED IT IS NO LESS THAN THE SCALE LISTED FOR 250 FEET C. THE STANDBY RATE OF PAY FOR DIVERS SHALL BE ONE-HALF TIMES THE DIVERS RATE OF PAY. IN ADDITION TO THE HOURLY WAGE AND FRINGE BENEFITS,THE FOLLOWING DEPTH PREMIUMS APPLY TO DEPTHS OF FIFTY FEET OR* MORE: OVER 50'TO 100'-$1.00 PER FOOT FOR EACH FOOT OVER 50 FEET OVER 100'TO 150'-$1.50 PER FOOT FOR EACH FOOT OVER 100 FEET OVER 150'TO 200'-$2.00 PER FOOT FOR EACH FOOT OVER 150 FEET OVER 200'-DIVERS MAY NAME THEIR OWN PRICE D. WORKERS WORKING WITH SUPPLIED AIR ON HAZMAT PROJECTS RECEIVE AN ADDITIONAL$1.00 PER HOUR E. ALL CLASSIFICATIONS, INCLUDING ALL APPRENTICES, REPORTING TO AN EMPLOYER'S DESIGNATED JOB HEADQUARTERS AND WORKING A MINIMUM OF FOUR(4)HOURS IN ANY ONE(1)DAY SHALL RECEIVE A PER DIEM ALLOWANCE OF TWENTY-FOUR DOLLARS($24.00)IN ADDITION TO THE PREVAILING HOURLY RATE OF WAGE AND FRINGE BENEFITS. L. WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS - LEVEL A: S0.75, LEVEL B:$0.50, AND LEVEL C:S0.25. M. WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS: LEVELS A & B: S1.00, LEVELS C&D:$0.50. N. WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS-LEVEL A:S1.00,LEVEL B:S0.75,LEVEL C:$0.50, AND LEVEL D:$0.25. Devag of Labor grid G,ditstries STATEMENT OF INTENT Prevailing Wage ' PO Box 44540 - TO PAY PREVAILING WAGES lympia WA 985044540 THIS FORM MUST BE TYPED ORPRINTED IN INK Public Works Contract HI Inco=lere forms cannot be Rrocersed and will be returned without approval $25.00 Fling Fee Required Large,bold manbers match insuuctions on back of forth. 2 Projocs Name Comnce w Amu&%w a xw row of 10 worikp days far poms-v iam to ar wa Depwrow(ft4m w raw lama _:ALL FORMS WILL BE MAILED T0' THIS ADDRESS Coo¢aa Awarding Agency 1 Organization name,address,city.state&ZLP+a ...---.---.......................................................................................................................... ............ City stain ZIP+4 ................................................... ............................................................................................... Coemty where work will be pctfcr=od Cuy where work will be performed _-� sir due date Date contract awarded Prime contractor L&I Comr.Registration No.. Do you iatrad to use mb000traaeas? Do you intend to use appresitices? Yet � No (D Yes Za No Indicate total dollar amount of your contract Is GafrltradeJoccupatitm 4 Rite of Rau of Hourly EsLimated Number 3 Hourly Pay 5 Fringe Benefits 6 of Worken ... -:.: i :µ...... ::.2•'.2':":M'-.w...,,...-:::;' ,:;act.::..:.::::::::::::::::>: . :2 }........ a. I hereby certify that the above iafomeation is co==and that aIl workers I 8 Cody name anploy on this Public Wor}.s Project will be paid no less than the Prevailing Wage Ratc(s)as dcu=nined by the IndusuW Stausucim of the Deparancat Address of Libor and Industries.I imdestand that c ootraaon who vioiate Prevailing Wage Ltws,i.e,incorrect ciasafica*ioniscope of wort of workem,iIIl* ' - paynxnt of prevailing wages,cxc.,are subjaa to fines and/or debarmmc and St ZIP+4 will be req=rcd to pay any back wages due to wadkem- RCW 39.12-050 ry ate 7 NOTARY: Complete all 4 copies and notary each Phone number L&1 Contra Registration No. Subscnbed and sworn to before me this data: My commission expires on ( ) Notary Public in and for the Stan Signature Title of Signature �}1O1II1� Check Number: For L&I Use Only Issued By: 7 APPROVED: Department of Labor and Industries F-LAI �:,a U.any By Iwd.ural seem F700-029-000�of mesa w pr 6-93 Dismb u= Whiz-Awardm[Aamey caawy-LAI Pink-Prime Cmoaaa Gddo:d-snbaofasera INSTRUCTIONS TO COMPLETE THE STATEMENT OF INTENT TO PAY PREVAILING WAGES Incomplete forms cannot be processed and will be returned without approval.. This form must by TYPED OR PRINTED IN INK,completed in its entirety,and all 4 copies submitted with the processing fee of$25.00 to: Note: Please fold in thirds using marks along the left edge so the address will show in a MANAGEMENT SERVICES window envelope. DEPARTMENT OF LABOR AND INDUSTRIES PO BOX 44835 OLYMPIA WA 98504-4835 Approval of this intent will be based on the information provided by the contra=r/subcontractor. It does not signify approval of the classifications of tabor used by the contractor/subcontractor. After the Industrial Statistician has approved the Statement of Intent to Pay Prevailing Wages,the --— department will return 3 copies to the organization indicated on the form. Please call(206)956-5335 if you have questions. NOTE: Please do not submit this form to our office if the`Awarding Agency"is a federal entity. Complete the form as follows: NOTE: Numbers on instructions match large bold numbers on front of form. 1. The company name and address to which your forms should be mailed. 2- Project Name-The name of the project Contract Number-This is the number of the contract between the awarding agency and the prime contractor • Contract Awarding Agency-This is the name of the public agency that awarded the contract to the prime contractor. Address,City,State,ZIP+4-This is the address of the contract awarding agency. County where work was performed-This is the county in which the actual work will be performed. City where work was performed-This is the city in which the work will be performed. If the work will be performed outside the limits of any city.write'rVa'in this space_ Bid Due Date-This is the date that the bids irorm prime contractors were due for submission to the contract awarding agency. Date Contract Awarded-This is the date the contract was awarded to the prime contractor by the awarding agency. Prime Contractor-This is the company tttat signed the contract with the contract awarding agency. Do you Intend to use subcontractors?-•Irnclicate'Yes"or-No'. Do you Intend to use apprentices?-Indcate'Yes'or'No'. If-Yes',please see Note at the bottom of this page. NOTE: wages are bed to the"M Due gate-.if the'Dare Contract Awarded-is six months or more after the bid due date,wages will be based on that award date. 3. list each craftltrade/oor upation of workers to be employed on this project If this is residential,landscape,or underground sewer.and water construction,please state so on the form. --- If operating engineers and/or truck drivers will be used,describe the type,and fist the size or rated capacity of the equipment If the work will be performed by owners/partners, state 'Owner/operator' under the 'Craft' section, and sections 4, 5 and 6 need not be completed. (Individuals who own less than 30%of the company are not considered to be owners/operators,and must be paid prevailing wage.) 4. Enter the rate of hourly pay for each crafVtrade/occupation classification. This is the wage you will actually pay to the workers. 5. Enter the rate of hourly fringe benefits. This is the cost of fringe benefits, as defined by RCW 39.12-010, that you will actually pay to the workers. The amount listed for-Rate of Hourly Pay'plus the amount listed for'Rate of Hourly Fringe Benefits', if any, must equal or exceed the prevailing rate of wage. 6. Enter the estimated number of workers for each crafVtrade/occu pat on. 7. -Notary'- Ensure this area is completely filled out and each copy notarized. 8. Indicate your company's name,address,phone number and the signature of an authorized representative. • Forms without signatures will be returned. Industrial Statistician NOTE: Do not list apprentices or apprentice wages on this Statement of Intent. If you intend to use ESAC Division apprentices on this project, they must be listed on the Affidavit of Wages Paid (F700-007-000), and registered PO Box 44540 with the Washington State Apprenticeship and Training Council. Any workers not registered as such must be paid prevailing journeyman wages. Apprentices not registered with the Washington State Apprenticeship and Olympia WA 98504-4540 Training Council within 60 days of hiring, must be paid prevailing journeyman wages for the time preceding the (206)956-5335 date of registration To verifv acorenticeshio registration and status call 12061 956-5324. Department of Labor and Industrie3 AFFIDAVIT OF WAGES PAID Prevailing Wage PO Box 44540 '�` pia WA 98504 asao Public Works Contract orTHIS FORM MUST BE TYPED OR PRINTED IN INK $25.00 Filing Fee Required /. complete fo=carusot be processed and will be returned without aRproyal Large,bold numbers match instructions on back of form. 2 Project Name Ptssr s , a minim r of r0 w*dxV drys tar$ .g►ens fr dsar/r papersmanf no+nw yaw forma AL'LFORMS'WILL BE MAILED TO THIS ADDRESS:- C—ar Dam Intent filed 1 organization name,addrssa,city,suit&-ZSP+4 Conran Awarding Agency ........................... __.. - Address .............................. _......._.....__.. _... __ _ City Sure ZIP+4 t county whore wade was performed City whore wodk was performed Prime contractor L&I Contr.Registration No. Bid due date Due contract awarded Daft wool completed - Indicam total dollar amount of your contract —aw- I $ 3 d� p � 4 Number5 Total N hrs 6 Rate of 7 Rate of Hourly $ Apprentices: of Workers : worked-ea trade: Hourly Pay Fringe Benefits (Sera sa m beck of tom) l a L "::::: '.... It ..... -: :. K-i �v £� 3 - ?�:i } ..ham.. +^.' °••.icy: err -+$�"`•�}%<:`.5:: .Y'^fin................... .............. " Cr• •Kv L t 4 l US% , t t . l , : 1 4 Q (fy I hereby comfy that the above information is carrem and that aIl vodkas I 9 County na1DC employed on 11--Public Works Proycat were paid no less thaw the Pr=vaamg Wage Ratc(s)as determined by the Industrial Statistician of the Department Address of Labor and Industries.I umdasrand that eontncsoa who violate Prevailing Wage Laws,ic-incorrect e>>mfi—tim/scupe of weak of walks,improper payment of prevailing wages,at,are subj=to fins and/or debarment and City State 71P+4 will be requi=d to pay any back wages due w wt>olta. RCW 39.12-050 10 NOTARY: Complete all 4 copies and notarize each Phone ntttnba L&1 Contr.Registration No. Subscribed and swom to before me this due: fly commission expires on ( ) Notary Public in and for the State Signature Title of Signature Anoint: Check Number-- For L&I Use Only. Issued By: Ali IgIED: Department of Labor and Industries t-t.t atara s— u-cry By wri F700.007-000 ar5davo of wagm 6 93 Disvibut— Whine-LJJ Canty-A.-Wms Amy Pink-Prime Cmtnetor Gddvrod.Subeooaac+a .1 INSTRUCTIONS TO COMPLETE THE AFFIDAVIT OF WAGES PAID NOTE: Please do not submit this form to our office If the"Awarding Agency"is a federal entity. Certification of this affidavit will be based on the information provided by the contractor/subcontractor. It does not signify approval of the classifications of labor used by the contractor/subcontractor- After the Industrial Statistician has certified the Affidavit of Wages Paid,the department will return 3 copies to the organization indicated on the form. Please call(206)956-5335 if you have questions. Incomplete forms cannot be processed.and will be returned without certification. This form must by TYPED OR PRINTED IN INK, and all 4 copies submitted with the processing fee of$25.00 to: Note: Please fold in thirds MANAGEMENT SERVICES DEPARTMENT OF LABOR AND INDUSTRIES using marks along the left PO BOX 44835 edge so the address will OLYMPIA WA 98504-4835 show in a window envelope. Complete the form as follows: NOTE Numbers on Instructions match large bold numbers on front of this form. 1. The-company name and address to which your forms should be mailed. 2. Project Name-The name of the project Contract Number-This is the number of the contract between the awarding agency and the prime contractor Date Intent Fled-This is the date that you sent the Statement of Intent to Pay Prevailing Wages to the department for approval. Contract Awarding Agency-This is the name of the public agency that awarded the contract to the prime contractor. Address,City;State,ZIP+4-This is the address of the contract awarding agency. County where work was performed-This is the county in which the actual work was performed. City where work was performed-This is the city in which the work was performed. If the work was performed outside the limits of any city, write In/a'in this space. Bid Due Date-This is the date that the bids from prime contractors were due for submission to the contract awarding agency. • Date Contract Awarded-This is the date the contract was awarded to the prime contractor by the awarding agency. Date Work Completed-This is the date your portion of the contract was completed. Prime Contractor-This is the company that signed the contract with the contract awarding agency. NOTE: Wages are tied to the"Bid Due Date':if'Date Contact Awarded"Is six montns or more after the bid due date,wages will be based on that award date. 3. List each craftJtrade/occupation of workers employed on this project If this is residential, landscape, or underground sewer and water construction,please state so on the form. If operating engineers and/or truck drivers have been used,describe the type,and Est the size or rated capacity of the equipment If the work was done by owners4mMers,state'Owner/operator'under the-Crafr.section. Sections 4, 5, 6, 7 and 8 need not be completed. (Individuals who own less than 30%of the company are riot considered to be ownerstoperators,and must be paid prevailing wage.) 4. List the actual number of journey-level workers employed in the craft/trade/occupation indicated on this project ___5. List the total number of hours worked by each aaftrtrade/occupation. 6. Enter the rate of hourly pay for each aaff/trade/occupation classification. This is the wage you actually paid to the workers. 7. Enter the rate of hourly fringe benefits_ This is the cost of fringe benefits,as defined by ROW 39.12.010.that you actually paid to the workers. The amount listed for'Rate of Hourly Pay'plus the amount listed for'Rate of Hourly Fringe Benefits',if any,must equal or exceed the prevailing rate of wage. 8. If apprentices have been employed on this project list each by name, registration number,stage of progression,date of hire by the company, craft,and rate of hourly pay and fringe benefits_ This information must be indicated for each craft listed for each apprentice. If you need more space to Est apprentices,use additional forms. Any workers not registered with the Washington State Apprenticeship and Training Council must be paid prevailing journeyman wages. Any apprentice not registered with the Washington State Apprenticeship and Training Council within 60 days of hiring must be paid prevailing_ journeyman wages for the time preceding the date of registration. To verity apprenticeship registration and status,call(206)956-5324. 40 9. Indicate company's name, address, phone number and signature of an authorized representative. Forms without signatures will be returned. 10. 'Notary'-Ensure this area is completely filled out and each copy notarized. RETAINAGE: Contractors are responsible for ensuring that subcontractors obtain and file Affidavits of Wages Paid. This is required by law; retainage can not lawfully be released until such affidavits are filed. CERTIFICATION OF PAYMENT OF PREVAILING WAGES Date: Ref: Pay Estimate No. Project:NW 7th Street Sewer Replacement(Directional Drill) CAG No. This is to certify that the prevailing wages have been paid to our employees and our subcontractors' employees for the period from through in accordance with the Intents to Pay Prevailing Wage filed with the Washington State Department of Labor & Industries. This form will be executed and submitted prior to or with the last pay request. Company Name By: Title: • • • WSDOT AMENDMENTS • • WSDOT AMENDMENTS is The following WSDOT Amendments shall be used in conjunction with the WSDOT/APWA 1994 Standard Specifications for Road, Bridge and Municipal Construction, with the Renton Transportation Supplemental Specifications and with any project specific Special Provisions contained within the contract document. The following "Index to WSDOT Amendments," has expanded the Index issued by WSDOT to show subsections and to signify (with the letters SAX followed by the subsection number) specific subsection amendments that have been issued by WSDOT but are not used by the City of Renton. Those SAX subsections have been deleted from this document. The following Amendments to the Standard Specifications are made a part of this contract and supersede any conflicting provisions of the Standard Specifications. In case of conflict, the order of precedence of the various contract documents shall be as specified in Section 1-04.2 as modified by the Renton Transportation Supplemental Specifications. For informational purposes, the date following each Amendment title indicates the implementation date of the Amendment or the last date of revision by WSDOT. • • Table of Contents WSDOT Amendments SECTION 1-02, BID PROCEDURES AND CONDITIONS SEPTEMBER 5, 1995.......................................................1 1-02.6 PREPARATION OF PROPOSAL........................... 1 1-02.13 IRREGULAR PROPOSALS..................... ......................................... 1 SECTION 1-04,SCOPE OF THE WORK SEPTEMBER 5, 1995..................................................................................1 1-04.1 INTENT OF THE CONTRACT........................................................................................................................................ 1 1-04.1(1) BID ITEMS INCLUDED IN THE PROPOSAL................................................................................................................. 1 1-04.1(2) BID ITEMS NOT INCLUDED IN THE PROPOSAL..................... ............................. 1 1-04.4 CHANGES................... 1 1-04.6 INCREASED OR DECREASED QUANTITIES.................................................................................................................... 1 SECTION 146, CONTROL OF MATERIAL NOVEMBER 27, 1995............................................................................1 1-06.4 HANDLING AND STORING MATERIALS.................................. 2 1-06.5 FOREIGN-MADE MATERIALS......................................................................................................................................2 SECTION 1-07,LEGAL RELATIONS AND RESPONSIBQ,ITIES TO THE PUBLIC FEBRUARY 5, 1996.............2 1-07.3(2) M.ERCHANTABLETIMBERREQUIREMENTS..............................................................................................................2 1-07.5 WILDLIFE, FISHERIES, AND ECOLOGY REGULATIONS..................................................................................................3 1-07.5 Fish and Wildlife. and Ecology Regulations...........................................•--...........................................................3 1-07.5(1) GENERAL.................... 3 1-07.5(2) STATE DEPARTMENTS OF WILDLIFE AND FISHERIES......................................•-.••------.---.........-•---.............................3 1-07.j(7) State Department of Fish and Wildlife............................................................................................................. • 1-07.8 VACANT................................................................................................................... 3 1-07.8 High Visibility Apparel...................•-----...............................------.......----.......................................................... -..3 1-07.11(2) EQUALEMPLOYMENTOPPORTUNI YPOLICY...................................... 3 1-07.11(4)A SUPERVISORY PERSONNEL.................................. 4 1-07-11(4)B EMPLOYEES, .APPLICANTS, AND POTENTIAL EMPLOYEES....................................................................................4 1-07.11(7)A SPECIALTR NINGPROVISIONS....................... 4 1-07.11(7)C ACCEPTABLE TRAINING PROGRAMS................................. 4 1-07.11(7)D TRAINING PROGRAM APPROVAL.......................................................................................................................4 1-07.11(8) UNIONS............................................................. 4 1-07.11(9) SUBCONTRACTING........................................... 4 1-07.11(9) Subcontracting, Procurement of Materials, and Leasing of Equipment..........................................................a 1-07.11(10)A GENERAL.......................................................................................................................................................5 1-0 7.1 1(10)B REQUIRED RECORDS AND RETENTION............................................................... 5 SAX I-07.18 (PUBLICLL4BILI7YAND PROPERTY DAMAGEINSURANCE).......................................................................................5 1-07.23(3)C TRAFFIC CONTROL PLANS ....................................................................................................................... ......5 1-07.23(3)E TRAFFIC CONTROL LABOR.... 5 1-07.23(3)F CONSTRUCTION SIGNS......................................... 6 1-07.23(3)G TRAFFIC CONTROL MANAGEMENT....................................................................................................................6 SILY 1-07.23(3)H (BARR/GIDEs. FL.IsHERsAND OTHER CHANNEjz4T/ON DEYICES) .................................................................7 SA,Y 1-07-23(5)B (MEAsuREkfE:vT)............................................. 7 SA,Y I-07.'3(S)C (PArMFM)................................................................................................................................................7 SECTION IA9,MEASUREMENT AND PAYMENT APRIL 10, 1995..........................................................................7 SAX 1-09.9 (PArMEN/TS)......................... 7 1-09.10 PAYMENT FOR SURPLUS PROCESSED MATERIALS......................................................................................................7 • SECTION 2-03, ROADWAY EXCAVATION AND EMBANKMENT JULY 18, 1994.................................................7 2-03.3(7)C CONTRACTOR-PROVIDED DISPOSAL SITE........ 7 2-03.3(14)I EMBANKMENTS AT BRIDGE AND TRESTLE ENDS-•...........................................................•----•--.............................8 S4,Y 2-03.S P.a Yr>tE7vT)................................................................................................................ WSDOT AMENDMENTS Page W- i WSDOTAMD.DOC 3/12/96 RLE SECTION 2-04,HAUL SEPTEMBER 5, 1995......-----------_------..._.........._...............------------.............•---•-•---•-------.----•---.8 2-04.4 MEASUREMENT ........................................ ........................ SECTION 2-07,WATERING FEBRUARY 13, 1995 ---------•'•"""" 2-07.5 PAYMENT........................•---.......--•---•--.....----••-----•--..........---.....................---..............-•---•-•-----•-----•-•-----•-----••-•••-•-..... 8 SECTION 2-09,STRUCTURE EXCAVATION,IiJLY 31, 199 ........................... ....................................... 2-09.2 VACANT............................................................................................•--............................................ 2-09.2 Materials........................................................................... ................................................................................. 8 2-09.3(1)E BACK.FILLING.................. . ........................---•-................................................................................. -.... 8 2-09.3(4) CONSTRUCTION REQUIREMENTS, STRUCTURE EXCAVATION, CLASS B.................................................................... 2-09A MEASUREMENT ....................................................................................................................................................... 9 2-09.5 PAYMENT.................... .............................---•......................................................... .............................. 10 SECTION 2-12 CONSTRUCTION GEOTEXTILE (INSTALLATION REQUIREMENTS) OCTOBER 30, 1995... 10 2-12 CONSTRUCTIONGEOTEXTILr. (INSTALLATIONREOUIRF-WE'NTS).......-•--•-----..... ............. 10 2-12.1 Description...................................................................................................... 2-12.2 Materials............................................•--..................................................................... 2-12.3 Construction Requirements..................................................................................... 2-12.3(I) Underground Drainage.................................................. .............................................................................. 11 2-12.3(2) Separation............................ ..........................................•--•................. II 2-12.3(3) Soil Stabilization.--•..................••--........................_............................... 2-12.3(4) Permanent Erosion Control and Ditch Lining ................................................•---............................................ 11 2-12.3(5) Temporary Silt Fences......--•........................•--................... 13 2-12.4 Measurement................................................•--....................................................................................... 2-12.5 Payment....................................•---...................--•--•--•--....................................................--•-----...........-- 13 SECTION 3-01,PRODUCTION FROM QUARRY AND PIT SITES FEBRUARY 13, 1995..................................... 13 . 3-01.4(1) ACQUISITION AND DEVELOPMENT...................................................................................................... . SECTION 3-03,SITE RECLAMATION FEBRUARY 13, 1995.................................................•......_---••--•--........._..... 13 .............. 13 3-03.2(2) CONTRACTOR-PROVIDED SITES...................................................... ...................................•....... 14 3-03.3(2) CONTRACTOR- PROVIDED ITES........................................................................... ............................................... 14 3-03.5(2) CONTRACTOR-PROVIDED SITES........................................................................... SECTION 5-01,SUBSEALING DECEMBER 27, 1994................................................................................................ 14 5-01.2 MDcDESICN........................................................ .................................................................................................. 14 SECTION 5-04,ASPHALT CONCRETE PAVEMENT DECEMBER 27, 1994.................. 5-04.3(10)B CONTROL...................................................................................................................................................... 14 . .......................................................... 14 5-04.3(14) PLANUJG BrIUMINous PAVEMENT.................................................. .............-...........................---...................... 14 5-04.3(14)A HEATERPLANING................................................................................ ..... 14 5-04.3(14)B COLDPLANING......................................................................................................................................... SECTION 5-05, CEMENT CONCRETE PAVEMENT NOVEMBER 27, 1995........................................................... 15 5-05.3(1) PROPORTIONING MATERIALS........................ ---••---.....--•--••---.....--•--•................................................................... 15 5-05.3(1)A ALTERNATE CONCRETE MIX DESIGN FORPAViNG....--•--••........................................... ................................... 15 5-05.3(10) TIE BARS AND DOWEL BARS........................................................................................ 5-05.3(12) SURFACE SMOOTHNESS..................................................................................... 5-05.3(19) REINFORCED CONCRETE BRIDGE APPROACH SLABS........................................................................................... 16 5-05.4 MEASUREMENT .......................................................................................................• ................... 5-05.5 PAYMENT.......................................................................•--..................................................................................... 16 SECTION 6-01,STRUCTURES FEBRUARY 22, 1994.......................................•••••--•--• .........................•--•-•---•----•-..... 17 • 6-01.9 WORKING DRAWINGS .........-•...................................................... SECTION 6-02, CONCRETE STRUCTURES NOVEMBER 27, 1995............................................... 9 WSDOT AMENDMENTS Page W- WSDOTAMD.DOC 3/12/96 RLE 6-02.1 DESCRIPTION..........................................................................................................................................................17 6-02.2 MATERIaLs .......................................................•................ . 6-02.3 CONSTRUCTION REQUIREMENTS.......................................... 6-02.3(1) CLASSIFICATION OF STRUCTURAL CONCRETE......................................................................... ............................. 17 6-02.3(2) PROPORTIONING MATERIALS................................ 2.3(2)A CONTRACTOR-PROVIDED Mix DESIGN.............. -02.3(2)B COMMERCIAL CONCRETE.......,.••- , 6-02.3(2)C CONTRACTING AGENCY-PROVIDED MIX DESIGNS.................................................................•. 6-02.3(2)D LEAN CONCRETE.................................................•---••....------ .......................................... 19 -02.3(3) ADMDcruREs......................................................................................................................................................20 6-02.3(3)A COMPATIBILITY...................... 6-02.3(3)B AIR-ENTRAINMENT ADMDcruRE.......................................... 6-02.3(3)C WATER-REDUCING ADMI)nURE..........................••......................-...-.....--...........-. 6-02.3(3)D HIGH-RANGE WATER REDUCING ADMDCIlJRE..........................................•.......-............................ .....-..-......-.21 6-02.3(4) READY-MD:CONCRETE •.. ...-.--.-..-••• 6-02.3(4)A QUALIFICATION OF CONCRETE SUPPLIERS..... ......•...................................................••--•--...........-...-....-...........-.21 6-02.3(4)B HAND MIXING....................... ................. 6-02.3(4)C CONSISTENCY .......................................................22 ................... . ..........•...-...--......- 6-02.3(4)D TEMPERATURE AND TIME FOR PLACEMENT........................... .......... -.......... 22 6-02.3(4)E AIR-ENTRAINMENT .....................------- ......--------- ..--•...........................22 ........................... 6-02.3(5) ACCEPTANCE OF CONCRETEL. ....................................................... 6-02.3(5)A GENERA .................. 6-02.3(5)B CERTIFICATION OF COMPLIANCE........................................................................................... ..........................23 6-02.3(5)C CONFORMANCE TO MD:DESIGN 6-02.3(5)D TEST METHODS.......•- ...............................................•---.........................24 6-02.3(5)E POINT OF ACCEPTANCE.................................................................................................. 7 6-02.3(5)F WATER/CEMENT RATIO CONFOR-MANCE...................................... .................................. •.......................... .-...24 6-02.3(5)G SAMPLING AND TESTING FREQUENCY FOR TENPERATURE• CONSISTENCY, AND AIR CONTENT...-,-.•.-•--•-••--,-,,,•„-24 6-02.3(5)H SAMPLING AND TESTING FOR COMPRESSIVE$TRENGTH......................................................... ...........................25 6-02.3(5)1 LIMITED ACCEPTANCE OF DEVIANT iv1ATERIAL.................................................................................................... 6-02.3(5)J MINOR DEVIATIONS(OPTIONAL PLACEMENT WITH PRICE ADJUSTMENT)............... 6-02.3(5)K REJECTING ...-•...---....25ECTING CONCRETE.......................................... . ...-... -02.3(5)L CONCRETE WITH NON-CONFORMNG STRENGTH(CONTRACTOR DESIGN OR COMMERCIAL)................................26 6-02.3(5)M CONCRETE Wn-H NON-CONFORMING STRENGTH(CONTRACTING AGENCY PROVIDED)......................................27 6-02.3(6) PLACING CONCRETE......................................... 27 6-02.3(6)A WEATHER AND TEMPERATURE LI,lM TS TO PROTECT CONCRETE................................. ................... ........... ...........29 6-02.3(6)B PLACING CONCRETE IN FOUNDATION$EAIs................•....--..•.......-............... ..................•---••--...................--•..30 6-02.3(6)C DEWATERING CONCRETE SEALS AND FOUNDATIONS........................................ 30 6-02.3(6)D VACANT .......... ........•.... ................ . 6-02.3(10) RoADWAY SLABS.-..••-••...........•••......................•.......... 6-02.3(11) CURING CONCRETE................. . . . 6-02.3(16) PLANS FOR FALSEWORx AND FORMWORY................................................................-................................ 6-02.3(17)B ALLOWABLE DESIGN STRESSES AND DEFLECTIONS................................. 6-02.3(17)1 FACE LUMBER, STUDS, WALES, AND METAL FORMS................................................................. 6-02.3(20) GROUT FOR ANCHOR BOLTS AND BRIDGE BEARINGS........................... 6-02.3(24)C PLACING AND FASTENING ...................32 .-'................................................................................................................ 6-02.3(25) PRESTRESSED CONCRETE GIRDERS.................. ............32 6-02-3(25)B CASTING -------- •......................................... .................. .....................33 6-02.3(25)K GIRDER DEfT-EC77ON.....................•-.-......-..--....-.-.-........-.................... ..-..... ...... .......................................... ...........••••••••-••33 6-02.3(26)A SHOP DRAwINcs .................................................... ....................•---.-.-.--........ ............... .....................-------33 ...... ....33 6-02.3(26)F GROUTING .................................................... -02.4 MEASUREMENT..... ......... 34 • 6-02.5 PAYMENT............... . SECTION 64)3, STEEL STRUCTURES APRIL 10, 1995.............................................................................................34 6-03.3(7) SHOP PLANS...............................•--- ......----.34 6-03.3(28)A METHOD OF SHOP ASSEMBLY.........................................................................................................................34 WSDOT AMENDMENTS Page W- iii WSDOTAMD.DOC 3/12/96 RLE ................................................................................. 6-03.3(32) ASSEMBLING AND BOLTING................................. ..................................... 35 , 1995--------- . 10 ....._... .................................. SECTION 6-05,PILING APRIL .....-•---- 6-05.3(1)B DtuvlNc PLL ES.................................................................. • 35 35 35 ............................................................. 6-05.3(3)C CURING.--•...........................................•--- .................................................................................. 35 6-05.3(4)A STEEL CASINGS OR SHELLS............................................ ................ .................................................................................... 6-05.3(4)D PLACING CONCRETE.................................. SECTION 6-10, CONCRETE BARRIER SEPTEMBER 6, 1994....................................._......................---- 6-10.3 CONSTRUCTION REQUIREMENTS...............•-•--.....•--•-•--.............................................. SECTION 7-02, CULVERTS MAY 22, 1995........_.....-.........-............................................................................ 7-02.2 MATERIALS.........................•----..........................--•--•--•-•--•- ...................................................... 36 7-02.3(1) PLACING CULVERT PIPE-GENERAL.................................................................................................................... 36 7-02.3(5) PLUGGING E?GSTING CULVERTS................................................ ............ 7-02.5 PAYMENT..................................................................................................................... SECTION 7-03,STRUCTURAL PLATE PIPE,PIPE ARCH,ARCH,AND UNDERPASS JULY 3, 1995................ 36 36 7-03.5 PAYMENT....................................................... Y 22 1995 ........................................................ SECTION 7-04,STORM SEWERS MAY ._._....._.................. 7-04.2 MATERIALS-------•................................. 3 7-04.5 PAYMENT..... . ---------•.................................................................... SECTION 7-10,TRENCH EXC.,BEDDING,AND BACIUILL FOR WATER MAIMS JUNE 26, 1995..................37 7-10.2 MATERIALS..................................................•----....................... ----......... 7-10.3(9) BEDDING THE PIPE..........................................................................................................•---.......... .................... 37 7-10.3(9)A RIGID PIPE.............................. ........................................................................ ...................--- -•----------............ 37 7-10.3(9)B FLE;QBLE PIPF ......................•••-•-- --•--•.'--'-'-" ................. SECTION 7-11, PIPE INSTALLATIONS FOR WATER MAINS MAY 22, 1995.......................................................37 ........................ 7-11.3(13) CONCRETE THRUST BLOCKING ..............••••••--•••••••--•'•'••.............................. SECTION 7-12,VALVES FOR WATER MAIN S MAY 23, 1994........................•--.............._...................._ 7-12.2 MATERIPIs .................................................................................. 38 SECTION 7-17,SANITARY SEWERS JUNE 26, 1995........................................ ................... 38 •--•••................•-•••-••...................................................------..................... 7-17.2 MATERIALS......................•-------•---•--....... ..............-----...........---•--•-•--•- 38 7-17.5 PAYMENT.............................................. ...•................................................................. Y 23 1994.. ................................_....._........_............._.._..---......_...._.........38 SECTION 841,EROSION CONTROL MA , .. 38 8-01.3(4)A SEEDING ................................... 38 SECTION 8-02,ROADSIDE PLANTING SEPTEMBER 6, 1994----..------------------•-------•--------------•--------- 8-02.3(2)A CHEMICAL PESTICIDES...................................................... ................................................. 38 8-02.3(12) PLAN'1'ES-I'ABLISHMENT ...................•---..................•............. . .. ........................................................ SECTION 8-05, INTEGRAL CEMENT CONCRETE CURB SEPTEMBER 6, 1994....................................... »........ 39 8-05.2 MATERIALS................................................................................. SECTION 8-10, GUIDE POSTS AUGUST 8, 19 ................................................. 8-10.3 CONSTRUCTION REQUIREMENTS............................................................................. SECTION 8-11, GUARDRAII,DULY 31, 1995........_.-•................................................................................•- ........_. 39 • ........................................ 39 8-11.3(1)C ERECTION OF RAIL................................................... ................ 39 8-11.3(1)D ANCHOR INSTALLATION.................................................................•--............................................... WSOOT AMENDMENTS Page W- iv WSDOTAMD.DOC 3112/96 RLE 8-11.4 MEASUREMENT.......................................................................................................................................................39 8-11.5 PAYMENT...............................................................................................................................................................40 SECTION 8-17,IMPACT ATTENUATOR SYSTEMS FEBRUARY 13, 1995......---_...._........................................_,40 8-17 IMPACTA=NUATOR SY=kfS............................................•---------------.......................---------..........................40 8-17.1 Description........................................................................................................................................................40 8-17.2 Materials...........................................................................................................................................................40 8-17.3 Construction Requirements.................................................•---............................---.......-----................................40 8-17.4 Measurement......................................................................................................................................................40 8-17.5 Payment......................•------.........................................................---...............................-----................................41 SECTION 8-20, ILLUMINATION,TRAFFIC SIGNAL SYSTEMS,AND ELECTRICAL NOVEM33ER 27, 1995..41 8-20.1(2) INDUSTRY CODES AND STANDARDS.....................................................................................................................41 8-20.3(4) FOUNDATIONS..........................................................•--------•-......................................-----....................................41 SAX8 20.3(5) (CONDUIT) ...................................................................................................................................................41 8-20.3(12) PArNTING..........................................•--..........-----........................----..................................-•----------..............--•-.41 8-20.3(13)A LIGHT STANDARDS ........................................................................................................................................41 8-20.3(14)E SIGNALSTANDARDS..........................................................................................•---.........................................41 SAX 8-?0.5 (PAYMENT)........................................ .....41 SECTION 8-21, PERMANENT SIGNING JULY 3, 1995..............................................................................................41 8-21.3(9)C TIMBERPOSTS...............................................---............. .........................................................................41 8-21.3(9)D ALUMINUM STRUCTURES............................ .....................................................................................................42 8-21.3(9)F BASES........................................ .. ...•--.............................. ............................... ................---......................42 8-21.3(10)A SIGN LIGHTING LUMINAIRES...........................................................................................................................42 SECTION 3-21, PAVEMENT MARKINGS OCTOBER 30, 1995................................................................................42 • SAX 8-22.1 (DESCRIPTION)..................................................................................•--..............................------.........................42 8-22.3(7) REM OVAL OF PAVEMENT MARKINGS ..................................... ............•--.................--------•-----...............................42 .SAX 8-22.4 (AdEAsuRLvEVT)...............................................................................................................................................42 SAX8-22.5 (PArMENT)......................................................................... . ........ ............................... ..................................42 SECTION 9-01, PORTLAND CEMENT APRIL 10, 1995.............................................................................................42 9-01.1 TYPES OF CEMENT.---•...................................................................-........................................................................42 9-01.2(1) TYPE II PORTLAND CEMENT.................................................. .... ................................. ................................42 9-01.2(1) Portland Cement............................................................. ..- ........---................---... . --........------...................42 9-01.2(2) TYPE III PORTLAND CEMENT..............................................................................................................................42 9-01.3 TESTS AND ACCEPTANCE........................................................... ....................................... ..................................43 9-01.4 STORAGE ON THE WORK SITE.................. ............................43 SECTION 9-02, BITUMINOUS MATERIALS JUNE 26, 1995.....................................................................................43 9-02.1(4) PAVING ASPHALT................... .....43 9-02.1(4)B MODIFIED PAVING ASPHALT....................•----......................... ..........................................................................43 9-02.2(1) NOTICE OF SHIPMENT.................. ......44 9-02.2(1) Certification of Shipment...............................................__............................................................................44 SECTION 9-03,AGGREGATES NOVEMBER 27, 1995..............................................................................................44 9-03.1(4)C GRADING........................................... ---....................................44 ....................................................................... 9-03.8(6)A BASIS OF ACCEPTANCE.....................................................................................................................................45 9-03.11 RECYCLED CONCRETE RUBBLE.........................................•--------------.......................................................................45 9-03.11 Recvcled Portland Cement Concrete Rubble..................................................................................................... 45 9-03.15 BEDDING MATERIAL FOR RIGID PIPE......................................................................................................................45 SAX9-03.21 (REcrcLEDMATERLtL) .................................................................................................•--................................45 SECTION 9-04,JOINT AND CRACK SEALING MATERIALS MAY 22, 1995.........................................................45 9-04.2(1) JOINT SEALANTS FOR SAWED CONTRACTION JOINTS .............. ...._..........................-.............................................45 9-04.2(1) Hot Poured Joint Sealants................................................................................... .....................••---...........45 WSDOT AMENDMENTS Page W- v WSOOTAMD.DOC 3/12196 RLE ..................................................................... 9-04.10 CRACK SEALING-RUBBERIZED ASPHALT.................................. ...... 45...... 45 9-04.11 BUTYL.RUBBER............................................................................................................................................... SECTION 9-05,DRAINAGE STRUCTURES, CULVERTS,AND CONDUITS SEPTEMBER 5, 1995.....................46 • 9-05.0 ACCEPTANCE BY MANUFACTURERS CERTIFICATION................................................................................... 9-05.1(6) CORRUGATED POLYETHYLENE DRAINAGE TUBING DRAIN PIPE................................................................. 9-05.1(7) CORRUGATED POLYETHYLENE DRAIN PIPE.......................................................................................................... 46 9-05.2(7) PERFORATED CORRUGATED POLYETHYLENE DRAINAGE TUBING UNDERDRAIN PIPE.............................................. 9-05.2(8) PERFORATED CORRUGATED POLYETHYLENE UNDERDRAIN PIPE................•.•--•••• ................................................. 46 9-05.12 PVC SEWER PIPE.................................................................................................................................................. 46 9-05.12 Polyvinyl Chloride (PVC)Pipe...............••------•--•••--••••••-•••• ................................•--......•---•........----•---............... 46 9-05.12(1) Solid Wall PVC Culvert Pipe,Solid Wall PVC Storm Sewer Pipe,and PVC Sanitary Sewer Pipe.......... ....................46 9-05.12(2) Profile Wall PVC Culvert Pipe and Profile Wall PVC Storm Sewer Pipe............................................................... ....46 9-05.19 CORRUGATED POLYETHYLENE CULVERT PIPE.................................................................. 9-05.20 CORRUGATED POLYETHYLENE STORM SEWER PIPE............................................ ................................................... 47 SECTION 9-06,STRUCTURAL STEEL AND RELATED MATERIALS FEBRUARY 13, 1995..............................48 9-06.5(3) II1GH STRENGTH BOLTS.............................................................................................................. ................ 48 SECTION 9-07,REINFORCING STEEL NOVEMBER 27, 1995..................................... ..........................................48 9-07.3 EPDXY-COATED STEEL REINFORCING BARS............................................................................................................. 48 9-07.5 DOWEL BARS(FOR CEMENT CONCRETE PAVEMENT)..........................•----..-•--••......•••............... SECTION 9-09,TIMBER AND LUMBER OCTOBER 30, 1995 -•----------------------------------------"-'--"-48 9-09.2 GRADE REQUIREMENTS.............................................................................. .......................•---•-. 9-09.2(3) INSPECTION.............................................•---......................................... ............................... SECTION 9-10,PILING NOVEMBER 21, 1994 ..............................................................................49 9-10.5 STEEL PILING..................................•--••----............................--••----•---•------.--.............................-•---•----•--............---• 49 • SECTION 9-13,RIPRAP, QUARRY SPALLS,AND SLOPE PROTECTION SEPTEMBER 6, 1994.......................49 9-13.3 SACK RIPRAP............................................•--......................................... . .---.. ..--............................... SECTION 9-16, FENCE AND GUARDRAIL MAY 22, 1995........................................................................................ 49 9-16.1(1) GENERAL................................................•-............................................--------........................----...--.•-- •--•--....49 9-16.](])A Class 1 Material............................................................................ ----•-.............................--•--..................... 49 49 9-16.1(I)B Class 2Material......................................................................................... ....................-- 49 9-16.1(2) POSTS...............................................................................................•--................................................... 49 9-16.1(2)A Roll formed Posts....................................................................................................................-. ................ 9-16.1(2)B Pipe Posts, Class 1.....................................................................•---................................--•---....... 9-16.1(2)C Pipe Posts, Class 2......................... ............ 50 9-16.3(1) RAILELEMENT...................................................................................••---................................--.•---•--.... ............ 50 9-16.3(2) POSTS AND BLOCKS..................................•--....................................................................................................... 50 9-16.4(2) WIRE MESH.......................................•-------.........................................................................--.--.............. 50 9-16.4(3) WIRE ROPE..................... SECTION 9-17,FLEXIBLE GUIDE POSTS MARCH 21, 1994...................................................................................51 9-17.1 GENERAL...........................................................................................•--................................................................. 51 SECTION 9-19,PRESTRESSED CONCRETE GIRDERS APRIL 10, 1995................................................................51 9-19.1 AGGREGATES AND PROPORTIONING......................................................................................................................... 51 SECTION 9-23, CONCRETE CURING MATERIALS AND ADMIXTURES OCTOBER 17, 1994..........................51 9-23.9 FLY ASH ....-•.........................................•--...---...................... 51 SECTION 9-27, CRIBBING MAY 22, 1995.........»...................._..................................................................................51 9-27.3(1) WIRE................................................................................................................................................................. 51 WSDOT AMENDMENTS Page W-vi WSOOTAMD.DOC 3/12/96 RLE 9-27.3(1) Gabion Fabric............................................................................................................................ ................51 9-27.3(2) CLIP FASTENERS.................................................................................................................................................51 • 9-27.3(2) Gabion Baskets..........................................................................................•-•-................................................51 9-27.3(3) STONE.....................................................................................••--............---..............-----.........--•---................---...52 9-27.3(3) GABION MATTRESSES-----•............................................................................••------•-----....................---.....-----........52 9-27.3(4) MESH OPENINGS.................................................................................................................................................53 9-27.3(4) Fasteners or Basket Assembl ..................................................................................53 SECTION 9-28,SIGNING MATERIALS AND FABRICATION SEPTEMBER 5, 1995............................................53 9-28 Signing Materials and Fabrication........................................................................................................................53 9-28.1 General............................................................... ..•---••---....................................-----.............................---...-----.53 9-28.1(1) Basis for Acceptance......................................................................................................................................54 9-28.1(2) Inspection.....................................................................................•--••-- ------...................................................54 9-28.2 Manufacturer's Identification and Date..............................................................................................................54 9-28.3 Corner Radius............................................... ...• ---...............................---....----.............................---.....----.........54 9-28.4 Extruded Windbeams and "Z"Bar...................................................................................................................... 54 9-28.5 Letter and Spacing Formula..............................................................•---...........................................---••---..........54 9-28.6 Destination Sign Messages.................................................................................................................................54 9-28.7 Process Colors............................................•--•--...................................-----....------...............................................55 9-28.8 Sheet Aluminum Signs.................................................................................•--...................................---..............55 9-28.9 Fiberglass Reinforced Plastic Signs...................................................................................................................55 9-28.9(1) Afechanical Properties........................................................................ ........................................................56 9-28.9(2) Physical Properties............................... .. ........................................ ............................................... .........56 9-28.10 Plywood Signs...................................... .................................................... 56 9-28.11 Hardware....... -----•.......................••----............ -- ---....................-----.........................................-----..................57 9-28.12 Reflective Sheetings.............................................. ............................ ..... ..................................................58 9-28.12(1) Application.................................................... ..........----••--------..............-- ........-------••---....................... ...60 • 9-28.12(2) Edge Treatment..........................................................................................................................--................ 60 9-28.12 3 Slices and Color Matching ...................................................................•----...............--- 60 9-28.13 Demountable Prismatic Reflectorized.Message and Borders............................................................................60 9-28.14 Sign Support Structures................. ..............61 9-28.14(1) Timber Sign Post.......................................................................................................................................... 61 9-28.14(2) Steel Structures and Posts.................................................................................................................... .......61 9-28.14(3) Aluminum Structures .61 9-28.15 Sign Lighting Luminaires...................................... .......................................... ..............................................61 SECTION 9-29 , ILLUMINATION,SIGNALS ELECTRICAL NNE 27, 1994 ..........................................................62 9-29.13(7)D CONTROLLER C,B[NETS.................................. ..---...................62 SECTION 9-31, ELASTOMERIC BEARING PADS JULY 3, 1995.............................................................................62 9-31.1 MATERIAis ..................................................................................................•-........................................................62 SECTION 9-33 CONSTRUCTION GEOTEX17ELE MAY 22, 1995..............................................................................62 9-33 Construction Geotextile.......................................................................... ............................................................63 9-33.1 Geotextile and Thread or Sewing ................................................ .....................................................63 9-33.2 Geotextile Properties................................ ......................................................................................................... 63 9-33.3 Aggregate Cushion of Permanent Erosion Control Geotextile............................................................................66 9-33.4 Geotextile Approval and Acceptance. ................................................................................................................ 66 9-33.4(1) Source Approval........................... ..........66 9-33-4(2) Geotextile Samples for Source Approval........................................................................................................67 9-33.4(3) Acceptance Samples....................................................................................................................................... 67 9-33.4(4) Acceptance by Certificate of Compliance................................................ 67 ........................................... 9-33.4(5) Approval of Seams....................................................................................................................... •---.............68 i WSDOT AMENDMENTS Page W - vii WSOOTAMD.DOC 3/12/96 RLE SECTION 1-02, BID PROCEDURES AND CONDITIONS September 5, 1995 • 1-02.6 Preparation of Proposal The fifth paragraph is revised to read: The bidder shall submit with the bid a list of: 1. Subcontractors who will perform work which amounts to more than 10 percent of the bid price, and 2. The work those subcontractors will perform on the contract. 1-02.13 Irregular Proposals Item number 1.,h. is deleted. SECTION 1-04, SCOPE OF THE WORK September 5, 1995 1-04.1 Intent of the Contract This section is revised to read: The intent of the contract is to prescribe a complete work. Omissions from the contract of details of work which are necessary to cant' out the intent of the contract, or which are customarily performed, shall not relieve the Contractor from performing the omitted work. 1-04.1(1) Bid Items Included in the Proposal • This section is added and reads as follows: The Contractor shall provide all labor, materials, tools, equipment, transportation, supplies, and incidentals required to complete all work for the items included in the proposal. 144.1(2) Bid Items not Included in the Proposal This section is added and reads as follows: When the contract specifies work, and there is no bid item for that work, an equitable adjustment will be made in accordance with Section 1-04.4 if that work is not customarily specified as being included with or incidental to other bid items in the contract. 1-04.4 Changes This Section is supplemented with the following: The Contracting Agency has a policy for the administration of cost reduction alternatives proposed by the Contractor_ The Contractor may submit proposals for changing the Plans, Specifications, or other requirements of the Contract. These proposals must reduce the cost or time required for construction of the project. When determined appropriate by the Contracting Agency, the Contractor will be allowed to share the savings. Guidelines for submitting Cost Reduction Incentive Proposals are available at the Project Engineers office. The actions and requirements described in the guidelines are not part of the Contract. The guidelines requirements and the Contracting Agency's decision to accept or reject the Contractor's proposal are not subject to arbitration under the arbitration clause or otherwise subject to litigation. • 1-04.6 Increased or Decreased Quantities This section is revised to read: WSDOT AMENDMENTS Page W- 1 WSDOTAMD.DOC 3/12/96 RLE 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 quantities of work vary from the original bid quantities, payment will be at the unit contract prices for accepted work unless the total quantity of any contract item, • using the original bid quantity, increases or decreases by more than 25 percent. In that case either party to the contract will be entitled to renegotiate the price for that portion of the actual quantity in excess of 125 percent, or less than 75 percent of the original bid quantity except as limited in this section. The price for increased or decreased quantities will be determined by agreement of the parties, or, where the parties cannot agree, the price will be determined by the Engineer based upon the actual costs to perform the work, including reasonable markup for overhead and profit. The following limitations shall apply to the adjustment: 1. The equipment rates shall be actual cost but shall not exceed the rates set forth in the AGC/WSDOT Equipment Rental Agreement in effect at the time the work is performed as referred to in Section 1- 09.6. 2. No payment will be made for extended or unabsorbed home office overhead and field overhead Expenses to the extent that there is an unbalanced allocation of such expenses among the contract bid items. 3. No payment for consequential damages or loss of anticipated profits will be allowed because of any variance in quantities from those originally shown in the proposal form, contract provision, and contract plans. 4. No adjustment in the unit contract prices will be made for any item unless the increase or decrease in quantity results in a change of $10,000 or more as measured by the original bid quantities and unit prices for the item. a. For increased quantities, the adjustment will only apply to that portion of the increase that exceeds: (1) $10,000 or (2) the dollar value of 25 percent of the original bid quantity, whichever is greater. for any item will be limited to not more than 75 b. For decreased quantities, the total payment percent of the amount originally bid for the item. • When ordered by the Engineer, the Contractor shall proceed with the work pending determination of the cost or time adjustment for the variation in quantities. The Contracting Agency will not adjust for increases or decreases if the Contracting Agency has entered the amount for the item in the proposal form only to provide a common proposal for bidders. SECTION 1-06, CONTROL OF MATERIAL November 27, 1995 1-06.4 Handling and Storing Materials This section is supplemented with the following: The Contractor shall repair, replace, or make good all Contracting Agency provided materials that are damaged or lost due to the Contractor's operation or while in the Contractor's possession, at no expense to the Contracting Agency. 1-06.5 Foreign-Made Materials The text in this section is deleted and the title is revised to read: 1-06.5 Vacant. SECTION 1-07, LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC February 5, 1996 1-07.3(2) Merchantable Timber Requirements This section is supplemented with the following: • No person may export from the United States, or sell, trade, exchange, or otherwise convey to any other person for the purpose of export from the United States, timber originating from the project. WSOOT AMENDMENTS Page W- 2 WSDOTAMD.DOC 3/12/96 RLE The Contractor shall comply with the Forest Resources Conservation and Shortage Relief Amendments Act of 1993, (Public Law 103-45), and the Washington State Log Export Regulations,g 9 P 9 (WAC 240-15). 1-07.5 Wildlife, Fisheries, and Ecology Regulations This section title is revised to read: 1-07.5 Fish and Wildlife, and Ecology Regulations 1-07.5(1) General The first sentence is revised to read: Throughout the work, the Contractor shall comply with all current rules of the State Departments of Fish and Wildlife, and Ecology. 1-07.5(2) State Departments of Wildlife and Fisheries This section title is revi::ed to read: 1-07.5(2) State Department of Fish and Wildlife 1-07.8 Vacant This section is revised to read: 1-07.8 High Visibility Apparel The Contractor shall require all personnel at the work site under their control (including subcontractors and lower tier subcontractors) to comply with the following: 1. To wear reflective vests, except that during daylight hours, orange clothing equivalent to "Ten Mile • Cloth" or hunter orange may be wom in lieu of reflective vests, 2. To wear white coveralls at night, 3. Whenever rain gear is wom during hours of darkness, it shall be white or yellow, and 4. The reflective vests shall always be the outermost garment. Exceptions to these requirements are: (1) when personnel are out of view of and not exposed to traffic, (2) when personnel are inside a vehicle, or (3) where it is obvious that such apparel is not needed for the employees safety from traffic. Reflective vests shall have a minimum of 100 square inches of reflective surface distributed 30 percent on the front and 70 percent on the back. The retroreflection value at an entrance angle of -4 degrees and an observation angle of 0.2 degrees shall be a minimum 500 candle power for the reflective surface of the vest. Reflective vests, hard hats, white coveralls, rain gear, and other apparel shall be fumished and maintained in a neat, clean, and presentable condition at no expense to the Contracting Agency. 1-07.11(2) Equal Employment Opportunity Policy This section is revised to read: The Contractor shall accept as an operating policy the following statement which is designed to further the Provision of equal employment opportunity to all persons without regard to their race, color, religion, sex, national origin, age, or disability, and to promote the full realization of equal employment opportunity through a positive continuing program: It is the policy of this Company to ensure that applicants are employed, and that employees are treated during employment, without regard to their race, religion, sex, color, national origin, age, or disability. • Such action shall include: employment, upgrading, demotion, or transfer, recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship, preapprenticeship, and/or on-the-job training. WSDOT AMENDMENTS Page W- 3 WSOOTAMn nnr. 'tit,31or; Pi r= 1-07.11(4)A Supervisory Personnel Number 3 is revised to read: isrect recritment for the project shall be 3. Internal EEO Procedures - All personnel who are g official in the Contractor's procedures for locating instructed by the EEO Officer or appropriate company and hiring minority group and female employees. 1-07.11(4)13 Employees, Applicants, and Potential Employees The portion of the first paragraph preceding No. 1 is revised to read: In order to make the Contractor's equal employment opportunity policy known to all employees, prospective employees, and potential sources of employees, e.g. schools, employment agencies, labor unions (where appropriate), college placement officers, community organizations, etc., the Contractor shall take the following actions: 1-07.11(7)A Special Training Provisions The second and third sentences of No. 1 are revised to read: ning hours The number of trainees to be trained and'i he number rai be t performed willoalsoebe specified tinder the bid contract will be specified s h of in Special Provisions. The number of tr 9 Training. The last sentence of No. 2 is revised to read: on the act The Contractor will be credited for each approved in Inee (Section 1-07.11 an approved program Dectionpl 07�11(7)C), and rw II work who is currently enrolled or becomes be reimbursed for such trainees as provided hereinafter. 1-07.11(7)C Acceptable Training Programs The first paragraph is revised as follows: The first sentence of No. 1 is revised to read: 1. Apprentices registered with a Washington State Department of Labor- State Apprenticeship Training Council (SATC) approved apprenticeship agreement. No. 3 is revised to read: 3. Trainees participating in a non BAT/SATC program approved by the FHWA/WSDOT for the specific project. 1-07.11(7)D Training Program Approval The first paragraph is revised as follows: In the first sentence of No. 1, "BAT or JATC" is revised to read "BAT or SATC". In the sixth sentence of No_ 5, "JATC/BAT" is revised to read "SATC/BAT". 1-07.11(8) Unions In the first sentence of Nos. 2 and 4, "sex, or national origin" is revised to read "sex, national origin, age, o disability". 1-07.11(9) Subcontracting This section, including the title is revised to read: 1-07.11(9) Subcontracting, Procurement of Materials, and Leasing of Equipment WSDOT AMENDMENTS Page W- 4 WSDOTAMD.DOC 3/12/96 RLE Nondiscrimination - The Contractor shall not discriminate on the grounds of race, color, religion, sex, national origin, age, or disability in the selection and retention of subcontractors, including procurement of materials • and leases of equipment. Solicitation and Utilization - The Contractor shall use their best effort to solicit bids from, and to utilize, disadvantaged, minority, and women subcontractors, or subcontractors with meaningful minority and women representation among their employees. Subcontractor EEO Obligations - The Contractor shall notify all potential subcontractors and suppliers of the EEO obligations required by the contract. The Contractor shall use their efforts to ensure subcontractors compliance with their equal employment opportunity obligations. 1-07.11(10)A General Number 4 is revised to read: 4. Subcontracting - The progress and efforts being made in securing the services of disadvantaged, minority, and women subcontractors, or subcontractors with meaningful minority and female representation among their employees. 147.11(10)B Required Records and Retention The second paragraph is revised to read: On Federal-aid contracts only, the Contractor/Subcontractor shall submit to the Project Engineer a completed PR 1391 by August 25. The report must reflect the Contractor/Subcontractor's total employment on all Federal-Aid highway projects with the Contracting Agency as of July 31 st. The staffing figures to be reported should represent the project work force on board in all or any part of the last payroll period preceding the end of July. For multi-year projects, a report is required to be submitted each year throughout the duration of the contract. • SAX 1-07.18(Public Liability and Property Damage Insurance) 1-07.23(3)C Traffic Control Plans The following sentence is added after the first sentence: All flaggers are to be shown on the traffic control plan except for emergency situations_ The third sentence is revised to read: If the Contractor's methods differ from the contract traffic control plan(s), the Contractor shall propose modification of the traffic control plan(s) by showing the necessary construction signs, flaggers, and other traffic control devices required for the project. 1-07.23(3)E Traffic Control Labor The first paragraph is revised to read: The Contractor shall fumish all personnel for flagging and for the setup and removal of all temporary traffic control devices and construction signs necessary to control traffic during construction operations. Flaggers and spotters shall have a current certification (flagging card) acceptable to the State Department of Labor and Industries (WAC 296-155-305). Workers engaged in flagging or traffic control shall wear reflective vests and hard hats. Dunng hours of darkness, white coveralls or white or yellow rain gear shall also be wom. The vests and other apparel shall be in conformance with Section 1-07.3. The Contractor shall fumish the MUTCD standard Stop/Slow paddles (18 inches wide, letters 6 inches high, and reflectorized) for the flagging operations. The second paragraph is supplemented with the following: • 5. Spotters to wam work crews of impending danger from public traffic, when approved by the Engineer. WSDOT AMENDMENTS Page W- 5 WSDOTAMD.DOC 3/12/96 RILE 1-o7.23(3)F Construction Signs The following sentence is added after the third sentence of the second paragraph: shall be in accordance with the Contract Plans or the Standard Sign and support-installation for Class A signs • Plans. 1-07.23(3)G Traffic Control Management This section is revised to read: When the bid proposal includes an item for "Traffic Control Supervisor," t e Contractor hall des gnateThe an individual or individuals to perform the Traffic Control Supervisors JCS) shall be certified as a worksite traffic control supervisor by one of the organizations listed in the Special Provisions. The Contractor shall not designate the project superintendent as the TCS. The TCS shall personally perform all the duties of the TCS. The TCS's duties shall include: 1. Discussing proposed traffic control measures and coordinating implementation of the Contractor- adopted traffic control plan(s) with the Engineer. 2 Coordinating all traffic control operations, including those of subcontractors, suppliers, and any adjacent construction or maintenance operation. 3. Coordinating the project's activities (such as ramp closures, road closures, and lane closures) with appropriate police, fire control agencies, city or county engineering, medical emergency agencies, school districts, and transit companies. 4. Inspecting traffic control devices for proper location, installation, message, cleanliness, and effect on the traveling public. Traffic control devices should be inspected each work shift except that Class A signs need to be checked only once a week. Traffic control devices left in place for y4 hours o duringmore • should also be inspected once during the nonworking hours when the are initially set up daylight or darkness, whichever is opposite of the working hours). 5. Reviewing nighttime lighting and its effect on the traveling public. h shall be 6. Preparing a daily traffic control not diary laterthan the end of he next working day to become ac submitted to the Engineerpart of the project records. Include in the diary such items as: a. When signs and traffic control devices are installed and removed. b. Locations of signs and traffic control devices, c. Revisions to the traffic control plan, d. Lighting utilized at night, e. Observations of traffic conditions. 7. Ensuring that corrections are made if traffic control devices are not functioning as required. The TSC may make minor revisions to the traffic control plan to accommodate site conditions as long as the original intent of the traffic control plan is maintained and the revision has concurrence of the WSDOT TCS. 8. Overseeing all requirements of the contract which contribute to the convenience, safety, and orderly movement of vehicular and pedestrian traffic. 9. Having the latest adopted edition of the MUTCD including the Mods ratio dsns t the spec MUTC tionr Streets and Highways for the State of Washington and applicable available at all times on the project. • 10. Attending all project meetings where traffic management is discussed. WSDOTAMD.DOC 3/12/96 RILE WSDOT AMENDMENTS Page W-6 Traffic control management shall be provided by the TCS on a 24-hour per day basis. • The Contractor shall maintain a 24-hour telephone number at which the TCS can be contacted. The Contractor shall make arrangements so that the TCS will be available on every working day, on call at all times, and available upon the Engineers request at other than normal working hours. During nonwork periods, the TCS shall be able to respond within a 45 minute period after notification by the Engineer. The TCS shall have appropriate manpower, equipment, and material available at all times in order to expeditiously correct any deficiency in the traffic control system. The Contractor shall identify an alternate TCS that can assume the duties of the assigned or primary TCS in the event of that person's inability to perform. Such alternate TCS shall be adequately trained and certified to the same degree as the primary TCS. A reflective vest and a hard hat shall be wom by the TCS. The Contractor shall provide a vehicle for every TCS. The vehicle used by the TCS shall be equipped with a roof or post-mounted flashing amber light visible for 360 degrees. The TCS shall not act as a flagger except in an emergency or in relief for short periods of time. Possession of a current flagging card by the TCS is mandatory. SAX 1-07.23(3)H (Barricades, Flashers and Other Channelization Devices) SAX 1-07.23(5)B (Measurement) SAX 1-07.23(5)C (Payment) SECTION 1-09, MEASUREMENT AND PAYMENT • April 10, 1995 SAX 1-09.9 (Payments) 1-09.10 Payment for Surplus Processed Materials This section is revised to read: After the Contract is completed, the Contractor will be reimbursed actual production costs for surplus processed material produced by the Contractor from Contracting Agency-provided sources if its value is S3,000 or more (determined by actual production costs). The quantity of surplus material eligible for reimbursement of production costs shall be the quantity produced (but an amount not greater than 110 percent of plan quantity or as specified by the Engineer), less the actual quantity used. The Contracting Agency will determine the actual amount of surplus material for reimbursement. The Contractor shall not dispose of any surplus material without permission of the Engineer. Surplus material shall remain the property of the Contracting Agency without reimbursement to the Contractor if it is not eligible for reimbursement. SECTION 2-03, ROADWAY EXCAVATION AND EMBANKMENT July 18, 1994 2-03.3(7)C Contractor-Provided Disposal Site The third paragraph is revised to read: • The Contractor shall provide the Engineer the location of all disposal sites to be used and also provide copies of the permits and approvals for such disposal sites before any waste is hauled off the project. WSDOT AMENDMENTS Page W- 7 WSDOTAMD.DOC 3/12/96 RLE 2-03.3(14)1 Embankments at Bridge a revised nestle read: Ends The first sentence of the first paragraph s This work consists of filling around the ends of trestles and bridges, the area defined in Section 1-01.3. • SAX 2-03.5 Payment) SECTION 2-04, HAUL September 5, 1995 2-04.4 Measurement The second and third paragraphs are deleted and replaced by the following: Excavated material will be measured in its original position. The Engineer will provide a copy of the location mass diagram upon request. SECTION 2-07,WATERING February 13, 1995 2-07.5 Payment This section is supplemented with the following: The unit contract price per M gallon for"Water" shall be full pay for all labor, materials, tools, and equipment necessary to fumish, haul, and apply the water. When the contract does not include water as a pay item, providing and applying the water shall be incidental to construction. All costs shall be included in the other contract pay items. SECTION 2-09, STRUCTURE EXCAVATION July 31, 1995 2-09.2 Vacant This section is revised to read: 2-09.2 Materials Materials shall meet the requirements of the following sections: 9-01 Portland Cement g-03.1(2) Fine Aggregate for Portland Cement Concrete Admixture for Concrete 9-23.6 9-23. Fly Ash 9-25 Water 2-09.3(1)E Backfilling The second paragraph is revised to read: Alternative Sources. When material from structure excavation is unsuitable for use as backfill, the Engineer may: require the Contractor to use other material covered by the contract if such substitution involves work that does not differ materially from what would otherwise have been required; require the Contractor to substitute selected material in accordance with Section 2-03.3(10); require the Contractor to use controlled density fill; or require the Contractor to obtain material elsewhere. Material obtained elsewhere will be paid for in accordance with Section 1-04.4. The following is inserted after the second paragraph: • When specified in the contract or when approved by the Engineer, the Contractor shall supply controlled density fill as backfill material. WSOOT AMENDMENTS Page W- 8 WSDOTAMD.DOC 3/12/96 RLE Controlled density fill shall meet the following requirements: • Controlled Density Fill Ingredients Amount per Cu. Yd. Portland Cement 50 lb. (minimum) Aggregates Class 1 or 2 3300 lb. Air Entrainment Admixture Per Manufacturer's recommendations Fly Ash Class F 300 lb. Water 300 lb. (maximum) The material consistency shall be flowable (approx. slump 3-10 inches). If requested by the Contractor, the proportions may be adjusted with the approval of the Engineer. The producer shall provide a Certificate of Compliance for each truckload of controlled density fill. The Certificate of Compliance shall verify that the delivered material is in compliance with the mix design and shall include: Agency Contract No. Date Truck No. Batched weights of each ingredient The certification shall be signed by a responsible representative of the producer, other than the driver, affirming the accuracy of the information provided. The fifth paragraph is supplemented with the following: • 4. Compaction of controlled density fill will not be required. 2-09.3(4) Construction Requirements, Structure Excavation, Class B The first sentence of the third paragraph is revised to read: If workers enter any trench or other excavation 4 feet or more in depth that does not meet the open pit requirements of Section 2-09.3(3)B, it shall be shored or other safety method constructed in conformance with WISHA requirements. 2-09.4 Measurement The ninth paragraph is revised to read: Gravel Backfill. There will be no specific unit of measure for gravel backfill for pipe bedding used in the installation of culvert and storm sewer pipes. All other gravel backfill will be measured by the cubic yard in place determined by the neat lines requir d by the Plans. The 10th paragraph is revised to read: Shoring or Extra Excavation. No specific unit of measurement shall apply to the lump sum item of shoring or extra excavation Class A. Shoring or extra excavation Class B will be measured by the square foot as follows: The area for payment will be one vertical plane measured along the centerline of the trench, including structures. Measurement will be made from the existing ground line to the bottom of the excavation and for the length of the work actually performed. If the contract includes a pay item for grading to remove materials, the upper limit for measurement will be the neat lines of the grading section shown in the • Plans. The bottom elevation for measurement will be the bottom of the excavation as shown in the Plans or as otherwise established by the Engineer. This section is supplemented with the following: WSDOT AMENDMENTS Page W- 9 WSDOTAMD.DOC 3/12/96 RLE Controlled density fill will be measured by the cubic yard for the quantity of material placed per the producer's invoice. • 2-09.5 Payment This section is supplemented with the following paragraph after item 4.: Payment for reconstruction of surfacing and paving within the limits of structure excavation will be at the applicable unit prices for the items involved. This section is supplemented with the following paragraph after item 7.: All costs associated with furnishing and installing "Gravel Backfill for Pipe Bedding" used in the installation of culvert and storm sewer pipes shall be included in the unit contract price for the type and size of pipe installed. This section is supplemented with the following: 8. "Controlled Density Fill", per cubic yard. SECTION 2-12 CONSTRUCTION GEOTEXTILE (INSTALLATION REQUIREMENTS) October 30, 1995 DIVISION 2 is revised by adding the following new section: 2-12 CONSTRUCTION GEOTEXTILE (INSTALLATION REQUIREMENTS) 2-12.1 Description truction geotextile in accordance with the details shown in the The Contractor shall fumish and place cons Plans. 2-12.2 Materials Materials shall meet the requirements of the following section: 9-33 Construction Geotextile Geotextile roll identification, storage, and handling shall be iconformance times and shall be stored During4873. g o nds of shipment and storage, the geotextile shall be kept dry at Under no circumstances, either during shipment or storage, shall be material be exposed to sunlight, or other form of light which contains ultraviolet rays, for more than five calendar days. Unless specified otherwise in the Plans, the geotextile required for underground drainage and permanent erosion control applications shall be "High Survivability" and "Drainage Class 3". 2-12.3 Construction Requirements The area to be covered by the geotextile shall be graded to a smooth, uniform condition free from ruts, The geotextile shall be spread immediately ahead potholes, and protruding objects such as rocks or sticks. of the covering operation. The geotextile shall not be left exposed to sunlight during installation for a total of more than five calendar days. The geotextile shall be laid smooth without excessive wrinkles. Under no circumstances shall be geotextile be dragged through mud or over sharp objects which could damage the geotextile. The cover material shall be place on the geotextile such that the minimum initial lift thickness required will be between the equipment tires or tracks and the geotextile at all times. Construction vehicles shall be limited in size and weight, to reduce rutting in the initial lift above the geotextile, to not greater than 3 inches deep to prevent overstressing the geotextile. Turning of vehicles on the first lift above the geotextile will not be permitted. • Soil piles or the manufacturer's recommended method, shall be used as needed to hold the geotextile in place until the specified cover material is placed. WSDOT AMENDMENTS Page W- 10 WSDOTAMD.DOC 3/12/96 RLE Should the geotextile be torn, punctured, or overlaps or sewn joints disturbed, as evidenced by visible geotextile damage, subgrade pumping, intrusion, or roadbed distortion, the backfill around the damaged or displaced area shall be removed and the damaged area repaired or replaced by the Contractor at no expense to the Contracting Agency. The repair shall consist of a patch of the same type of geotextile placed over the damaged area. The patch shall overlap the existing geotextile a minimum of 2 feet from the edge of any part of the damaged area. If geotextile seams are to be sewn in the field or at the factory, the seams shall consist of one row of stitching unless the geotextile where the seam is to be sewn does not have a selvage edge. If a selvage edge is not present, the seams shall consist of two parallel rows of stitching, or shall consist of a J-seam, Type SSn-1, using a single row of stitching. The two rows of stitching shall be 1.0 inch apart with a tolerance of plus or minus 0.5 inch and shall not cross except for restitching. The stitching shall be a lock-type stitch. The minimum seam allowance, i.e., the minimum distance from the geotextile edge to the stitch line nearest to that edge shall be 1.5 inches if a flat or prayer seam, Type SSa-2, is used. The minimum seam allowance for all other seam types shall be 1.0 inch. The seam, stitch type, and the equipment used to perform the stitching shall be as recommended by the manufacturer of the geotextile and as approved by the Engineer. The seams shall be sewn in such a manner that the seam can be inspected readily by the Engineer or a representative. The seam strength will be tested and shall meet the requirements stated herein. 2-12.3(1) Underground Drainage The geotextile shall either be overlapped a minimum of 12 inches at all longitudinal and transverse joints, or the geotextile joints shall be sewn for medium survivability drainage applications. In those cases where the trench width is less than 12 inches, the minimum overlap shall be the trench width. Trench walls shall be smooth and stable. In high survivability geotextile underdrain applications, the minimum overlap shall be 12 inches, or the geotextile joints shall be sewn, except where the geotextile is used in area drains. An area drain is defined as a geotextile layer placed over or under a horizontal to moderately sloping layer of drainage aggregate. For area drains, the geotextile shall be overlapped a minimum of 2 feet at all longitudinal and transverse joints, or the geotextile joints shall be sewn together. The minimum initial lift thickness over the geotextile in the area drain shall be 12 inches. 2-12.3(2) Separation The geotextile shall either be overlapped a minimum of 2 feet at all longitudinal and transverse joints, or the geotextile joints shall be sewn together. The initial lift thickness shall be 6 inches or more. 2-12.3(3) Soil Stabilization The geotextile shall either be overlapped a minimum, of 2 feet at all longitudinal and transverse joints, or the geotextile shall be sewn together. The initial lift thickness shall be 12 inches or more. Compaction of the first lift above the geotextile shall be by Method A (Section 2-03.3(14)C). No vibratory compaction will be allowed on the first lift. 2-12.3(4) Permanent Erosion Control and Ditch Lining Unless otherwise specified in the Plans, the geotextile shall either be overlapped a minimum of 2 feet at all longitudinal and transverse joints, or the geotextile joints shall be sewn together. If overlapped, the geotextile shall be placed so that the upstream strip of geotextile will overlap the next downstream strip. When placed on slopes, each strip shall overlap the next downhill strip. Placement of aggregate and riprap or other cover material on the geotextile shall start at the toe of the slope and proceed upwards. The geotextile shall be keyed at the top and the toe of the slope as shown in the • Plans. The geotextile shall be secured to the slope, but shall be secured loosely enough so that the geotextile will not tear when the riprap or other cover material is placed on the geotextile. The geotextile shall not be keyed at the top of the slope until the nprap or other cover material is in place to the top of the slope. WSDOT AMENDMENTS Page W- 11 WSDOTAMD.DOC 3/12196 RLE All voids in the riprap or other cover material that allow the geotextile to be visible shall be backfilled with quarry spalls or other small stones, as designated by the Engineer, so that the geotextile is completely covered. When an aggregate cushion between the geotextile and the riprap or other cover material is required, it shall have a minimum thickness of 12 inches. An aggregate cushion will be required to facilitate drainage when hand placed riprap, sack riprap, or concrete slab riprap, as specified in Sections 9-13.2. 9-13.3, or 9-13.4, respectively, is used with the geotextile. Grading of slopes after placement of the hprap or other cover material will not be allowed if grading results in stone movement directly on the geotextile. Under no circumstances shall stones weighing more than 100 lbs. be allowed to roll downslope. Stones shall not be dropped from a height greater than 3 feet above the geotextile surface if an aggregate cushion is present, or 1.0 foot if a cushion is not present. Lower drop heights may be required if geotextile damage from the stones is evident, as determined by the Engineer. If the geotextile is placed on slopes steeper than 2:1, the stones shall be placed on the slope without free-fall for moderate survivability, high survivability,-and ditch lining geotextiles. 2-12.3(5) Temporary Silt Fences The contractor shall be fully responsible to install and maintain temporary silt fences at the locations shown in the Plans. A silt fence shall not be considered temporary if the silt fence must function beyond the life of the contract. The silt fence shall prevent soil carried by runoff water from going beneath, through, or over the top of the silt fence, but shall allow the water to pass through the fence. The minimum height of the top of silt fence shall be 2 feet and the maximum height shall be 2.5 feet above the original ground surface. Damaged or otherwise improperly functioning portions of silt fences shall be repaired or replaced by the Contractor at no cost to the Contracting Agency, as determined by the Engineer. The geotextile shall be attached on the up-slope side of the posts and support system with staples, wire, or in accordance with the manufacturer's recommendations. The staples or wire shall be installed through or around a 0.5 inch thick wood lath placed against the geotextile at the fence posts, or other method approved by the Engineer, to reduce potential for geotextile tearing at the staples or wire. Silt fence back-up support for the geotextile in the form of a wire or plastic mesh is optional, depending on the properties of the geotextile selected for use in Table 6 in Section 9-33.2. If wire or plastic back-up mesh is used, the mesh shall be fastened securely to the up-slope of the posts with the geotextile being up-slope of the mesh back-up support. The geotextile shall be sewn together at all edges at the point of manufacture, or at an approved location as determined by the Engineer, to form geotextile lengths and widths as required. Alternatively, a geotextile seam may be formed by folding the geotextile from each geotextile section over on itself several times and firmly attaching the folded seam to the fence pose, provided that the Contractor can demonstrate, to the satisfaction of the Engineer, that the folded geotextile seam can withstand the expected sediment loading. The geotextile at the bottom of the fence shall be buried in a trench to a minimum depth of 6 inches below the ground surface. The trench shall be backfilled and the soil tamped in place over the buried portion of the geotextile as shown in the Plans, such that no flow can pass beneath the fence nor scour occur. When wire or polymeric back-up support mesh is used, the wire or polymeric mesh shall extend into the trench a minimum of 3 inches. The fence posts shall be placed or driven a minimum of 2 feet into the ground. A minimum depth of 12 inches will be allowed if topsoil or other soft subgrade soil is not present, and minimum depth of 2 feet cannot be reached. Fence post depths shall be increased by 6 inches if the fence is located on slopes of 3:1 or steeper and the slope is perpendicular to the fence. If required post depths cannot be obtained, the posts shall be adequately secured by bracing or guying to prevent overturning of the fence due to sediment loading, as approved by the Engineer. • WSDOT AMENDMENTS Page W- 12 WSDOTAMD.DOC 3112/96 RLE Silt fences shall be located on contour as much as possible, except at the ends of the fence, where the fence shall be turned uphill such that the silt fence captures the runoff water and prevents water from flowing • around the end of the fence as shown in the Plans. If the fence must cross contours, with the exception of the ends of the fence, gravel check dams placed perpendicular to the back of the fence shall be used to minimize concentrated flow and erosion along the back of the fence. The gravel check dams shall be approximately 1 foot deep at the back of the fence and be continued perpendicular to the fence at the same elevation until the top of the check dam intercepts the ground surface behind the fence as shown in the Plans. The gravel check dams shall consist of crushed surfacing base course, gravel backfill for walls, or shoulder ballast. The gravel check dams shall be located every 10 feet along the fence where the fence must cross contours. The slope of the fence line where contours must be crossed shall not be steeper than 3:1. Either wood or steel posts shall be used. Wood posts shall have minimum dimensions of 1.5 inches by 1.5 inches by the minimum length shown in the Plans, and shall be free of defects such as knots, splits, or gouges. Steel posts shall consist of either size No. 8 rebar or larger, or shall consist of ASTM A 120 steel pipe with a minimum diameter of 1.0 inch. The spacing of the support posts shall be a maximum of 6.6 feet as shown in the Plans. Fence back-up support, if used, shall consist of steel wire with a maximum mesh spacing of 2 inches, or a prefabricated polymeric mesh. The strength of the wire or polymeric mesh shall be equivalent to or greater than that required in Table 6 for geotextile (i.e., 180 lbs. grab tensile strength) if it is unsupported between posts. The polymeric mesh must be as resistant to ultraviolet radiation as the geotextile it supports. Sediment deposits shall either be removed when the deposit reaches approximately one-third the height of the silt fence, or a second silt fence shall be installed, as determined by the Engineer. 2-12.4 Measurement Construction geotextile, with the exception of temporary silt fence geotextile and underground drainage • geotextile used in trench drains, will be measured by the square yard for the ground surface area actually covered. Temporary silt fence geotextile will be measured by the linear foot of silt fence installed. Underground drainage geotextile used in trench drains will be measured by the square yard for the perimeter of drain actually covered. 2-12.5 Payment Payment will be made in accordance with Section 1-04.1, for each of the following bid items that are included in the proposal: 1. "Construction Geotextile for Underground Drainage," per square yard. 2. "Construction Geotextile for Separation," per square yard. 3. "Construction Geotextile for Soil Stabilization," per square yard. 4. "Construction Geotextile for Permanent Erosion Control," per square yard. 5. "Construction Geotextile for Ditch Lining," per square yard. 6. "Construction Geotextile for Temporary Silt Fence," per linear foot. Sediment removal behind silt fences will be paid by force account under temporary water pollution/erosion control. If a new silt fence is installed in lieu of sediment removal, the silt fence will be paid for at the unit contract price per linear foot for "Construction Geotextile for Temporary Silt Fence." SECTION 3-01, PRODUCTION FROM QUARRY AND PIT SITES February 13, 1995 3-01.4(1) Acquisition and Development The last two sentences of the third paragraph are deleted. • SECTION 3-03, SITE RECLAMATION February 13, 1995 3-03.2(2) Contractor - Provided Sites The last sentence of the first paragraph is deleted. WSDOT AMENDMENTS Page W- 13 WSDOTAMD.DOC 3/12/96 RLE The reference to "operating permit" in the first two paragraphs is revised to read "reclamation permit". The last sentence of the fourth paragraph is deleted. • 3-03.3(2) Contractor-Provided Sites This section is revised in its entirety to read: A plan will not be required except on specific request for those sources of material for which the Contractor has obtained a valid surface mining permit issued by the Department of Natural Resources and has paid all required fees. 3-03.5(2) Contractor- Provided Sites The reference to "operating permit" is revised to read "reclamation permit". SECTION 5-01, SUBSEALING December 27, 1994 5-01.2 Mix Design The third and fourth paragraphs are deleted. SECTION 5-04, ASPHALT CONCRETE PAVEMENT December 27, 1994 5-04.3(10)B Control In all four sentences of the third paragraph, "compatibility" is revised to read "compactibility". 5-04.3(14) Planing Bituminous Pavement The two paragraphs of this section are replaced by the following: The planing shall be performed with a milling machine of a type that has operated successfully on work comparable with that to be done under the contract and shall be approved by the Engineer prior to use. The surface of existing pavements or the top surface of subsurface courses shall be planed to remove irregularities and to produce a smooth surface. Planing shall be performed in a manner such that the underlying pavement is not tom, broken, or otherwise injured by the planing operation. The surface of the underlying pavement shall be slightly grooved or roughened sufficiently to ensure a bond when overlaid. The Contractor shall keep the planings and remove them from the project, or stockpile the planings on Contracting Agency Property, if a site is shown in the Plans, for future use by the Contracting Agency. If the planings are not to be stockpiled for the Contracting Agency's use, the Contractor may utilize the planings in the asphalt concrete pavement as specified in Section 5-04.2. All other debris resulting from the planing operations shall be disposed of by the Contractor to the satisfaction of the Engineer. Unless otherwise provided, the Contractor shall provide a waste site for the disposal of these materials. For mainline planing operations, the equipment shall have automatic controls, with sensors for either or both sides of the equipment. capable of sensing the proper grade from an outside reference line, or multi-footed ski-like arrangement. The automatic controls shall also be capable of maintaining the desired transverse slope. The transverse slope controller shall be capable of maintaining the screed at the desired slope within plus or minus 0.1 percent. 5-04.3(14)A Heater Planing This Section is deleted. 5-04.3(14)B Cold Planing • This Section is deleted. WSDOT AMENDMENTS Page W- 14 WSDOTAMD.DOC 3/12/96 RLE SECTION 5-05, CEMENT CONCRETE PAVEMENT • November 27, 1995 5-05.3(1) Proportioning Materials In the "Concrete Mixes for Pavements"table in Section 5-05.3(1), all references to Portland Cement Type 11 are revised to read Type I or II. The following paragraph is inserted after the "Concrete Mixes for Pavements"table: Paving mix produced from dedicated plants shall use cement from a single mill source for the duration of a paving season. Item a. of the sixth paragraph is revised to read: The resulting coarse aggregate meets all requirements of Section 9-03.1(3)C, Grading No. 2. The following paragraph is inserted after the sixth paragraph. Fine aggregate shall conform to Section 9-03.1(2), Class 1. The first sentence of the seventh paragraph is revised to read: When no provision is made in the Contract for payment for alternate design ages, payment for additional costs to the Contractor for the alternate design ages ordered by the Engineer will be based on invoice differential for Type III or the additional Type I or II cement used. 5-05.3(1)A Alternate Concrete Mix Design For Paving The following is inserted after the first sentence of the first paragraph under No. 1, Materials: Fine aggregate shall conform to Section 9-03.1(2), Class 1. Coarse aggregate shall conform to Section 9- 03.1(4) and shall be either grading No. 467 of Section 9-03.1(4)C or grading No. 2 of Section 9-03.1(3)C. The second sentence under No. 3, Mix Design Modifications, is revised to read: A plus or minus 100 pound variation in both the coarse and fine aggregate target weights will be allowed from the approved contractor provided mix design weights as a modification without resubmittal. 5-05.3(10) Tie Bars and Dowel Bars The first paragraph is revised to read: Epoxy-coated steel tie bars shall be placed at all longitudinal contraction and construction joints in accordance with the requirements shown in the Standard Plan. In addition, tie bars shall be installed when concrete shoulders are placed as a separate operation or when widening existing pavement. The third paragraph is supplemented with the following: When required by the contract, epoxy-coated dowel bars shall be placed at each transverse contraction joint in accordance with the Plans. 5-05.3(12) Surface Smoothness The fourth, fifth and sixth paragraphs are revised to read: All areas representing high points having deviations in excess of 0.3 inch, as determined by procedures described in WSDOT Test Method 807, shall be reduced by abrasive methods until such deviations do not exceed 0.1 inch as determined by reruns of the profilograph. High areas of individual profiles shall be reduced by abrasive means so that the profile index will not exceed 0.7 inch in any 0.1 mile section. All high areas in excess of 0.1 inch shall be reduced to 0.0 inch prior to reducing any high points of 0.1 inch or less. WSDOT AMENDMENTS Page W- 15 WSDOTAMD.DOC 3/12196 RLE When any of the daily profile indexes exceed 7.0 inches per mile, final acceptance of the pavement for smoothness parallel to the centerline will be based on profile indexes as measured with the profilograph, operated by the Contractor under the supervision of the Engineer, along a line parallel to the edge of pavement and each longitudinal joint and will not be averaged for acceptance pure • acceptance profile indexes will be measured after all corrective work is complete and will demonstrate that all 0.1 mile sections on the project are within the 0.7 inch specification. When cement concrete pavement abuts bridges, the finished pavement parallel to centerline within 15 feet of the abutting joint shall be uniform to a degree that no variations greater then 1/8 inch are present when tested within a 10-foot straightedge. The seventh paragraph is deleted. 5-05.3(19) Reinforced Concrete Bridge Approach Slabs The fifth paragraph is revised to read: Reinforced concrete bridge approach slab anchors shall be installed as detailed in the Plans. The anchor rods shall conform to ASTM A 307. The steel plates shall conform to AASHTO M 183. The anchors shall be installed parallel both to profile grade and center line of roadway. The Contractor shall secure the anchors to ensure that they will not be misaligned during concrete placement. For Method A anchor installations, the grout or adhesive used to install the anchors shall have a minimum compressive strength of 4000 psi at three days and be capable of developing the ultimate strength of the anchor rod. Compressive strength shall be determined in accordance with AASHTO T 106. 5-05.4 Measurement This section is supplemented with the following: The area for calculation of ride smoothness compliance adjustment is the area of pavement, in square yards, represented by profilogram. • 5-05.5 Payment This section is supplemented with the following: 10. "Ride Smoothness Compliance Adjustment", by calculation. Payment for 'Ride Smoothness Compliance Adjustment" will be calculated by multiplying the unit contract price for cement concrete pavement, times the area for adjustment, times the percent of adjustment determined from the schedule below. 1. Adjustment will be based on the initial profile index before corrective work. 2. "Ride Smoothness Compliance Adjustment" will be calculated for each 0.1- mile section represented by profilogram using the following schedule: PROFILE INDEX RIDE SMOOTHNESS COMPLIANCE ADJUSTMENT (inches per mile) (percent adjustment) 1.0 or less +4 over 1.0 to 2.0 +3 over 2.0 to 3.0 +2 over 3.0 to 4.0 +1 over 4.0 to 7.0 0 over 7.0 .also requires correction to 7.0 inches per mile The last paragraph is revised to read: WSDOT AMENDMENTS Page W- 16 WSDOTAMD.DOC 3/12/96 RLE All costs for providing, placing, and compacting the crushed surfacing top course and furnishing and installing the compression seal shall be included in the unit contract price per cubic yard for"Conc. Class 4000 for Bridge Approach Slab". • SECTION 6-01, STRUCTURES February 22, 1994 6-01.9 Working Drawings The second sentence of the second paragraph is revised to read: The drawings shall be on sheets measuring 22 by 34 inches, 24 by 36 inches, 11 by 17 inches, or on sheets with dimensions in multiples of 8 1/2 by 11 inches. SECTION 6-02, CONCRETE STRUCTURES November 27, 1995 Sections 6-02.1 through 6-02.3(6)D, except Table 6-02.3(6), are deleted in their entirety and are replaced by the following new Sections 6-02.1 through 6-02.3(6)D, including a new Contracting Agency-Provided Mix Designs chart. 6-02.1 Description Section 6-02 applies to the construction of all structures (and their parts) made of Portland cement concrete with or without reinforcement. Any part of a structure to be made of other materials shall be built as these Specifications require elsewhere. 6-02.2 Materials Materials shall meet the requirements of the following sections.- Portland Cement 9-01 Aggregates for Portland Cement Concrete 9-03.1 Gravel Backfill 9-03.12 Joint and Crack Sealing Materials 9-04 Reinforcing Steel 9-07 Epoxy-Coated Reinforcing Steel 9-07 Prestressed Concrete Girders 9-19 Curing Materials and Admixtures 9-23 Fly Ash 9-23 Plastic Waterstop 9-24 Water 9-25 Elastomenc Bearing Pads 9-31 6-02.3 Construction Requirements 6-02.3(1) Classification of Structural Concrete The class of concrete to be used shall be as noted in the Plans and these Specifications. The numerical class of concrete defines the specified compressive strength at 28 days. The letter designations following the class of concrete identify specific uses. LS for Low Shrink applications P for Piling applications W for Underwater applications D for Deck applications The Contractor may request, in writing, permission to use a class of concrete with a higher compressive strength than specified. The substitute concrete shall be evaluated for acceptance based on the specified class of • concrete. The Engineer will respond in writing. The Contractor shall bear any added costs that result from the change. WSDOT AMENDMENTS Page W- 17 WSDOTAMD.DOC 3/12/96 RLE 6-02.3(2) Proportioning Materials The total Chloride ion (CI-) content erc nt of the mixed cementitious material for encrete shall not enforced concrete.cementitious material for prestressed concrete nor 0.1 p • material shall be the weight of cement plus fly ash, if used. Concrete for bridge decks, bridge approach slabs, and for Contracting Agency-provided mixes shall use only Class 1 fine aggregate. Concrete for slip-formed barrier may use Class 1 or 2 fine aggregate. Unless otherwise specified, the Contractor shall use Type I or II Portland cement in all concrete. xes is ional. Fly The use fly ash for all classes p by weight ete other than for of the totalntracting cementit ogus ma erial indthe'conc ete im z and all ash, if used, shall not exceed 25 percent Y concrete within a class in a structure shall have the same proportion of fly ash. The water to cement ratio shall be calculated on the total cementitious material. As hydraulic cement, an alternative to the use of cement used The blended cement hall be produced s tuch that the maximum fly pe 1pfly IP(MS) or Type I (PM) (MS), may ash content of the cementitious material is 25 percent. 6-02.3(2)A Contractor-Provided Mix Design6000,ncrete The Contractor shall provide a mix a Contractor may provide an altemate design for lean concrete, r-Osm z design dto the Cont Class cti g Agency- For all other classes of concrete, th Specified mix design. If the Contractor elects to provide an alternative for Class 4000P or Class 4000D, the proposed mix shall provide a minimum fly ash content per cubic yard of 100 lbs. and 75 lbs. respectively. mum For concrete designated as LS (Low Shrink) Section 6-02.3(2)6. Foried as W (underwater concre e Class 6000LSath Contractor provided water cement ratio shall be as shown mix design water cement ratio shall not exceed 0.36. The Contractor's submittal of a mix design shall provide a unique identification for each mix design and shall include the mix proportions per cubic yard and the proposed sources. Concrete placeability, workability, and strength shall be the responsibility of the Contractor. The Contractor shall notify the Engineer in writing of any mix design weight modifications. Fine aggregate shall conform to Section 9-03.1(2) Class 1 or Class 2. Coarse aggregate shall conform to Section 9-03.1(3), Grading No. 2. 5, or 6, or to Section 9-03.1(4). The nominal maximum size aggregate for shall C ass/4 in h for all cla shall beepl 21 ass inches.3000,The d be The nominalma�imum The nominal maximum size aggregate aggregate for Class 4000P shall be 1/2 inch. of Section 9- Water reducing/retarding admixture for concrete Class a101 conformshall conform to the requirements to the requirementsof Section 9 23.6 Type G. 23.6 Type D. High range water reducing admixtures shall 6-02.3(2)B Commercial Concrete in culverts, concrete collars, sign foundations, Where concrete Class 3000 is specified for luminaire bases, plugging guardrail anchors, culvert headwalls, sidewalks, curbs, and gutters the Contractor may use commercial concrete. Commercial class concrete shall not be used for bridges, retaining walls, or box culverts. • WSDOT AMENDMENTS Page W- 18 WSDOTAMD.DOC 3/12/96 RLE Commercial class concrete shall conform to the following: • Specified Compressive Strength at 28 days, minimum 3000 psi Cementitious Material, Pounds per Cubic Yard, minimum (Not more than 25% of cementitious material may be fly ash.) 500 pounds Coarse Aggregate Nominal Maximum Size 11/2 inch Fine Aggregate Class 1 or 2 For commercial concrete, the Contractor may use mobile mixers that measure material by volume. Contracting Agency-Provided Mix Designs CLIM (L3000 CLaX)OU CL4000 CL4000 CL4000W CL4000LS CL4000p CL4000OLS CL4000P CL5000 CL5100t5 W/A. W/A. wlA W/A. WiA. Po Poulos Per (L tt Yoi 3000 W�A' W/A. WIA. Founds per Cuba Yard �� 3� 4C� 4C�0 4(� :IJ00 Fig Ash 540 40 5 540 660 660 660 660 660 660 610 725 725 F.,e Aggegae(bss I 135 75 I5 000 130 IM5 CIOFneA9gegaeClass 2 L350 n3J 100 n� q40 pU Coarse Aggegote s 2 1950 1950 1990 See n60 Coarse Aggegote if 5 Note 3 1800 IWO See 270 1700 1700 40p 1440 (00"0 A99e)o1e t 6 Note 3 Coarse A991e9ote 1 8 1850 Ito■Warer 270 2Z7 Mo.Wote,i 245 2190 290 250 2S0 290 265 400 6 O5 05 045 044 044 038 038 039 1�0 2� 260 • naoRodo 036 OA2 040 036 %E 7 ntroned A. 6 6 6 WaerReducer IUPeA OotN OOMI Rea See 6 6 6 6 6 See Req d 2eq d Req d Req d Req d Rea d Waco,Reokx./ Now 2 Now 2 Re( lupe 0 OPa,1 OotN Rea d 'Narer Reducer I uoe F or G See Note 1 References Aggregate weights Based on Specific Gravity of 2.67. Actual weights will be adjusted for varying Specific Gravities Note 1: See 6-02.3(3)D Note 2: Required where aggregate qualification is based on use of water reducer Note 3: 1870 pounds of either Coarse Agg#2 or Coarse Agg#5 6-02.3(2)C Contracting Agency-Provided Mix Designs The specified compressive strength at 28 days and mix proportions for the Contracting Agency-provided mix designs are listed in the Contracting Agency-provided mix design chart. Concrete Class 5000, Contracting Agency-provided mix design, shall be supplied from concrete plants with an established standard deviation not to exceed 600 psi. To establish a standard deviation for a concrete plant, the results of at least 30 consecutive compression tests will be required except as noted below. The cylinders shall be 6-inch by 12-inch test specimens and shall be made, handled, and stored in accordance with WSDOT Test Methods 809 (Method 1) and tested in accordance with WSDOT Test Methods 801 and 811. Each set of at least two test specimens shall be made from separate batches of production concrete within the last twelve months and • a) The production concrete shall be made with similar materials and conditions to those anticipated for the proposed concrete WSDOT AMENDMENTS Page W- 19 WSDOTAMD.DOC 3/12/96 RLE b) The production concrete compressive strength shall be greater than or equal to 0.8 fc of the proposed concrete. The standard deviation, (S), shall be calculated as follows: • S — (((n ) - x)') / (n(n where: n total number of test values - x2 = summation of the squares of individual test values x)2 = summation of the individual test values squared ent er of essive test results to If the Contractor's t duction but does,acility does not have have test records for 15 to'29 consecutive tests,the standard deviation meet the 30 test requirement, calculated from these available tests may be used if after the calculation the standard deviation is first multiplied by the appropriate factor given the following table: Number of Factor for Increasing Tests` the Standard Deviation 15 1.16 20 1.08 25 1.03 1.00 30 or more 'Interpolate linearly for intermediate number of tests. 6-02.3(2)D Lean Concrete Lean concrete shall meet the following requirements: Ingredients Amount per Cu. Yd. • Portland cement 145 to 200 pounds Fine aggregate Class 1 or 2 3,400 pounds Coarse aggregate may be substituted for up to 50% o6ftoh 9fin heggregate. Slump approval of the Engineer. If requested by the Contractor, the proportions may be adjusted with the 6-02.3(3) Admixtures rete mix at the time of hatching the concrete or in accordance Concrete admixtures shall be added to the conc s approved by the Engineer. A copy of the manufacturers written with the manufacturers written procedure and a procedure shall be furnished to the Engineer prior to use of any admixture. Any deviations from the manufacturer's written procedures shall be submitted to the Engineer for approval. them nreswri shall I not be added to the concrete with the modified procedures until the Engineer has approved 6-02.3(3)A Compatibility Admixtures from different manufacturers shall not be used together unless the Contractor provides written compatible in combination with all other ingredients of the documentation verifying that the admixtures are concrete. 6-02.3(3)B Air-Entrainment Admixture An air entraining admixture shall be used to air entrain concrete. Air entrained cement shall not be used. 6-02.3(3)C Water-Reducing Admixture A water reducing admixture shall be used on Contracting agency provided mixes as shown on the mix design table. ure or a combination water reducer and retardant admixtureI The Contractor may use a set retarding admixt res in Contracting Agency provided Contractor provided mixes. Use of set retarding or reducer/retarder admixtu mix designs requires the Engineer's approval. WSDOT AMENDMENTS Page W-20 WSDOTAMD.DOC 3/12/96 RILE 6-02.3(3)D High-Range Water Reducing Admixture A high-range water reducer(superplasticizer) may be used in all Contractor provided mix designs. The use of a high-range water reducer shall be submitted as a part of the Contractor's concrete mix design. The Contractor may request the use of a high range water reducer in Contracting Agency-provided mix designs. If the request is approved, the Contractor shall be responsible for the concrete performance as defined in Section 6-02.3(2)A. 6-02.3(4) Ready-Mix Concrete All concrete, except Commercial Concrete, shall be batched in a prequalified manual, semi-automatic, or automatic plant as described in Section 6-02.3(4)A. If the plant has not been prequalified, the Contractor shall provide written notification to the Engineer two weeks prior to anticipated use of the batch plant to allow for Contracting Agency inspection. Information concerning NRMCA certification may be obtained from the National Ready Mix Concrete Association at 900 Spring Street, Silver Springs, MD 20910. The Engineer is not responsible for any delays to the Contractor due to problems in getting the plant certified. 6-02.3(4)A Qualification of Concrete Suppliers Prequalification may be obtained through an annual inspection conducted by the Contracting Agency or, as an alternate, through certification by NRMCA, or by an independent evaluation certified by a professional engineer and using NRMCA or Contracting Agency quidelines. The Contracting Agency inspection and the NRMCA certification have similar requirements for plant and delivery equipment. For central-mixed concrete, the mixer shall be equipped with a timer that prevents the batch from discharging until the batch has been mixed for the prescribed mixing time. A mixing time of one minute will be required after all materials and water have been introduced into the drum. Shorter mixing time may be allowed if the mixer performance is tested in accordance with Designation 26, Variability of Constituents in Concrete, Concrete Manual, U.S. Department of the Interior(ASTM C94-86b Annex Al Concrete Uniformity Requirements). Tests shall be conducted by an independent testing lab or by a commercial concrete producer's lab. If the tests are • performed by a producer's lab, the Engineer or a representative will witness all testing. For shrink-mixed concrete, the mixing time in the stationary mixer shall not be less than 30 seconds or until the ingredients have been thoroughly blended. For transit-mixed or shrink-mixed concrete, the mixing time in the transit mixer shall be a minimum of 70 revolutions at the mixing speed designated by the manufacturer of the mixer. Following mixing, the concrete in the transit mixer may be agitated at the manufacturer's designated agitation speed. A maximum of 320 revolutions (total of mixing and agitation) will be permitted prior to discharge. All transit-mixers shall be equipped with an operational revolution counter and a functional device for measurement of water added. All mixing drums shall be free of concrete buildup and the mixing blades shall meet the minimum specifications of the drum manufacturer. A copy of the manufacturer's blade dimensions and configuration shall be on file at the concrete producer's office. A clearly visible metal data plate (or plates) attached to each mixer and agitator shall display: (1) the maximum concrete capacity of the drum or container for mixing and agitating, and (2) the rotation speed of the drum or blades for both the agitation and mixing speeds. Mixers and agitators shall always operate within the capacity and speed-of-rotation limits set by the manufacturer. Any mixer, when fully loaded, shall keep the concrete uniformly mixed. All mixers and agitators shall be capable of discharging the concrete at a steady rate. Only these transit-mixers which meet the above requirements will be allowed to deliver concrete to any state project covered by these Specifications. In transit-mixing, mixing shall begin within 30 seconds after the cement is added to the aggregates. Central-mixed concrete, transported by truck mixer/agitator, shall not undergo more than 250 revolutions of the drum or blades before beginning discharging. To remain below this limit, the suppler may agitate the concrete intermittently within the prescribed time limit. When water or admixtures are added after the load is initially mixed, an additional 30 revolutions will be required at the recommended mixing speed. • For each project, at least biannually, or as required, the Engineer will examine mixers and agitators to check for any buildup of hardened concrete or wom blades. If this examination reveals a problem, or if the Engineer WSDOT AMENDMENTS Page W- 21 WSDOTAMD.DOC 3/12/96 RLE wishes to test the quality of the concrete, slump tests may be performed with samples taken at approximately the 1/4 and 3/4 points as the batch is discharged. The maximum allowable slump difference shall be as follows: If the average of the two slump tests is <4 inches, the difference shall be <1 inch or if the average of the two slump tests is >4 inches, the difference shall be<1 1/2 inches. If the slump difference exceeds these limits, the equipment shall not be used until the faulty condition is corrected. However, the equipment may continue in use if longer mixing times or smaller loads produce batches that pass the slump uniformity tests. All concrete production facilities will be subject to verification inspections at the discretion of the Engineer. Verification inspections are a check for. current scale certifications; accuracy of water metering devices; accuracy of the batching process; and verification of coarse aggregate quality for Contractor-provided mix designs. If the concrete producer batch plant or delivery equipment fails to pass the verification inspection, the following actions will be taken: 1. For the first violation, a written warning will be provided. 2. For the second violation, the Engineer will give written notification and the State will accept the concrete with a price reduction equal to 15 percent of the invoice cost of the concrete that is supplied from the point of the infraction until the deficient condition is corrected. 3. For the third violation, the concrete supplier is suspended from providing concrete until all such deficiencies causing the violation have been permanently corrected and the plant and equipment have been reinspected and meets all the prequalification requirements. 4. For the fourth violation, the concrete supplier shall be disqualified from supplying concrete for one year • from the date of disqualification. At the end of the suspension period the concrete supplier may request that the facilities be inspected for prequalification. 6-02.3(4)B Hand Mixing The Contractor shall not hand mix concrete except in emergencies and then only with written permission from the Engineer. Hand mixing is never permitted for concrete to be placed in water. If the Engineer permits, hand mixing shall be done on a watertight platform in a way that distributes materials evenly throughout the mass. Mixing shall continue long enough to produce a uniform mixture. No hand mixed batch shall exceed 112 cubic yard. 6-02.3(4)C Consistency The maximum slump for concrete shall be: 1. 3.5 inches for vibrated concrete placed in all bridge roadway slabs, bridge approach slabs, and flat slab bridge superstructures. 2. 4.5 inches for all other vibrated concrete. 3_ 7 inches for non-vibrated concrete. (Includes Class 4000P) When a high range water reducer is used, the maximum slump listed above may be increased an additional 2 inches while the concrete is affected by the admixture. 6-02.3(4)D Temperature and Time For Placement Concrete temperatures shall remain between 60F and 90F while it is being placed. The batch of concrete shall be discharged at the project site no more than 1.5 hours after the cement is added to • the concrete mixture. The time to discharge may be extended to 1.75 hours if the temperature of the concrete being placed is less than 75F. With the approval of the Engineer and as long as the temperature of the concrete WSDOT AMENDMENTS Page W- 22 WSDOTAMD.DOC 3112/96 RLE being placed is below 75F, the maximum time to discharge may be extended to two hours. When conditions are such that the concrete may experience an accelerated initial set, the Engineer may require a shorter time to • discharge. 6-02.3(4)E Air-Entrainment Air content shall be between 4.5 percent and 7.0 percent for all concrete placed above the finished ground line. Air entrained concrete will be permitted for use below finished ground line provided the Contractor assumes responsibility for compressive strength. 6-02.3(5) Acceptance of Concrete 6-02.3(5)A General Concrete made in accordance with a Contractor-provided mix design, except lean concrete, will be accepted based on conformance to the requirement for temperature, slump, air content for concrete placed above finished ground line, or as adjusted by the appropriate price adjustment for air content deviation and slump deviation, and the specified compressive strength at 28 days determined by the Contracting Agency. Lean concrete will be accepted based on a Certificate of Compliance, to be provided by the supplier as described in Section 6-02.3(5)B. Commercial concrete will be accepted based on conformance to the requirements for temperature, air content for concrete placed above finished ground line, slump, or as adjusted by the appropriate price adjustment for air content deviation and slump deviation, and the specified compressive strength at 28 days as tested and determined by the Contracting Agency. Concrete made in accordance with a Contracting Agency-provided mix design will be accepted based on conformance to the specified requirements for proportioning, temperature, air content for concrete placed above finished ground line, slump, or as adjusted by the appropriate price adjustment for air content deviation and slump deviation, and 28 day compressive strengths. • 6-02.3(5)B Certification of Compliance Cement Producer, Type, and Mill Test No. (The mill test number as required by Section 9-01.3 is the basis for acceptance of cement.) The concrete producer shall provide a Certificate of Compliance for each truckload of concrete. The Certificate of Compliance shall verify that the delivered concrete is in compliance with the mix design and shall include: Manufacturer Plant (Batching Facility) Contracting Agency Contract No. Date Time Batched Truck No. Initial Revolution Counter Reading Quantity (Quantity batched this load) Type of concrete by class and producer design mix number Cement Producer, Type, and Mill Test No. (The mill test number as required by Section 9-01.3 is the basis for acceptance of cement.) Fly Ash (if used) Brand and Type Approved aggregate gradation designation Mix Design weights per cubic yard and actual batched weights for. Cement Fly Ash (if used) Coarse Concrete Aggregate and moisture content (each size) Fine Concrete Aggregate and moisture content • Water (including free moisture in aggregates) Admixtures brand, quantity per/100 wt., and total quantity batched Air-Entraining Admixture Water Reducing Admixture WSDOT AMENDMENTS Page W- 23 WSDOTAMD.DOC 3/12/96 RLE Other Admixture The Certificate of Compliance shall be signed by a responsible representative of the concrete producer, other than the driver, affirming the accuracy of the information provided. In lieu of providing a machine produced • record containing all of the above information, the concrete producer may use the Contracting Agency-provided printed forms, which shall be completed for each load of concrete delivered to the project. 6-02.3(5)C Conformance to Mix Design Aggregate weights shall conform within plus or minus 2 percent of the mix design weights. Cementitious material weight shall conform within plus or minus 1 percent of the mix design weight. Water measured by volume or weight shall not exceed the mix design amount by more than 1.5 percent. All weights shall conform to the mix design weights or as modified in accordance with Section 6-02.3(2)C, 6-02.3(5)D Test Methods racting Agency in accordance with WSDOT Standard Test Acceptance testing will be performed by the Cont Methods as set forth in the WSDOT Laboratory-Manual. WSDOT Standard Test Methods to be used with this specification are: 801 Method of Test for Compressive Strength of Molded Cylinders 803 Method of Sampling Fresh Concrete 804 Method of Testfor Slump of Portland Cement Concrete 805 Method of Test for Determination of percent of Entrained Air in Portland Cement Concrete 806 Method of Test for Weight Per Cubic Foot and Cement Factor of Concrete 809 Method of Making, Handling, and Storing Concrete Compressive Test Specimens in the Field 811 Method of Capping Cylindrical Concrete Specimens The Contractor may observe any of the sampling and testing performed by the Engineer. If the Contractor observes a deviation from the specified sampling or testing procedures, the Contractor shall verbally describe the deviations observed to the Engineer or designated representative immediately, and shall confirm these observed • deviations in writing to the Engineer within 24 hours. The Engineer will respond in writing within three working days of the receipt of the Contractor's written communication. 6-02.3(5)E Point of Acceptance Determination of concrete properties for acceptance will be made based on samples taken as follows: Bridge decks, overlays, and barriers at the discharge of the placement system. All other placements at the truck discharge. It shall be the Contractor's responsibility to provide adequate and representative samples of the fresh concrete to a location designated by the Engineer for the testing of concrete properties and making of cylinder specimens. Samples shall be provided as directed in Sections 1-06.1 and 1-06.2. 6-02.3(5)F Water/Cement Ratio Conformance The actual water cement ratio shall be determined from the certified proportions of the mix, adjusting for on the job additions. No water may be added after acceptance testing or after placement has begun, except for concrete used in slip forming. For slip-formed concrete, water may be added during placement but shall not exceed the maximum water cement ratio in the mix design, and shall meet the requirements for consistency as described in Section 6-02.3(4)C. If water is added, an air and temperature test shall be taken prior to resuming placement to ensure that specification conformance has been maintained. 6-02.3(5)G Sampling and Testing Frequency for Temperature, Consistency, and Air Content Concrete properties shall be determined from concrete as delivered to the project and as accepted by the Contractor for placement. The Contracting Agency will test for acceptance of concrete for slump, temperature, and air content, if applicable, as follows: WSDOT AMENDMENTS Page W- 24 WSDOTAMD.DOC 3/12/96 RLE Sampling and testing will be performed before concrete placement from the first truck load. Concrete shall not be placed until tests for slump, temperature, and entrained air (if applicable) have been completed by the Engineer and the results indicate that the concrete is within acceptable limits. Except for the first load of concrete, up to 1/2 cubic yard may be placed prior to testing for acceptance. Sampling and testing will continue for each load until two successive loads meet all applicable acceptance test requirements. After two successive tests indicating that the concrete is within specified limits, the sampling and testing frequency may decrease to one for every five truck loads. Loads to be sampled will be selected in accordance with the random selection process as outlined in WSDOT Test Method 803 Section 4. When the results for any subsequent acceptance test indicates that the concrete as delivered and approved by the Contractor for placement does not conform to the specified limits the sampling and testing frequency will be resumed for each truck load. Whenever two successive subsequent tests indicate that the concrete is within the specified limits, random sampling and testing frequency at one for every five truck loads may resume. Sampling and testing for a placement of one class of concrete consisting of 50 cubic yards or less will be as listed above, except: Sampling and testing will continue until one load meets all of the applicable acceptance requirements, and After one set of tests indicate that the concrete is within specified limits, the remaining concrete to be placed may be accepted by visual inspection. 6-02.3(5)H- Sampling and Testing for Compressive Strength CONTRACTOR PROVIDED MIX DESIGN Acceptance testing for compressive strength for concrete produced in accordance with a Contractor-provided mix design or Commercial concrete shall be conducted at the same frequency as the acceptance tests for temperature, consistency, and air content. • CONTRACTING AGENCY PROVIDED MIX DESIGN For concrete produced in accordance with a Contracting Agency-provided mix design, compressive strength tests specimens shall be made at a frequency of approximately every five truck loads unless the Contractor elects to place this concrete as part of the minor deviation material allowed in Section 6-02.3(5)1. Specimens for acceptance of compressive strength of deviant material shall be made at the same frequency as for Contractor provided mixes. Specimens for compressive strength testing shall only be made from concrete that is accepted for placement. 6-02.3(5)1 Limited Acceptance of Deviant Material A limited number of loads of Ready-Mix concrete may be accepted having minor deviations from the Specification limits with an appropriate price adjustment. Placement of 10 loads or less may not include more than 3 loads with minor deviations. Placements involving more than 10 loads shall not have more than 1 additional load within these limits for each additional 5 loads, or fractions thereof. A placement shall consist of all concrete of a given strength class placed during a 24 hour day. All concrete whose slump and/or air content if applicable deviates more than the allowed minor amount and all loads in excess of the permissible number per placement will be rejected and shall be removed if placed before testing is complete. 6-02.3(5)J Minor Deviations (Optional Placement with Price Adjustment) Within the above stated number of loads, concrete which exceeds the maximum slump by 1/2 inch or less, or which exceeds or is below the applicable air content by 112 percent or less will be rejected unless the Contractor elects to place this concrete with a price adjustment. If the Contractor elects to place this concrete, the price adjustment for slump and /or air content deviation shall be calculated in accordance with the price adjustment calculation specified below. • Price Adjustment = U.P.[1/2 (1-P.F.)]V WSDOT AMENDMENTS Page W- 25 WSDOTAMD.DOC 3/12/96 RLE where P.F. = pay factor tabulated below U,p. = unit contract price per cubic yard for the class of concrete involved v = cubic yard volume of concrete in the • tested load based on the certificate of compliance or as estimated for a partial load Where these specifications designate the payment for the concrete on other than a per cubic yard basis, the unit contract price (U.P.) of concrete shall be taken as $300 per cubic yard for concrete Class 4000 and higher and $160 per cubic yard for concrete Class 3000 and commercial concrete. Pay factors for adjusting the concrete price for acceptance due to air content deviation and excess slump are: PAY FACTORS Deviations From Pay Maximum Slump Pay Specified % Air Factor Exceeded by Factor Up to 0.3% 0.98 1/4" 0.98 0.3 - 0.5% 0.96 1/2" 0.96 'All concrete with an air content less than 4% shall be rejected. If deviations occur in the air content and slump within the same testing frequency quantity, the pay factor shall be the product of the individual pay factors. The following table lists the product of pay factors to be used: PRODUCT OF PAY FACTORS 0.98 X 0.98 = 0.96 0.98 X 0.96 = 0.94 0.96 X 0.96 = 0.92 6-02.3(5)K Rejecting Concrete is by Contractor-The Contractor may, prior to sampling, elect to remove any defective material and expense. Any such new material will be sampled, tested, and replace it with new material at the Contractor's evaluated for acceptance. Rejection Without Testing - The Engineer, prior to sampling, may reject any batch or load of concrete that appears defective in composition; such as cement content or aggregate proportions. Rejected material shall not be incorporated in the structure. 6-02.3(5)L Concrete With Non-Conforming Strength (Contractor Design or Commercial) Concrete produced in accordance with a Contractor-provided mix design or Commercial Concrete with a compressive strength (fc) which fails to meet the specified minimum compressive strength at 28 days (fc) shall be evaluated for acceptance as follows: 1. If (fc - fc) is less than 60 psi, the concrete will be accepted as being in conformance and no payment adjustment shall apply. 2. If the (fc- fc) value is between 60 and 500 psi, the Engineer will: a. Require corrective action at the Contractor's expense; or b. Accept the concrete with a calculated payment adjustment. 3. If the (fc- fc) value is greater than 500 psi, the Engineer will: a. Require the complete removal and replacement with concrete meeting the specifications at the Contractor's expense; or • b. Require corrective action at the Contractor's expense; or WSDOT AMENDMENTS Page W-26 WSDOTAMD.DOC 3/12/96 RLE c. Accept the concrete where the finished product is found to be acceptable for the intended purpose, with a calculated payment adjustment. • Where found acceptable without corrective action, the quantity of concrete represented by an acceptance test that fails to meet the specified compressive strength will be subject to the following payment adjustment. Payment Adjustment = [0.0005 (f c- fc) U.P.)Q where fc = Specified minimum compressive strength at 28 days. fc = Compressive strength at 28 days as determined by WSDOT Test Methods. U.P. = Unit contract price per cubic yard for the class of concrete involved. Q = Quantity of concrete represented by an acceptance test based on the required frequency of testing. Where these Specifications designate payment for the concrete on other than a per cubic yard basis, the unit contract price of concrete shall be taken as $300 per cubic yard for concrete Class 4000, 5000, and 6000. For concrete Class 3000 and commercial concrete, the unit contract price for concrete shall be $160 per cubic yard. 6-02.3(5)M Concrete With Non-Conforming Strength (Contracting Agency Provided) Contracting Agency-provided mix design concrete placed in conformance with the specifications which fails to meet the specified 28-day compressive strength (fc) will be evaluated by the Engineer for acceptance. The Engineer and the Contractor shall review all the production records, the concrete producer's certificates of compliance, test records, field notes, and the placement records for the concrete in question. If the review • confirms that the concrete as produced and placed conforms to the specified requirements, the Contracting Agency will accept the concrete. If, however, the review indicates that the concrete was not produced within the specified requirements and/or was not placed in accordance with the specifications, the concrete in question will be evaluated as concrete with non-conforming strength in accordance with Section 6-02.3(5)L. The Contractor has the opportunity to supply additional information related to the actual 28 day compressive strength. 6-02.3(6) Placing Concrete The Contractor shall not place concrete: 1. On frozen or ice-coated ground or subgrade; 2. Against or on ice-coated forms, reinforcing steel, structural steel, conduits, precast members, or construction joints; 3. Under rainy conditions; placing of concrete shall be stopped before the quantity of surface water is sufficient to affect or damage surface mortar quality or cause a flow or wash of the concrete surface; 4. In any foundation until the Engineer has approved its depth and character, 5. In any form until the Engineer has approved it and the placement of any reinforcing in it; or 6. In any work area when vibrations from nearby work may harm the concrete's initial set or strength. When a foundation excavation contains water, the Contractor shall pump it dry before placing concrete. If this is impossible, an underwater concrete seal shall be placed that complies with Section 6-02.3(6)B. This seal shall be thick enough to resist any uplift. All foundations and forms shall be moistened with water just before the concrete is placed. Any standing water on the foundation or in the form shall be removed. WSDOT AMENDMENTS Page W- 27 WSDOTAMD.DOC 3/12/96 RLE The Contractor shall place concrete in the forms as soon as possible after mixing. The concrete shall always be plastic and workable. For this reason,the Engineer may reduce the time to discharge even further. Concrete placement shall be continuous, with no interruption longer than 30 minutes between adjoining layers unless the Engineer approves a longer time. Each layer shall be placed and consolidated before the preceding layer takes • initial set. After initial set, the forms shall not be jarred, and projecting ends of reinforcing bars shall not be disturbed. In girders walls, co separation shall be placed in continuous, horizonal lyers 1.5 to 2 feet deep. layers. In each part of a form, theaconcrete shall be deposited as nea� hall ncrete its leave no linn e of separ final position as possible. Any method for placing and consolidating shall not segregate aggregates or displace reinforcing steel. Any method shall leave a compact, dense, and impervious concrete with smooth faces on exposed surfaces. Plastering is not permitted. Any section of defective concrete shall be removed at the Contractors expense. To prevent aggregates from separating, the length of any conveyor belt used to transport concrete shall not exceed 300 feet. If the mix needs protection from sun or rain, the Contractor shall cover the belt. When concrete pumps are used for placement, the operator(s) shall be certified by the American Concrete Pumping Association for the type of equipment ese atve shall visuallass of y nspectncrete to be placed.the pumps watteror to use chamberon the first for water leakage. No nt f each day a Contractor p pump shall be used that allows free water to flow past the piston. If a concrete pump is used as the placing system, the pump priming slurry shall be discarded before placement. Initial acceptance testing may be delayed until the pump priming slurry has been eliminated from the concrete being pumped. Eliminating the priming slung from the concrete may require that several cubic yards of concrete are discharged through the Phe Pite to prevent missed deadlines from breakdowns.pump requires a reserve pump (or other backup equipment) at If the concrete will drop more than 5 feet, it shall be deposited through a sheet metal (or other approved) conduit. ll be lowered through approved co fd dace cont cretefrom sliding down one side If the form slopes, the concrete sha • of the form. No aluminum conduits or tremies shall be used to pump p Before placing concrete for roadway slabs on steel spans, the Contractor shall release the falsework under the bridge and let the span swing free on its supports. Concrete in flat slab bridges shall be placed in one continuous operation for each span or series of continuous spans. Concrete for roadway slabs and the stems of T-beams or box-girders shall be placed in separate operations if the stem of the beam or girder is more than 3 feet deep. First the beam or girder stem shall be filled to the bottom of the slab fillets. Roadway slab concrete shall not be placed until enough time has passed to permit the earlier concrete to shrink (at least 12 hours). If stem depth is 3 feet or less, the Contractor may place concrete in one continuous operation if the Engineer approves. Between expansion or construction joints, concrete in beams, girders, roadway slabs, piers, columns, walls, and traffic and pedestrian barriers, etc., shall be placed in a continuous operation. No traffic or pedestrian barrier shall be placed until after the roadway slabs are complete for the entire structure. No concrete barriers shall be placed until the falsework has been released and the span supports itself. No barrier, curb, or sidewalk shall be placed on steel or prestressed concrete girder bridges until the roadway slab reaches a compressive strength of at least 3,000 psi. The Contractor may construct traffic and pedestrian barriers by the slipform method. However, the barrier may not deviate more than 1/4 inch when measured by a 10-foot straightedge held longitudinally on the front face, back face, and top surface. Electrical conduit within the barrier shall be constructed in accordance with the requirements of Section 8-20.3(5). When placing concrete in arch rings, the Contractor shall ensure that the load on the falsework remains symmetrical and uniform. • WSOOT AMENDMENTS Page W- 28 WSDOTAMD.DOC 3/12/96 RLE Unless the Engineer approves otherwise, arch ribs in open spandrel arches shall be placed in sections. Small key sections between large sections shall be filled after the large sections have shrunk. • 6-02.3(6)A Weather and Temperature Limits to Protect Concrete HOT WEATHER PROTECTION The Contractor shall provide concrete within the specified temperature limits by: 1. Shading or cooling aggregate piles (sprinkling these piles with water is not allowed) 2. Refrigerating mixing water, or replacing all or part of the mixing water with crushed ice, provided the ice is completely melted by placing time. If the concrete would probably exceed 90F using normal methods, the Engineer may require approved temperature-reduction measures be taken before the placement begins. If air temperature exceeds 90F, the Contractor shall use water spray or other approved methods to cool all concrete-contact surfaces to less than 90F. These surfaces include forms, reinforcing steel, steel beam flanges, and any others that touch the mix. The Contractor shall reduce the time between mixing and placing to a minimum and shall not permit mixer trucks to remain in the sun while waiting to discharge concrete. Chutes, conveyors, and pump lines shall be shaded. If bridge roadway slabs are placed while air temperature exceeds 90F, the Contractor shall: 1. Cover the top layer of reinforcing steel with clean, wet burlap immediately before concrete placement, 2. Sprinkle cool water on the forms and reinforcing steel just before the placement if the Engineer requires it; 3. Finish the concrete slab without delay; and 4. Provide at the site water-fogging equipment to be used if needed after finishing to prevent plastic cracks. If the evaporation rate at the concreting site is 0.20 pounds per square foot of surface per hour or more (determined from Table 6-02.3(6)), the Contractor shall surround the fresh concrete with an enclosure. This enclosure will protect the concrete from wind blowing across its surface until the curing compound is applied. If casting deck concrete that is 80F or hotter, the Contractor shall install approved equipment at the site to show relative humidity and wind velocity. COLD WEATHER PROTECTION The Contractor shall provide a written procedure for cold weather concreting to the Engineer for review and approval. Permission given by the Engineer to place concrete during cold weather will in no way ensure acceptance of the work by the Contracting Agency. Should the concrete placed under such conditions prove unsatisfactory in any way, the Engineer shall still have the right to reject the work although the plan and the work was carried out with the Engineer's permission. The Engineer may require the Contractor to provide and maintain a recording thermometer near the concreting site. During freezing or near-freezing weather, data from this thermometer shall be readily available to the Engineer. The Contractor shall not mix nor place concrete while the air temperature is below 35F, unless the water or aggregates (or both) are heated to at least 70F. The aggregate shall not exceed 150F. If the water is heated to more than 150F, it shall be mixed with the aggregates before the cement is added. Any equipment and methods shall heat the materials evenly. The Contractor may warm stockpiled aggregates with dry heat or steam, but not by applying flame directly or • under sheet metal. If the aggregates are in bins, steam or water coils or other heating methods may be used if aggregate quality is not affected. Live steam heating is not permitted on or through aggregates in bins. If using dry heat, the Contractor shall increase mixing time enough to permit the super-dry aggregates to absorb moisture. WSDOT AMENDMENTS Page W- 29 WSDOTAMD.DOC 3/12196 RLE Any concrete placed in air temperatures below 35F shall be immediately surrounded with a heated enclosure. Air temperature within the enclosure shall be maintained between 50F and 90F, and the relative humidity shall be above 80 percent. These conditions shall be maintained for a minimum of seven days or for the cure period required by Section 6-02.3(11), whichever is longer. The Contractor shall stop adding moisture 24 hours before removing the heat. Extra protection shall be provided for areas especially vulnerable to freezing (such as exposed top surfaces, comers and edges, thin sections, and concrete placed into steel forms). If weather forecasts predict air temperatures below 35F during the seven days just after the concrete placement, the Contractor may place the concrete only if it is protected with a heated enclosure. 6-02.3(6)B Placing Concrete in Foundation Seals If the Plans require a concrete seal, the Contractor shall place the concrete underwater inside a watertight cofferdam, tube, or caisson. Seal concrete shall be placed in a compact mass in still water. It shall remain undisturbed and in still water until fully set. While seal concrete is being deposited, water elevation inside and outside the cofferdam shall remain equal to prevent any flow through the seal in either direction. The cofferdam shall be vented at the vent elevation shown in the Plans. The thickness of the seal is based upon this vent elevation. The seal shall be at least 18 inches thick unless the Plans show otherwise. The Engineer may change the seal thickness during construction which may require redesign of the footing and the pier shaft or column. Although seal thickness changes may result in the use of more or less concrete, reinforcing steel, and excavation, payment will remain as originally defined in unit contract prices. To place seal concrete underwater, the Contractor shall use a concrete pump or tremie. The tremie shall have a hopper at the top that empties into a watertight tube at least 10 inches in diameter. The discharge end of the tube on the tremie or concrete pump shall include a device to seal out water while the tube is first filled with move y across concrete.to Tube r stop rts shall the flow.pOnelt the tremiescharge end ma be usedoto oncretelan area up to 18 fe entire et per areaork and Each rapidly P additional area of this size requires one additional tremie. Throughout the underwater concrete placement operation, the discharge end of the tube shall remain submerged in the concrete and the tube shall always contain enough concrete to prevent water from entering. The concrete placement shall be continuous until the work is completed, resulting in a seamless, uniform seal. If the concreting operation is interrupted, the Engineer may require the Contractor to prove by core drilling or other tests that the seal contains no voids or horizontal joints. If testing reveals voids or joints, the Contractor shall repair them or replace the seal at no expense to the Contracting Agency. Concrete Class 4000W shall be used for seals, and it shall meet the consistency requirements of Section 6- 02.3(4)C. 642.3(6)C Dewatering.Concrete Seals and Foundations After a concrete seal is constructed, the Contractor shall pump the water out of the cofferdam and place the rest of the concrete in the dry. This pumping shall not begin until the seal concrete has set enough to withstand the hydrostatic pressure (three days for gravity seals and ten days for seals containing piling or shafts). The Engineer may extend these waiting periods to ensure structural safety or to meet a condition of the operating permit. If weighted cribs are used to resist hydrostatic pressure at the bottom of the seal, the Contractor shall anchor them to the foundation seal. Any method used (such as dowels or keys) shall transfer the entire weight of the crib to the seal. No pumping shall be done during or for 24 hours after concrete placement unless done from a suitable sump separated from the concrete work by a watertight wall. Pumping shall be done in a way that rules out any chance of concrete being carried away. 6-02.3(6)D Vacant WSOOT AMENDMENTS Page W- 30 WSDOTAMD.DOC 3/12/96 RLE 6-02.3(10) Roadway Stabs The last sentence of the eighteenth paragraph is revised to read: • An acceptable surface shall be one free from deviations of more than 1/8-inch under the 10-foot straightedge. 6-02.3(11) Curing Concrete The first paragraph is revised to read: After placement, concrete surfaces shall be cured as follows: 1. Slabs (roadway, except those using Class 4000D and 4000OLS; bridge sidewalks; culvert tops: and roofs of cut and cover tunnels) - curing compound covered by white, reflective type sheeting or continuous wet curing for at least 10 days. 2. Roadway slabs using concrete Class 4000D and 4000DLS - continuous wet cure with heavy quilted blankets or burlap only, for 14 days. 3. Retaining walls, culvert sidewalls, and culvert floors - continuous moisture for at least 10 days. 4. All other concrete surfaces (except traffic barriers and rail bases) - continuous moisture for at least three days. The second paragraph is supplemented with the following: Runoff water shall be collected and disposed of in accordance with all applicable regulations. In no case shall runoff water be allowed to enter any lakes, streams, or other surface waters. • The following paragraph is added after the second paragraph: Wet curing roadway slabs with heavy quilted blankets or burlap, shall consist of a fog or mist spray covering the entire concrete surface before the bleed water has evaporated. As soon as the concrete has achieved initial set, the surface shall be covered with presoaked heavy quilted blankets or burlap. The first sentence of the third paragraph is revised to read: When using curing compound, the Contractor shall apply two coats (that complies with Section 9-23.2) to the fresh concrete. The first sentence of the fourth paragraph is revised to read: Unless the Plans call for an asphalt overlay, the Contractor shall use white pigmented curing compound (Type 2), agitating it thoroughly just before and during application. The seventh paragraph is revised to read: If the Plans call for an asphalt overlay, the Contractor shall use the clear curing compound (Type 1 D), applying at least 1 gallon per 150 square feet to the concrete slab. 6-02.3(16) Plans For Falsework and Formwork The first sentence of the thirteenth paragraph is revised to read: A State of Washington Professional Engineer, licensed under Title 18 RCW, State of Washington, in the branch of Civil or Structural Engineering may be retained to check, review, and certify falsework and formwork plans and calculations of an individual who is licensed in another state provided that the following • conditions are satisfied: WSOOT AMENDMENTS Page W- 31 WSDOTAMD.DOC 3/12/96 RLE 6-02.3(17)B Allowable Design Stresses and Deflections In the first paragraph under the heading Steel:, Compression, flexural but not to exceed 0.6Fy is revised to read 12 000,000 psi Ld/bt 6-02.3(17)J Face Lumber, Studs, Wales, and Metal Forms The 18th paragraph is revised to read: All comers shall be beveled 3/4 inch. However, traffic barrier, footings, footing pedestals, and seals need not be beveled unless the Plans require it. 6-02.3(20) Grout for Anchor Bolts and Bridge Bearings In the first paragraph, "Type II" is revised to read "Type I or II". In the second paragraph, "4,000 psi @ 3 days" is revised to read "4,000 psi @ 7 days". In the fifth paragraph, "Type II" is revised to read "Type I or II". The second sentence in the seventh paragraph is revised to read: The grout pad shall be cured as recommended by the manufacturer or kept continuously wet with water for three days. 6-02.3(24)C Placing and Fastening The sixth paragraph is revised to read: Mortar blocks (or other approved devices) shall be used to maintain the concrete coverage required by the • Plans. The Mortar blocks shall: 1. Have a bearing surface measuring not greater than 2 inches in either dimension, and 2. Have a compressive strength equal to that of the concrete in which they are embedded. The following paragraph is added after the 13th paragraph: Reinforcing steel bars shall not vary more than the following tolerances from their position shown in the Plans: Members 10 inches or less in thickness ±1/4 in. Members more than 10 inches in thickness ±3/8 in. Except: The distance between the nearest reinforcing steel bar surface and the top surface of the roadway deck slab +1/4 in. Longitudinal spacing of bends and ends of t1 in. bars Length of bar laps -1 1/2 in. Embedded length No. 3 through No. 11 -1 in. No. 14 through No. 18 -2 in. When reinforcing steel bars are to be placed at equal spacing within a plane: Stirrups and ties ±1 bar dia. All other reinforcement ±1 ba • WSDOT AMENDMENTS Page W- 32 WSDOTAMD.DOC 3/12196 RLE 6-02.3(25) Prestressed Concrete Girders The listing for Deck Bulb Tee Girders in the fourth paragraph is supplemented with the following: . Precast prestressed slabs and precast prestressed ribbed sections shall meet all the requirements of these Specifications for deck bulb tee girders. 6-02.3(25)6 Casting The last sentence of the second paragraph is deleted. The following paragraph is added after the second paragraph: Slump shall not exceed 4 inches for normal concrete nor 7 inches with the use of a high range water reducing admixture. The high range water reducer shall meet the requirements of Section 6-02.3(3) and Section 6-02.3(3)D. When the slump exceeds the maximum slump specified, the acceptability of the concrete shall be subject to the provisions of Section 6-02.3(5). The Unit Price (U.P.) of the concrete for precast prestressed members shall be taken as $600 per cubic yard for calculation of the pay adjustment. In the last sentence of the third paragraph, the Section reference is revised to read: Section 6-02.3(4)E 6-02.3(25)K Girder Deflection This section is revised to read: The Contractor shall check and record the vertical deflection (camber) of each girder upon removal of the girder from the casting bed. If the girder remains in storage for a period exceeding 120 days, the Contractor shall check and record the vertical deflection (camber) within a two week period prior to shipment, but no less than three days prior to shipment. The Contractor shall perform and record each check at a time when • the alignment of the girder is not influenced by temporary differences in surface temperature. These records shall be available for the Engineer's inspection, and in the case of girders older than 120 days, shall be transmitted to the Engineer as soon as practical for evaluation of the effect of long term storage on the "D" dimension. These records shall also be included in the Contractor's Prestressed Concrete Certificate of Compliance The "D" dimensions shown in the Plans are computed girder deflections at midspan baLp_!� on 3 tmp. e!3psa of 120 days after release of the prestressing strands. A Positive (+) "D" dimension indicates upward deflection. The Contractor shall control the deflection of prestressed concrete girders that are to receive a cast-in-place slab by scheduling fabrication within 120 days of girder erection. If it is anticipated that the girders will be older than 120 days at the time of erection, the Contractor shall submit calculations to the Engineer showing the estimated girder deflection at midspan at the age anticipated for erection. This submittal shall also include the Contractor's proposal for accommodating any excess camber in the construction. The Contractor shall not proceed with girder fabrication until this submittal is approved by the Engineer. The actual girder deflection at the midspan may vary from the "D" dimension at the time of slab forming by a maximum of plus 1/2 -inch for girder lengths up to 80 feet, and plus 1-inch for girder lengths over 80 feet. accommodating excess girder deflection shall be at the Contractor's expense.All costs, including any additional Contracting Agency engineering expenses, in connection with 642.3(26)A Shop Drawings The second sentence of the ninth paragraph is revised to read: These shall be clear, suitable for microfilming, and on permanent sheets that measure 22 by 34 inches or 24 by 36 inches. • 642.3(26)F Grouting In the fourth paragraph, 'Type II" is revised to "Type I or II". WSDOT AMENDMENTS Page W- 33 WSDOTAMD.DOC 3/12/96 RILE 6-02.4 Measurement This section is supplemented with the following: Lean concrete will be measured by the cubic yard for the quantity of material placed per the producers • invoice, except that lean concrete included in other contract items will not be measured. 6-02.5 Payment ing No_ 9, the Section reference is revised to read: In the paragraph follow Section 6-02.3(5)L In the paragraph following No. 10, the Section reference is revised to read: Section 6-02.3(5)J This section is supplemented with the following: 11. "Lean Concrete", per cubic yard. Lean concrete, except when included in another bid item, will be paid for at the unit contrail price per cubic yard. SECTION 6-03, STEEL STRUCTURES April 10, 1995 6-03.3(7) Shop Plans The third sentence of the sixth paragraph is revised to read: The reproducible copies shall be clear, suitable for microfilming, and on permanent sheets that measure 22 by 34 inches or 24 by 36 inches. • 6-03.3(28)A Method of Shop Assembly The first paragraph of Item 2c is supplemented with the following: irders in each subsequent stage may be assembled For straight sections of bridges without skews or tapers, g to include one girder shop section from the previous stage and one or more girder shop sections at the advancing end. 6-03.3(32) Assembling and Bolting The first sentence of the first paragraph is revised to read: l install and hten to To begin bolting any field connection or split h other the Contractor riot tootightelning these bolgs to the specified m nim gm bolts to bring all parts into full contact with each P tension. The first sentence of the second paragraph is revised to read: As erection proceeds, all field connections and splices for each member shall be securely drift pinned and bolted in accordance with paragraphs 1 or 2 below before the weight of the member can be released or the next member is added. The fifth sentence in item No. 1 of the second paragraph is revised to read: Once all these bolts are snug-tight, each bolt shall be systematically tightened to the specified minimum tension. • The fifth sentence in item No. 2 of the second paragraph is revised to read: WSDOT AMENDMENTS Page W- 34 WSDOTAMD.DOC 3/12/96 RLE Once all these bolts are snug-tight, each bolt shall be systematically tightened to the specified minimum tension. 6-03.5 Payment The last paragraph is revised to read: When no bid item is included in the proposal and payment is not otherwise provided, the castings, fortgings, miscellaneous metal, and painting shall be considered as incidental to the construction, and all costs therefore shall be included in the unit contract prices for the payment items involved and shown. SECTION 6-05, PILING April 10 , 1995 6-05.3(1)B Driving Piles The second paragraph is revised to read: The Contractor shall not drive piling from an existing structure unless all of the following conditions have been met: 1. The existing structure will be demolished within the contract, 2. The existing structure is permanently closed to traffic, and 3. Wonting drawings are submitted in accordance with Sections 6-01.9 and 6-02.3(16), showing the structural adequacy of the existing structure to safely support all of the construction loads. • 6-05.3(3)C Curing In Nos. 1 and 2, "Type II is revised to read "Type I or II'. 6-05.3(4)A Steel Casings or Shells The first sentence of the second paragraph is revised to read: Spiral welded pile casings are not allowed for pile casings greater than 24-inch diameter. 6-05.3(4)D Placing Concrete This section is revised to read: Before placing concrete, the Contractor shall remove all debris and water from the casing. If the water cannot be removed, the casing shall be removed (or cut off 2 feet below ground and filled with sand) and a new one driven. The Contractor shall place concrete continuously through a 5-foot rigid conduit directing the concrete down the center of the pile casing, ensuring that every part of the pile is filled and the concrete is worked around the reinforcement. The top 5 feet of concrete shall be placed with the tip of the conduit below the top of fresh concrete. The Contractor shall vibrate, as a minimum, the top 10 feet of concrete. In all cases the concrete shall be vibrated to a point at least 5 feet below the original ground line. SECTION 6-10, CONCRETE BARRIER September 6, 1994 6-10.3 Construction Requirements The section reference is revised to read: • Section 6-02.3(4)E WSDOT AMENDMENTS Page W- 35 WSDOTAMD.DOC 3/12/96 RLE SECTION 7-02, CULVERTS May 22, 1995 7-02.2 Materials . The first paragraph is supplemented with the following: Solid Wall PVC Culvert Pipe 9-05.12(1) Profile Wall PVC Culvert Pipe 9-05.12(2) Corrugated Polyethylene Culvert Pipe 9-05.19 The following paragraph is inserted after the second paragraph: Thermoplastic culvert pipe includes solid wall PVC culvert pipe, profile wall PVC culvert pipe, and corrugated polyethylene culvert pipe. Solid wall PVC culvert pipe and profile wall PVC culvert pipe are acceptable alternates for Schedule A or B culvert pipe. Corrugated polyethylene culvert pipe is an acceptable alternate for Schedule A culvert pipe. The first sentence of the third paragraph is revised to read: The Contractor has the option of constructing culverts of plain or reinforced concrete, steel, aluminum, or thermoplastic within the limits specified and as shown in the Plans. 7-02.3(1) Placing Culvert Pipe -General This section is supplemented with the following: All thermoplastic pipe shall be beveled to match the embankment or ditch slope but shall not be beveled flatter than 4:1. The minimum length of each section of pipe that is to be beveled shall be at least 6 times the diameter of the pipe when measured from the toe of the bevel to the joint. 7-02.3(5) Plugging Existing Culverts . The first sentence is revised to read: Where shown in the Plans or where designated by the Engineer, existing culverts shall be plugged on the inlet end with Class 3000 or Commercial concrete. 7-02.5 Payment The following bid items are inserted after item 12: 13. "Solid Wall PVC Culy. Pipe_ In. Diam.", per linear foot. 14. "Profile Wall PVC Culy. Pipe_ In. Diam.", per linear foot. 15. "Corrugated Polyethylene Culy. Pipe_In. Diam.", per linear foot. Existing items 13 through 21 are renumbered respectively. SECTION 7-03, STRUCTURAL PLATE PIPE, PIPE ARCH, ARCH, AND UNDERPASS July 3, 1995 7-03.5 Payment The following sentence is inserted after Item No. 4: All costs involved in obtaining, hauling, placing, and finishing earth to be placed in the invert of the underpass shall be included in the unit contract price for `Design St. Underpass _ Gage Ft. In. Span The following sentence is inserted after Item No. 8: • WSDOT AMENDMENTS Page W- 36 WSDOTAMD.DOC 3/12/96 RLE All costs involved in obtaining, hauling, placing, and finishing earth to be placed in the invert of the underpass shall be included in the unit contract price for Design St. Underpass _ Gage • Ft. In. Span". SECTION 7-04, STORM SEWERS May 22, 1995 7-04.2 Materials The first paragraph is supplemented with the following: Solid Wall PVC Storm Sewer Pipe 9-05.12(1) Profile Wall PVC Storm Sewer Pipe 9-05.12(2) Corrugated Polyethylene Storm Sewer Pipe 9-05.20 The second paragraph is supplemented with the following: Thermoplastic storm sewer pipe includes solid wall PVC storm sewer pipe, profile wall PVC storm sewer pipe, and corrugated polyethylene storm sewer pipe. 7-04.5 Payment This section is supplemented with the following: 5. "Solid Wall PVC Storm Sewer Pipe_ In. Diam.", per linear foot. 6. "Profile Wall PVC Storm Sewer Pipe_ In. Diam.", per linear foot. 7. "Corrugated Polyethylene Storm Sewer Pipe_ In. Diam.", per linear foot. Existing items 5 through 9 are renumbered respectively. SECTION 7-10, TRENCH EXC., BEDDING, AND BACKFILL FOR WATER MAINS June 26, 1995 7-10.2 Materials In the first paragraph, Bedding Material is deleted. 7-10.3(9) Bedding the Pipe This section is supplemented with the following: Bedding material shall be select granular material free from wood waste, organic material, and other extraneous or objectionable materials and shall have a maximum dimension of 1-1/2 inches. Material shall be placed to a minimum depth of 4 inches under the pipe and 6 inches over the top of the pipe. The bedding material shall be rammed and tamped around the pipe to 95 percent of maximum density by approved hand- held tools, so as to provide firm and uniform support for the full length of the pipe, valves, and fittings. Care shall be taken to prevent any damage to the pipe or its protective coating. 7-10.3(9)A Rigid Pipe This section is deleted. 7-10.3(9)B Flexible Pipe This section is deleted. SECTION 7-11, PIPE INSTALLATIONS FOR WATER MAINS May 22, 1995 7-11.3(13) Concrete Thrust Blocking • The second sentence of the first paragraph is revised to read: Blocking shall be commercial concrete poured in place. WSDOT AMENDMENTS Page W- 37 WSDOTAMD.DOC 3/12196 RLE SECTION 7-12,VALVES FOR WATER MAINS May 23, 1994 7-12.2 Materials • The material section references are revised as follows: Combination Air Release/Air Vacuum Valves 9-30.5(7) End Connections SECTION 7-17, SANITARY SEWERS June 26, 1995 7-17.2 Materials In the fourth paragraph, PVC Sewer Pipe is deleted. The fourth paragraph is supplemented with the following: PVC Sanitary Sewer Pipe 9-05.12(1) 7-17.5 Payment Item no. 3 in the first paragraph is revised to read: 3. "PVC Sanitary Sewer Pipe_ In. Diam.", per linear foot. The paragraph following Item no. 5 is revised to read: The unit contract price per linear foot for sewer pipe of the kind and size specified shall be full pay for furnishing, hauling, and assembling in place the completed installation including all wyes, tees, special fittings, joint materials, bedding material, and adjustment of inverts to manholes for the completion of the installation to the required lines and grades. • SECTION 8-01, EROSION CONTROL May 23, 1994 8-01.3(4)A Seeding The third paragraph is supplemented with the following: When seeding by hand, the seed shall be incorporated into the top 1/4 inch of soil by hand raking or other method that is approved by the Engineer. SECTION 8-02, ROADSIDE PLANTING September 6, 1994 8-02.3(2)A Chemical Pesticides The first paragraph is revised to read: Application of chemical pesticides shall be in accordance with the label recommendations and Washington State Department of Agriculture orders. The applicator shall be licensed by the State of Washington for the class of pesticide utilized. The Contractor shall fumish the Engineer evidence that all operators are licensed and that the pesticide used is registered in the State of Washington. The Contractor shall furnish the Engineer a copy of the product label and material safety data sheet for each pesticide to be used. All chemicals shall be delivered to the job site in unopened containers. The licensed applicator shall complete a Pesticide Application Record (DOT Form 540-506) daily with a copy furnished to the Project Engineer daily. 8-02.3(12) Plant Establishment • The fourth paragraph is revised to read: WSOOT AMENDMENTS Page W- 38 WSDOTAMD.DOC 3/12/96 RLE Third year plant establishment, when included in the contract, shall begin immediately at the completion of the second year plant establishment period. If the second year plant establishment period ends on or before May 31, third year plant establishment shall end on October 31 of the same year. If the second year plant establishment period ends after May 31, third year plant establishment shall end on October 31 of the following year. SECTION 8-05, INTEGRAL CEMENT CONCRETE CURB September 6, 1994 8-05.2 Materials In the second paragraph the section reference is revised to read: Section 6-02 SECTION 8-10, GUIDE POSTS August 8, 1994 8-10.3 Construction Requirements The first sentence of the second paragraph is revised to read: Guide posts shall be of such length as to provide a height of 48 inches, plus or minus 3 inches, above the nearest edge of traveled pavement surface and to maintain an 18 to 24 inch burial depth. SECTION 8-11, GUARDRAIL July 31, 1995 8-11.3(1)C Erection of Rail The second sentence of the first paragraph is revised to read: • No punching, cutting, or welding shall be done in the field, except that holes necessary when additional posts are required or for special details in extraordinary cases may be drilled in the field when approved by the Engineer. 8-11.3(1)D Anchor Installation The second paragraph is supplemented with the following: When tightening, the anchor cable shall be restrained to prevent twisting of the cable. The third paragraph is revised to read: When steel tubes used with the Wood Breakaway Post are driven, they shall be driven prior to installing the wood post. 8-11.4 Measurement The first paragraph is replaced with the following two paragraphs.- Measurement of beam guardrail and beam guardrail Type 1 long posts will be by the linear foot measured along the line of the completed guardrail, including expansion sections, and will also include the end section for Type F connections. Measurement of beam guardrail transition sections will be per each for the type of transition section installed. End sections, except for Type F connections, will be considered part of the transition section and will be included in the measurement of the transition section. The following paragraph is added after the second paragraph: • Measurement of beam guardrail terminals will be per each for the completed terminal. WSDOT AMENDMENTS Page W- 39 WSDOTAMO.DOC 3/12/96 RLE The third paragraph is deleted. 8-11.5 Payment Item No. 5 is revised to read: 5. "Beam Guardrail Transition Section Type_", per each. The unit contract price per each for "Beam Guardrail Transition Section Type _" shall include posts, end sections, and attaching the transition section to masonry structures. This Section is supplemented with the following: 11. "Beam Guardrail_Terminal", per each. The unit contract price per each for"Beam Guardrail _Terminal" shall include the posts, rail, end section, and anchor. SECTION 8-17, IMPACT ATTENUATOR SYSTEMS February 13, 1995 Division 8 is revised by adding the following new section: 8-17 IMPACT ATTENUATOR SYSTEMS 8-17.1 Description This work shall consist of furnishing, constructing, repairing, and removing temporary impact attenuator systems and furnishing and constructing permanent impact attenuator systems, including pads, nose covers, and transitions. 8-17.2 Materials The Contractor shall select impact attenuator systems from the approved list shown in the Plans. Sand for inertial barrier systems shall be dry and meet the requirements of fine aggregate Class 1 for Portland cement concrete specified in Section 9-03. Urea shall be thoroughly mixed with the sand in an amount equal to 5 percent by weight of the sand to guard against freezing. 8-17.3 Construction Requirements Installation shall be in accordance with the manufacturer's recommendations. This shall include the connection to concrete barrier or a bridge abutment and the transition section identified in the Plans, construction of steel reinforced concrete pads or anchors, construction of reinforced concrete backup, and attachment to pavement. The Contractor shall have a complete set of replacement parts on the job site for each type of temporary impact attenuators in use and shall repair all damaged temporary impact attenuators immediately. During repair of damaged impact attenuators, the Contractor shall provide necessary traffic control as approved by the Engineer. Temporary impact attenuators shall not be used for permanent impact attenuators. As soon as a temporary impact attenuator is no longer needed, as determined by the Engineer, the Contractor shall remove it from the project and it shall remain the property of the Contractor. 8-17.4 Measurement Temporary and permanent impact attenuators will be measured per each for each installation. Resetting impact attenuators will be measured per each for each installation that is adjusted or reset to a new location on the project. • WSDOT AMENDMENTS Page W-40 WSDOTAMD.DOC 3/12/96 RLE 8-17.5 Payment Payment will be made in accordance with Section 1-04.1, for the following bid items when they are included in the proposal. 1. "Temporary Impact Attenuator', per each. 2. "Permanent Impact Attenuator", per each. 3. "Repair Impact Attenuator', by force account as provided in Section 1-09.6. To provide a common proposal for all bidders, the Contracting Agency has entered an amount for"Repair Impact Attenuator in the proposal to become a part of the total bid by the Contractor. No payment will be made for repair of impact attenuators damaged by the Contractors operations. 4. 'Resetting Impact Attenuator", per each. The Contracting Agency will not pay for resetting impact attenuators when it is for the benefit of the Contractors operations. SECTION 8-20, ILLUMINATION, TRAFFIC SIGNAL SYSTEMS, AND ELECTRICAL November 27, 1995 8-20.1(2) Industry Codes and Standards This section is supplemented with the following: International Municipal Signal Association (IMSA), P.O. Box 539, 1115 North Main Street, Newark, NY 14513. 8-20.3(4) Foundations The seventh paragraph is deleted and replaced by the following.- Anchor bolts shall be installed so that two full threads extend above the top of the top heavy-hex nut. Anchor bolts shall be installed plumb, plus or minus 1 degree. Plumbing of standards shall be accomplished by adjusting leveling nuts. Shims or other similar devices for plumbing or raking will not be permitted. After placement of the standard and prior to placing the grout pad, the portion of the anchor bolts above the foundation shall be coated with a heavy body corrosion resistant grease as approved by the Engineer. The top heavy-hex nuts shall be tightened in accordance with Section 6-03.3(33). The top heavy-hex nuts for bolts that are 1-1/2 inches or less in diameter shall be installed using the Direct-Tension-Indicator Method. A hardened washer shall be used between the top nut and the direct-tension-indicator. The top heavy-hex nuts for bolts that are 1-3/4 inches or greater in diameter shall be tightened by the Turn-of-Nut Tightening Method to minimum rotation of 1/4 turn and a maximum rotation of 1/3 turn past snug tight. Permanent marks shall be set on the base plate and nuts to indicate nut rotation past snug tight.- SAX 8-20.3(5) (Conduit) 8-20.3(12) Painting The third paragraph is deleted. 8-20.3(13)A Light Standards Item No. 8 is deleted. 8-20.3(14)E Signal Standards Item No. 13 is deleted. SAX 8-20.5 (Payment) SECTION 8-21, PERMANENT SIGNING July 3, 1995 8-21.3(9)C Timber Posts The section reference is revised to read "9-28.14(1)". WSDOT AMENDMENTS Page W- 41 WSDOTAMD.DOC 3/12/96 RLE 8-21.3(9)D Aluminum Structures The section reference is revised to read "9-28.14(3)". 8-21.3(9)F Bases The second paragraph is supplemented with the following: Reinforcing steel shall conform to the requirements of Section 9-07. 8-21.3(10)A Sign Lighting Luminaires The second paragraph is revised to read: The sign lighting Iuminaire shall be supported by a lighting bracket assembly as detailed in the Plans. If the sign structure includes a maintenance walkway, the Iuminaire fixture mounting plate shall be bolted to the walkway grating. SECTION 8-21, PAVEMENT MARKINGS October 30, 1995 SAX 8-22.1 (Description) 8-22.3(7) Removal of Pavement Markings This new section is added and reads as follows: Pavement markings to be removed shall be obliterated until blemishes caused by the pavement marking removal conform to the coloration of the adjacent pavement. If, in the opinion of the Engineer, the pavement is materially damaged by pavement marking removal, such damage shall be repaired by the Contractor in accordance with Section 1-07.13(1). Sand or other material deposited on the pavement as a result of removing stripes and markings shall be removed as the work progresses to avoid hazardous conditions. Accumulation of sand or other material which might interfere with drainage will not be permitted. SAX 8-22.4 (Measurement) SAX 8-22.5 (Payment) SECTION 9-01, PORTLAND CEMENT April 10, 1995 9-01.1 Types of Cement This section is revised to read: Cement shall be classified as Portland cement or blended hydraulic cement. 9-01.2(1) Type II Portland Cement This section, including the title is revised to read: 9-01.2(1) Portland Cement iremnts for Portland cement shallent, AASH Ot the f eexceptthat the weight content ype 1, of alkalis shall or III cement fn th te Standard d Specifications0.75 conform percent by for Portland weight calculated as Na20 plus 0.658 K20. Portland cement shall meet the requirements of the above specifications for compressive strength, and for time of setting by the Vicat method, AASHTO T 131. 9-01.2(2) Type III Portland Cement The text of this section is deleted and the title is revised to read Vacant. WSOOT AMENDMENTS Page W-42 WSDOTAMD.DOC 3/12196 RLE 9-01.3 Tests and Acceptance The first paragraph is revised to read: • Cement may be accepted by the Engineer based on the Manufacturers Mill Test Report indicating full conformance to the Specifications. All shipments of the cement to the Contractor or concrete supplier shall identify the applicable Mill Test Report. The concrete supplier or Contractor shall provide mill test identification on all concrete deliveries. The third paragraph is revised to read: Cement may be tested using samples taken at the job site by the Engineer for submission to the Olympia Service Center Materials Laboratory for testing. 9-01.4 Storage On the Work Site In the third paragraph, "Type II" is revised to read "Type I or II". SECTION 9-02, BITUMINOUS MATERIALS June 26, 1995 9-02.1(4) Paving Asphalt This section number is revised to read: 9-02.1(4)A Paving Asphalt The following is inserted prior to Section 9-02.1(4)A: 9-02.1(4) Asphalt Cements 9-02.1(4)B Modified Paving Asphalt This new section is added: AASHTO Specification Requirements Test Method PBA-6 PBA-6GR Penetration (39.2F, 200g, 60s), dmm RTFO Aged Residue2 T-49 30+ 30+ Absolute Viscosity 140F, p5 Original Binder T-202 2000+ 2000- RTFO Aged Residue T-202 5000+ 5000+ Kinematic Viscosity 275F, cSt Original Binder T-201 2000- 2000- RTFO Aged Residue T-201 275+ 275+ Absolute Viscosity Ratio 140F RTFO Viscosity/ Original Viscosity 4.0- 4.0- Flash Point, Cleveland Open Cup, F Original Binder T-48 450+ 450+ Ductibility (77F, 5cm/min), cm RTFO Aged Residue T-51 60+ _ • PBA-6GR shall contain not less than 10 percent by weight of total material of powdered rubber meeting the requirements described below for sieve analysis and chemical properties. WSDOT AMENDMENTS Page W- 43 WSDOTAMD.DOC 3/12/96 RLE Sieve Analysis (U.S. Standard Screens) Sieve Size Percent Passing #60 99-100 • #80 89-100 #100 74-90 #200 24-90 Chemical Properties Acetone Extract (ASTM D 297) % max. 23 Ash (ASTM D 297B) % max. 7 Carbon Black (ASTM D 297B) % max. 34 42 Rubber Hydrocarbon (by difference) % max. 1 15t0.02 Specific Gravity (ASTM D 297) Moisture Content % max. 1.0 2 'RTFO Aged Residue" means the asphaltic residue obtained using the Rolling Thin-Film Oven Test (RTFO Test), AASHTO T 240 or ASTM D 2872. 'The Absolute Viscosity (140F) of PBA-6 and PBA-6GR will be determined at 1 sec' using ASTM P 159 (Vol. 4.03, 1985) with Asphalt Institute Vacuum Capillary Viscometers. 9-02.2(1) Notice of Shipment This section is revised in its entirety to read: 9-02.2(1) Certification of Shipment Bituminous materials may be accepted by the Engineer based on the asphalt suppliers Certification of Compliance incorporated in their Bill of Lading. The Certification will include a statement certifying • specification compliance for the product shipped. Failure to provide this Certification with the shipment shall be cause for rejection of the material. The following information is required on the Bill of Lading: 1. Date 2. Contract No. and/or Project Name 3. Grade of commodity and Certification of Compliance 4. Anti-strip type 5. Percent Anti-strip 6. Weight (net tons) 7. Volume (gross gallons) 8. Temperature of load (F) 9. Bill of Lading number 10. Consignee and delivery point 11. Signature of suppliers representative 12. Supplier(Bill of Lading generator) 13. Suppliers address 14. Refiner 15 Refiners location The Bill of Lading shall be supplied at the time of shipment of each truck load, truck and trailer, or other lot of asphalt. In addition to the copies the Contractor requires, one copy of the Bill of Lading including the Certification Statement shall be sent with the shipment for agency use and one copy sent on a weekly basis to the Olympia Service Center Materials Laboratory, P.O. Box 167, Olympia, WA 98507-0167. SECTION 9-03, AGGREGATES November 27, 1995 • 9-03.1(4)C Grading The third sentence of the fourth paragraph is revised to read: WSDOT AMENDMENTS Page W-44 WSDOTAMD.DOC 3/12/96 RLE Coarse aggregate shall contain no piece of greater size than two times the maximum sieve size for the • specified grading measured along the line of greatest dimension. 9-03.8(6)A Basis of Acceptance In No. 3, under heading "Tolerance Limits", the first sentence is revised to read: The tolerance limit for each mix constituent shall not exceed the broad band specification limits specified in Section 9-03.8(6), except the tolerance limits for sieves designated as 100% passing will be 99-100. 9-03.11 Recycled Concrete Rubble The title of this section is revised to read: 9-03.11 Recycled Portland Cement Concrete Rubble References to recycled concrete in the first, second, and sixth paragraphs are revised to read: recycled Portland cement concrete The third paragraph is revised to read: A maximum of 20 percent by weight of recycled asphalt concrete pavement may be used in the blended product. The asphalt concrete content is calculated as the amount of asphalt concrete particles retained on all screens 114 inch and above. 9-03.15 Bedding Material for Rigid Pipe The second paragraph is revised to read: • If, in the opinion of the Engineer, the native granular material is free from wood waste, organic material, and other extraneous or objectionable materials, it may be used for pipe bedding. The material shall have a maximum dimension of 1 1/2 inches. SAX 9-03.21(Recycled Material) SECTION 9-04, JOINT AND CRACK SEALING MATERIALS May 22, 1995 9-04.2(1) Joint Sealants for Sawed Contraction Joints This section including the title is revised to read: 9-04.2(1) Hot Poured Joint Sealants Hot poured joint sealants shall meet the requirements of AASHTO M 173 Concrete Joint Sealer, Hot Poured Elastic Type and be sampled in accordance with ASTM D 5167. In addition, the sealant shall have a C.O.C. Flash Point (AASHTO T 48) of 205 C Minimum. In lieu of the specified bond test in M 175, the bond test shall be in accordance with WSDOT Test Method 412. 9-04.10 Crack Sealing - Rubberized Asphalt This section is revised to read: Crack sealing material shall meet the requirements of Section 9-04.2(1), except no bond test is required. 9-04.11 Butyl Rubber This section is added as follows: • Butyl rubber shall conform to ASTM D2000, M1 BG 610. WSDOT AMENDMENTS Page W- 45 WSDOTAMD.DOC 3/12/96 RLE SECTION 9-05, DRAINAGE STRUCTURES, CULVERTS,AND CONDUITS September 5, 1995 9-05.0 Acceptance by Manufacturer's Certification • The first paragraph is supplemented with the following: Corrugated polyethylene culvert and storm sewer pipe up to and including 36-inch diameter. Profile wall PVC culvert and storm sewer pipe up to and including 36-inch diameter. 9-05.1(6) Corrugated Polyethylene Drainage Tubing Drain Pipe The second sentence of this section is revised to read: The maximum size pipe shall be 10 inches in diameter. 9-05.1(7) Corrugated Polyethylene Drain Pipe This section is revised to read: Corrugated polyethylene drain pipe, 12-inch through 36-inch diameter maximum, shall meet the minimum requirements of AASHTO M 294 Type S. 9-05.2(7) Perforated Corrugated Polyethylene Drainage Tubing Underdrain Pipe The second sentence of this section is revised to read: The maximum size pipe shall be 10 inches in diameter. 9-05.2(8) Perforated Corrugated Polyethylene Underdrain Pipe The first sentence of this section is revised to read: Perforated corrugated polyethylene underdrain pipe, 12-inch through 36-inch diameter maximum, shall meet • the minimum requirements of AASHTO M 294 Type S. 9-05.12 PVC Sewer Pipe This section is revised to read: 9-05.12 Polyvinyl Chloride (PVC) Pipe 9-05.12(1) Solid Wall PVC Culvert Pipe, Solid Wall PVC Storm Sewer Pipe, and PVC Sanitary Sewer Pipe Solid wall PVC culvert pipe, solid wall PVC storm sewer pipe, and PVC sanitary sewer pipe and fittings shall be solid wall construction and shall conform to the requirements of ASTM D 3034'SDR 35 for pipe up to 15-inch diameter and ASTM F 679, Type 1 only, for pipe sizes 18- to 27-inch diameter. Joints for solid wall PVC pipe shall conform to ASTM D 3212 using elastomeric gaskets conforming to ASTM F 477. Fittings for solid wall PVC sanitary sewer pipe shall be injection molded, factory welded, or factory solvent cemented. 9-05.12(2) Profile Wall PVC Culvert Pipe and Profile Wall PVC Storm Sewer Pipe Profile wall PVC culvert pipe and profile wall storm sewer pipe shall meet the requirements of AASHTO M 304. The maximum pipe diameter shall be 36 inches or the diameter for which a producer has submitted a qualified joint, whichever is less. Joints for profile wall PVC culvert pipe shall conform to ASTM D 3212 using elastomeric gaskets conforming to ASTM F 477, or as approved through the Olympia Service Center Materials Laboratory. • WSDOT AMENDMENTS Page W-46 WSOOTAMD.DOC 3/12/96 RLE Qualified producers are identified in the Special Provisions. Qualification for each producer requires joint system conformance to ASTM D 3212 using elastomeric gaskets conforming to ASTM F 477 and a • formal quality control plan for each plant proposed for consideration. A producer's Certificate of Compliance shall be required and shall accompany the materials delivered to the project. The certificate shall clearly identify production lots for all materials represented. The Contracting Agency may conduct verification tests of pipe stiffness or other properties as it deems appropriate. Fittings for profile wall PVC storm sewer pipe shall meet the requirements of AASHTO M 304 and shall be injection molded, factory welded, or factory solvent cemented. 9-05.19 Corrugated Polyethylene Culvert Pipe This section is added as follows: Corrugated polyethylene culvert pipe shall meet the requirements of AASHTO M 294, Type S. The maximum pipe diameter shall be 36 inches. Joints for corrugated polyethylene culvert pipe shall be classified as either watertight or soiltight. Watertight joints shall be made with a sleeve or with a bell and spigot and shall conform to ASTM D 3212 using elastomeric gaskets conforming to ASTM F 477. Soiltight joints shall be either split coupling or bell and spigot. Gaskets for soiltight split couplings shall be manufactured with the same material as the pipe and shall extend a minimum of two corrugations onto each pipe. Closed cell neoprene strip gaskets (with adhesive backing) meeting the requirements of ASTM D 1056, Grade number 2A1 shall be factory installed in the interior of the split coupling. Gaskets shall be placed around the entire circumference of the coupling and on the two inside lap face surfaces of the coupling. Gaskets shall be in compression when the coupling is closed and tightened. Gaskets for soiltight bell and spigot joints shall be installed on the bell by the manufacturer and shall meet • the requirements of ASTM D 1056 Grade number 2A2. The bell shall be an integral part of the pipe and when positioned, shall cover three corrugations on the spigot. Four cleats on the bell shall lock into the second corrugation of the spigot to provide joint integrity. Qualified producers are identified in the Special Provisions. Qualification for each producer of corrugated polyethylene culvert pipe requires an approved joint system and a formal quality control plan for each plant proposed for consideration. A producer's Certificate of Compliance shall be required and shall accompany the materials delivered to the project. The certificate shall clearly identify production lots for all materials represented. The Contracting Agency may conduct verification tests of pipe stiffness or other properties as it deems appropriate. 9-05.20 Corrugated Polyethylene Storm Sewer Pipe This section is added as follows: Corrugated polyethylene storm sewer pipe and fittings shall meet the requirements of Section 9-05.19, with the following exceptions: The maximum pipe diameter for corrugated polyethylene storm sewer pipe shall be 36 inches or the diameter for which a producer has submitted a qualified joint, whichever is less. Qualified producers are listed in the Special Provisions. Only watertight joints may be used. Qualification for each manufacturer of corrugated polyethylene storm sewer pipe also requires joint system conformance to ASTM D 3212 using elastomeric gaskets conforming to ASTM F 477. Fittings for corrugated polyethylene storm sewer pipe shall meet the requirements of AASHTO M 294 and shall be blow molded, rotational molded, or factory welded. WSDOT AMENDMENTS Page W- 47 WSDOTAMD.DOC 3/12/96 RLE SECTION 9-06, STRUCTURAL STEEL AND RELATED MATERIALS February 13, 1995 9-06.5(3) High Strength Bolts Is first paragraph is revised to read: High strength bolts for structural steel joints shall conform to the requirements of AASHTO M 164 or M 253 Type 1, 2, or 3. SECTION 9-07, REINFORCING STEEL November 27, 1995 9-07.3 Epoxy-Coated Steel Reinforcing Bars In the first paragraph, No. 9 is revised to read: 9. The thickness of epoxy coating shall be 10 mils plus or minus 2 mils. 9-07.5 Dowel Bars (For Cement Concrete Pavement) This section is revised to read: Dowel bars shall be plain steel bars of the dimensions shown in the Standard Plans. They shall conform to AASHTO M 31, Grade 60 or AASHTO M 255, Grade 60 and shall be coated in accordance with AASHTO M 284. The ends of the bars shall be coated to a minimum of 4 mils. In addition, th requirements of Section 9- 07.3, Items 2, 3, 4, 5, 6, 7, and 10 shall apply. SECTION 9-09, TIMBER AND LUMBER October 30, 1995 9-09.2 Grade Requirements • This section is revised to read: Timber and lumber for permanent structures and for guardrail posts and blocks (excluding signposts, mileposts, sawed fence posts, and mailbox posts) shall be graded as shown in the Tabulated Working Stress Chart. Sign posts, mileposts, sawed fence posts, and mailbox posts shall conform to the grades listed below. Grades shall be determined by the current standards of the Western Wood Products Association (WWPA) or the West Coast Lumber Inspection Bureau (WCLIB) for the allowable species: Western Red Cedar, Douglas Fir, and Hem-Fir. Size Applicable Grade 4X4 Structural light framing and studs, Construction Grade 4X6 Structural light framing, #1 & better 6X6, 6x8, 8X10 Posts and timbers, #1 & better 6X10, 6X12 Beams and stringers, #1 & better 9-09.2(3) Inspection The first sentence of the first paragraph is revised to read: All timber and lumber purchased or used under these Specifications shall meet the working stress or grade requirements specified in Section 9-09.2. The first sentence of the second paragraph is revised to read: • WSOOT AMENDMENTS Page W-48 WSDOTAMD.DOC 3/12196 RLE Each order of timber or lumber for use in permanent structures, other than guardrail posts and blocks, sign posts, mileposts, sawed fence posts, or mailbox posts, must be accompanied by a grading certificate issued • by the grading bureau whose authorized stamp is being used, or by the mill grading the timber or lumber under the supervision of one of the grading bureaus listed above. The first sentence of the third paragraph is revised by changing the words "grading certificate" to "grading certificate if required". The fourth paragraph is deleted. On page 9-77, the section of the Tabulated Working Stresses chart referring to Sign Posts, Mileposts, Sawed Fence Posts, and Mailbox Posts, is deleted. SECTION 9-10, PILING November 21, 1994 9-10.5 Steel Piling The second paragraph is deleted. SECTION 9-13, RIPRAP, QUARRY SPALLS, AND SLOPE PROTECTION September 6, 1994 9-13.3 Sack Riprap In the last sentence of the first paragraph, the section reference is revised to read: Section 6-02.3(4)C SECTION 9-16, FENCE AND GUARDRAIL • May 22, 1995 9-16.1(1) General The following is added after the first paragraph: 9-16.1(1)A Class 1 Material Class 1 material may be used for chain link fence construction statewide. The following is added after the last paragraph: 9-16.1(1)B Class 2 Material Class 2 material may be used for chain link fence posts for construction east of the Cascades only. Class 2 pipe shall meet the outside dimensions of ASTM A 120, Schedule 40 and have a minimum yield strength of 50,000 psi. Class 2 pipe shall be hot-dip zinc coated with 0.9 ounces per square foot of exterior surface and shall be over coated with clear acrylic. The internal surface of pipe shall have a protective coating of hot-dip zinc or zinc rich paint with a minimum thickness of 0.3 mils. 9-16.1(2) Posts The first two paragraphs are revised to read: 9-16.1(2)A Roll-formed Posts Roll-formed posts for chain link fence shall be of Class 1 material and shall be the shape, size, and weight per foot shown in the Standard Plans. Roll-formed end, comer, and pull posts shall be made from 0.1345- inch minimum thickness sheet steel and shall have integral fastening loops to connect to the fabric for the full length of each post. Roll-formed line posts shall be made from 0.110-inch minimum thickness sheet steel for • Type 3 and Type 4 fences and shall be made from 0.120-inch minimum thickness sheet steel for Type 1 and Type 6 fences. WSDOT AMENDMENTS Page W- 49 WSDOTAMD.DOC 3/12/96 RLE 9-16.1(2)B Pipe Posts, Class 1 Class 1 pipe sections shall conform to ASTM A 120, Schedule 40, Standard Weights. An acceptance tolerance for posts for chain link fence will allow deviation from the weight per linear foot • specified in the Standard Plans. This tolerance shall be applied on an individual post basis and shall be plus or minus 5 percent for tubular and H-Section posts and plus or minus 6 percent for roll form sections. Materials that exceed the weight per foot or wall thickness specifications may be accepted, providing they do not interfere with the proper construction of the fence. 9-16.1(2)C Pipe Posts, Class 2 Class 2 posts shall be the Qualiced ty Controly under Program, shara ll be the solerbas s of acceptance.ol. A manufacturers Uncertified Compliance reflecting Y materials must be tested prior to use and shall conform to Class 1. 9-16.3(1) Rail Element The first paragraph is revised to read: The W-beam rail element and backup plates shall consist of 12 gage steel formed into a beam not less than _ 12 inches wide and 3 inches deep. The thrie beam rail element, backup plates, and the transition sections shall consist of 12 gage steel formed into a beam not less than 20 inches wide and 3 inches deep. Thrie beam for bridge rail retrofit shall consist of 10 gage steel formed into a beam not less than 20 inches wide and 3 inches deep. Terminal sections, except Design F terminal sections, shall consist of 12 gage steel. Design F fermi al Design 1ons shall consist of 10 F terminal section will beage allowedl. The tolerance phys cal properties of the steel hall conform rail element or g to AASHTO M 180. 9-16.3(2) Posts and Blocks The second sentence of the first paragraph is revised to read: Except for anchor assemblies, all posts for any one project shall be of the same type (wood or steel). • The first paragraph is supplemented with the following: Post and blocks may be S4S or rough sawn. 9-16.4(2) Wire Mesh This section is supplemented with the following: Alternate wire mesh for slope protection shall be double twisted mesh. The mesh shall be of nonraveling construction and consist of a uniform double twisted hexagonal mesh of hot-dip galvanized steel wire having a diameter of 0.120 inch after galvanization. The wire shall be galvanized prior to weaving-into mesh and shall conform to ASTM A 641, Class 3, Finish 5, Soft temper. The minimum tensile strength shall be 60,000 psi when tested in accordance with ASTM A 370. Openings shall be hexagonal in shape and uniform in size measuring not more than 3 1/4 inches by 4 1/2 inches, approximately 9 square inches. Lacing wire shall be the same specifications as the wire used in the wire mesh except that its diameter shall oe 0.0866 inch after galvanization. Edges shall be mechanically T ewi a usedd in such a manner as to prevent unraveling, and shall or the selvage shall have a nominal diameter of 0.1535 nch!op the full strength of the m 9-16.4(3) Wire Rope This section is revised to read: Wire rope shall be 5/8-inch diameter zinc coated steel structural wire rope conforming to the requirements of ASTM A 603, Class A. • WSOOT AMENDMENTS Page W- 50 WSDOTAMD.DOC 3/12/96 RLE SECTION 9-17, FLEXIBLE GUIDE POSTS March 21, 1994 • 9-17.1 General The first sentence of the fourth paragraph is revised to read: Each flexible guide post shall be permanently identified with the manufacturer's name, the month and year of fabrication, and a mark indicating the recommended burial depth. SECTION 9-19, PRESTRESSED CONCRETE GIRDERS April 10, 1995 9-19.1 Aggregates and Proportioning The first sentence of the second paragraph is revised to read: The Contractor shall submit for approval a proposed mix design for each design strength. The fifth paragraph is revised to read: Cement shall conform to the requirements of Section 9-01. SECTION 9-23, CONCRETE CURING MATERIALS AND ADMIXTURES October 17, 1994 9-23.9 Fly Ash This section is revised to read: Fly ash shall conform to the requirements of AASHTO M 295 Class C or F with optional chemical requirements as set forth in Table 1 and with a further limitation that the loss on ignition shall be a maximum of 1.5 percent. SECTION 9-27, CRIBBING May 22, 1995 9-27.3(1) Wire This section including the title is revised to read: 9-27.3(1) Gabion Fabric Gabions may be fabricated from either hexagonal twisted wire mesh or from welded wire mesh. Only one type of mesh and protective coating shall be used throughout a structure. Baskets shall be fumished in the required dimensions with a dimensional tolerance of plus or minus 5 percent. Wire for construction of gabions shall be either galvanized steel wire conforming to ASTM A 641, Class 3, Soft Temper, or aluminized steel wire conforming to ASTM A 809, Soft Temper. The wire shall have a minimum tensile strength of 60,000 psi when tested in accordance with ASTM A 370. 9-27.3(2) Clip Fasteners This section including the title is revised to read: 9-27.3(2) Gabion Baskets Gabion baskets 1 foot or greater in the vertical dimension shall have mesh openings with nominal dimensions not to exceed 4 1/2 inches and the maximum area of any mesh opening shall not exceed 10 square inches. 1. Hexagonal twisted wire mesh WSDOT AMENDMENTS Page W- 51 WSDOTAMD.DOC 3/12/96 RLE a. Wire for galvanized or aluminized hexagonal twisted wire mesh shall be nominal sized 0.120-inch - galvanized steel wire or aluminized steel wire. b. Hexagonal wire mesh shall be formed from galvanized or aluminized wire in a uniform hexagonal • pattern with nonraveling double twist. The perimeter edges of the mesh for each panel shall be tied to a selvage wire of the same composition as the body mesh and have a minimum diameter of 0.150 inch so that the selvage is at least the same strength as the body of the mesh. 2. Welded wire mesh a. Welded wire mesh shall be fabricated from galvanized steel wire having a diameter of 0.106 inch. Wire shall be galvanized prior to fabrication. b. Welded wire mesh shall t each connection inorm square pattern with accordance with ASTM A 185 ings 3 inches by 3 inches with a resistance weld a c. If required, a PVC coating shall be fusion bonded onto the welded wire mesh to provide a nominal coating thickness of 0.0216 inch per side with a minimum of 0.0150 inch. 3. PVC coating (for welded wire mesh only) Acceptance of PVC coating material shall be by certified test reports of an independent laboratory. The initial properties of PVC coating material shall have a demonstrated ability to conform to the following requirements: a. Specific Gavity - In the range of 1.2 to 1.4, when tested according to ASTM D 792. b. Tensile Strength - Not less than 2,275 psi, when tested according to ASTM D 638. c. Modulus of Elasticity - Not less than 1,980 psi at 100 Strain, when tested according to ASTM D • 638. d. Hardness - Shore "A" not less than 15 F when tested according to ASTM D 2240. e. Brittleness Temperature - Not higher than 15 F when tested according to ASTM D 746. f. Resistance rtdoin brasion - The percentage of the weight to ASTM D 1242, Method B t 200cycles CSI-A Abrader Tape, percent when 80 Grit tested acco g g. Salt Spray Exposure and Ultraviolet Light Exposure - The PVC shall show no effect after 3,000 hours of salt spray exposure according to ASTM B 117. The PVC shallshow no effect f exposure to ultraviolet light with test exposure of 3,000 hours, using apparatusType E and 63 C when tested according to Practice D 1499 and Practice G 23. After the salt spray test and exposure to ultraviolet light as specified above, the PVC coating shall not show cracks, blister, split, nor show a noticeable change of color. In addition, the specific gravity, tensile strength, modulus of elasticity and resistance to abrasion shall not change more than 6%, 25%, 25%, and 10% respectively from their initial values. 9-27.3(3) Stone This section is renumbered to 9-27.3(6). 9-27.3(3) Gabion Mattresses This new section is added as follows: have mesh s with ton baskets less than 1 foot the vertical dimension maximum area of any mesh l opening shall not iexgceed 6 squarelinches.sions not not to exceed 3.3 inches and 1. Hexagonal twisted wire mesh WSDOT AMENDMENTS Page W- 52 WSDOTAMD.DOC 3112/96 RLE a. Wire for galvanized or aluminized hexagonal twisted wire mesh shall be nominal sized 0.086 inch galvanized steel wire or aluminized steel wire. • b. Hexagonal wire mesh shall be formed from galvanized or aluminized wire in a uniform hexagonal pattern with nonraveling double twist. The perimeter edges of the mesh for each panel shall be tied to a selvage wire of the same composition as the body mesh and have a minimum diameter of 0.1062 inch so that the selvage is at least the same strength as the body of the mesh. 2. Welded wire mesh a. Welded wire mesh shall be fabricated from galvanized steel wire having a diameter of 0.080 inch. Wire shall be galvanized prior to fabrication. b. Welded wire mesh shall be formed in a uniform rectangular pattern with openings 1 112 inches by 3 inches with a resistance weld at each connection in accordance with ASTM A 185. c. If required, a PVC coating shall be fusion bonded onto the welded wire mesh to provide a nominal coating thickness of 0.0216 inch per side with a minimum of 0.0150 inch. The PVC coating shall be in conformance with Section 9-27.3(2). 9-27.3(4) Mesh Openings This section including the title is revised to read: 9-27.3(4) Fasteners for Basket Assembly The lacing wire shall be a nominal sized 0.0866-inch galvanized steel wire or aluminized steel wire. Lacing wire shall have the same coating as the basket mesh. Spiral binders, if used for joining welded wire panels shall be formed from 0.106-inch nominal diameter steel wire with a 3-inch pitch having the same specifications and coating as the wire mesh. Lacing wire may be used in lieu of spiral binders. Alternate fasteners for basket assembly shall remain closed when subjected to a 600 pound tensile force when confining the maximum number of wires to be confined. Installation procedures and test results for alternate fasteners shall be submitted for approval. Internal connecting wires shall be the same as required for lacing wire. Alternate stiffeners acceptable to the gabion manufacturer may be used. SECTION 9-28, SIGNING MATERIALS AND FABRICATION September 5, 1995 Section 9-28 is revised in its entirety to read: 9-28 Signing Materials and Fabrication 9-28.1 General Unless noted otherwise in the Plans, permanent signs shall be constructed of sheet aluminum. Permanent signs which measure 36 inches or less on a side and are to be mounted on a single post may be constructed of single 0.135 inch fiberglass reinforced plastic panels. Temporary or construction signs may be constructed of either medium or high density overlay plywood. Sign overlay panels may be either 0.050 inch aluminum or 0.075 inch fiberglass reinforced plastic panels. All signs, except internally illuminated signs, shall be reflectorized. See ASTM D 4956 for reflective sheeting type designations_ Standard control signs and guide sign borders, • letters, numerals, symbols, shields, and arrows shall be in accordance with the "Washington State Sign Fabrication Manual". WSDOT AMENDMENTS Page W- 53 WSDOTAMD.DOC 3/12/96 RLE All STOP, YIELD, DO NOT ENTER, WRONG WAY, FREEWAY ENTRANCE, and es, s HIGHWAY N R NC10 signs shall be constructed entirely of Type III or IV reflective sheeting. All M(Milepost) series signs and all signs with blue or brown backgrounds shall be constructed entirely of Type II reflective sheeting unless otherwise specified. signs shall be reflectiveackground sheeting oftTypeolll all orolVeeflect reflective sh shall eetng • as noted in the plans. Sign legends for all 9 Sign legends include: borders, letters, numerals, symbols, shields, and arrows. Reflective legend sheeting types shall not be mixed on individual signs. 9-28.1(1) Basis for Acceptance Reflective sheeting shall be accepted on the basis of tests performed by the Materials Laboratory, or at the option of the Engineer, a manufacturers certificate of compliance as outlined in Section 1-06.3. This certificate shall verify that the product meets all the requirements of Section 9-28.12. The basis for acceptance of aluminum sign blanks and panels shall be a mill test certificate from the aluminum manufacturer attesting to the correct alloy and temper of the metal supplied. At the option of the Engineer, laboratory tests may also be performed to confirm metallurgical data. It is expressly understood that the furnishing of certificates of compliance will not relieve the Contractor from the obligation toreplace material materials found it arrivesve on er delivery to the on the project and subjecting project, such l they prevent laboratory t he laboratory tests sampling Engineer from ampimg they may deem appropriate or significant. 9-28.1(2) Inspection All signs will be inspected at the fabricators plant before shipment to the project. The inspection shall not e made until all materials have been tested and approved. Signs without a "FABRICATION APPROVED" of double-faced signs which do not receive decals decal will not be installed on the project with the exception or fabricators stickers. 9-28.2 Manufacturer's Identification and Date All signs shall show the manufacturers name and date of manufacture on the back. Destination, distance, and large special signs shall show the manufacturers name and the date of manufacture on the back, and the number of the sign as it appears in the plans in 3 inch series C black letters. Hand painted numbers are not permitted. 9-28.3 Corner Radius unded comers with the exception of stop signs. Information an II regulatory and warning signs shall have ro Borders for signs having square cut comers shall have a comer guide signs may have square cut comers. radius approximately 1/8 of the lesser side dimension of the sign up to a maximum radius of 12 inches. For signs with rounded comers, the borders shall be concentric with the rounded comers. 9-28.4 Extruded Windbeams and Z Bar All multiple post and multiple panel signs shall be constructed and installed with horizontal extruded windbeams and "Z" bar, when required, as shown in the Plans or the Standard Plans. All bolt and rivet heads visible on the sign face shall be anodized or painted to match the sign area immediately surrounding the bolt or rivet head. Extruded wind beams and "Z" bar shall be accepted on the basis of certificate of compliance from the manufacturer. Materials shall be as designated in Section 9-28.11. 9-28.5 Letter and Spacing Formula Letter and arrow sizes shall be as specified in the plans. Spacing formulas shall be those fumished by the manufacturer of the letters. 9-28.6 Destination Sign Messages s, and symbols shall be direct applied unless other wise noted in Destination sign messages, borders, shield the sign plans. All message components shall be one piece construction unless the least dimension exceeds available sheeting widths. All components shall have smooth, sharp cut edges. Components which are tom, wrinkled, or exhibit poor workmanship, will not be permitted. Where specifically noted in the plans, demountable components shall be utilized. Demountable messages, • borders, shields, and symbols shall consist of the appropriate sheeting, or if non-reflective, paint applied 0.032 inch aluminum. Shields and symbols shall be applied to 0.050 inch aluminum. WSDOT AMENDMENTS Page W- 54 WSDOTAMD.DOC 3/12/96 RLE 9-28.7 Process Colors • Transparent and opaque process colors used in silk screening sign messages shall be as recommended by the manufacturer. When properly applied, process colors shall perform satisfactorily for the expected life of the sheeting. Applied colors shall present a smooth surface, free from foreign material, and all messages and borders shall be clear and sharp. When applied, transparent colors shall have the same retroreflective values, type, and color as the sheeting to which it's applied. There shall be no variations in color, and overlapping of colors will not be permitted. Properly applied and cured process colors shall exhibit no blistering, bubbling, or loss of color or transparency when cleaned with a mild non-abrasive detergent solution_ Minor loss of color may be detected when solvents such as kerosene, mineral spirits, heptane, or VM&P Naphtha are used to clean severely contaminated signs; e.g., paint vandalism. However, the colors shall not blister, bubble, peel, or be easily removed. 9-28.8 Sheet Aluminum Signs Sheet aluminum signs shall be constructed of material conforming to ASTM B 209 alloy 6061-T6 or alloy 5052-H36 or H38. Alloy 5005-H34 may be used for sign overlays. After the sheeting has been fabricated, the sheeting for all multiple panel signs shall be degreased, etched by immersion for a minimum of 5 minutes in a 6 ounce per gallon caustic etch solution at 120 F, followed, in order, by a water rinse, de-oxidation, water rinse, hot water rinse, and drying. The etching process shall produce a dull aluminum finish on both sides of the panel which will last the life of the sign. The treated panel surface shall be compatible with the opaque and reflective sheeting to be applied in accordance with the specifications. The Contractor may use an Alodine 1200 application for single panel signs in lieu of the above treatment. Aluminum signs over 12 feet wide by 5 feet high shall be comprised of vertical panels in increments of 2, 3, or 4 feet wide. No more than one 2 and/or 3 foot panel may be used per sign. The Contractor shall use the widest panels possible. All parts necessary for assembly shall be constructed of • aluminum, galvanized, or stainless steel in accordance with the plans. Sheet thickness shall be as follows: Maximum Horizontal Dimension Sheet Aluminum Thickness Overlay panels 0.050 inch Up to 20 inches 0.063 inch 20 inches to 36 inches, inclusive 0.080 inch Over 36 inches 0.125 inch The side dimension for a diamond shaped warning sign is considered to be the maximum horizontal dimension. Before placing aluminum in contact with untreated steel, the steel surfaces shall be protected by proper cleaning and painted with a zinc-dust zinc oxide primer A-6-86 and two coats of aluminum paint D-1-57. Metal shall be handled by device or clean canvas gloves between all cleaning and etching operations and the application of reflective sheeting. 9-28.9 Fiberglass Reinforced Plastic Signs Fiberglass reinforced plastic signs and overlay panels shall be constructed of a fiberglass reinforced thermoset polyester laminate. The sign panel shall be acrylic modified and UV stabilized for outdoor weathering ability. The sign panel shall be stabilized to prevent the release of migrating constituents (such as solvents, monomers, etc.) over the expected life of the sign. The sign panel shall contain no residue release agents on the surface of the laminate so neither migrating constituents or release agents will be present in amounts • which will interfere with any subsequent bonding operations. The sign panel shall not contain visible cracks, pinholes, foreign inclusions, or surface wrinkles that would affect implied performance, alter the specific dimensions of the panel, or otherwise affect its serviceability. WSDOT AMENDMENTS Page W - 55 WSDOTAMD.DOC 3/12196 RLE The sign panel surface shall be wiped clean with a slightly water dampened cloth before applying reflective sheeting. 9-28.9(1) Mechanical Properties All mechanical properties are stated as minimum requirements. The mechanical properties are measured in both the line direction of the panel and at 90 degrees to the line as noted in the appropriate ASTM test referenced. Mechanical Ave. Min. ASTM Pro pert Requirement Test Tensile Strength 10.0 psi x 103 D638 Tensile Modulus 1.2 psi x 106 D638 Flexural Strength 20.0 psi x 103 D790 Flexural Modulus 1.2 psi x 106 D790 Compression Strength 32.0 psi x 103 D695 Compression Modulus 1.4 psi x 106 D695 Punch Shear 13.0 psi x 103 D732 9-28.9(2) Physical Properties Sign Panels are to be 0.135 inch thick. Overlay panels are to be 0.075 inch thick. Panel thickness tolerance shall be plus or minus 0.005 inch. Panel tolerance on nominal length and width shall be plus or minus 1/8 inch for dimensions of 12 feet or less and shall be within 1/8 inch of square per 12 feet of length when measured in accordance with ASTM D3841. Panels shall be manufactured with smooth surfaces on both top and bottom of the panel. Panel flatness of a 30 inch by 30 inch panel shall be measured by hanging the panel diagonally in suspension. The maximum deflection measured diagonally, parallel and perpendicular to the panel by lines drawn through the center of the panel, shall not exceed 12 millimeters. The panel shall then be hung • diagonally in suspension in an oven for 48 hours at 180 F. The maximum deflection shall again be measured as previously noted and shall not exceed 12 millimeters. All measurements shall be made when panels are at ambient temperature. Panels shall be pigmented to a visually uniform gray color within the Munsela range of N.7.5/to N.8.5/. Panels shall have a maximum coefficient of lineal thermal expansion of 1.8 X 10-5 in./in./ F when tested in accordance with ASTM D696_ Panels shall be classified as to a minimum Grade II (weather resistant) panel as specified in ASTM D3841 following 3,000 plus or minus 100 hour weatherometer test. Panels shall contain additives designed to be less responsive to fire ignition and flame propagation. As such, the extent of burning shall not exceed 1.0 inch when tested in accordance with ASTM, Method D635. Panels shall resist the impact energy of 20 foot-pounds applied with a hemispherical tipped object 1 inch in diameter. The panels thermal stability for strength and impact resistance qualities shall not be appreciably affected over a temperature range of-65 F to 212 F. Fiberglass reinforced plastic panels for signs shall be accepted on the basis of a certificate of compliance from the manufacturer as outlined in Section 1-06.3. 9-28.10 Plywood Signs • Plywood signs shall be constructed of medium or high density plywood and shall conform to the current requirements as set forth in "Production Standard for Construction and Industrial Plywood" published by the Product Standards Section of the National Bureau of Standards. The plywood shall be free of contaminants. WSOOT AMENDMENTS Page W- 56 WSDOTAMD.DOC 3/12/96 RLE Face veneers shall be Grade B or better. • Core and crossband veneers shall be solid. Core veneers shall be jointed, and core gaps shall not exceed 1/8 inch in width. The entire area of each contacting veneer surface shall be bonded with a waterproof adhesive that meets the requirements for exterior type plywood. High density plywood overlay shall have a minimum weight of 60 pounds per thousand square feet of surface, shall be at least 0.012 inch thick before pressing, and have a minimum resin content of 45 percent based on the volatile free weight of fiber and resin exclusive of glue line. Medium density plywood overlay shall have a minimum weight of 58 pounds per thousand square feet of surface. It shall be at least 0.012 inch thick after application and have a minimum resin content of 17 percent based on the volatile free weight of resin and fiber exclusive of glue line. The overlay shall have a sufficient resin content to bond itself to the plywood. Plywood sign surfaces shall be cleaned thoroughly with lacquer thinner, heptane, benzene, or solvent recommended by the reflective sheeting manufacturer. The surface shall be sanded with light sandpaper or steel wool and wiped dry and clean with a clean cloth. The reflective sheeting shall then be applied. Plywood signs over 12 feet wide by 5 feet high shall be comprised of vertical panels in increments of 4 feet or less. The Contractor shall use the widest panels possible. Plywood Panel Thickness Signs: up to 18 inches inclusive in width 3/8 inch minimum • Over 18 inches to 36 inches inclusive in width 1/2 inch minimum Over 36 inches in width 5/8 inch minimum Plywood shields on destinations signs 3/8 inch minimum Multiple panel signs 5/8 inch minimum 9-28.11 Hardware Bolts, nuts, and washers shall be of the same material for each attachment.- All parts necessary for assembly shall be constructed of the materials listed below: Hardware Specification Bolts ASTM F 468 2024-T4 Aluminum ASTM A 307 Steel ASTM F 593 Stainless Steel Washers ASTM B 209 2024-T4 Aluminum AASHTO M 183 Steel ASTM F 594 Stainless Steel Nuts ASTM F 467 2024-T4 Aluminum ASTM A 307 Steel ASTM F 593 Stainless Steel • Locknuts ASTM F 467 2024-T4 Aluminum ASTM A 307 Steel ASTM F 593 Stainless Steel WSDOT AMENDMENTS Page W- 57 WSDOTAMD.DOC 3/12/96 RLE Rivets ASTM B 316 6061-T6 Aluminum ASTM B 6053-T61 Aluminum Post Clips ASTM B 179 356-T6 Aluminum • Wind Beam ASTM B 221 6061-T6 Aluminum Angle and "Z" Bar ASTM B 221 6061-T6 Aluminum AASHTO M 183 Steel Strap and Mounting Bracket ASTM A 412, Type 201 All steel parts shall be galvanized per ASTM A 123. Steel bolts and related hardware shall be galvanized per ASTM A 153 or B 695. 9-28.12 Reflective Sheetings Type I and Type II reflective sheeting shall consist of spherical lens elements embedded within a transparent plastic having a smooth, flat outer surface. Type III and Type IV reflective sheeting shall consist of spherical or prismatic lens elements adhered to a synthetic resin and encapsulated by a flexible, transparent, weatherproof plastic having a smooth outer surface. All sheeting shall be weather resistant and have a protected pre-coated adhesive backing. Type II reflective sheeting shall contain an identifying marking, such as a water mark, which is visible after sheeting application. The marking shall not adversely affect the performance or life of the sheeting. The reflective sheeting shall have the following minimum coefficient of retroreflection values at 02 degrees and 0.5 degrees observation angle expressed as average candelas per foot-candle, per square foot of material. Measurements shall be conducted in accordance with ASTM E 810. Type I Glass Bead Retroreflective Element Material • Obs. Entrance SILVER YELLOW ORANGE GREEN RED BLUE BROWN Angle Angle WHITE 0.2 -4 70 50 25 9.0 14 4.0 1.0 0.2 +30 30 22 7.0 3.5 6.0 1.7 0.3 0.5 -4 30 25 13 4.5 7.5 2.0 0.3 0.5 +30 15 15 4.0 2.2 3.0 0.8 0.2 Type 11 Glass Bead Retroreflective Element Material Obs. Entrance SILVER YELLOW ORANGE GREEN RED BLUE BROWN Angle Angle 0.2 -4 140 100 60 30 30 10 5.0 0.2 +30 60 36 22 10 12 4.0 2.0 0.5 -4 50 33 20 9.0 10 3.0 2.0 0.5 +30 28 20 12 6.0 6.0 2.0 1.0 Type III Glass Bead Retroreflective Element Material Obs. Entrance SILVER YELLOW ORANGE GREEN RED BLUE Angle Angle 0.2 -4 250 170 100 45 45 20 0.2 +30 150 100 60 25 25 11 0.5 -4 95 62 30 15 15 7.5 0.5 +30 65 45 25 10 10 5.0 • WSDOT AMENDMENTS Page W- 58 WSDOTAMD.DOC 3/12/96 RLE Type IV Micro Prismatic Retroreflective Element Material • Obs. Entrance SILVER YELLOW ORANGE GREEN RED BLUE BROWN Angle Angle 02 4 250 170 100 35 35 20 7.0 0.2 +30 80 54 34 9 9 5.0 2.0 0.5 -4 135 100 64 17 17 10 4.0 0.5 +30 53 37 22 6.5 6.5 3.5 1.4 The wet performance measurements on unweathered sheeting shall be conducted in accordance with one of the following methods: (1) The standard rainfall test specified in Federal Specification LS 300C and the brightness of the reflective sheeting totally wet by rain shall not be less than 90 percent of the above values. (2) Samples shall be submerged in a tank of clean water (approximately 72 F) for a period of 5 minutes. Reflex-reflective performance of the sheeting shall be viewed in a darkened room by reflected light through the surface of the water or through a transparent plane surface of the tank parallel to the sample surface. Light source shall be such as a hand flashlight held close to the eye. The wet sheeting shall show no apparent loss of reflective performance as compared to dry material The diffuse day color of the reflective sheeting shall be visually evaluated by comparison with the applicable Highway Color Tolerance Chart. Color comparison shall be made under north daylight or a scientific daylight having a color temperature from 6500 degrees to 7500 degrees Kelvin. Daytime color evaluation shall be illuminated at 45 degrees and viewed at 90 degrees. There shall be no significant color shift when viewed under nighttime (retroreflective) conditions. The reflective sheeting shall have a pre-coated pressure sensitive adhesive (Class 1) or a heat- activated adhesive (Class 2) either of which will adhere to flat, clean surfaces without necessity of additional adhesive coats on the reflective sheeting or application surface. Chemical activators shall not be used to activate Class 2 adhesive. The pre-coated adhesive shall be protected by an easily removed liner which, when removed, shall not have a staining effect on the reflective sheeting and shall be mildew resistant. The protective liner attached to the adhesive shall be removable by peeling without soaking in water or other solvents and shall be easily removed after storage for 4 hours at 150 F under weight of 2.5 psi. The sheeting with liner removed, conditioned for 24 hours at 72 F and 50 percent relative humidity, shall be sufficiently flexible to show no cracking when bent around a 1/8 inch diameter mandrel with the adhesive side contacting the mandrel. For ease of testing, talcum powder my be spread on the adhesive to prevent sticking to the mandrel. The sheeting surface shall be smooth and flat to facilitate self-cleaning in the rain, regular cleaning, and wet performance, and exhibit 85 degrees glossmeter rating of not less than 50 when tested in accordance with ASTM D 523. The sheeting surface shall be readily processed and compatible with transparent and opaque process colors and show no loss of the color coat with normal handling, cutting, and application. The sheeting shall permit cutting and color processing at temperatures of 60 F to 100 F and 20 to 80 percent rZH. The sheeting shall be heat resistant and permit force curing without staining of unapplied sheeting at temperatures up to 150 F and up to 200 F on applied sheeting. The sheeting surface shall be solvent resistant to permit cleaning by wiping with a clean soft cloth dampened with VMBP Naphtha or mineral spirits. The adhesive shall form a durable bond to smooth, corrosion and weather resistant surfaces and permit the reflective sheeting to adhere securely, 48 hours after application at temperatures of-30 F to 200 F. The adhesive bond shall be sufficient to render the applied sheeting vandal-resistant and prevent its shocking off when subjected to an impact energy of 20 ft. lbs. applied with a hemispherical tipped object 1 inch in diameter at 0 F. The test specimen shall be applied to aluminum backing not less than 0.080 inch thick and having a dimension of not less than 4 inches square. During testing, the specimen shall be supported on a 3 inch diameter ring. The adhesion test shall be the same as outlined in Federal Specification LS 300C except that in addition to testing at room temperature, the adhesion shall also be tested at 0 F and 180 F. WSDOT AMENDMENTS Page W- 59 WSDOTAMD.DOC 3/12/96 RLE The resistance to accelerated weathering shall be as described in Federal Specification LS300C except the weathering apparatus and procedure shall be in accordance with ASTM G 53. The reflective sheeting shall be sufficiently flexible to be cut to shape easily and permit application over, and conform to, moderate shallow embossing characteristic of certain sign borders and symbols. The tensile strength of the sheeting shall be 5 to 20 pounds per square inch width when conditioned for 48 hours in accordance to ASTM D 685 and tested in accordance with ASTM D 828. Following liner removal, the reflective sheeting shall not shrink more than 1/32 inch in ten minutes nor more than 1/8 inch in 24 hours in any dimension per 9 inch square at 72 F and 50 percent relative humidity. The sheeting, when applied according to manufacturer's recommendations to cleaned and etched .020 inch X 2 inch X 8 inch aluminum, conditioned (24 hours) and tested at 72 F and 50 percent relative humidity, shall be sufficiently flexible to show no cracking when bent around a 3/4 inch diameter mandrel. 9-28.12(1) Application The reflective sheeting shall be applied in the manner specified by the sheeting manufacturer. The applied sign face shall not have bubbles, wrinkles, or foreign material beneath the reflective sheeting. 9-28.12(2) Edge Treatment All edges and splices of reflective sheeting signs shall be coated with an edge sealer when recommended by the manufacturer of the reflectorized sheeting. 9-28.12(3) Splices and Color Matching Splicing of reflective sheeting shall not be permitted on signs or panels with dimensions up to and including 48 inches in height or width unless the reflective sheeting specified does not come in this width, then the widest width material shall be used. When sheeting joints are required, they shall be lap-jointed with the top sheet overlapping the bottom sheet by no less than 3/16 inch. The fabricator shall endeavor to use the least number of seams possible with the horizontal lap preferable. Roller applied or reverse screened sheeting • may be butt-jointed with joint gap not to exceed 1/32 inch. Color matching of adjacent sheets of reflective sheeting comprising a sign shall be accomplished without a noticeable difference in color. No borders shall be spliced other than the splice of the tangent border to the comer radius. 9-28.13 Demountable Prismatic Reflectorized Message and Borders The letters, digits, and alphabet accessories shall consist of embossed 0.040 inch thick sheet aluminum frames conforming to ASTM B 209 grade 3003-1-114 in which prismatic reflectors are installed to prevent their displacement in handling or service. Letters in which reflectors are assembled by means of tape are unacceptable. The plastic reflectors face shall be colorless and be entirely smooth to present a water repellent and dirt resistant surface. The area indicating the letter shape that is not reflectorized shall be white for maximum daytime contrast with the sign background. All letters shall be free of any imperfections and shall present a high quality appearance. Demountable prismatic border shall be comprised of a minimum length of 2 feet with allowance of one shorter section between each comer radius. Letters shall be fastened to the sign with aluminum screws or blind rivets conforming to ASTM B 209 grade 2024-T4. The coefficient of retroreflection of each reflex reflector intended for use in cutout letters, symbols, and accessories shall be equal to or exceed the following minimum values with measurements made with reflectors spinning. Observation Entrance Coefficient of Retroreflection Angle (degrees) Angle (degrees) Candle Power/Square Inch/Foot Candle 0.1 0 14.0 0.1 20 5.6 • WSDOT AMENDMENTS Page W- 60 WSDOTAMD.DOC 3/12/96 RLE Failure to meet the specific minimum values shall constitute failure of the reflector being used. Upon failure of more than two of the 50 samples tested, a resample of 100 reflectors shall be tested. Failure of more than four of these samples shall be cause for rejection of the lot. . 9-28.14 Sign Support Structures All sign support structures shall be constructed as shown in the plans. 9-28.14(1) Timber Sign Post At the Contractor's options, timber sign posts and mileposts shall be untreated Western cedar, treated Douglas fir, or treated Hem-fir meeting the grades specified in Section 9-09.2. Douglas fir and Hem-fir posts shall be given a treatment in accordance with Section 9-09.3(4). Preservative retention shall be a minimum of 0.40 pounds per cubic foot. Penetration shall be a minimum of 3/8 inch or 90 percent of sapwood for posts under 5 inches thick and 1/2 inch or 90 percent of sapwood for posts 5 inches or thicker. S4S finish is not required for unpainted posts. 9-28.14(2) Steel Structures and Posts Steel sign structures and posts shall be galvanized unless noted otherwise in the plans. Metal surfaces shall not be painted. Minor fabricating and modifications necessary for galvanizing will be allowed if not detrimental to the end product as determined by the Engineer. If such modifications are contemplated, the Contractor shall submit to the Engineer, for approval, six copies of the proposed modifications, prior to fabrication. Fabrication and erection shall conform to the applicable requirements of Sections 6-03 and 9-06. 9-28.14(3) Aluminum Structures Welding of aluminum shall be in accordance with Section 1.5 of the "Standard Specifications for Structural Supports for Highway Signs, Luminaires and Traffic Signals," AASHTO 1994. Aluminum materials shall conform to ASTM B 209 grades as follows: the filler alloy shall be 4043, 5365, or 5556 for welding base metals 6061 or 6063 to 6061, 6063, 356, or A356. Filler alloy for welding base metal 50116 shall be 5356 or 5556. • 9-28.15 Sign Lighting Luminaires Sign lighting luminaires shall have a cast aluminum housing and door assembly with a polyester paint finish. All external bolts, screws, hinges, hinge pins, and door closure mechanisms shall be series 300 grade stainless steel. The housing shall encase a reflector, lamp socket, and ballast. It shall have a front entry (the side facing the sign) suitable for 1/2 inch conduit and mounting holes for attaching to a fixture mounting plate. Any additional entries shall have suitable plugs. The sign lighting luminaire shall be supported by a lighting bracket assembly as detailed in the plans. If the sign structure includes a maintenance walkway, the luminaire fixture mounting plate shall be bolted to the walkway grating. Condensation drain holes shall be provided as recommended by the manufacturer. The door shall be hinged to the housing on the side of the fixture away from the sign panel and shall be provided with two captive closure devices. The door shall be provided with the means to allow the door to be locked in the open position 70 to 90 degrees from the plane of the door opening. The juncture of the door and housing shall be gasketed to provide a rain tight and dust tight joint. Refractors shall be manufactured from heat resistant borosilicate glass. The refractor shall be shielded so that no light source is visible from the sign viewing approach. The shield shall be an integral part of the door assembly. When called for in the plans, fixtures shall be provided with a wire guard to prevent damage to the refractor. The reflector shall be manufactured from one piece polished (Alzak or equal) aluminum. The reflector shall be designed so condensed water will drain away. The light source shall be a 175 watt deluxe phosphor coated mercury vapor lamp. The lamp socket shall be a porcelain enclosed mogul type containing integral lamp grips to ensure electrical contact under conditions of normal vibration. The center contact shall be spring loaded. The shell and center contact shall be rated for 1500 watts, 600 volts. WSDOT AMENDMENTS Page W- 61 WSDOTAMD.DOC 3/12/96 RLE Ballasts shall be suitable for operating a 175 watt metal halide lamp and shall conform to the requirements of Section 9-29.9. The crest factor shall remain within a range of 1.6 to 1.8. Ballasts shall have a design life of no less than 100,000 hours. • Ballasts shall consist of separate components, each of which shall be capable of being easily replaced. All conductor terminals shall be identified as to the component terminal to which they connect. Heat generating components shall be mounted to use the portion of fixture on which they are mounted as a heat sink. Capacitors shall be separated from heat generating components or thermally shielded to limit the case temperature to 90C. Each fixture shall be provided with a fusible terminal block. Fuses shall be 10 amp, 250 volt for 120 volt circuits, and 5 amp, 600 volt for 240 and 480 volt circuits. The primary voltage shall be as indicated in the plans. Photometric performance shall be as follows: The ratio of the maximum to minimum illuminance level on a panel 10 feet high by 16 feet wide shall not numerically exceed 5:1 approaching 1:1. In addition, the illuminance gradient shall not numerically exceed 2:1, illuminance gradient being defined as the ratio of the minimum illuminance of 1 square foot of panel to that of 1 any adjacent square foot foot below the bottom edgefof the sign alndp5 feet shall be obtained when the fixture is mounted ve hall not The average to minimum uniformity hallatio exceed 1panel as dimensioned 0 foot-candies for a merocurysvapor lamp of numerically5 watts as 3:1. Average initial specified. SECTION 9-29 , ILLUMINATION, SIGNALS ELECTRICAL June 27, 1994 9-29.13(7)D Controller Cabinets Item No. 1 in the first paragraph is revised to read: 1. Construction shall be of 0.073-inch minimum thickness Type 304 stainless steel, 0.125-inch minimum • thickness sheet aluminum, or cast.aluminum. Cabinets shall be furnished inside with an approved alum nu ni in coat of exterior white enamel and outside with an approved enamel finish, light gray o color. As an alternate to painting, the outside and inside of aluminum cabinets may be clear anodized. Item No. 6 in the first paragraph is deleted. SECTION 9-31, ELASTOMERIC BEARING PADS July 3, 1995 9-31.1 Materials The first paragraph is supplemented with the following: The elastomer shall not contain any form of wax. SECTION 9-33 CONSTRUCTION GEOTEXTILE May 22, 1995 DIVISION 9 is revised by adding the following new section: WSDOT AMENDMENTS Page W- 62 WSDOTAMD.DOC 3/12/96 RLE 9-33 Construction Geotextile 9-33.1 Geotextile and Thread for Sewing The material shall be a geotextile consisting only of long chain polymeric fibers or yams formed into a stable network such that the fibers or yams retain their position relative to each other during handling, placement, and design service life. At least 85ypercent by weight of the material shall be polyolefins or polyesters. The material shall be free from defects or tears. The geotextile shall also be free of any treatment or coating which might adversely alter its hydraulic or physical properties after installation. The geotextile shall conform to the properties as indicated in Tables 1 through 6 for each use specified in the Plans. Specifically, the geotextile uses included in this section and their associated tables of properties are as follows: Applicable Geotextile Application Property Tables Underground Drainage, Moderate Survivability, Classes 1, 2, and 3 Tables 1 and 2 Underground Drainage, High Survivability, Classes 1, 2, and 3 Tables 1 and 2 Separation Table 3 Soil Stabilization Table 3 Permanent Erosion Control, Moderate Survivability, Classes 1, 2, and 3 Tables 4 and 5 Permanent Erosion Control, High Survivability, Classes 1, 2, and 3 Tables 4 and 5 Ditch Lining Table 4 Temporary Silt Fence Table 6 Thread used for sewing shall consist of high strength polypropylene, polyester, or polyamide. Nylon threads will not be allowed. The thread used to sew permanent erosion control geotextiles must also be resistant to ultraviolet radiation. 9-33.2 Geotextile Properties Table 1 Geotextile for underground drainage strength properties for survivability. Geotextile Property Requirements' Moderate High Survivability Survivability Geotextile Property Test Method2 Woven/Nonwoven Woven/Nonwoven Grab Tensile Strength, ASTM 04632 2009fbs/120 Ibs min. 260 Jbs 200 Ibs min. min.in machine and x-machine direction Grab Failure Strain,in ASTM D4632 <50%/>50% <50%/>50% machine and x-machine direction Seam Breaking Strength ASTrvt 04632 1S7 Ibs/97 Ibs min. 225 Ibs/160 Ibs min. and ASTM D4884 (adapted for grab test) Puncture Resistance ASTM 04833 63 Ibs/49 Ibs min. 74 Ibs/63 Ibs min. Tear Strength,min.in ASTM D4533 63 Ibs/49 Ibs min. 74 Ibs/63 Ibs min. machine and x-machine direction Ultraviolet(UV) ASTIVI D4355 50%strength 50%strength Radiation stability retained min.,after retained min.,after 500 hrs.in 500 hrs.in weatherometer weatherometer • WSDOT AMENDMENTS Page W-63 WSDOTAMD.DOC 3/12/96 RLE Table 2 Geotextile for underground drainage filtration properties. Geotextile Property Requirements' • Geotextile Property Test Method2 Class 1 Class 2 Class 3 AOS ASTM D4751 .43 mm max. .25 mm max. .18 mm max. (#40 sieve) (#60 sieve) (#80 sieve) Water Permittivity ASTM D4491 .5 sec-1 min. .4 sec-1 min. .3 sec-1 min. Table 3 Geotextile for separation or soil stabilization. Geotextile Property Requirements' Soil Separation Stabilization Geotextile Property Test Method2 Woven/Nonwoven Woven/Nonwoven AOS ASTM D4751 .60 mm max. .43 mm max. (#30 sieve) (#40 sieve) Water Permittivity ASTM D4491 .02 sec-1 min. .25 sec-1 min. Grab Tensile Strength, ASTM D4632 200 Ibs/120 Ibs min. 260 Ibs/200 Ibs min. min. in machine and x-machine direction Grab Failure Strain, in ASTM D4632 <50%/>50% <50%/>50% machine and x-machine direction Seam Breaking Strength ASTM D4632 160 Ibs/97 Ibs min. 200 Ibs/170 Ibs min. and ASTM D4884 (adapted for grab test) • Puncture Resistance ASTM D4833 63 Ibs/49 Ibs min. 74 Ibs/63 Ibs min. Tear Strength, min. in ASTM D4533 63 Ibs/49 Ibs min. 74 Ibs/63 Ibs min. machine and x-machine direction Ultraviolet (UV) ASTM D4355 50% strength re- 50% strength re- Radiation stability tained min., after tained min., after 500 hrs. in 500 hrs. in weatherometer weatherometer • WSDOT AMENDMENTS Page W-64 WSDOTAMD.DOC 3/12/96 RLE Table 4 Geotextile for permanent erosion control and ditch lining. Geotextile Property Requirements' • Permanent Erosion Control Ditch Lining Moderate High Survivability Survivability Geotextile Property Test Method 2 Woven/Nonwoven Woven/Nonwoven Woven/Nonwoven AOS ASTM 04751 See Table 5 See Table 5 .60 mm max(#30 sieve) Water Permittivity ASTM D4491 See Table 5 See Table 5 .02 sec-1 min. Grab Tensile Strength,min. ASTM D4632 200 Ibs/120 Ibs min. 260 Ibs/200 Ibs min. 200 Ibs/120 Ibs min. in machine and x-machine direction Grab Failure ASTM D4632 15%-50%/>50% 15%-50%/>50% <50%>50% Strain,in machine and x-machine direction Seam Brealdng ASTM D4632 160 lbsJ97 Ibs min. 200 Ibs/170 Ibs min. 160 Ibs/97 Ibs min. ASTM D4884 (adapted for grab test) Burst Strength ASTM 03786 320 psi/200 psi min. 420 psV320 psi min. Puncture ASTM D4833 63 Ibs/49 Ibs min. 74 Ibs/63 Ibs min. 63 Ibs/49 Ibs min. Resistance Tear Strength, ASTM 04533 63 Ibs/49 Ibs min. 74 Ibs/63 Ibs min. 63 Ibs/49 Ibs min. min.in machine and x-machine Ultraviolet, ASTM D4355 70%strength 70%strength 70%strength (UV) retained retained retained min,after 500 his. min,after 500 hrs. min,after 500 hrs. in weatherometer in weatherometer in weatherometer Table 5 Filtration properties for geotextile for permanent erosion control. Geotextile Property Requirements' Geotextile Property Test Method Class 1 Class 2 Class 3 AOS ASTM D4751 .43 mm max. .25 mm max. .21 mm max. (#40 sieve) (#60 sieve) (#70 sieve) Water Permittivity ASTM D44910 0.7 sec' min. .5 sec' min. .25 sec' min. WSDOT AMENDMENTS Page W- 65 WSDOTAMD.DOC 3/12/96 RLE Table 6 Geotextile for temporary silt fence. Geotextile Property Requirements' Supported Between • Unsupported Posts with Wire or Geotextile Property Test Method Between Posts Polymeric Mesh AOS ASTM D4751 .60 mm max. for slit .60 mm max. for slit film wovens film wovens (#30 sieve) (#30 sieve) .30 mm max for all .30 mm max. for all other geotextile other geotextile types (#50 sieve) types (#50 sieve) .15 mm min. .15 mm min. (#100 sieve) (#100 sieve) Water Permittivity ASTM D4491 02 sec' min. .02 sec' min. Grab Tensile, ASTM D4632 180 Ibs min. in 100 Ibs min Strength machine direction, min. in machine and 100 Ibs min. in x-machine direction x-machine direction Grab Failure Strain, ASTM D4632 30% max. at 180 Ibs min. in machine or more direction only ASTM D4355 70% Strength Re- 70% Strength Re- Ultraviolet (UV) ASTM min., after Radiation Stability Re- tained min., after 500 hrs. in 500 hrs. in weatherometer weatherometer 'All geotextile properties in Tables 1 through 6 are minimum average roll values (i.e., the test result for any sampled roll in a lot shall meet or exceed the values shown in the table). 2The test procedures used are essentially in conformance with the most recently approved ASTM geotextile test procedures, except for geotextile sampling and specimen conditioning, which are in accordance with WSDOT Test Methods 914 and 915, respectively. Copies of these test methods are available at the Olympia Service Center Materials Laboratory in Tumwater. 9-33.3 Aggregate Cushion of Permanent Erosion Control Geotextile Aggregate cushion for permanent erosion control geotextile, Class 1 shall meet the requirements of Section 9-03.9(2). Aggregate cushion for permanent erosion control geotextile, Class 2 or 3 shall meet the requirements of Section 9A03.9(3) and 9-03.9(2). 9�3.4 Geotextile Approval and Acceptance 9-33.4(1) Source Approval The contractor shall submit to the Engineer the following information regarding each geotextile proposed for use: Manufacturer's name and current address. Full product name, Geotextile structure, including fiber/yam type, and Proposed geotextile use(s). WSDOT AMENDMENTS Page W-66 WSDOTAMD.DOC 3/12196 RLE If the geotextile source has not been previously evaluated, a sample of each proposed geotextile shall be submitted to the Olympia Service Center Materials Laboratory in Tumwater for evaluation. After the sample and required information for each geotextile type have arrived at the Olympia Service Center Materials Laboratory in Tumwater, a maximum of 14 calendar days will be required for this testing. Source approval will be based on conformance to the applicable values from Tables 1 through 6 in Section 9-33.2. Source approval shall not be the basis of acceptance of specific lots of material unless the lot sampled can be clearly identified and the number of samples tested and approved meet the requirements of WSDOT Test Method 914. 9-33.4(2) Geotextile Samples for Source Approval Each sample shall have minimum dimensions of 1.5 yards by the full roll width of the geotextile. A minimum of 6 square yards of geotextile shall be submitted to the Engineer for testing. The geotextile machine direction shall be marked clearly on each sample submitted for testing. The machine direction is defined as the direction perpendicular to the axis of the geotextile roll. Source approval for temporary silt fences will be by manufacturer's certificate of compliance as described under"Acceptance Samples." The geotextile samples shall be cut from the geotextile roll with scissors, sharp knife, or other suitable method which produces a smooth geotextile edge and does not c2use geotextile ripping or tearing. The samples shall not be taken from the outer wrap of the geotextile roll nor the inner wrap of the core. 9-33.4(3) Acceptance Samples Samples will be randomly taken by the Engineer at the job site to confirm that the geotextile meets the property values specified. Approval will be based on testing of samples from each lot. A "lot" shall be defined for the purposes of this specification as all geotextile rolls within the consignment (i.e., all rolls sent the project site) which were produced by the same manufacturer during a continuous period of production at the same manufacturing plant and have the same product name. After the samples have arrived at the Olympia Service Center Materials Laboratory in Tumwater, a maximum of 14 calendar days will be required for this testing. If the • results of the testing show that a geotextile lot, as defined, does not meet the properties required for the specified use as indicated in Tables 1 through 6 in Sectiony9-33.2, the roll or rolls which were sampled will be rejected. Two additional rolls for each roil tested which failed from the lot previously tested will then be selected at random by the Engineer for sampling and retesting. If the retesting shows that any of the additional rolls tested do not meet the required properties, the entire lot will be rejected. If the test results from all the rolls retested meet the required properties, the entire lot minus the roll(s) which failed will be accepted. All geotextile which has defects, deterioration, or damage, as determined by the Engineer, will also be rejected. All rejected geotextile shall be replaced at no expense to the Contracting Agency. 9-33.4(4) Acceptance by Certificate of Compliance When the quantities of geotextile proposed for use in each geotextile application are less than or equal to the following amounts, acceptance shall be by Manufacturer's Certificate of Compliance: Application Geotextile Quantity Underground Drainage 600 sq. yards Soil Stabilization and Separation 1800 sq. yards Permanent Erosion Control 1200 sq. yards Temporary Silt Fence All quantities The Manufacturers Certificate of Compliance shall include the following information about each geotextile roll to be used: Manufacturers name and current address, Full product name, Geotextile structure, including fiber/yam type, Geotextile roll number, Proposed geotextile use(s), and Certified test results. WSDOT AMENDMENTS Page W- 67 WSDOTAMD.DOC 3/12/96 RLE 9-33.4(5) Approval of Seams If the geotextile seams are to be sewn in the field, the Contractor shall provide a section of sewn seam which can be sampled by the Engineer before the geotextile is installed. The seam sewn for sampling shall be sewn using the same equipment and procedures as will be used to sew the production seams. If production seams will be sewn in both the machine and cross-machine directions, the Contractor must provide sewn seams for sampling which are oriented in both the machine and cross- machine directions. The seams sewn for sampling must be at least 2 yards in length in each geotextile direction. If the seams are sewn in the factory, the Engineer will obtain samples of the factory seam at random from any of the rolls to be used. The seam assembly description shall be submitted by the Contractor to the Engineer and will be included with the seam sample obtained for testing. This description shall include the'seam type, stitch type, sewing thread type(s), and stitch density. • • WSDOT AMENDMENTS Page W-68 WSDOTAMD.DOC 3112196 RLE City of Renton TRANSPORTATION SUPPLEMENTAL SPECIFICATIONS for the 1994 STANDARD SPECIFICATIONS for Road, Bridge, and Municipal Construction Y O Aft ., Washington State Department of Transportation (a American Public World Association Washington State Chapter TABLE OF CON-TENTS Division 1 General Requirements 141.Definitions and Terms 1-02 Bid Procedures and Conditions 143 Award and Execution of Contract ._..._......._.._..._..................._.—----_ _-----•-3 1•04 Scope of the Work- ---_ --»------------_.....».................._...._.................... 1-05 Control of work 146 Control of Material_ __-».........._.........__.......... -------._._.._.W 3 1-07 Legal Relations and Responsibilities to the Public -------—____..._._._._......_._».._-»...._........._.8 1-08 Prosecution and Progress..._ .._-_---..--_-..._....................•.. _._...................._.16 1-09 Measurement and Payment ___._.»._.__--.-__-------------------------------------------------------------------18 1-11 Renton Surveying Standards -. -__.-..........................................................-......._... Division2 Earthwo r',:._.M _ _--. -_-----_.--....................-......................................................._................... 2-01 Clearing, Grubbing, and Roadside Cleanup ._._..-......._....._......._............................. -02 Removal of Structures and Obstructions _..---.-».-------------------------------------------------------------___....:: 2-03 Roadway Excavation and Embankment..__._--_..- --44 Haul 2-0 ungnde.rtnannon._.. _—-..._._.---------.._-----_.._..-------._-------------------.......__--- :-09 Structure Exnvatioa... ___.__._....................»...._....._........_.........._............:6 Division S Production From Quarry and Pit Sites and Stocigiling.— Division : Bases.._-.. ...-.......... Division 5 Surface Treatments and Pavements ............_» 5-04 Asphalt Concrete Pavement ...__._-._.__._ —_ _--_»__ • Division 6 Structures SEC�OH 6-1?IS.d jVEW SECT ION __.3 0 6-L' Rockeries Division 7 Drainage Structures, Storm Sewers,Sanitary Sewers, Water?Plains, and Conduits............____...»......... __._31 7-01 Dr-ains_...._._-._. ......................................................... .... Culver-0Z t__._..___..._ — .............-....................................................... .-...»....._31 7-03 Structural Plate Pipe, Pipe arch,Arcb, and Underpass 7-04 Storm Sewers.,-.__.-_— ....... 745 Manholes,Inlets, and Catch Basins -- 7-10 Trench Exc,Bedding, and Bacidill for Water Mains-._.r.-...._......... ..._....... 34 7-11 Pipe Installation for Water Mains ._ -.._...._____-. _ .35 7-12 Valves for Water Mai 38 7-14 Hydrants _ ...________..__ _ .-- 19 7-15 Service Coaaections. _ -____------.»---- 7-17 Sanitary Sewers._— -_..-_---__-._............... .... -.10 Division 8 Miscellaneous Construction 8 8-09 Raised Pavement Markers _ -....._-___.-___-__._.._._.—...» 42 9-10 Guide Posts-_..._ ___. __•..._.......-..._._____ ».-__.__.. -.- 42 3-L3 Monument Cases..-»». -42 3-14 Cement Concrete Sidewalks-_ _..._.»_._ ...._....... 42 3-17 Impact Attenuator Systems -..__»» .».____-__-..».-_.-.. -.___.43 3-20 Illumination, Traffic Signal Systems,and Electrical.- _-.-........___ 43 3-2= Pavement Markin ......... ...........-...»......_...... ----c0 3-v Temporary Pavement —-—----»---- --------- Division 9 Materials _.__... ----- .........-...._....................__. 9-40 Definitions and Tests ._..._.__.._....................................... c 9-02 Bituminous Materialsl -_..._-...»..... --cl 9.44 Joint and Crack Sealing Materials_.._..._...____.._.._.__.-.......... .................................._..— 9-05 Drainage Structures. Culverts, and Cooduits2.......-w.................................................... REN T'ON STANDARDS Page R -i RSUP96B.DOC 3115196 LHARO 9-M St-u=rzt Stec!Lnd RentedMlarenali -----54 ' 9-68 Paints— ---54 5-:3 Concrc" Curing AfzcrizL --zcl.A^mx=r-- 9-29 MUMiU2CiOCL. Signals,Electrical 9-30 Water Distribution Materials.--- ...................................................61 'R`2_ 7ON i12ANSPORTATION ST.kNDARDS The Renton Trcnsporrazien S=dan: air, comprised of the WSDOTI PWA "199a Standard Soeci;:cctions for Road, Budge and Municipalm Corsrmcrion," the "WSDOT Amendments," as adopted by the Renters Transport:non Systems D11"ision, tae "City or Aenton Standard ?tans" and the "Renton 1 ransDartanor. Supplemental Specifications." The attached "Renton Transportation Supplemental Soecizcations" comprise Renton amendments to the WSDOT/APWA Standard Soec fications and are intended for use in coniunctien with the WSDOT Amendments. The oll0w-in2 describes the elements that comprise the Renton Transportation Standards: Standard Specifications The Standard Soe�ftcanons are "Tne 1994 Stanaare' Spec ncarions for Road. Bridge, and Mimicroe: Contrast^on" published by the Washington State Department of Tmnspor-mrien and :he American Public Works Association, Washington Chanter. Standard Plans The Standard Plans (also rernrred to as Standard De•..siis and Standard Drawings) are seie.^.ed pages of "Tire Stanccra' Plans for Road and Bridge Construction" as published by the Washington State Department of Tnarispor=cn and the Washington State Chapter of the Ame:,can Public Works Association, adopted by the City of Renton, and bound together with those smndard plans created by the City of Renton. An appendix cousins the original WSDOT/APWA inaeY showing the disposition (Adopted, Replaced, or Dele:�, ) of all original pages. WSDOT Amendments • WSDCT Amendments are revisions to the Standard Specificanons that have been issued by WSDOT. The Index to the WSDOT Amendments designates with the leers (SA,) any Amendments that have be= issued by WSDOT but are not used by the City of Renton. For the sake of clarity and ease of use, some WSDOT Amendments (SA) may be repo ued in the Supplemental Specifications when those Amendments are cioseiv associated with Renton Changes (RC). Transportation Supplemental Specifications The City of Renton Transportarion Supplementai Specrncadons is a compilation of revisions made by Renton to the original WSDOT/A.PWA Standard Soecifrearions docent and is produced to be used together with that original document and with the WSDOT Amendments that have been adopted by Renton. Wheat the Supplemental Specifications makes changes to the 1994 Standard Specifications document, sufficient text from the original document is reproduced to provide cizrity and conte.-ct. All original text being deieted is shown with a line through the characters. All replacement t= or te..,a being added is shown with underlines. Sc=uons being deietcd in their entirety are so stated and not shown with a line through the characters. When a section is described as being revised, sufficient te..-ct from the original section is shown with cross-outs and underlines to snow the revisions. When a section is supplemented, existing te= that is not being changed is not shown uriiess ii=ded to clarify the meaning of the added test. (APWA) Signifies an item taken verbatim from the Division 1 APWA Supplement to the 1994 Standard S pecificanons. (RC) Signin"es an itch produced by the City of Renton or an APWA or State Amendment that has been rewritten by Renton. Those documents listed above shall govern all work. except as these standards may be modified or • superseded by project-specific plans, special provisions or other documents approved by the City of Renton. 1-01 Definitions and Terms 1-01 Definitions and Terms Drawings may either be bound in the same book as the balance of the Contract Documents or bound in separate sets and • are a part of the Contract Documents regardless of the method of Division 1 bindin . General Requirements The terms "Standard Dmwings" or "Standard Details" Generally used in specifications refers to drawinss bound either with the specification documents or included with the Plans or the City of Renton Standard Plans. 1-01 Definitions and Terms Secretary, Secretary of Transportation (RC) The chief executive officer of the Depamnem and other SECTION 1-OLI IS REVISED BY ADDING THE authorized representatives. The chief executive officer to the FOLLOWING: Derernt shall also refer to the Department of PlanninglBuildinwPublic Works Administrator. 1-01.1 General (RC) Special Provisions (RC) Whenever reference is made to the State Commission. - modifications to the Department of Transportation. Secretary of Transportation, standard specifications and-the-amendmeaEs to Vie- a Owner Contracting Agencv or Engineer, such reference shall be speeiA—iet6 and supplemental Specifications that apply to an deemed to mean the City of Renton acting through its Ciro individual project. The smecial provisions may describe work the Council employees. and duly authorized representatives for all specifications do not cover. Such work shall comply first with contracts administered by the City of Renton. the sine nal provisions and then with anv specifications that a SECTION 1-01.3 IS REVISED AND SUPPLF-WE.VTED BY The Contractor shall include ail costs of doing this work within THE FOLLOWING. the bid prices. State(RC) 1-01.3 Definitions (RC,APWA) The state of Washington acting through its representatives. The State shall also refer to The City ofRenton and its authorized Act of god (RC) renresentatives where apoiicable. "Act of God" means an earthouake flood cvclone or other Contract Documents (APWA) cataclysmic phenomenon of nature. A rain windstorm, high water or other natural phenomenon of unusual intensity for the The component parts of the contract which may include but specific locality of the work which might reasonably have been are not limited to the Proposal Form the Contract Form. bonds anticipated from historical records of the general locality of the insurance certificates, various other certifications and affidavit work shall not be construed as an act of god. the Contract Provisions. the Contract Plans Workine Drawings the Standard Specifications the Standard Plans Addendum and Consulting Engineer(RC) Change Orders, The Contracting A!Zenc's design consultant, who may or may not administer the construe ton program for the Contractins Dates (APWA) Agencv. Bid Ooeninz Date (APWA) Dav(R The date on which the Contracting Aoencv publicly_opens Unless otherwise designated dav(s) as used in the Contact and reads the bids. Documents shall be understood to mean working days. Award Date (APWA. RC) Or Equal (RC) The date of the formal decision of the Contracting Agency to Where the term "or equal" is used herein the Contracting accept the lowest responsible and responsive Bidder for the work. Agency, or the Contracting Agency on recommendation of the Conrrnet Ezecrnon Date/APWA1 engineer, shall be the sole fudge of the ouality and suitability of the proposed substitution. The date the Contracting Aaencv officially binds the agency The resoonsibiliry and cost of furnishing necessary evidence to the Contact. demonstrations or other information reauired to obtain the Notice to Proceed Date/APWA) aoproval of alternative matenals or processes by the Owner shall The date stated in the Notice to Proceed on which the be entireiv borne by the Contractor. Contact time begins. Owner(RC) Conrct Comoienon Date/APWA. RC) The City of Renton or its authorized representative. Also ry referred to as Contracting Agency. The date by which the work is contractually required to be completed. The Contact Completion Date will be stated in the Plans (RC) Nonce to Proceed. Revisions of this date will be authorized in • The contact plans and/or standard plans which show wntm by the Engineer whenever there is an t"aension to the !ocauon, character, and dimensions of prescribed work including Comae'time. lavouts, protiles, cross-sections, and other details. � RENTON STA1,fDARD3 Page R- 1 REUP96B.DOC 3/15/96 LHARO 1-02 Bid Procedures and Conditions 1-02 Bid Procedures and Conditions Final Acceptance Date(APWA RC) SEMON 1-7ZS IS SUPPLEMENTED BY ADDING THE The date on which the Contracting Agrncv accepts the work FOLLOWING• • as complete Der contract requirements. 1-02.5 Proposal Form (APWA) Material (APWA) The Engineer reserves the right to arrange the Bid Forms Anv substance specified for use in the construction of the with Alternates Additives. or Deductives if such be to the oroiect and its aimurtenances which ente-s into and fortes a oan advantage of the Contracting A2encv. The Bidder shall bid on all of the finished structure or improvement and is capable of being Additives Deductives or Alternates set forth in the Proposal so used and is furnished for that Purpose Forms unless otherwise specified in the Soezial Provisions Materialman (APWA) SECTIONI-OZ6ISSUPPLEMEVTED BYADDING THE A person or organization who furnishes a raw material FOLLOWING.• Supply, commodity, equipment, or manufactured or fabricated product and does not Derform labor at the Project Site-, a suoPlie- 1-02.6 Preparation of Proposal (RC) Notice of Award (APWA) All prices shall be in legible figures and(—t-words)wntten The written notice from the Contracting Agency to the in ink or typed.The proposal shall include: successful Bidder sjgnifvmg the Contracting Agencv's acceptance 1. A unit price for each item (otnitting digits more than of the Bid. four places to the right of the decimal point), each unit Notice to Proceed (APWA) price shall also be written in words where a conflict The written notice from the Contractine Agencv or Enginee- arises the written words shall prevail. to the Contractor authorizing and directing the Contractor to SEC770N I-OZ6(l) IS AN ADDED SUPPLEMENTAL proceed with the Work and establishing the date on which the SEC770N. Contract Time besins. 1-02.6(1) Proorietary Information (RC) 1-02 Bid Procedures and Conditions Vendors should, in the bid proposal identifv clearly anv matenal(s) which constitute "(valuable) formula_ designs drawings, and research data" so as to be exempt from public SEC7701V 1-OZ I IS DELETED AND REPLACED BY THE disclosure, RCW 42.17.310, or any materials otherwise claimed • FOLLOWING.- to be exempt, along with a Statement of the basis for such claim of exemDtion. The Department (or State) will give notice to the IA2.1 Qualifications of Bidder (APWA) vendor of anv request for disclosure of such information received within 5 (five) vears from the date of submission Failure to so Bidders shall be qualified by experience financing label such matenals or failure to timely respond after notice of equipment, and organization to do the work called for in the request for public disclosure has been given shall be deemed a Contract Documents. The Contracting i!encv reserves the right waiver by the submitting vendor of anv claim that such matenais to take whatever action it deems necessary to ascertain the a6flity are, in fact, so exempt. of the Bidder to oerorm the work satisfactorily. This action may include a ore qualification orocedure prior to the Bidder being SECTION 1-02.12 IS SUPPLENE.V7'ED BY ADDING THE furnished a proposal form on anv contract or a Preaward survev of FOLLOWING: the Bidder's qualifications prior to award SECTION 1-4Z2 IS DELETED AND REPLACED BY THE 142-12 Public Opening of Proposals (A.PWA) FOLLOWING: The Contracting Agency reserves the-right to Postpone the 1-02.2 Bid Documents (APWA) date and time for bid oocriing. Notification to bidder will be by addenda.Information as to where Bid Documents can be obtained or reviewed will be found in the Call for Bids for the Work placed SECTION I-OZ 13 PARAGRAPH I IS REVISED AS in the Contracting Agencv's official newmaoer. FOLLOWS. S_ECTTON 1-02.1(2) IS SUPPLEMENTED BY REVISING 1-4)2-13 IrreZular Proposals (RC,APWA) SENTEVCE 1. PARAGRAPH 1 TO RE4D• - z. The bidder is not prequadfied when so required; 1-02.1(2) Subsurface Information (APWA) If the Contracting Agency has made subsurface investigation h The bidder 4ae9-Ret �+d 3t leas;--the—� of the site of the proposed work, the boring log data and soil arneunt ter ;he item Teel bet ae sample test data, and gegtechnical reports accumulated by the Contracting Agency will be made available for inspection by the bidders. RENTON STANDARDS Page R -2 RSUP96B.DOC 3/15/96 LHARO 1-03 Award and Execution of Contract 1-04 Scope of the Wort: SEC770N I-0Z 14 IS REVISED IN ITEM 3 IN PARAGRAPH SECTTONFOLL��3 TS REVTSED AND SUPPLEMENTED AS RF�t• 1 TO D: 1-02 14 Disqualification of Bidders (APWAI 1-03 3 Execution of Contract {APWA.RC) 3. A bidder is not ffequalified for the work or to the full Within 29 10 calendar days after receipt from the City of the ired to be completed by the extent of the bid; forms and documents reau Contractord+e-aw8f4—��, the successful bidder shall retum the 1-0215 IS SUPPLEMENTED BY ADDING THE signed Contracting Agency-prepared contract, an insurance FOLLOWING: certification as required by Section 1-07.18, and a satisfactory bond as required by law and Section 1-03.4. If the bidder 1-02 15 Pre-Award Information (APWA) cxpenences circumstances beyond their control that prevents return of the contract documents within=9 10 calendar days after 6 Such additional information as may be specified which the award date, the Contracting Agency may grant up to a will pe-mjt the Engineer to dete-rune the Bidders maximum of =8 10 additional calendar days for return of the general ability to oerform the Work. documents 'provided the Contracting Agencv deems the circumstances warrant it 1-03 Award and Execution of Contract Thera Contcting Agency is prohibited by RCw ;9.o5.oto from executing a contract with a Contractor who is not registered AS FOLLOWS: or licensed as reauired by the laws of the state. In addition the SECTION 1-03.1 IS SUPPLEMENTED Contracting Agency reaujres persons doing business with the 1-03.1 Consideration of BidsSRC,APWA Contracting Agency to possess a valid Citv of Renton business license prior to award. The total of extensions, corrected where necessary, and When the Bid Form provides spaces for a business license including sales taxes where applicable, will be used by the number, a Washington State Contractors registration number. or Contractin�Agency for award purposes and to fix the amount of both the Bidder shall insert such information in the Spaces provided. The Contractin .A encv reauires legible copies of the the contract bond All bids will be based on total sum of all schedules of Contractor's Registration and business license be submitted to the prices No partial bids will be accepted unless so Stated in the Eneine-•r as oars of the Contracting Agency's post-award call for bids or special provisions The City rese-yes the right information and evaluation activities. however to award all or any schedule of a bid to the lowest SECTION 1-03.4 IS SUPPLEwE.VTED BY ADDING THE bidder at its discretion. FOLLOWING TO THE FIRST PARAGRAPH: A bidder who wishes to claim error after the Bids have been ooened and tabulated shall submit a notarized affidavit sighed by the Bidder accompanied by original work sheets used in the 1-03.4 Contract Bond (APWAI orenaraton of the Bid. requesting relief from the resmonsibilities 5. Be accompanied by a oower of attorney for the Surety's of.Award. The affidavit shall describe the snecitic rTcrfs) and office'crnoowered to sign the bond. certify that the work sheets are the originals used in the y Be signed by an officer of the Contractor empowered to preparation of the Bid. sien otlic,.al state-nents (sole proprietor or oartner). if The affidavit and the work sheets shall be submitted to the the Contractor is a co ration the bond must be sided Eneine-r before 5:00 .m. on the next business day ader Bid by the resident or vice-president, unless accomparve� � ope tin or the claim will not be considered The Engineer will by wntten proof of the authority of the individual review the certified work sheets to determine the validity of the dung the bond to bind the corporation (i e. corporate claimed error and make recommendation to the Contracting resolutionpower of a iomey or a letter to such effec. Agency If the Contracting Agency concurs in the claim of error by the president or vice-oreside itl. the Bidde"it%ill be reieved of reMonsibility and the Bid Denosit of the Bid er will be retumed.-[hereafter at the discretion of the Contracting Agency. all Bids may be rejected or award made to 1-04 Scope of the Work the next lowest responsible Bidder. SECTION 1-03.Z IS SUPPLE.1iE.NTED BY ADDING THE SECTION 1-04.1 IS SUPPLEMENTED BY 4DDING THE FOLL�k'ING: FOLLOWING: 1-03.2 Award of Contract(RC) 1-04.1 Intent of the Contract (RC) The contract bond form and all other forms requiring The Contractor is encourneed to provide to the Engineer execution to ether with a list of all other forms or documents prior to progress payments an estimate of lump sum work required to be submitted by the successful bidder, will be accom fished to date. The En mecr's calculations and aeastons forwarded to the successful bidder wjthin 10 days of the aard. shall be tinal in regard to the actual ercenta a of any lump 2-1w • The number of copies to he executed by the Contractor shall be av item accomplished and eligible for payment unless another dele-mined by the Contracting Agency specific method of calculating lump sum payments is providec elsewhere in the sUe'c i ti Cat ions. RE`1TON STANDARDS Page R- 3 RSUP96B.DOC 3/15/96 L.LIARO 1-05 Control of Work 1-05 Control of Work SECTION 1-04.2 IS REVISED AS FOLLOWS: SECTION 1-05.4 IS SUPPLEMENTED BY ADDING THE •1-04.2 Coordination of Contract Documents,Plans, FOLLOWING_ Special Provisions Specifications, and 1-05.4 Conformitv with and Deviations from Plans and Addenda (RC) Stakes (RQ Any inconsistency in the parts of the contract shall be If the proiect calls for Contractor suopiied surveying the resolved by following this order of precedence (e.g., I presiding Contractor shall provide all reauired survey work includingsuch over 2,3,4, 5,6, and 7;2 presiding over 3,4, 5, 6, and 7;and so work as mentioned in Sections 1-05.4 1-05.5,-1-11 and forth): elsewhere in these specifications as being provided by the 1. Addenda Engineer. 2. Proposal Form 3. Special Provisions SECTION 1-O5.5 THE VAGI/VT SEC7701V IS REPLACED 4. Contract Plans BY THE FOLLOWING 5. Amendments to the Standard Specifications 6. SUDDiementai Specifications 1-05.5 Construction Stakes (RC) 7. Standard Plans 6-8. Standard Specifications If the oroiect calls for Contractor supplied surveving the Contractor shall provide all required survey work includine such worts as mentioned in Sections 1-05=I 1-05.5 1-11 and STATE AMEVDMErVT TO I-04.4 IS SUPPLEVLVTED elsewhere in these specifications as being provided by the WITH THE FOLLOWING.• Engineer. All costs for this survey work shall be included in "Contractor Supplied Surveying," per lump sum 144.4 Changes (RC) Renton does not have a formal policy or guidelines on cost 1-05.51) General (APWA RCS reduction alternatives, but will evaluate such proposals by the The Engineer or Contractor supplied surveyor will provide Contractor on a case-by-case basis. construction stakes and marks establishing lines slopes and zrades as stipulated in Sections 1-05 5(I)and 1-05 5(2) and will perform such work oer Section 1-11 The Contractor shall assume full responsibility for detailed dimensions elevations SEC77ON 1-04 II IS SUPPLEMENTED AS FOLLOWS. and excavation slopes measured from the Engineer or Contractor suuoiied survevor furnished stakes and marks 1-04.11 Final Cleanup (110 The Contractor shall provide a work site which has been prepared to oenmt construction staking to proceed in a safe and 3 All salvage material as noted on the plans and taken the eneiner-s orderly manner. The Contractor shall ke-p the Engineer or tiom any of the discarded facilities shall. at discretion be carefully salvaged and de;ivered to the City shops Contractor supplied surveyor informed of staking reautrements Any cost incurred in salvaging and delivering such items shall be and provide at least 48 hours notice to allow the Engineer or considered incidental to the proiect and no compensation will be Contractor supplied surveyor adeouate time for settin stakes made. Stakes, marks, and other reference ooints. including existing The contract price for 'Finish and Cleanup, lump su y" mpnumentation, set by Contrucan Aeencv forces shall be shall be full compensation for all work, eouipment and materials carefully preserved by the Contractor. The Contractor will be required to perform final cleanup If this pay item does not charged for the costs of replacing stakes markers and appear in-the contract documents then final clean up shall be monumentation that were not to be disturbed but were destroved considered incidental to the contract and to other pav item and no or damaged by the Contractor's operations This charge will be further compensation shall be made deducted from monies due or to become due to the Contractor. Anv claim by the Contractor for extra comve=tion by reason of alterations or reconstruction work allegedly due to error of the Eneinecr's line and grade, will not be allowed unless the 1-05 Control of Work original control oomcs set by the Engineer still exist_ or unless other satisfactory substantiating evidence to prove the error is SECTION I-OS.3 IS REVISED AS FOLLOWS. tunushed the Engineer. Three consecutive points set on line or made shall be the minimum ooints used to determine anv 1-05.3 Plans and Working Drawings (RC) vanation tiom a straight line or zmde Anv such variation shall upon discovery, be reported to the Engineer, In the absence of Tire Contractor shall submit supplemental working drawings such report the Contractor shall be liable for anv error in as required for the performance of the work. The drawings shall alignment or emde be on sheets measuring =4-4y-94 22 by 34 inches or on sheets The Contractor shall provide all survevs required other than with dimensions in multiples of 3-1/2 by 1 1 inches. those to be performed by the Engineer. All survev work shall be done in accordance with Section 1-11 SURVEYING • STANDARDS of these specifications The Contractor shall keen undated survev field notes in a standard field book and in a format set by the Engineer, ner RENTON STANDARDS Page R-4 RSUP96B.DOC 3/15/96 L HARO 145 Control of Work 1-05 Control of Wori: Section 1 11 1(3) These field notes shall inctu le all survey work 3. Superstructi>re Elevations +.01 foot(from performed by the Contractor's surveyor in• establishing line, grade plan elevations) +.OS foot(from and slop es for the construction work. Conies of these field notes 4. Substructure Elevations shall be provided the Engineer uoon request and upon completion man elevations) of the contract work the Field book or books shall be submitted to Durine the Drogress of the Mork_ the Contractor shall make perty of the Contracting the Engineer and become the proacting Aeencv. available to the Eneineer all field books including survey If the survey work provided by the Contractor does not meet information, footing elevations cross sections and quantities. the standards of the Engineer, then the Contractor shall upon the The Contractor shall be frilly responsible for the close Engineer's wntten request, remove the individual or individuals coordination of field locations and measurements with doing the survey work and the survey work will be completed by appropriate dimensions of structural members being fabricated. the Engineer at the Contractor's expense. Costs for completing 1-05.5(41 Contractor Supplied Survevin�(RC) the survey work required by the Engineer will be deducted from When the contract provides for Contractor Supplied monies due or to become due the Contractor. All costs for survey work required to be performed by the Surveying the Contractor shall suDpiv the survey work reouirea Contractor shall be included in the prices bid for the various for the protect The Contractor shall retain as a part of the Contractor Or--anization an exDenenced team of surveyors under items which comprise the improvement or be included in the bra the direct supervision of a professional land surveyor licensed by item for "Contractor Supplied Surveying" Der lump sum if chat the State of Washington All survey work shall be dome in item is included in the contracts. accoraance with Sections 1-05.4 L-05.5 and 1-11. I 1-05.5(2) Roadway and Utility Surveys(APWA) The Contractor and/or Surveyor shall inform the Engineer in The Engine-r shall furnish to the Contractor one time only, wnting of any errors discrepancies and omissions to the Dians or Contractor supplied surveyor will provide as needed, all that Drevent the Contractor and/or Surveyor from constructing the principal lines grades and measure•ne its the Engineer deems Protect in a manner satisfactory to the Engineer. All errors• to the satisfaction necessary for completion of the Mork. These shall generally discrcoancics and omissions mus-c be corrected consist of one initial set of of the Eng m ine--r before the survey work ay be continued. l tu Slope stakes for establisng grading. The Contractor shall coordinate his work with the Survevor I Curb Zrade stakes, and pe•rorm his operations in a manner to Protect all survey 3 Centerline finish grade stakes for pavement sections stakes from harm. The Contractor shall inform the Surveyor of the Contractor's intent to remove any survey stakes and/or points wider than 25 feet, and a Offset points to cstablish line and made for before Dhvsically removing them. unde-mmund utilities such as water, sewers. and storm The surveyor shall be responsible for maintaining As Built drains(with offsets �0'max interval). records for the ro ect The Contractor shall coordinate his On alley construction proiects with mirror grade ctianges, the ooe-ations and assist the Surveyor in marntaini e accurate As- On Eneinec or Contractor sunahed surveyor shall provide offset Built records for the proi.ect. hubs on one side of the ailev to establish the aii—gtment and If the Contractor and Surveyor fail to provide as directed by -ride alle s with maior grade chanoes shall be slope staked to the Enoine--r and/or these plans and specifications accurate .4s- tstabiish zrade bet-ore offset hubs are set Buiit records and other work the Engineer deems necessary. the Engine--may elect to provide at Contractor expense a surveyor 1 �15.5(31 Bridle and Structure Surveys (APWA) to provide all As-Built records and other work as directed by the For all structural work such as badges and retaining walls, En ineer. The Engineer shall deduct expenses incurred by the the Contractor shall retain as a part of Contractor organvanon an Engineer-sup lied survevirt from moneys owed to the experienced team of surveyors under direct supervision of a Contractor. Payment Section 1-04.1 •for all work and materials licensed surveyor. The Contractor shad ensure that required field required for the full and complete survey work regutrrd to measurements and locations match and fulfil] the intended Plan compie a the project and as-built drawings cl shall be inuded in dimensions. The Contractor shall provide all surveys required to the lump sum pnce for"Contractor Supplied Surveying. complete the structure except the following Drimary survey contmi winch will be provided by the Engineer. 1-05.5(5) Contractor Provided As-Built tu I. Centerline or offsets to centerline of the strucre. Information (RC) 2. Stations of abutments and Pier centerlines. _ r of bench marks for levels to e-iable It shall be the contractors responsibility_ to record the A sufficient ntunba the Contractor set oracles at reasonably iv _short location pnor to the backfflling of the trenches by centerline station offset and depth below pavement, of all existing utilities distances. 4 Montunents and control points as shown on the tin ject. d or crossed dtrnng his work as covered under s Drawings. Pr otect The Contractor shall establish all secondary survey controis, It shall be the contractors responsibility to have his surveyor locate by centerline station offset and elevation each major item both horizontal and vertical as necessary to assure proDer of work done under this contract per the survey standard of placement of all Proiect elements based on the prunary control • points provided by the Engineer. Survev work shall be within the Section 1-I l.. Major Items of work shall include but not be tollowmg toierances: limited to: +0 1 foot Manholes Catch basins and Inlets. Valves vertical and I Stationing Horizontai Bends Junction bores Clcanout, Side 2. -\lignment _ ___-01 foot Severs Street Lights 3c Standards. Hydrants• Major (between successive points) Page R - 5 RSUP96B.DOC 3/15196 LHARO RENTON STANDARDS � 1-05 Control of Work 1-05 Control of Work Changes in Design Grade Vaults Culverts Signal Engmeer's instructions either correct such Work or if such Work Poles.Electrical Cabinets has be=rejected by the Engineer, remove it from the Project Site • After the completion of the work covered by this contract, and replace it with non defective and authorized Work all the contractors survevor shall provide to the Citv the hard covered without cost to the Contracting Agency. If the Contractor does not held book(s) containing the as-built notes and one set of white promptly comply with the written order to correct defective and prints of the proiect drawings unon which he has plotted the unauthorized Work, or if an emergencv ensts the Contracting notes of the contractor locating existing utilities, and one set of Agency reserves the right to have defective and unauthorized white prints of the proiect drawings uoon which he has plotted Work corrected or removed and replaced pursuant to Section I- the as-built location of the new work as he recorded in the field 05.8 "Own&s Right to Correct Defective and Unauthorized book(s). This drawing shall bear the surveyors seal and signature Work." cemivmg it's accuracy The Contractor agrees the above one vear limitation shall All costs for as-built work shall be included in the contract not exclude or diminish the Contracting Aoencvs rights under ;te-n "Contractor Supplied Surveving " anv law to obtain damages and recover costs restilting from THE VAQNT SECTION 1-OS.8 IS REPLACED BY.• defective and unauthorized work discovered after one vear but prior to the expiration of the legal time pe-iod set forth in RCW a.16.040 limiting actions uoon a contract in writing or liabilitv 1-05.8 Contracting Ag mcv's Blight to Correct expressed or implied arising out of a written agreanent Defective and Unauthorized Work (APWA) The Contractor shall warrant zoci title to all materials If the Contractor fails to remedv defective or unauthorized supplies, and equipment purchased for or incorporated in the work_within the time specified in a written notice from the Work. Nothing contained in this oaiagrnph however, shall dereat Enemeer, or fails to perform any part of the Work required by the or impair the right of persons furnishing materials or labor, to Contract Documents, the Engineer may correct and remedy such recover under anv bond given by the Contractor for their work as may be identified in the written notice by such means as protection,or anv rights under any law tx•niirting such persons to the Eneineer may deem necessary including the use of look to funds due the Contractor in the hands of the Contracting Contracting Agency forces Agency. If the Contractor fails to compiv with a written order to l'ne provisions of this oarnennh shall be inserted in all remedy what the Engineer determmes to be an ernMencv subcontracts and material contracts and notice of its provisions situation, the Engineer may have the dvectjve and unauthorized shall be given to all persons furnishing materials for the Work Work corrected unmediately have the rejected Work rrnoved when no formal contract is entered into for such materials and replaced, or have Work the Contractor refuses to perform SECTION 1-05.II 1S DELETED AND THE F7RST TWO • comoleted by using Contracting Agency or other forces An SENTENCES OF THE FOURTH PARAGRAPH OF emergency situation is anv situation which in the opiruon of the SEC77ON 1-09.9 IS DELETED AND REPLACED BY Eneineer. a delay in its remedv could be potentially unsafe or THE FOLLOWTNG. mrent cause serious risk of loss or damage to the nublic. Direct or indirect costs incurred by the Contracting Age•icv attributable to correcting and remedying defective or I-05.11 Final Inspection (APWA) m unauthorized Work or Work the Contractor failed or refused to perform, shall be paid by the Contrac or Payment will be 1-1)5.11(1) Substantial Completion Date (APWA) deducted by the Engineer from monies due or to become due the When the Contractor considers the work to be substantially Contractor. Such direct and indirect costs shall include in complete, the Contractor shall so notifv the Engineer and request particular, but without limitation comtensation for additional the Engineer establish the Substantial Completion Date To be professional services required and costs for repair and considered substantially complete the following conditions must reniacement of work of others destraved or damaged by be met: correction, removal or replacement of the Contractor's I. The Contracting Agencv must have full and unrestricted unauthorized work use and benefit of the facilities both from the No adiustment in contract time or compensation will be ooerational and safety standpoint allo.ved because of the delay in the performance of the Work I Only minor incidental work replacement of temporary atinoutable to the exercise of the Conuactin Agency's rights substitute facilities, or correction or repair work provided by this Section nor shall the exercise of this neht remains to reach ohvsical compienon of the work diminish the Contracting Agency's right to pursue anv other The Contractor's request shall list the specific items of work avenue for additional remedv or damaees with respect to the in suboaramaph two above that remains to be comnle•ed in order Contractor's failure to perform the Work as required to reach Physical completion The Enguierr may also establish SECTION I-05.10 IS SUPPLEMENTED BY ADDING THE the Substantial Completion Date unilaterally FOLLOWTNG_ If. after this inspection the Engineer concurs with the Convactor that the Work is substantially complete and ready for 1-05.10 Guarantees (APWA RCS its intended use, the Engineer by written notice to the Contractor, will set the Substantial Completion Date If after this • [f within one year titer the Acceptance Date of the Work by inspection the Engineer does not consider the Work substantially the Contracting Agency defective and unauthorized Work is complete and ready for its intended use, the Engineer will, by discovered, the Contractor shall promptly upon written order by written notice, so notify the Contractor giving, the reasons the Contracting agencv return and •n accordance with the therefor �ENTON STANDARDS Page R-6 RSUP96B.DOC 3/15/96 LHARO 1-05 Control of Work 1-05 Control of Work ring in or denvin° testing shall be included in the various contract prices related to Upon receipt of written notice concur Contractor the system being tested uruess mecifically set forth otherw ise in substantial com letion whichever is applicable, the shall oursue vigorously, diligently and without unauthorized the Bid Form. interruption the Work necessary to reach Substantial and Operational and test periods when required by the Physical Completion. The Contractor shall provide the Engineer Engineer shall not affect a manufacturer's vuiaranties or with a revised schedule indicating when the Contractor etcpects to warranties furnished unde-the terms of the Contract. reach substantiai and phvsimi compietion of the work. SECT70N 1-05.IZ IS DELETED AND REPL4CED WITH The above Process shall be reheated until the Engine'-- ME FOLLOWING: i establishes the Substantial Completion Date and the Contractor considers the work physically complete and ready for Final 145.12 Final Acceptance (APWA) Inspection. The Contractor must perform all the obligations under the 1-05.11(2 Contract before the Completion Date can be established. Final Inspection Date (APWA) Crtificate of Compietion for the Work issued by the CoConmctin- e When the Contractor considers the Work physically Agency will establish the Comoletion Date and ce7-tifv the Work complete and ready for Finai Insvection the Contractor by as complete. The Finai Contract Price may then be calculated. Written Notice shall request the Engineer to schedule a final -rne following must occur before the Compietion Date can be i inspection. The Engine--will set a date for Final Ingection. The established and the Final Contract Price calculated: Engineer and the Contractor will then make a Final Inspection I The nhysicai work on the proiect must be complete. and the Engineer will notify the Contractor in writing of all The Contractor must furnish all documentation required particulars in which the Final Inspection reveals the Work by the Contract and required by law, necessary to allow incomplete or unacceptable. The Contractor shall immriiatciv the Contracting Agency to certify the Contract as take such corrective measures as are necessary to remedy the comniete. listed deficiencies Corrective work shall be pursued vigorousiv, A Certificate of Completion for the Work signed by the diii entiv and without interruption until physical comoienon of Contracting Agency, w1ll constitute acceptance of the Work. The the listed deficiencies. This orocess will continue until the issuance of this Certificate of Com ietion will not constitute Engineer is satisfied the listed deficiencies have been corrected. acceptance of unauthorized or defective work or materiai. If action to correct the listed deficiencies is not initiated Failure of the Contractor to perform all of the Contractor's within 7 days after receipt of the Written Notice listing the obligations under the Contract shall not bar the Contracting deficiencies the Engineer may upon Written Nonce to the Agency from unilate-ally certifying the Contract comolefe so the Contractor, take whateve- stews are necessary to correct those En inc„r may calculate a Final Contract price as provided in 0 de5c-encies pursuant to Section 1-05.8. Section 1-09.9. Upon correction of all deficiencies the Engine--will notify the Contractor and the Contracting Agency, in wmung of the date SECTION 1-45.13 IS SUPPLEMENTED BY REVISING upon which the Work was considered tihvsicnlly complete. That pARAGRAP 1 7 TO READ: date shall constitute the Physical compietion date of the Contract, but shall not imoly all the obligations of the Co_ntrac:or under the 1-05.13 Superintendents Labor and Equipment of Contract have been fiifillea. Contractor (APWA) 145.11(3) Operational Testing(APWA) Whenever the Contracting Agency evaluates the It is the intent of the Contracting Agency to have at the Contractor's �equalification pursuant to Section 1-�J2.1, the Completion Date a complete and operable system. Therefore Contractin Agency will take these performance �� Q; �t i-� eports into account- when the Work involves the installation of maciuncry or other mecharucal equipment- street lighting electrical distribution or SECTION I-o5 IS SUPPLE..VfE:VTED BY ,-ADDING ME signal systems- buildings or other similar work it may be FOLLOWING NEWSEMONS: desiraole for the En inet-to have the Contractor oocmte and test the Work for a penod of time after final inspection but prior to 1-05.16 Water and Power(APWA) the Physical Completion Date. Whenever items of work are listed m the Contract Provisions for operational testing they shall be The Contractor shall make necessary arrangements and fully tested under operating conditions for the time Dmod shall bear the costs for power and water necessary for she specified to ensure their acceptability prior to the Physical eerinrmance of the Work. Completion Date During and following the test period, the Contractor shall correct any items of workmansiuh matenals or 1-05.17 Oral Agreements (A.PWA) ,tgui menu which proves faulty, or that are not in first class operating condition Equipment electrical controls. m-ters, or No oral agreement or conversation with any otlicer, agent, e- other devices and equipment to be tested during this oenod,shall empiovee of the Contractin Agency, either before a after be tested tinder the observation of the Engine", so that the exe='ution of the contract shall atFect or modify any of the tee u Engineer may dete-mine their suitability for the ouroose for or obli ations contained in any of the documents comonsinz -`e which they were installed. The Physical Completion Date cannot contract.• Such oral a e-m ^ es ent or conversation shall be conside--be established until testing and corrections have tie- otli n comoieted as unciai intormation and in no way bindine Noon 'ne to the satisfaction of the Engineer. Contractor Agency unless subsequentiv out in venting. The costs for power, oas labor, material, supplies, and everything ise needed to successfully compiete cog.tional Pa e R -% RSUP96B.DOC 3115/96 LHARO RFVT'ON STANDARDS g 146 Control of Material 1-07 Legal Relations and Responsibilities to the Public 1-06 Control of Material SEC770N 1-47.2 IS DELETED AND REpLgCED BY THE • FOLLOWING.- SECTION 1-06.02(2) IS SUM EMENTED BY ADDING THE FOLLOWING: 1-07.2 State Sales Tax (APWA) 1-06 2(2) Statistical Evaluation of Materials for 1-071(1) GENERAL (APWA) Acceptance The Washington State Department of Revenue has issued UNLESS STATED OTHERWISE W THE SPECLkL special rules on the state sales tax Sections 1-07 2(1) through I PROVISIONS STATISTICAL EVALUATION WILL NOT BE 07.2(4) are meant to clarify those rules The Contractor should USED BY THE CITY OF RENTON contact the Washington State Department of Revenue for answers to auestions in this area. The Contracting Aeencv will not adiust its Payment if the Contractor bases a bid on a misunde-stood tar 1-07 Legal Relations and Responsibilities to liability- the Public The Contractor shall include all Contractor-paid taxes in the unit bid prices or other contract amounts In some cases SECTION 1-07.1 IS SUPPLEMENTED BY ADDING 77,1E however, state retail sales tax will not be included. Section I- FOLLOWING: 07-2(3)describes this exception - The Contracting Agency will Pav the retained oercentaec only if the Contractor has obtained from the Washington State 1-07.I Laws to be Observed (APWA) Department of Revenue a certificate showing that all contract- related taxes have been paid(RCW 60 28 050) The Contracting The Contractor shall indemnity, defend and save harmless related may deduct from its Payments to the Contractor any the Contracting Agency (including any agents o(Iicers and amount the Contractor may owe the Washington State employees) against any claims that may arise because the Deoarnnent of Revenue whether the amount owed relates to this Contractor(or anv empfovee of the Contractor or subcontractor or contract or not. Any amount so deducted will be paid into the matenalman)violated a legal recuire-nent proper State fund. In cases of conflict between different safetv regulations the more stringent rezulation shall apply 1-07.2(2) State Sales Tax-Rule 171(APWA) The Washington State Department of Labor and Industries WAC_458-20-171, and its related rules apply to buildinz • shall be the soie and paramount administrative agenvi repairing• or improving streets roads etc., which are owned by a resoonstble for the administration of the provisions of the municipal corporation or political subdivision of the state or by Washington Industrial Safery and Health Act of 1973(WISHA) the United States, and which are used Primanly for foot or The Contractor shall maintain at the Proiect Site ofBc- or vehicular traffic. This includes storm or combined sewe-systms other well known oface at the Proiect Site all articles nec-ssary wig and included as a part of the street or road drainage ror orovidine first aid to the iniured The Contractor shail system and power lines when such are Part of the roadway establish, oublish, and make known to all employees Procedures liahtinz system. For work performed in such cases the Contractor for ensuring immediate removal to a hospital or doctors care shall include Washington State Retail Sales Taxes in the various De-sons. Including employees who may have been iniured on the unit Bid Item prices, or other contract amounts including those Protect Site. Employees should not be permitted to work on the that the Contractor Pays on the purchase of the matenafs P-oiect Site before the Contractor has established and made ecuipment•or supplies used or consumed in doing the work Drown procedures for removal of iuiiured Persons to a hospital or a doctor's care. 1-4)7,2(3) State Sales Tax-Rule 170 (APWA) The Contractor shall have sole responsibility for the safety, WAC 458-20-170, and its related rules apply to the efficiency, and adequacv of the Contractor's olant a,)Pfiances constructing and repairing of new or existing buildings or other and methods, and for any damage or iniury resulting from their structures, upon real Property. This includes, but is not limited failure, or imoroPc maintenance. use or operation T'ne to,the construction of streets roads highways etc owned by the Contractor shall be solely and compietely responsible for the State of Washington; water mains and their appurtenances' conditions of the Proiect Site including safety for all persons and sanitary sewers and sewage disposal systems unless such sewers property m the oerformance of the work. This requirement shall and disposal syste ns are within and a part of a street or road aoniv contmuousiv, and not be limited to normal working hours drainage system; telephone, telegraph, dectncal Power The required or ,mofied duty of the Engineer to conduct distribution lines, or other conduits or lines in or above streets or construction review of the Contractor's oertormance does not. roads, unless such power lines become a part of a street or road and shall not, be intended to include review and adequacv of the liphting system; and installing or attaching of any article of Contractor's safety measures in on or near the Project Site tangible personal Property in or to real Prooery whether or not such personal Property becomes a part of the realty by vitae of installation. For work performed in such cases, the Contractor shall collect from the Contracting Agency, retail sales tax on the hull 0 contract once- The Contracting Aeencv will automatically add this sales tax to each oavment to the Contractor For this reason RENTON STANDARDS Paste R-8 RSUP96B.DOC 311566 LHARO 1-07 Legal Relations and Responsibilities to the 1-07 Legal Relations and Responsibilities to the Public Public the Contractor shall not include the retail sales tax in the unit Bid construc•ed while these conditions exist, unless by special means j Item pnces, or in any other contract amount subiect to Rule 170 or precautions acceptable to the engineer, the contractor shall be with the following exception. able to overcome them. Exception: The Contracting Agencv will not add in sales tax SECTION 1-07.14 (APWA) IS SUPPLEMENTED BY fora pavrnent the Contractor or a subcontractor makes on the REVISING ALL REFERENCES TO "STATE purchase or rental of tools machinery ecumment,or consumable COMMISSION. SECRETARY" OR "STATE" TO RE4D j supplies not inte�ated into the protect Such sales taxes shall be aCONTRAC77NG AGENCY." included in the unit Bid Item orices or in any other contract amount. 1-07.2(4 Services (APWA) SEC770N 1-07.15 IS REVISED AND SUPPLEMENTED AS The Contractor shall not collect retail sales tax from the FOLLOWS_ Contracting Agency on any contract wholly for professional or other services (as defined in State Department of Revenue Rules 147.15 Temporary Water Pollution Erosion Control 138 and 224) (APWA , RCS I SECTION 1 07 5(1) IS SUPPLEMENTED BY REVISING If done according to the approved plan or the Engineer's THE TITLE AND SENTENCE ?. PARAGRAPH 2 TO orders, temporary water po LI uuoui erosion control work will be READ. measured and paid for pursuant to Section I 41 04.1 throuah the lump sum item for "Temporary Water PollutiotvErosion 1-07.5(2) State Department of Fish and Wildlifes Control.: of Wildlife an t=s (APWA,SA) If no pay item appears in the contract for "Temporary Water If the work in (1) through(3)above differs little from what Pollution/Erosion Control" then all labor, materials tools and the contract requires, the Contracting Agency will measure and eouinment used to complete the work shall be considered pay for it at urut contract prices. But if contract items do not incidental to other oav items in the Contract and no further cover those areas, the Contracting Agency will pay pursuant to compensation shall be made. Section 1-09.4. iUni. , In addition to other requirements in the Contract Documents this temporary work shall include but is not limited to the • following water quality considerations: SECTION 1-07.130) IS REVISED AND SUPPLE.VEVTED 1 Turbid Water Treatment Before Discharge: AS FOLLOWS_ Determination of turbidity in surface waters shall be at the discretion of the Engineer for Lake Class Receiving Waters turbidity shall not exceed 5 NTU 1-07.13(1) General (RC) Waters, Turbidity Units) over background conditions. for Class AA and Class A Waters turbidir shall not exceed 5 NTU over background turbidity when the backzround turbidity is 50 NTU or less, or have more than a 10 percent increase in turbidity when the background turbidity is more than 50 NTU: Co other classes of waters refer to WAC 1 73 101-04 5, The term turbidity means the optical 1rrpDerty of sample demonstrating Elle scarte-ring and absorption of light caused by suspended material as expressed in Nephelometric Turbidity Units and measured with a calibrated turbidimeter. The work shall be under the contractor's responsible care Discharges to a State waterway caused by and charge. The contractor shall bear all loss and damage aggregate washing drainage from aggrggate Pit sites, whatsoever and from whatsoever cause except that caused solefv and stockpiles or dewatering of pits and excavations by the act of the Contracting Agency which may occur on or to shall not increase the existing turbidity of the receiving the work dunng the fulfillment of the contract. waters. If any such loss or damage occurs. the contractor shall Turbid water from the Protect Site shall be treated immediately make good anv such loss or damage, and in the before being discharged into strearrr or other State event of the contractor refusing or neglecting to do so, the waters Turbiditv may be removed by the use of lagoons Contracting Agency may itself or by the employment of some or holding ponds settling basins, overflow weir, other person make good any such loss or damage and the cost polymer water treatment dischargMg to,mound surface. and exprrse of so doing shall be charged to the contractor. by percolation evaporation or by oa_ssmQ duout>_n • During intavornble weather and other conditions, the gr-ivel sand or fiber filters. contractor shall pursue only such portions of the work as shall not Erosion Control: Ten orary erosion control shall be exercised by minimizing exposed areas and siooes until be damaged thereby. cnve. The muumiun No oortion of the work whose satisfactory ounfity or permanent measures are fife eiTicrencv will tic affected by miavornble conditions Shall !)e exposed area and slopes veil be defined in the Soenai RENTON S T ANDARDS Page R - 9 RSUP96B.DOC 3/15/96 LHARO 1-07 Legal Relations and Responsibilities to the 1-07 Legal Relations and Responsibilities to the Public Public Provisions. Plastic sheet coveting shall be placed over 1-07.16 Protection aad Restoration of Property • exposed round areas to protect from rain erosion. Other alternative methods for erosion control under SECTION 1-07.16(1) IS SUPPLEMENTED BY ADDING THE certain situations may include nettine, mulching with FOLLOWING: binder,and seeding. Should rutting and erosion occur the Contractor 1-07.16(1) Private/Public Property (RC) shall be responsible for restoring damaged areas and for The Contractine Agency will obtain all easements and clean-up of eroded material including that in ditches, franchises required for the proiect. The contractor shall limit his catch balms, manholes,and culverts and other pipes_ operation to the areas obtained and shall not trespass on private 3. Chlorine Residual: Water containing chlorine residual prooem shall not be discharged directly into storm drains, The Contracting Aecncv may proviae certain lands, as streams, or State waters. Chlorine water may be indicated in connection with the work under the contract together discharged into sarutary sewers or disposed on land for with the right of access to such lands. The contractor shall not perculation. Chlorine residual may be reduced unreasonably encumber the premises with his equipment or chermcally with a reducing anent such as sodium materials. thiosulohate. Water shall be periodically tested for The contractor snall provide, with-no liability to the chlorine residual. Contracting Agency, anv additional land and access thereto not 4. Vehicle and Equipment Washing: Water used for shown or described that may be required for temporary washing vehicles and equipment shall not be allowed to construction facilities or storage of matenais. He shall construct enter storm drains, streams or other State waters unless all access roads, detour roads, or other temporary work as separation of petroleum products, fresh concrete required by his operations. The contractor shall confine his products or other deleterious material is accomplished equipment, storage of material, and ooerauon of his workers to prior to discharge. Detergent solution may be those areas shown and described and such additionai areas as he discharged into sarutary sewers or allowed to be held may proviae. on the ground for percolation. A recirculation system A_ Gcncral. All construction work under this contract on for detergent washing is recommended. Steam cleaning easements. right-of--wav, over private orooerty or units shall provide a device for oil separation. franchise. shall be confined to the limits of such 5. Oil and Chemical Storage and Handline- Handling and casements, right-of-wav or franchise. AA work shall be storage of oil and chemicals shall not take place accomplished so as to cause the Icast amount of adjacent to waterways. The storage shall be made in disturbance and a minimum amount of damage. The dike tanks and barrels with drip pans provided murder contractor shall schedule his work so that trenches the dispensing area. Shut-off and lock valves shall be across casements shall not be left open during weekends provided on tanks. Shut-off nozzles shall be provided or holidays and trenches shall not be open for more than on hoses. Oil and chemicals shall be dispensed oniv 48 hours, during davlight hours unless the dispensing area is g Structures. The contractor shall remove such existing properly lighted. Disposal of waste shall not be allowed structures as may be necessary for the performance of on oil and chemical spills. Fencing shall be provided the work and, if required, shall reoudd the structures around oil storage. Locks shall be provided on valves, Pumps,and tanks. thus removed in a9 good a condition as found. He shall also repair all existing structures which may be damaged 6. Sewage: If a sanitary sewer line is encountered and as a resuit of the work under this contract. repair or relocation work is required the Contractor shall provide blocking and sealing of the sanitary sewer C. Easements. Cultivated arras and other surface line. Sarutary sewer flow shall be oumped out improvemenCs. All cultivated arcs, either agricultural collected, and hauled by tank truck or pumped directly or lawns. and other surface improvements which are to a saruitary system manhole for discharge. ?he damaged by actions of the contractor shall be restored existing sewers shall be maintained by the Contractor as neariv as possible to their original condition. without interruption of service by the use of temporary prior to excavation on an easement or private rieht-of- sewer bvpasses. In addition the excavated matenals wav, the contractor shall strip too soil from the trench or adiacent to and around a runture of a sanitary sewer constriction area and stockpile it in such a manner that it line shall be removed from the Project Site and may be replaced by him, uoon completion of deposited into reriuse tricks for haul to a samtary till construction. Ornamental trees and shrubbery shall be site. Equinment and tools in contact with the above carefully removed with the carth surrounding their roots matenals shall he washed by pressure water lines and wrapped in burian and replanted in their orittinal the attendant wash water discharged into a santtary positions within 48 hours. sewer line for transmission to a sewage treatment plant All shrubbery or trees destroved or damaged, shall be replaced by the contractor with material of equal quality at no additional cost to the Contractng Agency. In the • event that it is necessary to trench through any lawn area. the sod shall be carefuliv cut and rolled and reviaced after the trenches have been backfrlled. The RSUP96B.DOC 3/15/96 LHARO RENTON STANDARDS Page R - 10 1-07 Legal Relations and Responsibilities to the 1-07 Legal Relations and Responsibilities to the Public Public • lawn area shall be cleaned by sweeping or other mans uncovering mea_surin2 or other verification. If a utility is known of all earth and debris. or suspected of having underground facilities within the area of The contractor shall use rubber wheel eouiomenc similar the proposed excavation and that utility is not a subscriber to the to the small tractor-type backhoes used by side sewer utilities underground location center then the Contractor shall contractors for all work including excavation and dive individual notice to that utility. backfiil on easements or rights-of-wav whic:i have lawn If, in the prosecution of the work it becomes necessary to areas. All fences, markers mail boxes. or other intetnrot exsting surface drainage sewers underdrains conduit, temoorary obstacles shall be removed by the utilities similar under=und structures or parts thereof, the contractor and irnmediate!v replace after the trench is contractor shall be responsible for ry and shall take all necessa backfilled in their oneinal oosition. The contractor precautions to orotect and provide temporary services for same. fy the Contracting Agenev and Drove-.Ty OwnGr The contractor shall at his own expense, repair all damage shall noti at least hours in advance and work done . to such facilities or structures due to this construction operation to the satisfaction of the City, except for City owned facilities easements or rights-of-way. which will be repaired by the utility department at contractors Damage to existing structures outside of easement areas a roe-tse,or by the contractor as duetted by the City,. chat may result from dewaterin� and/or other construction activiry under this contract shall be restored SEC770N 1-07.18 IS DELETED AND REPLACED BY THE to their original condition or better. The ori-inal FOLLOWING: condition shall be established by photographs taken and/or inspection made prior to construction. All such 1-07.18 Public Liability and Property Damage work shall be done to the satisfaction of the orpperry Insurance (RCS Owners and the Contracting Agency at the exoense of the contractor. STATE AMENDMENT TO 1-0718 IS NOT USED. RE`1TON D. Streets. The contractor will assume aU resoonsioifity of USES 7NE FOLLOWING: restoration of the surface of aU streets (traveied ways) used by him if damaged. SEC770N I-07.18(1) IS REPLACED WITH INE In the event the contractor does not have labor or FOLLOWING: material immediately available to make necessary • =airs the contractor shall so inform the Contracting 1-07.18(11 General (RC) AlZenev. The Contracting Aecncv will make the The contractor shall obtain and maintain in foil force and ncccssary =airs and the cost of such rcDairs shaU be effect from the Contract Execution Date to the Completion Date, _paid by the contractor. public liability and property damage insurance with an insurance The contractor is responsible for identilti'ing and companv(ies)or through sources approved by the State Insurance documenting anv damage that is preexisting or caused by Cornriussioner pursuant to RCW 48. others.Restoration of excavation in City strees shall be The Contractor shall not begin work under the Contract until done in accordance with the Ciro of Renton Trench the required insurance has bean obtained and approved by the Resror-anon Requirements which is avaiiabic at the Conti—acing Agency Insurance shall provide coverage to the Public Works Deuartment Customer Services counter on Contractor, all subcontractors Contracting Agency and the the 4th floor, Renton Municipal Building, 200 Loll Contractiniz Agenc�Vs consultant The coverage shall protect against claims for bodily injuries persona! tmn ues._uirluding Avenue South. accidental death as well as claims for property damages wtuca SECTION 1-07.17IS SUPPLEWL-, ED BYADDING. may arise from any act or omission of the Contractor or the subcontractor, or by anvone directly or indirectly a nDloved by 1-07.17 Utilities and Similar Facilities (APWA,RC) either of them. If warranted work is r�auued the Contractor shall provide In addition to the other require-rents pursuant to RCW the City proof that insurance coverage and limits establisnea 19 12' an act reiating to underground utilities and prescribing under the te-m of the Contract for work are in full force and penalties the Contractor shall: effect during the Denod of warranty work. 1 pail the utilities underground location center for field The Contracting Agency may request a copy of the ac=- t location of the utilities; deciarauon gages(s) for each insurance polies etFecang Call Before You D i a coves ei sl required on the contract onor to the date w•orrc commences Failure of the Contractor to fully comply during re The 48 Hour Locators term of the Contract with the requirements described helm 'Nitl be considered a material breach of contract and shall be cause.: 1-800_424_5:5» for immediate termination of the Contract at the option of he Contracting Agencv. I and • ' not begin excavation until all igiown underground facilities in the vicinity of the oromsed excavation have been located and marked. Location and dimensions shown on the Plans or existing tacilities tic n accordance with available information without n cs rrnm z-r%Nm a P nc, Page R - I 1 RSUP96B.DOC 3/15/96 LHARO 1-07 Legal Relations and Responsibilities to the 1-07 Legal Relations and Responsibilities to the Public Public SEC77ON 1-07.18(2) IS REPLACED WITH THE (2) Automobile Liability including all I • FOLLOWING. • Owned Vehicles 1-07.18(2) Coverages (RC) • Non-Owned Vehicles As part of the response to this proposal the Contractor shall • Hired Vehicles submit a completed City of Renton Insurance Information form (3) Workers'Compensation which details specific coverage and limits for this contract Statutory Benefits(Coverage A)-Show Washington All coverage provided by the Contractor shall be in a form Labor&Industries Number and underwritten by a companv acceptable to the Contracting Agencv. The Citv requires that all insurers: (4) Umbrella Liability(when necessarvi l) Be licensed to do business within the State of Excess of Commercial General Liabilitv and Washington. Automobile Liability. Coverage should be as broad 2) Coverage to be on an 'occurrence" basis (Professional as orimarv. Liabilitv and Pollution coverage are acceptable when (5) Professional Liability - (whenever the .pork under written on a claims-made basis). The Citv may also this Contract includes Professional Liability require proof of professional liabilitv coverage be (i a architectural engine--nng advertising, or provided for uu to two(2)vears after the completion of computer prpgrammine) the CONTRACTOR shall the oroiect. maintain professional liability covering wrongful 3) The City may request a copv of the actual declaration acts,ermrs and/or omissions of the CONTRACTOR pages) for each insurance oolicv aITectine coverages) for damage sustained by reason of or in the course required by the Contract onor to the date work of operations under this Contract. commences. (6) The Contracting Agenc., reserves the right to 4) Possess a mutimum A.M. Best rating of AVT1(A rating request and/or require additional coverages as may of A NII or better is oreferred.) If anv insurance tamer be appropriate based on work performed(i.e. _ possesses a rating of less than A VU, the City may make pollution iiabilitv). an exception. • CONTRACTOR shall Name CITY OF R1jIJTON, and its The Citv reserves the right to approve the security of the officers, officials,agents, empiovees and volunteers as Additional insurance coverage provided by the insurance companv(ies) Insured (ISO Form CG 2010 or eauivalent). The terms. conditions, and the Certificate of Insurance Failure of the CONTRACTOR shall provide CITY OF RENTON Certificates of- Contractor to fully comply during the term of the contract with Insurance-, onor to commencement of work. The City reserves these requirements well be considered a material breach of the right to request conies of insurance policies, if at their sole contract and shall be cause for immediate termination of the discretion it is deemed appropriate. Further, all policies or contract at the option of the Citv insurance described above shall: The Contractor shall obtain and maintain the minimum i) Be on a primary basis not contnbutory with any other insurance coverage set forth below By requiring such minimum insurance coverage and/or self-insurance carried by insurance, the City of Renton shall not be deemed or construed to CITY OF RENTON. have assessed the risks that may be applicablc to the Contractor. 2) Include a Waiver of Subrogation Clause. The Contractor shall assess its own risks and if it de-^ns 3) Severability of Interest Clause(Cross Liability) aouropriate and/or prudent maintain hi er limits and/or broader 4) Policv may not be non-renewed, canceled or materially coverage. changed or altered unless forty-jive (45) days onor Coverage shall include: wntten notice is orovided to CITY OF RENTON. (1) Commercial General Liability - ISO 1993 Form or Notification shall be provided to CITY OF RENTON equtvalenL Coverage will be witten on an occurrence by certified mail_ basis and include: REPLr10E SUPPLEMENTAL SPECIFIGITTON SEC7701V 1- 0 Premises and Operations (including CG2503 07.1d(J) 'LIMITS' WITH THE FOLLOWING. General Aggregate to apply per project ii applicable). 1-07.180) Limits (RC) • Explosion. Collapse and Undcrground Hazards LIMITS REOUIRED • Products/Comoieted Operations Providing coverage in these srated amounts shall not he Contractual Liability (including Amendatory construed to relieve the contractor from liability in excess of Endorsement CG 0043 or equivalent which includes such limits. The CONTRACTOR shall carry the following de.'ease coverage assumed under contract) limits of liability as required below. • Broad Form Property Damage COMMFRCI.tL GENERAL LL-1BILITY • !ndenendent Contractors General Aggregate' 52,000,000•• • • Personal/Advertrsmg Imuv • Stop[Yap Liability Products/Compfeted Operations S2,000,000•' Aggregate RENTON STANDARDS Page R- 12 RSUP96B.DOC 3/15/96 LHARO 1-07 Legal Relations and Responsibilities to the 147 Legal Relations and Responsibilities to the Public Public • Each Occurrence Limit 31,000,000 of anv kind upon the comoanv its agents or reoresettatives Personal/Advertising Iniury 51.000,000 C. Amend the cancellation clause to state: 550,000 "Policv may not be non-renewed canceled or Fire Damage(Ay One n Fire) materially changed or altered unless 45 days Medical Pavirfents(Any One Person) 55.000 prior written notice is provided to the City" Sl 000,000 Notification shall be provided to the City by Stoo Gat)Liability certified mail. ' General Ae�regate to appiv per proiect (ISO Form CG2503 or equivalent) For Pmfessional Liability coverage only instead of the cancellation language specified above the City will accept a "amount may vary based on-2 roject risk wntten agreement that the consultant's broker will provide the Automobile Liabilitv required notification. Bodilv Iniurv/Proyerry Damage 51,000.000 SECTION 1-07.20 IS REVISED AS FOLLOWS: (Each Accident) Workers'Compensation 1-07.20 Patented Devices,Materials,and Processes Statutory Benefits-Coverage A Variable (APWA) - (Show Washington Labor and Industries Numbed The Contractor shall assume all costs arising from the use of Umbrella Liability patented devices, materials, or processes used on or incorporated Each Occurrence Lunn 51,000,000 in the work, and agrees to indemnify, defend, and save harmless General Aggregate Limit 51,000,000 - , r, , The Contracting Agencv, and their i duiy authorized agents and employees from all actions of any Products/Completed Operations S1,000,000 nature for, or on account of the use of any patented devices, A2gre2ate macenals,or processes. Professional Liabi-li[v-(If reouired) SEC770N 1-07.22 IS SUPPLEMENTED BY 1NE Each Occurrence/Tncideni/Claun 51,000,000 FOLLOWING. • Aggregate S2.000,000 147.22 Use of Explosives (APWA) Explosives shall not be used without specific authority of the The City may rebuire the CONTRACTOR to keen Engineer, and then only under such restrictions as may be professional liability coverage in effect for uo to two (2) vcus reouued by the prover authorities. Explosives shall be handled after completion of the project. and used in strict compliance with WAC 296-52 and such locai The Contractor shall oromptly advise the CTTY OF laws rules and regulations that may apply. The individual in RENTON in writing in the event anv genemi ag5jc2aie or other c�-oe of the blasting shall have a current Washington State as, ei�ate limits are reduced At their own expense the Blaster Users License. CONTRACTOR will reinstate the ag_°regate tc comply with the The Contractor shall obtain comply with and pay for such minimum limits and reauirrnents as stated in Section 1-07.18(j) p�Ls and costs as are necessary inconjunction with blasting and shall furnish the CITY OF RENTON a new Certificate of ooerations. Insiutarice showing such coverage is in force. When the use of e, losivesis necessary for the prosecution / THE FOLLOWING of the Work the Contractor's unsurance shall contain a special SECION 1-07.18/41 IS REPLACED SUpp[Lkk 'jvT4 SPECIF7C470N 'EVIDENCE OF clause permitting the blasting. INSURANCE': Within 20 days of award of the contract the CONTRACTOR 147.23 Traffic Control shall orovide evidence of insurance by submitting to the CONTRACTING AGENCY the following: SECTION 1-07.33 12 IS SUPPLEMENTED BY ADDING THE () City of Renton Insurance Information Form (attached FOLLOWING TO PARAGRAPH 3: herein)without modification. 2) Certificate of Insurance (Accord Form 25s or 1-07.23(1) Public Convenience and Safety TO conforming to items as specified in Sections 5 The contractor shall be responsible for controlling dust 1-+)7 18(1) 1407 18(2) and 1-07 18(3) as revised and mud within the pro limits and on any street above Other requirements are as follows: which is utilized by his equipment for the durationnf o o a Strike the folloyng or similar wording: the oro ect The contractor shall be prepared to use "This Certificate is issued as a matter of watering trucks power sweepers and other pieces of information oniv and confers no rights upon quitiment as deemed necessary by the engineer. to • the Certificate Holder", avoid creating a nuisance. considered as incidental b Stnke the wording regarding cancellation Dust and mud control shall be notification to the City: "Failure to mail such to the ro ect and no compensation will be made for notice shall impose no obligation or liability this section. _ pnve R 13 RSUP96B.DOC 3/15/96 LHARO 1-07 Legal Relations and Responsibilities to the 1-07 Legal Relations and Responsibilities to the Public Public Complaints of dust, mud or unsafe practices and/or consideration of pavment for these items are that thev are not • Property damage to private Ownership will be covered by other oav items in the bid proposal, thev are not transmitted to the contractor and prompt action in specified in the Special Provisions as incidental, and the correcting them will be required by the contractor. accumulative cost for the use of each individual channelizing device piece of cauipment. or service must exceed 5200 in total 1-07.23(3) Flagging, Signs,and All Other Traffic cost for the duration of their need. In the event of disputes, the Control Devices Engineer will determine what is usually anticipated by a prudent contractor. The cost for these items will be by agreed price, once SEC770N 1-07.Z3/3)A IS SUPPLEMENTED BY ADDING established by the Engineer, or by force account. Additional items THE FOLLOWING: required as a result of the Contractor's modification to the traffic control i lan(s) anoearing in the contract shall not be covered by 1-07.23(3)A General (RQ the provisions in this paragraph. When the bid proposal includes an item for "Traffic If the total cost of all the work under the contract increases Control,"the work required for this item shall be: or decreases by more than 25 percent, an equitable adiustment I. Furnishing and maintaining barricades, flashers, will be considered for the item "Traffic Control" to address the construction signing and other channeiization devices, increase or decrease. _ unless a oav item is in the bid omoosal for anv specific device and the Special Provisions sDerifv fifrnishing, SECTION 1-07„3(3)C IS SUPPLEMENTED AS FOLLOWS: maintaining,and oavment in a different mariner for that device-, 1-07.23(3)C Traffic Control Plans(RC) 2. Furnishing supervisory personnel for all traffic control The contractor shall be responsible for assuring that traffic labor control is installed and maintained in conformance to established 3. Fun ushing anv necessary vehicle(s) to set uo and standards. The contractor shall continuousiv evaluate the remove the Class B construction signs and other traffic operation of the tratTic control oian and take orompt action to control devices, correct anv problems that become evident during operation. 4. Furnishing labor and vehicles for patrolling and maintaining in position all of the construction signs and SECTION 1-0713(3)F HAS BEEV REVISED AS FOLLOWS_ the traffic control devices, unless a pav item is in the bid or000sal to specifically pav for this work and 1-07Z3(3)F Construction Signs (RC,SA) 5. Furrushing labor, material,and equipment necessary for Au sits required by the approved traffic control plan(s) as cleaning uo, removing, and replacing of the well as any other appropriate signs prescnbed by the Engineer or construction signs and the traffic control devices required to comply with established standards will be furnished destroved or damaged during the life of the protect. by the ,. Contractor. 6 Removing existing signs as specified or a directed by Sign and support installation of Class A signs shall be in the eneineer and delivering to the City Shops or storing accordance with the Contract Plans or Standard Plans. and re-installing as directed by the Engine- . No item will be provided in the bid proposal for Class A or 7 Preparing a trntTic control plan for the project and Class B construction signs. - designating the oerson responsible for traffic control at SigHS 441 be " '''' ;`"' .'"`'"" ; "`4aily sei ap and FeEne the work site. The taa[fic control plan shall include ;:Failiri All - descnotions of the traffic control methods and devices e4ef-costs for the work to provide Class B construction signs to be used by the prime contractor, and subcontractors, shall be included in the unit contract pnce_for the various other shall be submitted at or before the oreconstruction items of the work in the bid proposal, or b. included in 'Traffic conference, and shall be subject to review and approval Control".Lump Sum. of the Engineer SEC77ON 1-07.I3(4) IS REVISED AS FOLLOWS: 8 Contacting police, fire, 911, and ambulance services to notifv them in advance of anv work that vill affect and 147.23(4) One-Way Piloted Traffic Control traveled portion of a roadway. Through Construction Zone (RC) 9 Assuring that all traveled portions of roadways are open to traffic during peak traffic periods, 6 30 a.m. to 8-30 a.m., and 3:00 o.m. to 6:00 p.m., or as specified in the specifif provisions, or as directed by the Engineer. -' 10. Promptly removing or covering all nonacipficable signs r iG ti , ,, ,,, ,.__ , d -iye during periods when they are not needed. �Fai ' If no bid item 'Traffic Control" appears in the pr000sai then all work required by these sections will considered incidental and :heir cost shall be included in the other items of work. if the Engineer requires the Contractor to furnish additional -.- • channefizing devices, pieces of equipment, or services which Contractor-Furnished One-Way Piloted Trafflic Control. couid not be usually anticipated by a prudent contractor for the The Contractor shall f irrush the pilot carts)and dnver(s) for the maintenance and protection of traf ic, then a new item or items pilot car control area Any necessary flaggers shall be furnished !nav be cstabltsned to nav for such items. Further limitations for RENTON STANDARDS Page R - 14 RSUP96B.DOC 3/15/96 LHARO 1-07 Legal Relations and Responsibilities to the 1-07 Legal Relations and Responsibilities to the Public Public • by the Contractor ._= Contractor's construction activities shall be confined within these GaffW4ba limits unless arrangements for use of private property are made. "^ Generally the Contracting Aeencv will have obtained. pnor Pile�ed T—zaiTir. C;anifel be as to Bid ooenin2 all rights of wav and easements both nermaneat and temporary necessary for carrving out the completion of the Work Exceptions to this are noted in the Contract Documents or r neeF ,ee GoR. F 4 s -• brought to the Contractor's attention by a duly issued Addendum- ,he ,h d ipaym 411 be .he same ^ ^'aed Whenever anv of the Work is accomplished on or through in Saritien 1 Par u^ T T property other than public right of wav, the Contractor shall mr_t a h . item xed.- .he •he bi and fulfill all covenants and stipulations of anv easement q � z uaat ff9pesa1. agreement obtained by the Contracting Agency from the owner of the private property. Conies of the easement a3eements are 1-07.23(5) Measurement and Payment for Traffic included in the Contract Provisions or made available to the Control Contractor as soon as practical after thev have been obtained by the Engineer. SECTION 1-07.21(S) IS SUPPLEMENTED BY ADDING THE Whenever easements or -fights of entry have not bean FOLLOWING: acquired Prior to advertising, these areas are so noted on the Drawings The Contractor shall not proceed with any portion of 1-07.23(5)A General (RC) the Work in areas where right-of wav easements or rights of The item "Traffic Control" will be considered for an entry have not been acquired until the Engineer certifies to the eauitable adiustment per Section 1-04.6 only when the total Contractor that the right of wav or easement is available or that contract price increases or decreases by more than 25 percent. the right of entry has been received_ If the Contractor is delaved due to acts of omission on the part of the Contracting Agencv inDELETE SECTTON 1-47.13(5)B AND REPLACE WITH.- obtaining easements rights of entry or right of wav, the Contractor will be entitled to an extension of time. The 1-07.23(5)B Measurement (RC) Contractor agrees that such de!av shall not-be a _breach of 1. No specific unit of measurement will apply to the lump contract. • sum item of Traffic Control. Each =Dcrry owner shall be viven 48 hours notice prior to SECTION 1-47.23(S)C IS DELETED AND REPLACED entry by the Contractor. This includes entry onto easements and pri vate property where private improvements must be adiusted. The Contractor shall be resoonsible for providing, without expense or liability to the Contracting Agency anv additional 147.23(5)C Payment (RC) land and access thereto that the Contractor may desire for Pavment will be made in accordance with Section 1-04.1 for te-nmrary construction facilities storage of materials, or other the following bid item when included in the contract, Contractor needs. However, before using anv private orcoerty, "TratTic Control,"lump sum. whether adioining the Work or not the Contractor shall file with The lump sum contract price shall be full oav far the Engineer a written permission of the private moerty owner. all costs not covered by other specific pav items in the and upon vacating the premises a written release from the bid proposal for furnishing installing maintaining. and property owner of each property disturbed or otherwise int_efferetl removing traffic control devices recuired by the with by reasons of construction pursued under this contract The contract and as directed by the Engineer.in conformance statement shall be signed by the-private property owner,or proper with accented standards and in such a manner as to authoriry acting for the owner of the private property atTected, maximize safety, and nurumize disruption and sitting that pernussion has been granted to use the trTOpctt'/ and inconvenience to the public, all necessary permits have bern obtained or, in the case of a Progress payment for the lump sum item "Traffic release that the restoration of the property has been satisfactoniv Control"will be made as follows: accomplished. The statement shall include the parcel number. a When the initial warning signs for the beginning address, and date of signature. Written releases must be 'ilea j of the oroiect and the end of construction signs are with the En inee- before the Completion Date will be installed and approved by the Engineer, 30 percent established. of the amount bid for the item will be paid. b Pavment for the rernammIZ 70 percent of the amount bid for the item will be paid on a prorated basis in accordance with the total iob progress as I determined by progress payments. I SECTION 1-n7_a IS DELETED AND REPLACED BY THE i • FOf.LOWTN(;: 1-07.24 Rit'hts of Wav (APWA) Street nght of vnv lines limits of easements and limits o[ constniction oermits are indicated on the Drawings. The ..m A 0te pgoP R - IS RSUP96B.DOC 3/15/96 LHARO 1-08 Prosecution and Progress 1-08 Prosecution and Progress SECTION 1-07.26 (APWA) IS REYTSED BY CHANGING requires. Each subcontract shall contain a orovision which • ALL REFERENCES TO "COMMISSION. THE requires the subcontractor to compiv with Section 1-07.9 and to SECRETARY" OR "STATE" TO READ furnish all certificates, submittals, and statements required by the "CONTRACTING AGENCY." Contract Documents. Alone with the request to sublet, the Contractor shall submit SECTION 1-t17.27 (APWA) IS REVISED BY CHANGING the names of any contractine firms the subcontractor proposes to ALL REFERENCES TO "STATE" OR "SECRETARY" use as lower her subcontractors. Collectiveiv, these lower tier TO READ"CONTRACTING AGENCY." subcontractors shall not do work that exceeds 25-percent of the total amount subcontracted to a subcontractor. When a 1-08 Prosecution and Progress subcontractor is resoonsibie for construction of a specific structure or structures, the following work may be performed by SECTION 1-09.1 IS DELETED AND REPLACED BY THE lower tier subcontractors without being subiect to the 25 oercent FOLLOWTNG.• limitation: 1. Furnishing and driving of oiling,or 1-08.1 Preliminary Matters (APWA) 2 Furnishing and installing concrete reinforcine and oost- tensioning steel. Except for the 25 percent limit, lower tier subcontractors shall meet the-same reouirements as 1-08.1(1) Preconstruction Conference(APWA) subcontractors.The Engineer will furnish the Contractor with uD to 10 The Engineer will approve the request only if satisfied with copies of the Contract Documents. Additional documents may be the vr000sed subcontractor's prior record,equipment, experience, furnished upon request at the cost of reDroduction. Prior to and abilitv to perform the work. Approval to subcontract shall undertaking each oart of the Work the Contractor shall carefully not: studv and compare the Contract Documents and check and venfv I. Relieve the Contractor of anv responsibility to czrry out pertinent figures shown therein and all anolicable field the contract, measurements. The Contractor shall orompdv report in writing to 2 Relieve the Contractor of any obligations or liabilitv the Engineer anv conilict, error or discrepancv which the under the contract and the Contractor's bond, Contractor may discover. 3 Create anv contract between the Contracting Agency After, the Contract has been executed. but prior to the and the subcontractor,or Contractor beginning the Work,a preconstmction conference will Convev to the subcontractor anv rights against the • be held between the Contractor, the Engineer and such other Contracting Agency. interested parties as may be invited. The oumose of the The Contracting Agency will not -nnsider as subcontractine: preconstruction conference will be: (1)purchase of sand, ozra :her one, crushed slag, batched 1. To review the initial progress schedule; concrete aggregates, _.;ncrete, off-site fabricated 2 To establish a working understanding among the structural steel oche. _ ncated items, and anv other vanous parties associated or affected by the Work-, materials supplied by estaolrshed and recognized commercial 3 To establish and review procedures for progress plants. or (2) delivery of these materials to the work site in payment, notifications,anorova!s,submittals, etc., vehicles owned or operated by such D!ants or by recognized 4 To establish normal working hours for the Work; independent or commercial hauling companies. 5. To review safety standards and traffic control:and However, the State L&I may determine that_RCW 39.12 6. To discuss such other related items as may be pertinent acolies to the employees of such firms identified in (1) and (2) to the Work. above in accordance with WAC 296-127. If this should occur, the The Contractor shall prepare and submit at the provisions of Section 1-07 9 as modified of supplemented, shall preconstruction meeting the following: aD Iv. 1. A breakdown of all lump sum items; The Contractor shall certify to the actual amounts paid to 2. A preliminary schedule of working drawing submittals anv Disadvantaged, Minority, or Women's Business Enterprises and firms that were subcontractors manufacturers regular dealers, or 3. A list of material sources for aooroval if aunlicable. service orovrders on the contract. This cenification shall be 4. A Proiect Schedule. supplied with the Final Application for Payment on the form orovided by the Engineer. 1-48.1(2) Subcontracting (APWA) If dissatisfied with anv part of the subcontracted work. the Work done by the Contractor's own or"aruzztion shall E neer may request in writing that the subcontractor be account for at least 30 oercent of the Awarded Contract Pnce. removed. The Contractor shall comply with this request at once Betbre computing this Dercentage, however, The Contractor may and shall not emDlov the subcontractor for anv further work under subtract (from the Awarded Contract Pnce) the costs of anv the contract. subcontracted work on items the contract provisions somificaliv 1-08-1(3) Hours of Work (APWA) designates may he first excluded from the Awarded Contract Price. Except in the case of emergency or unless otherwise The Contractor shall not subcontract work regardless of her approved by the Contracting Agency, the normal straight time • unless the Engineer approves in writing. Each request to working hours for the contract shall be any consecutive 3-hour subcontract shall he on die form the Engineer provides. If the oenod between TOO a.m. and 6:00 p.m. of a working day with a Engmeer requests, the Contractor ,hail provide nroof that the maximum I-hour lunch break and a 5-dav work week. The subcontractor has the xpenence,ability and equipment the work normal straight time 3-hour working penod for the contract shall RENTON STANDARDS Paee R - 16 RSUP96B.DOC 3/15196 LHARO 1-08 Prosecution and Progress 1-08 Prosecution and Proems be established at the vreconstruction conference or prior to the SEC7701V 1-08.4 IS DELETED AND REPLACED BY THE Contractor commencing the Work. FOLLOWING: If a Contractor desires to perform work on_holidays Saturdays Sundays or before 7:00 a.m_ or after 6:00 p.m. on any 1-08.4 Notice to Proceed and Prosecution of the j day, the Contractor shall apply in writine to the Engineer for Work (APWA) Permission to work such times. Permission to work longer than an 8-hour period between 7:00 am. and 6:00 p.m. is not required. Nonce to Proceed will be given after the contract has been Such requests shall be submitted to the Engineer no late-, than executed and the contract bond and evidence of insurances have noon on the working day prior to the day for which the Contractor been approved and filed by the Owner. The Contractor shall not is requesting permission to work. commence the Work until the Notice to Proceed has been given i Permission to work between the hours of 10:00 p.m, and by the Engineer. The Contractor shall commence construction 7.00 a.m. during weekdays and between the hours of 10-00 p.m_ activities on the Proiect Site within ten days of the Notice to and 9:00 a.m. on weekends or holidays may also be subiect to Peed Date The Work thereafter shall be prosecuted dilieentiv, noise control requirements Approval to continue work during vieorcusiy and without unauthorized interruption until phvsical these hours may be revoked at any time the Contractor exceeds completion of the work.There shall be no voluntary shutdowns or the Contracting Agency's noise control regulations or complaints siowiniz of operations by the Contractor without prior approval of are received from the public or adioining propem owners the Enzinczr. Such approval shall-not relieve the Contractor from reearding the noise from the Contractor's operations. The the Contractual obligation to complete the work within the Contractor shall have no claim for damages or delays should such prescribed Contract Time. permission be revoked for these reasons. Permission to work Saturdays, Sundays, holidays or other SEC770N I-68.S IS DELETED .4ND REPLACED WiTH than the aereed upon normal straight time workine hours Monday THE FOLLOWING: through Friday may be given subiect to certain other conditions set forth by the Contracting Agency or Engineer. These 1-08.5 Time For Completion (Contract Time) conditions may include but are not limited to: requiring the (APWA. RC) Engineer or such assistants as the Engineer may deem necessary to be present during the Work-. requiring the Contractor to The Work shall be physically completed in its entirety reimburse the Contracting Agency-for the cost of engineering within the time specified in the Contract Documents or as salaries oaid Contracting Agency emniovees who worked during extended by the Engineer. The Contract Time will be stated in such times, considering the Work performed on Saturdays and "working days shall begin on the Nonce To Proceed Date, and holidays as working days with regards to the Contract Tune: and shall end on the Contract Completion Date. considenng multiple work shifts as multinie working days with A nonworking day is defined as a Saturday, a Sunday,a day respect to Contract Time even though the multiple shifts occur in on which the contract specifically suspends work, or one of these a single 24-hour period. Assistants may include. but are not holidays: January 1, I- `' d `` ' ° r gle 664,4 limited to survev crews personnel from the Contracting Mlenday 4fe y, Memorial Day, July 4, Labor Day, Agency's material testing lab-, inspectors and other Contracting November 11, Thanksgiving Day, the day after Thankspvuug, Agency :mnloveLs when in the ooinion of the Engineer, such and Chnstmass Day. When The day before Christmas shall be a work necessitates their presence. holiday when Christmas Day occurs on a Tuesday or Friday. The day after Christmas shall be a holiday when Christmas Day 1-08-1(4) Reimbursement for Overtime Work of occurs on a Monday. Wednesday or Thursday. When Christmas Contracting Aeencv Emolovees (APWA) Day occurs on a Saturday, the two preceding VVOT16 g dM shah be observed as holidays. When Christmas day occurs on a Where the Contractor elects to work on a Saturday,Sunday Sunday the two working days following shall be observed as or other holiday, or longer than an 8-hour work shift on a regular holidays. When holidays other than Christmas fall on a Saturday Working iav, as defined in the Standard Specitcancm. such the preceding Friday will be counted as a non-working day and work shall be considered as overtime work. On all such overtime when they fail on a Sunday the following Monday will be counted work an inspector will be present, and a survey crew may be as a non-working day. The Contract Time has been established to required at the discretion of the Engineer. The Contractor shall allow for periods of normal inclement weather which, from reimburse the Contracting Agency for the full amount of the historical records is to be expected during the Contract Time, strnreht time plus overtime costs for emi lovees of the Contracting and during which periods, work is anticipated to be performed. Agency required to work overtime hours. Each successive working day, beguuung with the Notice to The Contractor by these Specifications does herebv Proceed Date and ending with the Physical Completion Date, authorize the Engineer to deduct such costs from the amount due shall be charged to the Contract Time as it occurs except a day_or or to become due the Contractor. part of a day which is designated a nonworking day or an Engineer determined unworkable day. The Engineer will furnish the Contractor a weekly report showing (1) the number of working days charged against the • Contract Time for the preceding week' (2) the Contract Time_in workne days (3) the number of working days remaining in the Contract Time-, (4) the number of nun vrorking days and (5) any pamal or whole days the Engineer declared unworkable the previous week This %verkly report will be correlated with the RF)JTnN STANDARDS Paee R- 17 RSUP96B.DOC 3/15/96 LHARO 1-09 Measurement and Pavment 1-09 Measurement and Pavment Contractors current atmroved =er=s schedule. If the 1-09 Measurement and Payment Contractor eiects to work 10 hours a day and 4 days a week(a 4-- 10 schedule)and the fifth day of the week in which a 4-10 shift is SECTION 1-09.1 IS SUPPLEMENTED BY ADDING THE worked would ordinarily be charged as a working day then the fifth day of that week will be charged as a working day whether FOLLOWING. or not the Contractor works on that day. The Contractor will be allowed 10 calendar days fi-am the 1-09.1 Measurement of Quantities (RC) date of each report in which to file a written protest of an alleged When items are specified to be paid for by ton, it will be the discrepancv in the Contract Time as reported. Otherwise, the Contractor's resmonsibility to see that a ccrtjfied weight ticket is report will be deemed to have been accepted by the Contractor as given to the Inspector on the project at the time of delivery of correct. materials for each truckload delivered. Pav auantities will be The requirements for scheduling the Final Inspection and prepared on the basis of said tally tickets, delivered to the establishing the Substantial Completion, Phvsicai Completion, Insmector at the time of delivery of materials. Tickets not receipt and Completion Dates are specified in Sections 1-05.1 1 and 1- by the Inspector will not be honored for navment. 05.12. Where items are specified to be paid by the ton, the SEC7701V 1-08.9 IS REVISED PER SECTION 1-05.IL following system will be used: Each truck shall be clearly numbered to the satisfaction of 1-08.10 Termination of Contract(APWA) the Engineer and there shall=be no duviication of numbers. Duvlicate tickets shall be prepared to accompanv each SECTION 1-08.10(1) IS SUPPLEMENTED BY REVISING truckload of material delivered to the oroiect. The ALL REFERENCES TO "STATE TREASURER. tickets shall bear at least the following information: DEPARTMENT OF TRANSPORTATTON"IN THE LAST l. Truck Number. SENTENCE. PARAGRAPH S TO RF1D 1 Truck tare weight(stamped at source). "CONTRACTING AGENCY." 3. Gross truck load weight in tons (stamped at SECTION 1-01II IS A NEW SECTION: source). 4. Net load weight(stamped at source). 1-08.11 Contractor's Plant and Equipment (RC) 5. Drives name and date. 6. Location for delivery. • The contractor alone shall at all times be responsible for the 7. Pav item number, adequacv, eiTiciencv, and sufliciencv of his and his 8. Contract number and/or name. subcontractor's plant and equipment. The Owner shall have the The Contractor shall submit a breakdown of costs for each nght to make use of the contractor's plant and equipment m the lump sum Bid Item. The breakdown shall list the items included performance of anv work on the site of the work. in the lump sum together with a unit price of labor, materials and The use by the Owner of such plant and eouioment shall be eauioment for each item. The summation of the detailed unit considered as extra work and paid for accordineiv. paces for each item shall add up to the lump sum Bid. The unit Neither the Owner nor the engineer assume any price values mav-be used as a guideline for determining prozress responsibility, at anv time, for the security of the site from the pavments or deductions or additions in pavment for ordered work time contractors operations have commenced until final changes. The detailed cost breakdown of each lump sum item acceptance of the work by the engineer and the Owner. The shail be submitted to the Engineer prior to the Preconstruction contractor shall empiov such measures as additional fencing, Conference. barricades, and watchmen service, as he deems necessary for the SECTION 1-09.2 (APWA) IS SUPPLEMENTED BY public safety and for the protection of the site and his plant and WISING ALL REFERENCES TO "MATERIAL equipment. The Owner will be provided keys for all fen RECEIVER"TO RE4D "ENGINEER secured areas. " SECTTON 1-09.3 IS SUPPLEMENTED BY ADDING THE 1-08.12 Attention to Work (RC) FOLLOWING: The contractor shall give his personal attention to and shall 1-09.3 SCove of Payment (APWA. RC) supervise the work to the end that it shall be prosecuted faithfully, and when he is not personally present on the work site Unless modified otherwise in the Contract Provisions, the he shall at all times be represented by a competent Bid Items listed or referenced in the "Payment" clause of each sunerintendent who shall have full authority to execute the same. Section of the Standard Soecitications, will be the only items for and to supply matenals, tools, and labor without delay and who which compensation will be made for the Work described in or shall be the legal representative of the contractor. The contractor smecified in that particular Section when the Contractor performs shall be liable for the faithful observance of anv instructions delivered to him or to his authorized reprevent.zdve. the specified Work. Should a Bid Item be listed in a "Payment" clause but not in the Proposal Form and Work for that item is . performed by the Contractor and the work is not stated as included in or incidental to a pay item in the contract and is not work that wouid be required to complete the intent of the Contract pe-Section 1-04 1 then oavment for that Work will be made as for Extra Work piusuant to a Change Order. 0CXrrni\r c-r,XrMADnc pro. R - I QC7rpoAp nr)r- znt /96 LHARn 1-09 Measurement and Payment 1-09 Measurement and Payment The words`Bid Item,""Contract Item,"and"Pav Item,"and The initial progress estimate will be made not later than 30 sumlar terms used throughout the Contract Documents are days aver the Contractor commences the Work and successive synonymous. proms estimates will be made every month thereafter until the If the "pavment" clause in the Specifications relative to anv Completion Date Progress estimates made during proeress of the unit Bid Item price in the Proposal Form requires that said urut Work are tentative and made only for the puroose of determinint; Bid Item Dnce cover and be considered compensation for certain progress pavment. The Drogress estunates are subiect to change at work or material essential to the item then the work or material anv time prior to the calculation of the Finai Payment Der will not be measured or paid for under anv other Unit Bid Item Section 1-09.9(4). which may appear elsewhere in the Proposai Form or The value of the orogress estimate will be the sum of the Specificatons. following: Pluraiized unit Bid Items appearing in these Specifications 1. Unit Price Items in the Bid Form — the approximate are changed to singular form. quantity of accentable units of Work comoleted Pavment for Bid Items listed or referenced in the"Payment" multiplied by the Unit Price. clause of anv particular Section of the Specifications shall 'De o Lu mp Sum Items in the Bid Form — the estimated considered as including all of the Work required, sneaned, or percentage complete multiplied by the Bid Forms described in that particular Section Pavment items will gcneraily amount for each Lump Sum Item. be listed generically in the Specifications and specifically in the I Materials on Hand — 90 Dercent of invoiced cost of bid form. When items are to be "furnished" under one oavment material delivered to Job site or other storage area i item and "installed" under another oavment item, such items approved by the Engineer. shall be furnished FOB proiect site or if sDecified in the SDecial 1 Change Orders — entitlement for approved extra cost Provisions delivered to a designated site. Materials to be or completed e�ctm work as determined by _the "furnished," or"fumishcd and installed" under these conditions, Eneineen shall be the responsibility of the Contractor with regard to storsee Proeress pavments will be made in accordance with the until such items are incorporated into the Work or, if such items Droeress estimate less: are not to be incorporated into the work delivered to the Five(5)oement for retained percentage. aoohcable Contracting Agencv storage site when provided for n 2. The amount of Progress Pavments previously made. the Specifications. Payment for materiai "furnished." but not vet 3 Funds withheld by the Contracting Agencv for incorporated into the Work may be made on monthiv estimates disbursement in accordance with the Contract to the extent allowed. Documents. • Progress Davments for work performed shall not be evidence SEC77ON 1-09.9 (APWA) IS SUPPLEMENTED BY of acceptable per rrnance or an admission by the Contracting REVISING ALL REFERENCES TO "HEADQUARTERS' Agency that any work has been satisfactorily completed. M4TERLtL L4BORA TOR Y" TO READ Favments will be made by warrants issued by the "CONTRAC77NG -tGENCY'S 1L4TE.RIAL Contracting Agency's fiscal otTcer against the appropriate fund L4BORATORY." source for the project Payments received on account of work SECTION 1-09.9 IS DELETED AND REPL4CED BY THE Derformed by a subcontractor are subject to the provisions of FOLLOWING: RCW 39.04.250. 14)9.9(2) Retainai!e APWA,RQ I_09.9 Pavments (APWA) Pursuant to RCW 60.28 there will be retained from monies earned by the Contractor on DroUress estimates a sum not to 1-09.9(1) Pro ss Pavments (APWA) exct—_d 5 percent of the morues earned by the Contractor. Such Progress pavments for completed work and material on hand retainage shall be used as a trust fund for the protection and will be based upon progress estimates prepared by the Engine--_.. pavment(1)to the State with respect to taxes imposed pursuant A Drogress estimate cutoff date will be established at the to Title 82 RCW which may be due Erom such Contractor, and preconstruction meeting. (2)the claims of anv person ansing under the Contract. Within 3 days after the progress estimate cutoff date(but not Monies reserved under previsions of RCW 60.28 shall, more orten than once a month) the Contractor shall submit to the the option of the Contrauor be: ra Engineer for review an Application for Pavment Filled out and l Retained in a fund by the Contracting Agencv. signed by the Contractor, covering the work completed prior 'o 2. Deposited by the Contracting Agencv jn an interest- 'he orogress estimate cutoff date The Anplication for Pavment beanng account in a bank mutual savings bank, or shall be accompanied by documentation suonorting the savings and loan association (interest on monies so Contractor's Application for Payment. retained may be paid to the Contractor). If pavment is reauested for materials and ecuit meet not 3. Placed in -scmw with a bank or tr= companv by the incorporated in the work, but delivered and stored at approved Contracting Agency When the monies reserved are to sites pursuant to the Contract Documents, the Avolication for be placed in escrow the Contracting Agency unll issue a Pavment shall be accompanied by a bill of safe, invoice, or other check representing the sum of the monies reserved • documentation warranting that the Contractor has received the pavable to the bank or trust company and the Contractor materiais and equipment and evidence that the.=a=i2is and lointly. Such check shall be convened into bonds and equipment are covered by aopropnate insurance or oche secunties chosen by the Contractor and approved by the arrangeme-its to orotect the Engineer's interests therein. Contracting Agency and the bonds and secunties held D=lr-rnXT eT-%NnARne Pnge R - 19 RSUP96B.DOC 3/15/96 LHARO 1-09 Measurement and Payment 1-09 Measurement and Payment in escrow. Interest on the bonds and securities may be 6. Anticipated or actual failure of the Contractor to paid to the Contractor as the interest accrues complete the Work on time: The Contractor shall designate the option desired en he a. Per Section 1-08.9 Liquidated Damage, or ('aatrast F9Fm .IeXeGH;eS theGenb. Lack of construction Oro based upon the at Engineer's review of the Contractor's approved least 10 working days prior to the first Progress pavrnent for the progress schedule which indicates the Work will contract. The Contractor in choosing option (2) or (3) agrees to not be completed within the Contract Time When assume full responsibility to pay all costs which may accrue from calculating an anticipated time overrun the escrow services. brokerage charges or both and hither agrees to Engineer will make allowances for weather delays assume all risks in connection with the investment of the retained approved unavoidable delays and nmpensions of percentages m securities. The Contracting Agency may also, at its the Wont. The amount withheld under this option,_accent a bond for all or a portion of the contractor's subparagraph will be based upon the liouidated retainue. damages amount per day set forth in Contract Release of retained percentage will be made 60 days Documents multiplied by the number of days the following the Completion Date (purmiarit to RCW 39 12 Contractor's approved Progress schedule in the RCW 39.76, and RCW 60 28) provided the following conditions opinion of the Engineer, indicates the Contract are met: may zxceed the Contract Time. I._ On contracts totaling more than 520 000 00 a release 7 Failure of the Contractor to erform anv of the has been obtained from the Washin2ton State Contractor's other obligations under the contract, Department of Revenue(RCW 60 28 051) including but not limited to: 2. No claims, as provided by law, have been filed against a. Failure of the Contractor to provide the Engineer the retained percentage. with a field office when required by the Contract 3. Affidavit of Wages Paid is on file with the Contracting Provisions. Asencv for the Contractor and all Subcontractors b. Failure of the Contractor to orotect survev stakes regardless of tier(RCW 39 12.040). markers, etc., or to provide adequate survey work In the event claims are filed the Contractor will be paid such as required by Section 1-05 5 retained percentage less an amount sufficient to oav anv such C. Failure of the Contractor to correct defective or claims together with a sum determined by the Contracting unauthorized work(Section 1-05 8) Agencv sufficient to pay the cost of foreclosing on claims and to d. Failure of the Contractor to furnish a cover attorney's fees. Manufacture's Certificate of Compliance in lieu of • Retainaec will not be reduced for anv reason below the material testing and inspection as required by minimum limit provided by law. Section 1-06.3. Pursuant to Section 1-07.10 the Contractor is responsible a Failure to submit weekly oavroils Intent to Pav for submitting to the State L&I a "Request for Release" form in Prevailing Wage forms or correct underpavment to order_for the Contracting Agency to obtain a release from that empiovees of the Contractor or subcontractor of deoartment with respect to the oavment_s of industrial insurance anv tier as required by Section 1-07 9 medical aid premiums The ContrncunsZ Agencv will ensure the f Failure of the Contractor to oav worker's benefits Washington State Employment Secunty Department and anv (Title 50 and Title 51 RCW) as required by applicable Contracting Agency department or organization are Section 1-07.10. notified of Concmcr completion in orde- to obtain releases from Failure of the Contractor to' submit and obtain those denatments or agency organizations approval of a progress schedule per Section 1-08 3 The Contractor authorizes the Engineer'to act as agent for 1-119.9(3) Contracting Agency's Right to Withhold the Contractor disbursing such funds as- have been withheld and Disburse Certain Amounts (APWA) pursuant to this section to a party or panics who are entitled to In addition to monies retained pursuant to RCW 60.28 and payment. Disbursement of such funds if the Engineer elects to do subiect to RCW 39.04.250 RCW 39.12 and RCW 39.76 the so, will be made only after giving the Contractor 15 calendar days Contractor authorizes the Engineer to withhold progress onor written notice of the Contracun Agencv's intent to do so payments due or deduct an amount from any payment or and if Prior to the expiration of the 15-calendar day period pavmenis due the Contractor which in the Engineer's opinion l. no legal action has commenced to resolve the validitv of may be necessary to cover the Contracting Agencv's costs for or the claims,and to remedv the following situations- ? the Contractor has not protested such disbursement. 1. Damage to another contractor when there is evidence A proper accounting of all funds disbursed on behalf of the thereof and a claim has been tiled Contractor in accordance with this section will be made 4 2 Where the Contractor has not paid fees or char es to pavment made pursitarrt to this section shall be considered as public authorities or mumcipalities which the payment made under the terms and conditions of the Contract. Contractor is obligated to pay The Contracting Agency shall not be liable to the Contractor for 3. Utilizing material tested and inspected by the such payment made in good faith Engineer, for purposes not connected with the Work If legal action is instituted to determine the validity of the • (Section 145.6) claims prior to expiration of the 15-dav period mentioned above s Landscape damage assessments per Section I-M 16 the Engineer will hold the funds until determination of the action 5. For overtime work performed tiv City personnel ner or written settlement agreement of the parries Section 1-118.1(4) RENTON STANDARDS Page R - 20 RSUP96B.DOC 3/I5/96 LHARO 149 Measurement and Payment 1-09 Measurement and Payment 1-09 9(d) Final Payment (APWA) 1-09.11 Disputes and Claims iUpon Acccotance of the Work by the Contracting Agency the SECTION 1-09.1](2) IS REVISED AS FOLLOWS: Final amount to be paid the Contractor will be calculated basea uoon a Final Progress Estunate made by the Engine 1-09.11(2) Claims (APWA) Acceptance by the Contrnctor of the Final Pavment shall be and Failure to submit with the Final Application for Pavment shall operate as a release: F i oea�FaGE v C-eFiifiraoee such information and details to the Contracting Agencv of all claims and all as described in this section for any claim shall operate as a liabilities of the Contractor other than claims in stated waiver of the decline by the Contractor as provided in Section 1- amounts as may be specifically excented in writing by the Contractor, 09.9. � 2. for all things done or furnished in connection with the SECTION 1-09.1](3) 1S DELETED AND REPLACED BY i Work. THE FOLLOWTNG.- 3. for every act and neglect by the Contracting Agenc,r. and 149.11(3) Time Limitations and Jurisdiction s for all other claims and liability relating to or arising (APWA) out of the Work. This contract shall be construed and intemreted in A oavment(monthly final retainage or otherwise)shall not accordance with the laws of the State of Washington. The venue release the Contractor or the Contractor's Surety from any of anv claims or causes of actions arising from this contract shall obligation required under the terms of the Contract Documents or be in the Supenor Court of the county where the work is the Contract Bond• nor shall such pavment constitute a waiver of petio d rme the Contracting Agencv's ability to investigate and act upon For convenience of the parties to this contract it is mutually Findings of non-comoiiance with the W1vBE neouirements of the agreed that anv claims or causes of action which the contractor Contract nor shall such oavment oreclude the Contracting has against the Contracting Agency arising from this contract Aeencv from recovering damages setting penalties or obtaining such other remedies as may be oermirted by law. shall be brought within 180 days from the date of Final Before the Work will be accepted by the Contracting Acceptance of the contract by the Contracting Agencv. The A�encv, the Contractor shall submit an affidavit, on the form parties understand and agrees that the Contractor's failure to bring Butt within the time period provided shall be a complete bar to provided by the Engineer of amounts oaid to certified anv such claims or causes of action. • disadvantaged (DB) minoniv iMBE) or women. business It is further mutually agreed by the oar-ties that when anv cnterpnses(VIBE) tiarncipaung m the Work. Such affidavit snail claims or causes of action which a Contractor asserts against the cenifv the amounts paid to the DB MBE or WBE subcontractors Contracting Agencv an sin from this contract are filed with the regardless of tier. On Federally-[unded protects the Contractor may also be Contracting Agency or initiated in court. the Contractor shag_ perinit the Contracting Agency' to have timely access to any ,,ecuired to execute and [urnish the Contracting Agent' an records de-crned necessary by the Contrictmg Agency to assist in atlidavit certifving that the Contractor has not extended any evaluating the claims or actions. :cans. gratuity or �ii and money pursuant to Section 1-07.19 of these Specifications. If the Contractor fails re.tges or is unable to sign and 1-09.13 Arbitration rewn the Final Progress Estimate or any other documents required for the final accentance of the contract. the Contracting SECTION 1-09.13(7} (RC) IS SUPPLEMENTED BY Aeencv reserves the nght to establish a completion date and REPLACING ALL REFERENCES TO "THURSTON .uuiate-ails accept the contract Unilateral acceptance will occur COUrVTY" WI7N THE WORDS"KING COUNTY." oniv after the Contractor has be-n orovided the opportunity, by SECTION 1-09.13(3) IS SUPPLEMENTED BYADDING: wntten request from the Engineer, to voluntarily submit such documents Tf voluntary compliance is not achieved., formal 1-09.13(3) Procedures to Pursue Arbitration(RC) notification of the impending unilateral acceptance wiil be The findings and decision of the board of arbitrators shall be provided by certified letter tram the Engineer to the Contractor final and binding on the parties finless the aggrieved oarty, -hick will provide 30 calendar days for the Contractor to suornit wig 10 days challenges the findings and decision by serving the necessary doctments. The 30-caiendar day deadline shail and film a petition for review by the superior court of King ^egin on the date of the postmark of the certified letter Irom he County Washington The grounds for the petition for review are Engineer requesting the necessary documents. This reservanon by limited to showing that the findings and decision: the Contracting Agency to urulaterally accept the contract -nil t Am not responsive to the questions submitted' aooiv to contracts that are completed in accordance with Section is contrary co the terms of the contract or any component I-�)Sj or for contracts that are terminated in accordance with thereof; Section 1-08.10. Unilateral acceptance of the contract by the 3 Is arbitrary end/or is not based upon the applicable fecu and the Contracting Agrnev does not in any wav relieve the Contractor of law conttvllin the issues submitted to arbitration. The board of arbitrators shall support its decision by setting forth in • the provisions under contract or of the responsibility to comply of nting their findings and conclusions based on the evidence with all laws ordinances grid regulations — Federal, State, r adduced at any such hearing.focal ra that affect the contct Contracting Agency date the Contracti Agenc+ unilaterally sig-is the Final Progress Estimate constitutes the final acceptance date("Section 1-05 12) c\rrnxt (Z-r a Nm a Pr1C Page R -21 REUP96B.DOC 3/15/96 LHARO 1-11 Renton Surveying Standards 1-11 Renton Surveying Standards The arbitration shall be conducted in accordance with the 1-11.1(3) Subdivision Information (RC) statutes of the State of Washington and court decisions Those survevs dependent on section subdivision shall reveal governing such-procedure. the controlling monuments used and the subdivision of the The costs of such arbitration shall be borne equally by the anp!icable quarter section. City and the contractor unless it is the board's maiority opuuon Those survevs denendent on retracrnent of a plat or short that the contractor's filing of the protest or action is capricious or plat shall reveal the controlling monuments, measurements, and without reasonable foundation. In the latter case. all costs snail methodology used in that retracement. be borne by the contractor. 1-11.1(4) Field Notes (RC) 1-11 Renton SurvevinZ Standards Field notes shall be kept in conventional format in a standard bound field book with waterproof pages. In cases where an electronic data collector is used field notes must also be keut 1-11.10) Responsibilitv for survevs (RC) with a sketch and a record of control and base line traverses All survevs and survev reports snail be prenared under the desrnbirm station occupations and what measurements were direct supervision of a person registered to practice land made at each point. survevine under the provisions o(Chantcr 18.43 RCW. Every point located or set shall be identified by a number All survevs and survev reports shall be prepared in and a description. Point numbers shall be unique within a accordance with the requirements established by the Board of complete iob. The preferred method of point numbering is fie!d Registration for Professional Engineers and Land Survevors notebook page and point set on that page. Example: The Cost under the provisions of Chanter 18.43 RCW point set or found on page 16 of field book 348 would be identified as Point No. 348.16.01. the second point would be 1-11.1(2) Survey Datum and Precision (RC) 348.16.02,etc. The horizontal component of all survevs shall have as its _Upon completion of a Citv of Renton proiect, either the field coordinate base: The North Amencan Datum of 1983/91. notebook(s)provided by the City or the original field notebook(s) All horizontal control for proiects must be referenced to or in used by the surveyor will be given to the Citv. For all other coniunctton with a n utimum of two of the City of Renton's work survevors will provide a copy of the notes to the Citv upon Survev Control Network monuments. The source of the request. In those cases where an electronic data collector is used coordinate values used will be shown on the survey drawing per a hard copy print out in ASCII text format will accompanv the RCW 58.09.070. field notes. The honzontal component of all survevs shall meet or • exceed the closure requirements of WAC 332-130-060_ The 1-11.1(5) Corners and Monuments (RC) control base lines for all survevs snail meet or exceed the Corner A point on a land boundary, at the iuneture of two requirements for a Class A survey revealed in Table 2 of the or more boundary lines. A monument is usually set at such Minimum Standard Detail Reasurements I-or ALTA/ACSM Land points to phvsically reference a cornet's location on the ground. Title Survevs iointly established and adopted by ALTA and ,.CS .4 in 1992 or comparable classtticatton in future editions of Monument Anv physical obiect or structure of record which said document. The angular and linear ciosure and precision marks or accurately references: ratio of traverses used for survey control shall be revealed on the A corner or other survey point established by or under the face of the survey drawing, as shall the method of adjustment. supervision of an individual per section 1-1 L IM and any The horizontal component of the control system for survevs corner or monument established by the General Land Office using global positioning system methodology shall exhibit at least and its successor the Bureau of Land Management including 1 Dart in 50,000 precision in line length dependent ermr anaivsts section subdivision corners down -to -and including one- ct a 95 percent confidence level and oerformed pursuant to sixteenth corners:and ederal Geodetic Control Subcomrrurtee Standards for GPS controi survevs as defined in Geomemc Geoderie Accurncy Anv permanently monumented boundary right of wav Standards & Scenflcanons Tor Ustnz GPS Relanve Posmoning alignment, or horizontal and vertical control points Techniques dated August 1, 1989 or comparable classification :n established by anv governmental agency or private surveyor Curare editions of said document.. including street intersections but excluding dependent The vertical component of all survevs shall be based on intenor lot corners. NA VD 1998, the North Amencan Vertical Datum of 1998, and tied to at least one of the City of Renton Survev Control Network 1-11.1(6) Control or Base Line Survey (RC) benchmarks. if there are two such benchmarks within 3000 te-t Control or Base Line Surveys shall be established for all of the protect site a tie to both shall be made. The benchmark(si construction proiects that will create permanent structures such used will be shown on the drawing. If a City of Renton as roads sidewalks bridges utility lines or appurtenances, signai henchmark does not exist within 3000 te-t of a oroiect, one must or light poles or any non-single famiiv building. Control or Base be set on or near the oroiect in a nermanent manner that wtil Line Survevs shall consist of such number of permanent -emain Intact throughout the dtuation of the oroiect. Source of monuments as are reauired such that every structure may be cfevatrons(benchmark) will be shown on the drawing, as well as observed for staking or "as-builttng" while occupvtng one such • s ciescnpnon of anv bench marks established. monument and sighting another such monument. A mmimum of two of these permanent monuments shall be existing monuments, recognized and on record with the Citv of Renton. The Control or RENTON STANDARDS Page R - 22 RSUP96B.DOC 3/15/96 LHARO 1 11 Renton Survevint'Standards 1-11 Renton Surveying Standards Base Line Survey shall occuuv each monument in turn and shall 1 11 100) Station—Offset Topography(RO • satisfy all av licable reouirements of Section 1-11.1 herein. Elevations of the baseline and topographic points shall be The drawing depicting the survey shall be neat_ imble, and detcmined by mirit levetine and shall satisfy Fedemi Geodetic drawn to an avoropnate scale. North orientation should be Control Commirte- mec'tications as to the turn points and shall clearly presented and the scale shown graphically as well as not exceed 0.1 foot's error as to side shots. noted. The drawmg must be of such ouality that a reduction thereof to one-half onginal scale remains legible. 1-11 1(11) AS-guilt Survey (RC) obe "as-built" (volt If recording of the survey with the King Countv Recorder,is All improvements reouired t to required it will be prepared on 18 inch by 24 inch mviar and will construction survci)per City of Renton Codes TTTT,E 4 Building compiv with all provisions of Chavter 58.09 RCW_ A Revelations and TITLE 9 Public Ways and Property, must be photographic molar of the drawing will be submitted to the City located both horizontally and vertically by a Radial survey or by a of Renton and upon their review and accentance per the soecifrc Station offset survey. The "as-built" survey must be based on the requirements of the proiect am the original will be recorded with the se base line or control survey used for the construction staking King Countv Recorder. survev for the improvements being "as-built". The "as-bunt If recording is not required the survev drawing_ shall be survey for all subsurface improvements should occur prior to prepared on 22 inch by 34 inch mvlar and the_ongmal or a backfrlling Close cooperation between the installing contractor photozravitic mv►ar thereof will be subrnitted to the City of and the"as-builting" srirvevor is therefore required. Renton. All "as-built" surveys shall- satisfy the requirements of The survev drawings shall meet or exceed the reouirernents section l 11 1(1) herein and shall be based upon control or base of WAC 332-130-050 and shall conform to the Citv of Renton's line surveys made in conformance with all of section 1-11.1 and Drafting Standards American Public Works Association symbols 1-11.3(1)herein. shall be used whenever possible, and a legend shall identi ail The field notes for "as-built" shall meet the requirements of fy s-vmbois used if each point marked by a svmbol is not descnbed section 1-11.l(4) herein and submitted with stamped and signed at each use. "as-built" drawings which includes a statement certifvine the An electrotiic listing of all principal points shown on the accuracy of the "as built" drawing shall be submitted with each drawing. The listing The drawing and electronic listing requirements set forth in should include the point number designation (corresmonding with section 1-11.1(6) herein shall be observed for all "as-built" that in the field noted a bnef description of the point and survevs. • northing eastiniz and elevation (if applicable) values, all in ASCII format, on IBM PC comvatible media. 1 11 1(12) Monument Setting and Referencing_(RC) Ali vrooertv or lot corners as defined in 1-11.1(5), 1-11.1(7) Precision Levels (RC') established or reesmbiished on a oiat or other recorded survev Vertical Surveys for the tstablishment of bench marks shall shall be referenced by a permanent marker at the corner voint vet satisfy all aooiicabie reoutrements of section 1-05 and !-11.1. 1-11 2(l) In situations where such markers are unpractical or m Vc-tical survevs for the estabitshment of bench marks shall dan er of being destroved e.z. the front corners of lots a i meet or exceed the standards. specifications and orocedures of witness marker shall be set. In most cases this will bc the third order elevation accuracy established by the Federal extension of the lot line to a tack in lead in the curb. The Geodetic Control Committee. relationship between the witness monuments and their resvective Bench marks must oossess both oermanence and vertical comers shall be shown or described on the face of the plat_or stability. Descriptions of bench marks must be comviete to eY of record e.g., "Packs in lead on din-extension of the lot insure both recove:abli!ty and positive identification on recovery. side lines have been set in the curbs on the extension of said line 1-11 1(81 Radial and Station — Offset TopoMvhv with the curb." In all other cases the corner shall me-_t the in reoui rements of section 1-1 1 2(l)here . R� All non corner monuments as defined in 1-ll.l(51, shall Topographic surveys shall satisfy all aooiicabie meet the reoutr=nenrs of section l-ll 2(2) herein. :f the requirements of section I-I 1.1 herein. monument falls with in a paved portion of a right of way or otter. All points occupied or back sighted in developing radial area the monument shall be set below the ground surface and tovograohv or establishing baselines for station - offset contained within a lidded case kept separate from the monument topographv shall meet the requiremerits of section I-11.1 herein. and flush with the oavernent surface per section 1-I l 2Q). The drawing and electronic listing requirements set forth in In the case of nght of way centerline monuments all points section I-1 1.1 herein shall be observed for all topographic of curvarure (PC) points of tangencv (PT) street intersections. surveys. center points of cut de sacs shall be set If the point of intersection PI for the tangents of a curve fail within the paver 1-11.1(9) Radial Topography (RC) Elevations for the points occupied or back sighted in a radial Portion of the right of way, a monument can be set at The ?i � instead of the PC and PT of the curve. topographic survev shall be dete•nirned either by 1) spins For ail non corner monuments set while under contract 'o leveling with misdosure not to exceed 0.1 feet or Federal the City of Renton or as pan of a City of Renton aovroved Geodetic Control Committee third order etevaton accuracv subdivision of orooerty a City of Renton Monument Card svecifications, OR 2) mgonometnc leveling with elevation (furnished by the c:tv) identifying the monument: point of differences determined in at least two directions for each point mtersetuon(PI) voint of tangcncv(PT) point of curvature rES- and•with misciositre of the circuit not to exceed 0.1 teet. one-sixteenth corner. Plat monument street intersection tic. comoicte with a desrn Lion of the monument a minimum of-xo 0--- 0 _ 1Z RSL'P96B.DOC 3/15/96 LHARO 2-01 Clearintr, Grubbing, and Roadside Cleanup 2-03 Roadway Excavation and Embankment reference ocints and NAD 83/91 coordinates and NAVD 88 2-02 Removal of Structures and elevation shall be filled out and filed with the city. Obstructions • 1-11.2 Materials SECTION 2-023(3) IS REVISED AND SUPPLEWENTED AS FOLLOWS: 1-11.2(1) Propertv(Lot Corners (RC) Corners per 1-1 l.l(5) shall be marked in a permanent 2-02.3(3) Removal of Pavement,Sidewalks,and manner such as 1/2 inch diameter rebar 24 inches in length Curbs(RC) durable metal plugs or taus, tack in lead etc and yermanently In removing pavement, sidewalks, and curbs, the Contractor marked or tagsed with the survevor's identification number The shall: specific nature of the marker used can be determined by the 1. Haul broken-up pieces surveyor at the time of installation. to some off-project site. j-p `•� tasmx' v ¢ the ix�x ox r �¢zs 1-11.2(2) Monuments (RC) leases . Monuments per 1-11.1(5)shall meet the requirements as set 5. When an area where pavement has been removed is to forth in City of Renton Standard Plans page H031 and be ooened to traffic before pavement patching has beet oermanently marked or_tagged with the survevor's identification comvieted, temporary mix asphalt concrete patch shall number. be required. Temporary patching shall be placed to a minimum depth of 2 inches immediately after 1-11.2(3) Monument Case and Cover(RC) backfilIing and compaction are complete, and before Materials shall meet the requirements of section 9-22 and the road is opened to traffic. MC cold mix or MC hot City ofRrnton Standard Plans page H031. mix shall be used at the discretion of the Engineer. If pavements, sidewalks, or curbs he within an excavation Division 7 area and are not mentioned as separate pav items, their removal will be paid for as part of the quantity removed in excavation. If Earthwork they lie in en area seE to be a3teavate1-4 —and ;-f 64eY-are t0 mentioned as a separate item in the proposal, they will be measured and paid for as provided under Section 2-02.3, and will not be included in the quantity calculated for excavation. • 2-01 Clearing, Grubbing, and Roadside Cleanup SECTTON 2-02.5 IS SUPPLEMENTED 8YA.DDING: SEC770N 2-01.2 IS REVISED AND SUPPLEMENTED .-iS 2-02-5 Payment (RQ FOLLOWS: 2 "Saw Cutting", per Lineal Foot. 3. "Remove Sidewalk". per Square Yard. 2-01.2 Disposal of Usable Material and Debris (RQ 4. "Remove Curb and Gutter". per Lineal Foot. 5. "Cold Mix", per Ton All debris, waste, excess construction materials and oche- 6. "Remove Asphalt Concrete Pavement."per square yard. miscellaneous material not salvaged by the owner or the 7 "Remove Cement Concrete pavement,"per square yard. contractor, or disposed of by another approved method shall be 8. "Remove existing "per disposed of at a landfill approved and licensed by the appropnate All costs related to the removal and disposal of structures governing body. Copies of disposal oe=ts and approvals snail and obstructions including saw cutting. excavation, backfilling be submitted to the Engineer, and temporary amhalt shall be considered incidental to and included in other items unless designated as specific bid items in Di "r ,r a b r the proposal. meet-the-FPq►tiFetnet:ts 49aetier3' 9g.'F 2-03 Roadway Excavation and SECTIONS 2-4L2(I) 1-OI.2(2) AND 2-41 26) (RC)ARE Embankment DELETED IN THEIR ENTIRETY SECTION 2-OLS IS REPUED AND SUPPLEMENTED AS SE=ON 2-03.3 IS SUPPLEWEWED BY ADDING THE FOLLOWS: FOLLOWTNG. 2-01.5 Payment (RC) 2-03.3 Construction Requirements(RC)1. m Srst+err4-44-6- Roadwav excavation shall include the removal of all . materials excavated from within the limits shown on the plans. Suitable excavated material shall be used for entbartkments, while surplus excavated matenal or unsuitable matenal shall be Roadside Cleanup shall be considered incidental to the disposed of by the Contractor. contract and no additional pavment shall be made. RENTON STANDARDS Page R-24 RSUP96B.DOC 3/15/96 LHARO 2-03 Roadway Excavation and Embankment 2-03 Roadway Excavation and Embankment Earthwork ouantities and changes will be computed, either SEC770N 2-03.4 IS SUPPLEMENTED BY ADDING 7NE • manually or by means of electronic data processing eouipment,by FOLLOWING: use of the average end area method. Anv changes to the or000sed work as directed by the Engineer that would alter these ouantities 2-03.4 Measurement (RC) shall be calculated by the Engineer and submitted to the Contractor for his review and verification. The Contracting Agency will use the following methods to Anv excavation or a nbankment bevond the limits indicated measure work performed unless specific exceptions in other in the Plans unless ordered by the Engineer, shall not be paid sections provide otherwise: for All work and matenal required to return these areas to their 1. At the discretion of the engineer, roadwav excavation, original conditions as directed by the Engineer,shall be IIrovide_d borrow excavation, and unsuitable foundation by the Contractor at his sole expense. excavation - by the cubic yard(adiusted for swell)may All areas shall be excavated, filled, and/or baclttilled as be measured by truck in the hauling vehicle at the point necessary to comply with the grades shown on the Plans. In filled of loading The contractor shall provide truck tickets and backfilled areas fine grading shall begin during the for each load removed. Each ticket shall have the truck placement and the compaction of the final laver. In cut sections, number, time and date, and be anoroved by the Fine grading shall begin within the fmal six (6) inches of cut. engineer. Final grading shall produce a surface which is smooth and even, SEC770N 3-03.5 IS REVISED AS FOLLOWS: without abrupt changes in grade. Excavation for curbs and gutters shall be accomplished by 2-03.5 Payment (RC) cutting accurately to the cross sections grades and elevations shown. Care shall be taken not to excavate below the specified Payment will be made for the following bid items when they grades The contractor shall maintain ail excavations free from are included in the proposal: detrimental quantities of leaves brush sticks, trash and other 1. "Roadway Excavation"or"Roadway Excavation— debris until final acceptance of the Work. Area A(B.C,etc.)",per cubic yard Following removal of toosoil or excavation to grade and When the Engineer orders excavation 2 feet or less below before placement of fills or base course the subgrade undo the subgrade, unit contract prices for roadway excavation and haul roadwav shall be proofrolled to identifv anv soft or loose areas shall apply. If he orders excavation more than 2 feet below which may warrant additional compaction or excavation and subgrade, that part below the 2-foot depth shall be paid for as reDlacement. provided in 5e6iieft 1 94.4 item 3 of this payment section. In this • The Contractor shall provide temoorary drainage or case, all items of work other than roadway excavation shall be protection to keen the subgrade free from standing water, paid at unit contract prices. Acceptable excavated native soils shall be used for fill in the The unit contract price per cubic yard shall be full pay for area requiring fills Care shall be taken to olace excavated excavating, loading, placing, or otherwise disposing of the material at the optimtun moisture content to achieve the specified material. r compaction Anv native material used for fill shall be fie of _ organics and debris and have a maximum oarticle size of 6 6ase YThe unit contract price per cubic yard shall inches. include haul. It shall be the responsibility of the Contractor to orevent the 3. "Unsuitable Foundation Excavation",per cubic yard native materials tiom becoming saturated with water. The The unit contract price per cubic yard for "Unsuitable measures may include sioping to drain compacting the native Foundation Excavation" shall be full pay for excavating, loading, materials and dive-tine runoff awav from the materials. If the and disposurg of the material. Contractor fails to take such preventative measures, any costs or - deiav related to drvurig the materials shall be at his own expense. as inrjuding haoi. le'W4 Gase 'The unit contract price per If the native materials become saturated, it shall be the cubic yard shall include haul. responsibility of the Contractor to dri the materials, to the 7. _ optimum moisture content. If=Ticient acceptable native soils are not available to complete construction of the roadway , embankment,Gravel Borrow shall be used. If subzmde trimmer is not required on the oroient_ all portions of Section 2-03 shall atmiv as though a subgrade trimmer were specified_ needed- If sufficient acceDmbie native soils, as deternuned by the Payment for Engineer, are not available to complete construction of the embanicinent compaction will not be made as a separate item All roadway embankment, Gravel Borrow meeting the reouirernents costs for embanlanent compaction shall be included in other bid of Section 9-)3,14 of the Standard Soecifications shall be used. items involved. • D t=vrnr r Z'r A NTH A R TIC Page R-25 RSUP96B.DOC 3/15/96 LHARO 2-04 Haul 2-09 Structure Excavation 2-04 Haul Plans or by the ton as measured in conformance with section I- 09.2. Gravel backfill used for pipe bedding shall be incidental to SEC7701V 2-04.S IS REVISED AND SUPPLEMENTED AS the installation of the pipe or paid for as other gravel backfill FOLLOWS. unless a specific separate pay item is included in the contract for gravel backfill for pipe bedding. 2-04.5 Payment (RC) SECTION 2-09.5 IS REVISED AND SUPPLEWENTED AS FOLLOWS. All costs for the hauling of material to, from. or on the iob 2-09.5 Payment site shall be considered incidental to and included in the unit Payment will be made for the following bid items when they price of other units of work. are included in the proposal: 1. "Structure Excavation Class A",per cubic yard. 2-06 Suberade Preparation 2. "Structure Excavation Class B",per cubic yard. 3. "Structure Excavation Class A Incl.Haul", SEC7701V 2-06.S IS SUPPLEMENTED BY ADDING THE per cubic yard. FOLLOWTNG. 4. "Structure Excavation Class B Incl.Haul", per cubic yard. 2-06.5 Payment (RC) The unit contract price per cubic yard for the bid items listed as 1 through 4 above shall be full pay for all labor, materials, Subtrade preparation and maintenance including watering tools, equipment, and pumping, or shall be included in the unit shall be considered as incidental to the construction and all costs bid price of other items of work if "Structure Excavation" or thereof shall be included in the appropriate unit or lump sum "Structure Excavation Incl Haul"are not listed as pav items in the contract bid prices. contract. 6. "Shoring or Extra Excavation Class B",per square foot. The unit contract price per square foot shall be full pay for 2-09 Structure Excavation all excavation, backfull, compaction, and other work required when extra excavation is used in lieu of constructing shoring. If SEC770N 2-09.1 IS SUPPLE.NE.NTED BY ADDING THE select backfill material is required for back-filling within the FOLLOWING: limits of the structure excavation, it shall also be required as backfill material for the extra excavation at the Contractor's 2-09.1 Description (RC) expense. Any excavation or backfill material being paid by unit This work also includes the excavation,haul,and disposal of price shall be calculated by the Engineer onlv for the neat line all unsuitable matenals such as peat, muck, swampv or measurement of the excavation and shall not include the extra excavation beyond the neat line. unsuitable materials including boned toes and stumps. If there is no bid item for shoring or extra excavation Class B on a square foot basis and the nature of the excavation is 2-09.3 Construction Requirements such that shoring or extra excavation is required, then shoring or ex= excavation shall be considered incidental to the work SECTION 2-09.3(1)D IS REVISED AS FOLLOWS. involved and no fiuther compensation shall be made. 7. "Gravel Backfill(Kind)for(Type of Excavation),per 2-09.3(1)1) Disposal of Excavated Material (RC) Cubic Yard or ner Ton". All costs for disposing of excavated material within the W}1en gavel baceill is paid by the ton, the Contractor project linit_s shall be included in the unit contract price for shall take care to assure to the satisfaction of the Engineer that structure excavation, Class A or B. If `E)weyeF 64e C;aF;9-F'-'^- such oer ton backfill is only being used for the specified purpose In"d and haul the T "1 ' " ''"pesai 54e, ;he e'"" ' "" and not for purposes where backfill is incidental or being paid_bv pay *S Y avided ;-R eestien 1 94 i fer leading end haUlittg ie cubic vard. Evidence that per ton gravel backfill is not being 86ate-.%411 aet pay feF handling at qte dispesal site. 'Idiy iusn used for its designated purpose shall be >rounds for the Engineer �ispesal shall Fneet the reguiFetnenra of Sastten=-03 9r ,G to deny payment for such load tickets. Unless included in the If the contract includes structure excavation, Class A or B, contract as a separate pay item, gravel backfill used for pipe urciuding haul, the unit contract price shall include all costs for bedding shall be considered incidental to the installation of the loading and hauling the material the full required distance, pipe or shall be included in the gravel backfill used to backfill otherwise all such disposal costs shall be considered incidental to the trench,if a separate pay item is included for trench backfill. the work. SECTION 2-09.4 IS RE•YISED AND SUPPLEMENTED AS FOLL O WS: . 2-09.4 Measurement (RC) Gravel backfill. All gravel backfill will be measured by the cubic yard in place detern used by the neat lines required by the RENTON STANDARDS Page R-26 RSUP96B.DOC 3/15/96 LHARO 5-04 Asphalt Concrete Pavement 5-04 Asphalt Concrete Pavement • Division 3 _edverdsed; awardedz aed-- Production From Quarry and Pit Sites ,esiai " and Stockpiling No supplemental specifications were necessary T for Division 3. pr-ajerats, (=)--is c c Division 4 " *r:ens;at;sti { 1,s-estanee k4i! be used, " Bases F i _ iti .h_ tess .h cnn a (2) all - No supplemental specifications were necessary ..adveftisea ,, aeEi, a adffi:, steFed b., for Division 4. - 2. Aggregates. _Aggregates will be accepted for sand Division 5 equivalent and fracture based on their conformance to the requirements of Section 9-03-8(2)_ diaut Surface Treatments and Pavements s;iGa 3 Asphalt Cement. Asphalt Cetnent will be accented €aF tes�based on their conformance to the requirements of 5-04 Asphalt Concrete Pavement Section 9-02 1(44) Testing of asphalt properties to assure certification shall be the responsibility of the contractor. If the vendor or grade of the asphalt cement SECT70N 5-474 3(8)A IS REVISED AND SUPPLEMENTED changes a new iob mix formula (JMF) shall be AS FOLLOWS: evaluated and approved. g. Asphalt Concrete Mixture 5-04.3(8)A Acceptance Sampling and Testing(RC) A. Sampling 1. General. Acceptance of asphalt cement concrete shall (1) A sample will not be obtained from either the be as provided under-tea:--aF a nonstatistical first or last 25 tons of mix produced in each acceptance.Determination of-56iR64G&�-ff nonsmtistical production shift. acceptance shall be based on proposal quantities and (2) Samples f4 - i shall consider the total of all bid items invoiving mix of a specific class. am she T� - Dense graded mires (asphalt concrete pavement Classes A, B, E, F, and G) shallv44 be evaluated for a enable - When a sample from quality of gradation on a daiivk4 basis by the uncompacted mix is needed the Contractor Contractor. This gradation analvsis shall be based on shall ensure that the samples can-be obtained WSDOT Test Method I04 and the results delivered to in accordance with WSDOT Test Method the Contracting Agency by noon of the following 712. saEa- working day This information shall be used by the 13.e tWien .%j6' he E-noeer , . Engineer to evaluate conformance with Section 9- kaolin -*ehisle. � f 03.8(61A.2.-and A-asphalt content shall be tested at the B. Definition of Sampling Lot and Sublot For the Eenginees discretion if the Compaction Pav Factor purpose of acceptance sampling and testing, a lot (Section 5-04-3(10)B1 fails below 1.00. +s is-4w41-4e defined as the total quantity of The Contracting Agency may take their own material or work produced for each lob mix independent gradation samples at the stockpile to formula(JMFI Only one lot per IMF is expecte^ contirm the gradation testing done by the contractor. If to occur. r the independent sample gradation vanes from the Pmsented . FR Contractor's data by more than --,% for sieve sizes . neater than 1/4" and lo'% for sieves smaller than the No 10 then the costs of the sampling and testing shall be borne by the Contractor. if the tTest results vary from the Contractor's data-3Fe-within the ranges listed - above then the cost of • sampling and testing will be borne by the Contracting - The IMF :5 Agency. defined� _�a '� in Section 9-03.3(61A (Basis of Acceptance). The Contractor may -tot ems make any changes to the JMF without onor wnrten approval of the Engineer. RSUP96B DOC ;/15/96 LHARO SA4 Asphalt Concrete Pavement 5-04 Asphalt Concrete Pavement The C '" -W the_ que...is appfeved, "n 4:A ffiateF4al No payment will be made for the rejected materials or the removal of the materials an unless the Contractor reaucsts that the rejected material be tested. If the Csontractor Sample 'A44 west PaEe a f3.--IA9 Sa�p}ifl*'-m,d elects to have the rejected material tested, a tes4 g—er stetistiml aseeptanse—shall be minimum of three representative samples will d b �h -� - be obtained and tested Representative maple-per- sable « a �f sampies to be removed for testing from per- G' ` e `bjeshall be compacted pavement shall be removed by coring epe ,. FejLGjeE4 znaienai less�han Cive-uFufarfrf Geed sablets,�sed- n be �sd �� � .h h — — -- a"-e9te�tFe-5Beeiftsa;ieR ;h -�Z p cpjes ed—FnateFiel--is 'ess man 0 S, fie Sampling and testing for nonstatistical acceptance shall be performed on a random basis matenal afid in additiett, ;Z J( ssst--ef at a minimum frequency of one sample for each safRpliiqg and tes;jBg shall bewi4 bo e by�,e sublot of 400 tons or each days production, Cater ;;WAFetier, if 6te ^per-;s g3peafef whichever is least When proposal quantities ilia$ 8 75, the rest of sampiLgg and est � exceed 1.200 tons for a class of mix under nonstatistical acceptance, sublot size shall be «" tin be Gampensated at a rn determined to the nearest 100 tons to provide not n,; rf -" - �.a__ _,"_---ent --a less than three uniform sized sublots, based on 6�e 9pc s gFeate_ .w4 � t proposal quantities,with a maximum sublot size of ed „ 13e at a r^. -n,t 800 tons. err ae "aa .v ;n eefGefi� ., C. Test Results. The Engineer will furnish the Contractor with a copy of the results as they Leval--aesa Acceptance of the initially become available. 9E all esseptts�est reiec:ed material will use the pPrermed uq 6l e geld by '89 a fn 63e acceotance sampling and testing methods If • -ampiing, or ` the material does not fall within the iob mix formula tolerances of Section 9-03.8(6 LA the - infix will be rejected and all costs associated with samnling, testing and removal shall be borne by the Contractor. The reiected material must be removed and replaced with D. Test Methods. When sample testing of asphalt new material at no expense to the Contracting content is necessary Aacc=mnce t,—f for Agency. If the material falls within the iob compliance will use the Nuclear mix formula tolerances- the mix will be Asphalt Gauge Procedure, WSDOT Test Method accented for oualitv of rtux but will remain 722i. When sample testing of c�adation is svbiect to the compaction adjustment of necessarv, Aacceptance testing for compliance of Section 5-04-3(10) and all costs associated gradation will use the Quick Determination of vnth sampling and testing will be borne by Aggregate Gradation using Alternate Solvent the Contracting Agcncv Procedure; WSDOT Test Method 723-T. E. Reject Mixture (1) Rejection by Contractor. The Contractor may, r.,,.•.,eff -- ","- atO �--- _testing,----"' prior to sampling, elect to remove any detective material and replace it with new material at no expense to the Contracting Agency. Any such new material will be insaade—an en,�al sample iesatien m sapled, tested, and evaivated for acceptance. n+rnrnsr Riatesai wiil §e a66ained Emd tes4ed. (2) Rejection —bv Enginee- Without "1 >> _ b• a r `rr=v=p—9. The Engineer may, without sampling, reject any batch- load, or asseptanse-sestiert. '� section of roadway that appc= detective in gradation or asphalt Gemen • content- Material rejected betore placement shall not be incorporated into anvt4a - pavement. Any rejected section of compacted I�n Efltire ssohlo;•- ll4n—ess r sua:ei iy R avement shall be removed. ed tn tiGGOIa i q6 RENTON STA-I DS Page R - 23 RSUP96R nnc, T/15/96 LH ;RO 5-04 Asphalt Concrete Pavement 5-04 Asphalt Concrete Pavement moviny average of the three most recent tests of maximum density minimum of three 3 randomly located density tests will be taken. may he d t�through the use of WSDOT Test Method 705 The isolated area will then be evaluated for price adjustment in by the Contractor at the Contractor's expense. The specified level accordance with this'h- '^"""^' --reesiaRee section.considering of density attained will be determined t u a separate: u5 blotter. ty the average of three 44,e nuclear density gauee tests taken in accordance with WSDOT Test Method 715 on the day the mix is SECTION -04.5 IS REVISED AS FOLLOWS: placed(after compiction of the finish rolling)at randomly selected locations within each subi t. - Payment (RCl ;ess. The 6 --Misc and/or Driveway Asphalt Conc. APPIFeaGh Cl. Engineer will furnish a copy of the results of . per ton. This item, +vhcn included in the all acceptance testing performed in the field at soon as the results contract includes asphalt naving for areas such as are available driveways and traffic islands that are not hart of other enving work. beats.,. iq. . Pa" vement cmmnacnon below g s^ +� r^.-...c 89 net-cent of the reference maximum density shall not he acc nted Relative densities falling between 89 percent and 92 a - ' .a percent shall be subiect to the price adiustments of Section 5- ,� 04. 1Paei!BR - SECTION 5-04.5(1) QUALITY ASSURANCE PRICE ho FR RiFRUF ' densiFy 't ^ ^� ADJUSTMErVTS IS DELETED. ccr; For compaction lots falling below a PC F of 1.00 pad- age SECTION 5-04.5(1)A IS DELETED AND REPLACED WITH and thus subject to price reduction or rejection.cores may be used THE FOLLOWING: 4.. as an alternanned \e to the nuclear density gauge ICS[S. --�.r*.-GG _ 04.5(1)A Price Adjustments for Quality of AC Mix -hallCORWaCiOF. ;he!' - (RC) a4tF pa+ :When the Contracting Aeencv reouests cores and Nonstatistical Acceptance- nch lot of asphalt concrete the lever of relative density within a suhlot is less than 92.0 pavement produced and having all constituents falling within percent, tThe cast = ihail _,! Felffibkff-ed for # the limits of the job mix formula shall be accepted at the unit • coring and resting shall he home by the Contractor when the contract price._If the constituents of the mix fall outside the Contractin- Aeencv reouests cores and the level of relative limits of the iob mix formula the mix shall not be accented density within a sublot is greater than 910 nercent. the cost for (see Section 5-1)4 3(8) Reiection of Mixture), coring and testing shall he home by the Contracting .Aeencv_ . •• SECTION 5-04.5(1)B IS REVISED 4/VD SUPPLE:NE:VTED AS FOLLOWS: At the start of paving, if requested by the Contractor. a 5-04.5(1)B_Price Adjustments for Quality AC compaction test section shall be constructed. as directed by the Compaction (RC1 Engineer, to determine the compactibility of the mix design. For each sublot a Compaction Pay Compactibility shall be evaluated as the ability of the mix to attain Factor =cam ` " r• ^- rrtn r.+ will be a 1ivenqualitv level corresponding to a pay factor of 1.00 or determined based on the relative density of the tests. The greater referenced to the specified minimum density (91-�percent following table lists the Compaction Pay Factors and their_ of the reference maximum density T associated relative density . T ,;ttilhad ;95). If a compaction test section is requested. a Compaction pay tactor of 1.00 shall apply until compatibility is proven. Following determination of compacubifity,the Contractor as ;ho is responsible for the control of the compaction effort If the _ Contractor does not request a test section. the mix will be considered compactible. Asphalt Concrete Classes A. B. E. F, and G constructed Relative Densiry Compaction Pav Factor under conditions other than listed above snail be comoacted on (average of three tests) the basis of a test point evaluation of the compaction train._ The >21-0 1.00 test point evaluation shall be performed in accordance with Q I 0,99 instructions from the Eneine=r. The number of passes with an approved compaction train- required to attain the maximum test 91 0 0.95 point density. shall be used on all subsequent paving. 90 5 0 91 Asphalt Concrete Class D and prefevefing mix shall be 000 0 • compacted to the satisfaction of the Engineer. g9 0.80 In addition to the randomiv scfecte:d locations for tests of the dcnsi[v, the Engineer may also isolate: tom a normal lot any area Q9 tl I)75 that is suspected of being detective in relative dens'%% Such isolated material will nut include an original sample location. A RENTON STANDARDS Pa;e R - '9 RSUP96B.DOC ;/l�;i% LHARO SECTION 6-12 IS A NEW SECTION 6-12 —Rockeries Division 6 The final course shall have a continuous appearance and be placed to minimize erosion of the backfrll material The larvrr rocks Structures shall be placed at the base of the rockery so that the wall will be stable and have a stable appearance The rocks shall be carefully Its acid by mechanical equipment and in a manner such that the SECTION 6-12 IS,a NEW SECTION IonQirudinal axis if the rock shall be at right aneles or perpendicular to the rockery face The rocks hall have ill inclining faces sloping to the back of the rockeryEach row of 6-12 Rockeries rocks will he seated as tightly and evenly as possible nth roes below in such a manner that there will be no movement brave n the_nvo. After sertine a course of rock all voids between the 6-12.1 Description (RC) rocks shall be chinked on the back with quarry rock to eliminate The %v_ork described in this section regardless of the tvne of anv void sufficient to pass a p inch sa are prohr materials encountered includes the excavation and shaping of the 6-12.3.1 Rockery Baekflll (RC) cut or till slopes and fumt hing and constructing rock enesirock- The wall back-till shall consist of 1-1/2 inch minus crushed retainine wall where shown on the olans or where directed by the rack or gravel contormine to section 9-03.9(3). This material will eneine:r. - be placed to an 4 inch minimum thicknes between the entire Nall and the cut or fill material The hackftil material will be placed in 6-12.2 Materials (RC) lifts to an elevation approximately h inches below the course of Rock walls shall he formed of larger Dieces of quarried rocks ninced The hick-fill will he oliced after each course of basalt_ andesite or other igneous rock. Individual rnecrs of rock rocks. Anv hacktill material on the henri.ng surtace of the rock shall he sound and resistant to weathering when hroken into course will he removed hetore semne the next course p!rCCS wriehine 50 to -150 --ams and tested for soUndnr• with 6-I2.3.2 Drain Pine (RC) sodium sulphate in accordance with as hto rind, the irns through a one-inch sieve aster 6 cycle hall not rxcrrd 5%by we:gnt_ A a inch diame;er nrrtorated ovc nine shall he placed a a am hehind the rockeries as shown in the standard olans The rock material shall he as nearly rectangular as no siblr tooting dr sn as to atTprd the minimum amount of void space herwern the and connected to the storm drainage system where shown. blocks. Ni n stone shall he used which does not extend through the 6-12.3.3 Reiection Of Material (RC) wnll. The_rock material shall he hard. sound durable and tie- Thr inspector will have the authority to relict any detective from weathered nortions scams, cracks and other defects material and to suspend anv work that is beinq imnrooerly done The rock denstry shall he a minimum of 160 pounds ner subiect to the final decision of the engineer. All reiected material cubic foot. The source of <upply and represrntanve samples nt will he removed tom the construction sire and anv reiected work the mmerml -hall he nonmyed by the engineer hetore drfivcry ro shall he rraairrd or replaced at no additional cost to the Owner. !hr<ite. The rock walls shall he constructed otone-man ruck;. (8� 70 3t)0 noundsl each 10" in its Icnst dimcnstnm two man rocks i-.no 6-12.4 Measurement (RC) to OYM nounds) inch I"' in us least dimension- ihrr- man •ncis Measurement of the finished rock wall for navment will he MO to 1.200 pounds) inch 16" in its least dimension- four man made from the tooune grade to the too of rhr wall and rounded to rocks t I.�00 to 1.200 pounds) each IS" in its least dimension. the nearest sauarr yard, iht: rocks shall ranee uniformly in size for each classification specifies The four-man rocks shall only he used for the tirst 6-12.5 Payment(RC) curse of rock in wails over 6 feet in height. Pavmrnr will he made under the item "rock reta nine wall" 6-12.3 Construction Requirements (RC) per sauarc vard. The unit rinse ner squire vard shall he full comnensation for The rock unloading at the site will hr done in such a manner the rockery/rock retatnin wall in place and shall include all work, n,_ to segregate rhr rock by the st r ran;rs inaicared in the materials and equipment required to comnle•e rhr installation arecrding par[grapn including intnaec nine and all other item . The walls shall he started by excavating a trench not !e s :han 6 inches or more than one toot in depth heiow sub radr n cxcavanon 5ecnnns or not lea than 6 inchc� or more than nne ;not in aepth hefow the cxicnn round levri m cmnankment ecnons. Areas on which the rockery is to he oia cd 'hill he rimmed -Ind dresser to conform to the eievatlon nr door ndicated. The rock wall construction ;hall ;tart as oon is u)ssihle upon the comolenon of the cut or!ill section Rock selection and nfacrmcm shall he ,uch flint there will he )n 1)pen voids in the exnosed ficc of the wall over/, inches icrnss • .) )my dirccnon The rocks hnll he ninced and kcvcd foQythcr uh .I minimum tit voi(js. P'Intcular rutennon .hail he even !n )c alacm )nd kcvrn., rocethcr of the tinaf course of all rockcncs ZENTON STANDARDS Pa,c R - 30 RSUP966.DOC 3il?i06 LNARO 7-01 Drains 7-03 Structural Plate Pipe, Pipe Arch,Arch,and Underpass Division 7 Steel Nestabie Pipe and Pipe Arch asphalt Treatment 1 9-0.4(8) Drainage Structures, Storm Sewers, Steel End Sections Asphalt Treatment 1 9-05.4(9) Sanitary Sewers, Water Mains, and aluminum Culvert Pipe 9-05s Aluminum End Sections 9-05.5(6) Conduits PVC Pine 9-05.12 Where steel or aluminum are referred to in this Section in 7-01 Drains re2ara to a kind of culvert pipe, pipe arch. or end sections. it shall be understood that steel is zinc coated with Asphalt Treatment i SECTION 7-01.2 IS REVISED AS FOLLOWS: (galvanized) or aluminum coated (aluminized) corrugated iron or sic,-!. and aluminum is corrugated aluminum alloy as specified in Sections 9-05.4 and 9-05.5. 7-01.2 Materials (RC) Where plain or reintorcrd concrete. Steel or aluminum are Drain pipes may be concrete. zinc coated (galvanized) referred to in Section 7-07 it shall be understood that reference is Asphalt Treatment I or aluminum coated (aluminized) corrugated also made to PVC. iron or steel with Asphalt Treatment I,corrugated aluminum alloy. SECTION 7-02.3(1)C IS AN ADDED NEW SECTION: poivvinyl chloride (PVC), or corrugated polyethylene (PE) at the option of the Contractor unless the Plans specify the type to be 7 0, z(ilC Plaeina PVC Pipe (RC) urea_ in the rench prepared as specified in Section 7-1)Z,(I) PVC SECTION 7-01.3 IS REVISED AS FOLLOWS: per -fall he laid beilinning at the lower end with the bell end tin-race P-n gravel %vill he used as the hedding material and 7-01.3 Construction Requirements (RC) .mend prom 6" helow the bottom or the nine to 6" above the too or�he nine When it is necessary to connect to a structure with a PVC drain pipe shall be jointed with a bell and spigot joint mudded rnnt a rubber �asketed concrete adapter collar will he urine_ a flexible cla_stomerie seal as described in Section 9-04.8. used ni the noint of connection. The bell shall be laid upstream. PE or ABS drain pipe shall be • jointed with snap-on. screw-on. or wraparound coupling bands as SECTION 7_0Z.5 HAS BEEN REVISED AS FOLLOWS: recommended by the manufacturer of the tubing. PVC underdrain pipe shall bcjointed using either the flexible 7-02.5 Pavment(RC) elastomeric seal as described in Section 9-04.3 or solvent cement 17 --Structure Excavation Class 13'. per cubic yard. as described in Section 9-04.9. at the option of the Contractor 13 Structure Excavation Class B Incl. Haul'. per cubic unless othenvise specified in the Plans. The belt shall be lard ,:arc. upstream. PE or ABS drainage tubing underdrain pipe shall be 11 n hid Item for Structure Excayntion Class A or Structure jointed with snap-on. screw-on.or wraparound coupling bands. a�. 1[lon Class I includin^ haul is Included In the scnedule Of recommended by the manufacturer of the tubing. • nnrs ihrn the work will he considered incidental and its cost SECTION 7-01.4 IS SUPPLEivENTED ADDING THE should he included in the cost of the rime. FOLLOWING: 19. "Shoring or Extra Excavation Class B. per square toot. IC This rely item is not in the contract then it shall he 7-01.4 Measurement (RC) incidental When the contmc• does not include "structure -xcavation ass " or "Structure excavation Class B inciuding hnui" a, a 7-03 Structural Plate Pipe, Pipe Arch, Arch, V B nav ter ill costs associated with these items shall he included in and Underpass txner contract pnv items. SECTION 7-03.'1S REVISED AS FOLLOWS: I 7-02 Culverts 7-03.2 :.Materials (RC) I SECTION 7-02.2 IS REVISED AND SUPPLEMENTED AS Materials shall meet the requirements of the following FOLLOWS: sections: I Cuncrete Class 3000 6-02 7-1)2.2 Materials (RC) Currueated Stec!Asphalt Trcntment 1 9-03.6(8) CurruLated Aluminum 9-415.6(8) Materials ;hail meet the requirements of the Ibllowinc Rcintorcine_ Steel 1 ')7 • sectons: Plain Cuncrete Culvert Pipe Reinforced Cuncrete Culvert Pipe 9-4l5.3(2) t3cvcicd Cuncrete End Sections 9-415.5(3) Steel Culvert Pipc and Pipe Arch \Nr)nnit Trentment I RE\ITON STANDARDS Pa_e R i RSUP96B.DOC 3i 15i96 LHARO 7-04 Storm Sewers 7-05 Manholes, Inlets, and Catch Basins SECTION 7-03.3 IS REVISED AS FOLLOWS. materials or000sed for use in makine connection Shall he subiect to approval by the Engineer. • 7-03.5 Payment (RC) SECTION 7-04.4 IS REVISED AS FOLLOWS. Payment will be made in accordance with Section 1-04.1. for each of the following bid items that are included in [he proposal: /-04.4 Measurement(RO I. "St. Str. Plate Pipe Gage_In. Diam. per linear foot with Asphalt Treatment I The length of storm sewer pipe will be the number of linear ?. "St Str. Plate Pipe.Arch_Gage_Ft._In. feet of completed installation measured along the invert and will Span-, per linear foot with Asphalt Treatment I. include the length through elbows. tees. and fittings. The number 3. `'St. Str. Plate.Arch Gage_Ft._In. Span". of linear feet will be measured from the center of manhole to per linear foot with Asphalt Treatment 1. center of manhole or from the center or catch basin to center or 1 1. "Structure Excavation Class B". per cubic vard. catch basins and similar type structures. 12. "Structure Excavation Class B Incl. Haul, per cubic Excavation of the storm sewer trench will be measured as yard. structure excavation Class B or structure excavation Class B If no bid ite for Stntcture Excavation lass \ or Structure including haul. by the cubic yard as specified in Section 2-09 if Excavation Class B. including haul. is included in the schedule of these items are included in the contract or e!sr will he considered prices then the work will be considered incidental and its cost incidental to the oioe installation should he included in the cost of the rtoe. -Shoring or Extra Shoring or extra excavation will be measured as specified in Excavation Class B" If it is not in the contract. then it hall he Section 2-09.4 or will be incidental if not included as a oav item.. incidental. SECTION 7-44.5 IS SUPPLEMENTED 4ND REVISED -t FOLLOWS: 7-04 Storm Sewers 1-04.5 Payment (RC) SECTION 7-04.2 IS REVISED AS FOLLOWS: The unit contract nnce oer linear font for storm Sewer pipe of the kind and size snecified shall he Cull nav for all work to 7-04 2 Materials (RC) cnmoiete the installation, including adiustment of inverts o Where Stec! ur aluminum arc referred to in this Section in manholes. When no bid item "°ravel back-fill for nine bedding" is • retard to a kind of storm sewer pipe. it shall be understood that inc!uded in the Schedule of Prices pipe hedding, as shown in the steel is zinc coated (galvanized), Asphalt Treatment I Coated aF standard mans. shall he considered incidental to the pine and no .. „�eaied corrugated iron or steci and additional payment shall be made aluminum is corrugated aluminum alloy as specified in Sections I- 11- 9 m Stsvrr RPr�er linear`ae 9-05.4 and 9-05.5. Testing or norm ;e•.vcr nine. if required by the Fngine--r shall he considered incidental to and included in the unit contract -0 3.3 Construction Requirements priers For other items. 6. -Structure Excavation Class B", per cubic yard. 7. -Structure Excavation Class B Incl. Haul". per cubic SECTION 7-04.3(1)B IS SUPPLEMENTED 8YADDING THE vard. FOLLOWING: If no hid item tar Structure Excnv-ttion Class A or Structure 7-04.3(1)B Pipe Bedding F�cavntion Class B is included in the �chedu!e of prices then the (RCJ work will he considered incidental and its cost shall he inc!udrd in Pioe hcddine for PVC sewer moc shall con i t of clean the cost oCthe ime granular pea gravef consistent with section 9-113 1-'(3) It shall he ringed to a droth o(6" over and 6" under the exterior walls oC the 7_05 !Manholes, Inlets, and Catch Basins pirle. -04.3(_) Laving Storm Sewer Pipe SECTION 7-05.3 1S SUPPLENEwTED BY .IDD/NG THE SECTION 7-04 3(2),4 IS RE VfSEDAS FOI L0IVS FOLLOWING: -05.3 Construction Requirements (RC) -01.3(2)A Survey Line and Grade(RC) Survey_ line and urade will be provided by the Engineer or all manholes <hall have rccenrric cnnes and zhall have :ontnctor in a manner consistent with accepted practices and ladders lhrsc snecificattons. SECTION '-05.3(1) IS REVISED AIVD SUPPLE:NENTED AS SECTION 7-44.3(2)G IS SUPPLE.-VENTED BYADDING THE FOLLOWS: FOLLOWING: % 05-3(i) ,adjusting Manholes and Catch Basins to • Grade(RC) +)4.3(2)C Storm Sever Line Connections (RC) \II connections not occurring :it a mannole nr ::itch h•„tn The cxt5[tne cast Iron vine and cover on manholes and the ,hill he None unlinn! arc-m•intimcrttred •c-, connectors or ,tne catch basin Irame and crate shall first be removed and thoroughly ,cctions mprnvecl by the I -i gtnecr 1n\ uher method or cleaned for reinstalling at the new clevauon From that point. the .tENTON STANDARDS Page R - 3= RSUP96B.DOC %1:-9(, LHARO 7-05 Manholes, Inlets,and Catch Basins 7-05 Manholes, Inlets,and Catch Basins existing structure shall be raised or lowered to the required asphalt cohere a oavemept will butt the cast iron frame. Thr • elevation. existing concrete oavement ana edge of the casting ;hail he painted with hot asphalt cement 4diusTments in the inlet structure shall be construc•ed in the same manner and of the same material as !hi[ 7-cauired for new inlets The inside of the inlets in unpaved streets- Manholes catch basins and similar shall be mortared and oiasterca. [ructures in areas to he surfaced with crushed rock or grave! Sha!I Monuments nna cast iron frame and cover Monuments and he constructed to a point approximateiv eight inches below the monumepl castings shall be adiusted to grade in the same manner subgrade and covered with a temnonry wood cover. Existing as for manholes. manholes shall he cut off and covered in a similar manner. The Vnive box casrinos7 Adiustments of valve box castings ;hall contractor 5hall caretully reference each manhole so that they may he made in the same marine-as for manholes. he eostly found upon comoietton of the street work. After SECTION 7-1)5.3(2) 15 REVISED AS FOLLOWS_ trlacing the gravel or crushed stone surfacing the manholes and manhole castings shall he constructed to thr finished grade or the 7-0y 3(a) Abandon Existing Manholes (R roadway surface Excavation necessary for hringm manholes to Where it is required that an existing manhole be abandoned. grade shall center about the manhole and he held to the minimum the suuc;ure shall be broken down to a depth of at least 4 text area nece�ary At the compie-ion of the manhole adjustment, the below the revised surface elevation. all connections plugged. the void around the manhole shall be backtilled with materials which manhole base shall he fractured to orevem standing water.and the result in the section reouired on the rvoical road tvnv section. and manhole tilled with sand and compacted to 90 percent density as he thoroughly compacted. specified In Section 2-03.3(14)C. Debris resulting from breaking In cement concrete pavement- Manholes catch basins and the upper part of the manhole may be mixed with the sand subject similar structures ;hail he constructed and adjusted in the same to the approval of the Engineer. The ring and cover shall be manner as outlined above except that the final adjustment'hall he salvaged and all other surplus material disposed ot. made and cast iron frame he set otter torms have been oiaced and - checked in placing the concrete pavement. extreme care shall he SECTION '��5N3) IS SUPPLENE�TED BY ADDING THE taken not to alter the position of the casting in anv way FOLLOWING: In asohalt concrete pavement: Manholes shall not he adiusted until the navemcnt is comole ed at (vhich time the cents of each 7-05.3(3) Connections to Existing Manholes (RC) • manhole shall he carefuily relocated from references nrcvlously Where shown on the plans new drain nines shall he established by the contractor The navemcnt shall he cut ina connected to existing line catch hash curo inlets and/or restricted area and hase materiai be removed to nermit removal of manholes The contractor mall he required to core drill into the the cover The manhole shall then he brought to nrooer grade structure shape the new pine ro tit and regrout the noentne in a utilizin the same mr;hods tit conStnlction as for the manhole workmanlike manner. Where directed by the engineer or where shown wzelr The cast iron trams shall he placed on the concrete blocks on the plans addiunnai stnlcnlrc channeling will he and «edged un to the desired grade The asnhalt concrete reaulre^. ;tvemrnt shall he rut and removed to a Went circle the diameter "Connection to existing" item will he allowed at anv of which ;hall he ritual to the nu Idle; diameter of the cast iron connection tit a new lint: 'o an existing- Structure. or the tramc nius lwn tee[ The hg c materials and crushed rock shall he connection of a new ;Tructure to a existing line. No "connection removed ana Class 3000 or Commercial Portland Cement in existing" tviil he accented of the location of new instatlaelon_ Concrete shall he oiaced so that the entire volume of the relocation and adiu;tmem or line manholes catch hasms or_curh excavation is replaced up to within but not to cxeecd 3 inches of inlets Anv damage to exicting pine or structure that is to remain in the finished pavement surtace On the day following ntarment nt lace c<uitina prom the Contrtctor's operations ;hail be rCpa re the concrete. the edge of the asohn!t concrete onvement. and the R outer edge of the casting shall he painted with hot asohalt cement. or replaced at his own expense. Asnnalt Class G concrc•e shall then he placed and compacted with The unit hid price per each shall he full compensation for all hand ramoers and a patching roller The complete natch shall lahnr, materials rind equlnment required, match the existing naved surtace for texture density. ;end SECTION 7-05 4 1S REVISED 4S FOLLOWS: umtnrmity of gnde The joint het%ve-n the pitch and the existing navcment shall then he -,orefuily natnted with hot asphalt cement 7-05 4 Measurement (RC) nr n;nnalt emulsion and shall he immediately covered wish dn- pnying sand herore the nsoha!t cement <oli(hfies Thr inside Manholes will be measured per each. Measurement of throat nt the manhoie<hall he lhorom!hiv mortared;end niastered, manhole heights for payment purposes will be the distance tram Adiustment of inietr The tinal alignment and grade of cal tini'hed rim elevation to the invert nt the lowest outlet pipe.. irnn trameS tnr new and old Inlets to he adiuged to ^_nde will he AdIUStmCnt' tit new qnlcturc5 and miscellaneous ifCn15 SUCK esaMished from the Corms or adjacent Pavement .surfacesThe IS vnive hoxes snatl he considered incidental to the unit contract final adiummem of the (or) of the inlet will he nerformed in pact,tit the new uem and no turthur compensation shall be made. slmliar manner to the above For mannolrs nn asnhait concrete Adjuslmrnt of existing structures and ml;ce!arteous uetns • p•tvtng ^folios u;ln� curh and gutter ;ection that ninon of the uch ns valve hoar; shall he mensured by "Ad'tust Ca th Cast iron fame not cmnedded in e¢otter zection :hail he solidly �xisnnc �r ach which;hall he toll nay for all iahor and c nnedded in concrete nko The concrete shall cxlend n minimum match tls mctudin rill concrete tnr the completed adtu-Mrn- in of ix inche; hcvon(l the edge of the casting and ;hail he Ictt '_ ucnrdance with iccuon --Ili ',(I) end the city of Renton inches he!ow the inn of the trtme ;o thnt the •venrtne course tit '�lantlard nctai!s_ oc.i'r(-'1Xf c-ra?,inAP 0, P au,e R - >; RSUP96B.D0C ;i1-i96 LHARO 7-10 Trench Exc., Bedding,and Bacicfill for Water 7-11 Pipe Installation for Water Mains Mains Connection to existine pipes and structures shall be measured unsuitable material and renlacing with the •tooronriate foundation • per each. material per Section 9-30.76(1). SECTION 7-05 5 IS REVISED AND SUPPLE.-VENTED 1S FOLLOWS: 7-11 Pipe Installation for Water Mains 7-05.5 Payment (RC) 7-11.3 Construction Details (RC) 10 "AdiustMafihe'a Existing " per each. The unit contract price per each for "Adjust 7-11.3(4) Laying of Pipe on Curves Existing 14anhele" ar "A dJUSi Q h P " shall be cull pay for all costs necessary to make the adjustment including SECTION 7-11.3(4)A HAS BEEN REVISED AS FOLLOWS: restoration of adjeccnt areas in a manner acceptable to the Eneinetr. 11.3(4)A - Ductile Iron Pipe (RC) 12. "Structure Excavation Class B". per cubic yard. Lone radius (500feet or morel curves. either horizontal or 13. "Structure Excavation Class B Incl. Haul". per cubic vertical. may be laid with standard pipe by deflecting the joints. If yard. the pipe is shown curved in the Plans and no special tatings arc Structure excavation for concrete inlets and area inlets is shown. the Contractor can assume that the curves can be made bv considered incidental to the cost of the inlets and shall be included deflecting the joints with standard lengths of pipe. If shorter in the unit contract price for the concrete inlet and the area inlet. lengths are required. the Plans will indicate maximum lengths that if no hid item for Structure Excavation Class A or Structure can be used. The amount of deflection at each pipe joint when Excavation Class 8 is included in the schedule nt Prices then the pipe is laid on a horizontal or vertical curve shall not exceed one work will he considered incidental and it cost should he included haifof the manutacturer's printed recommended deflections. in the cost of the pipe. SECTION 7-11.3(4)8 IS SUPPLE tENTED -1 FOLLOWS' I3 "Connect to Existing Catch Basin," per each. 19 "Connect Structure to existing pine" nc-each 7-1 1.3(4)B Polyvinyl Chloride (PVC) Pipe(4 inches and Over) (RC) 7-10 Trench Esc., Bedding, and Backfill for Poivvinvl Chloride (PVC) Pine shnn not he used for water Water Mains mains and appurtenances • THE TITLE AND TEXT OF SECTION 7-11.3(6) HAS BEEV SECTION 7-I0.4 IS�REVISED AS FOLLOWS: REVISED AS FOLLOWS: 7-10.4 Measurement (RC) %-11.3(6) Laying Ductile Iron Pipe uird Finin^s with Polvethylene Encasement (RC) Measurement of"bank run eravei for trench back-fill will be 145eFe :he+tin :n *'.. Pia fThe Contractor shall lay ductile by the cubic Vafd measured h\' the CaICUIa[Inn of peal line-,; based iron pipe with a polyethylene encasement. Pipe and polyethylene m maximum trench width Pcr Section '-091 or by the ton, in encasement shall be installed in accordance with AWWA C105. accordance with Section 1-09. The nolvethviene encasement shall also he installed on ail -10.5 iS REVISED AND SUPPLEaiE.NTED AS FOLLOWS: arntirrenances. such as nine laterals. coupiin s tittines and vnives, with 3 mil. polyethylene plastic in ucord3nce with 7-10.3 Payment (RC) S_ccuon a ot'ANSI 21.5 or.AWWA Ci05 The oolvethviene wrap shall he rube rvrie ind black- color .Any damage that occurs to the wrap -hail he repaired in accordance%vith.ANSI/AWWA C105/A21 5-Q3 �44r 'iRli -Antra-•cerise - + 4 '4F instailation of the poivethvlene encasement shrill he considered incidental to the installation of the oipe and no additional navment shall he allowed. m t for "removal 1-113(7)A AND 7-11.3(7)B HAVE BEErV DELETED AND Ind replacement rat unaiitahlc material" ai" will he con idr•ed REPL-ICED BY THE FOLLOW/NG incidental to nr cniculated under other hid icm Ind no �urthe- omnensannn will he made. -1 1.3(7) Laying Steel Pipe(RC) 1. Bank Run Gravel for Trench Backtilf. per cubic Ward Steel Pipe,hall nor he used. or ion. The unit contract price per cubic yard or ton for -Bank Run SECTION 7-11.3(7)A IS REVISED AND SUPPLEMENTED grave! for Trench Backtill" shall be full pay for all work to AS FOLLOWS: urnish. place. and compact the material in the trench. Also 'ncludcd in the unit concoct price is the disposnl of :xccss •nd 7-11.3(9)A Connections to Existing Mains (RC) unu;nhle material excavmed from the trench The Contractor may be required to perform the connection (,_ "Foundation Material" Per ton or cubic y;ird Juring times other than normal workine hours. The Contractor Privmcnt it the unit contr;tct nricc for "inundation mntcrial" shall not operate anv valves on the existing system -,--hrwf till he full Cnmocns�tion tnr exc'tva(fri, •nd di�rosing of the Water vgem rcrnonncf will fZENTON STANDARDS Pace R - 3µ RSUP968.D0C 3/15i% LHARO 7-11 Pipe Installation for Water Mains 7-11 Pipe Installation for Water Mains er to all valves on the existing system for the contractor when During the test, the Section beine tested shall be observed to • reauircd. detect anv visible leakage. A clean container shall be used for No work shall be oerformed on the connections unless a holding water for pumping up pressure on the main being tested. representative of the water department is present to inspect the This makeup water shall be sterilized by the addition of chlorine work to a concentration of 50 me/I. When not stated otherwise in the special provisions or on the The quantity of water required to restore the pressure shall be plans all connections to existing water mains will he done by City accurately determined by either 11 pumping trom an open forces as nrovided below• contaiag. of suitabie size such that accurate volume City Installed connections: measurements can he made by the Owner or. 2) by pumping Connections to existing pining and nC-ins are indicated on throe h a positive dispiacement %vater meter with a sweep unit the drawinus The contractor must verity all existing otning_ pumping through a positive displacement water meter with a dimensions and elevations to assure rirn=tit. sweep unit hand registering I gailon per revolution. The meter Connections to the existing wirer main shall not he made shall be approved by the Engineer. without first making the nrcessary arrangements with the Acceptability or'the test will be determined as follows: FnginC-tr in ndvanc:. Accentability of the test will be determined by own factors.as A rim weel advance notice Shall be reauircd for cinch follow : connection which requires a cutting of the existing •water mains or I Tlic nuintav nt write- lost tram the main oiail not e<eccd me a shut dp%vn of the existing ware, mains The Citv reserves the numbe-ot-allons ncr hour is listed in the tollo%vine table. The ri-ht to re schedule the connection if the work area is not ready at Inns in aressurc shall not exceed psi dunns the 2 hour test the scheduled time for the connection. perind. Work shall not he started until all the materials. equipment All water used to perform hydrostatic nressure shall be and labor necessary to nroneriv comniete the work are assembled characd a usa-e sec. on site. GPH The Contractor shall provide all ;a%v-curing. removni and 411o%v�ble Ieaka�P pee 1000 ft. of oioe{ine- in dispn;al of existing surface improvements excavation, haul and disposal of unsuitable materials shoring. de-watering. foundation Nominal Pine Diameter in inches material at the connection areas hetore the scheduled time for the PSi h" 3' l0" 12" Ih" 20' 21' connection by the Citv. The Contractor shall provide all matenals a;0 0.95 121 1=q I oI 'L necessary ro install all connections as indicated on the -00 090 1.20 190 1 sn 0n ;00 3 60 • 12 1 30 II FQ ?'_ '.31 % construction plans including but not limited to the reauircd 09a I. ,-s 0 1 00 1 '_a 11=9 1 9Q 1.14 2.99 fittings couplings pine snoop ;hackle materials fn complete the ,�� 071 0.95 I !9 112 190 2.�' connections The Contractor shall provide and install concrete 250 071 0.95 1 la 1 42 1 90 'ems 2.85 .70 hinciine poly-ran the Wiping tit the connections. hacktill and Lo� 0 ba 0 Q� II 0b 123 1 ;0 ,.12 urfncc restorttion nt the locations shown on the plans for the connections to the e.xistin water mains. g - f the nmr!ine under rest contains <rctinns of various The Citv will cut the xisnm main and a<srrphlr all diameters, the allowahlr Ir'tka"r will he the sum of the compered matcrnl;. I C'1kaLC 'or each ;ve c',,r ihnse diameters or pressures not listed. SECTION 7-11.3(11) iS SUPPLE:NENTED AND REVISED the tormuia hrlo%v snail he used: AS FOLLOWS: The quantity of %water lost from the main shall not exct=d the numoer of gallons per hour as determined by the formula 7-1 1.3(11) Hydrostatic Pressure Test(RC) hydrant meter and a hack tlo%v nrevention device will be L=ND F used %vhen drawing water from the City system These may be 7400 ohtained from the Citv by comnietine the required forms and in which making required ;ecuriiv dennsits_ There will he a_charec for the L = Allowable leakage.gallons/hour water used) Before arriving the specified test pressure. air shall N No. of joints in the length of pipeline tested he cxoelled comnleteiv from the nine valves and hvdmnis. ii D = Nominal diameter of the pipe in inches rcrrn-tnrnt air vents are not located at all high points, the P = Average test pressure durme the ICakagC contmctor shall insmll comomtion cocks at such noinis so that the ICS[.psi air c-an he exnrlled as the line is tilled with water. Alter all the air has here expelled the comoration cock; ;hall he closed and the test nressure •tnnlied At the conclusion tit the pressure rest. the - cnmorition cocks shall he remove lu d and r c^cd_ SECTION 7-11.3(1')A SHALL BE REVISED tND The mains shall be filled with %eater and allowed to stand SUPPLE34E.VTED AS FOLLOWS: under pressure for a minimum of ?1 hours to allow the escape of air and allow the lining of the pipe to absorb water. The State will ;-1 1.3(12)A Flushing and "Poly-niouinc,"(RC) ` is furnish the water neccssary to fill the pipelines for festine Sections of pipe to he disinfccred shall tint be purposes at a time of day when sufficient quantities of wnicr are rig—,fd to remove :inv solids or contaminated material that ma} available for normal system operation. have become lodecd in the pipe. It* . The test shall he accomplished by pumping the main up to ti. oiiaw_ the immn c-innot tie "noly-nie^_ed" then a tan the reuuircd pressure. stopping the pump for a inntnnuin of two hours, and then pumping the main up ui the test prt.5surc wain. Pn"' R RSUP06B.D0C -;1;,96 LHARO 7-11 Pipe Installation for Water Mains 7-11 Pipe Installation for Water)Mains shall be provided large enough to develop a velocity of at least manufactured by star national oroducts. 1373 holly avenue PO 2-5 tps in the main. box 258. Columbus Ohio =13216 unless an equal nlrr-Hate is • The "Poly-nig" shall be equal to Girard Industries .Acua- approved in writing by the en-ineer. Swnh-AS. ?lb/cu-ft density foam wirh 90A durometer urethane ruhher coating on the rear of the "Poly-nio" only The "Poly-nio" Materials- shall he cylinder shaped with bullet nose or squared end Steel tvnes used shall he: High strength lo.v-allov sreei(cor-ten) ASTM A742 heat- - treated. suoerstar"SST" series Dechlorination of all water used For disintection shall be Hieh strength low-alloy STeei(cor-ten) ASTM A242 sunersrnr accomplished in accordance with the Citv's standard detail Water "SS- series, containing chlorine residual in recess nt that carried in the Items to he galvanized are to meet the t'ollowing requirements: existing water system. shall not he disposed into the storm ASTM A 153 For galvanizing iron and steel hardware drainage system or anv water wav ASTM .A 123 for galvanizing rolled. nressed and forded steel SECTION 7-11.3(12)D HAS BEEN DELETED AND na c�. REPLACED WITH: Joint restminer system components: Tiehole ASTM A242, ivoe 2. zinc plated or hot-din 7-11.3(12)D Dry Calcium Hypochlorite (RC) �nlvanuzed. SST 7.5/9" for ?" and 3" mechanical joints 3/4" Dry calcium hvnochtorire shall nor he placed in the pipe as laid. for 1" to 12" mechanical ioints. ASTM A325. tune 3D. exceot SECTION 7-11.3(12)K HAS BEEN REVISED AS FOLLOWS: trnsile srrenvh of full-hodv threaded -section shall he increased to 40.000 lbs. minimum for 5/8" and 60,000 lbs. 7-11.3(12)K Retention Period (RC) minimum for 3/4" by heat treating !quenching and temoerinol Treated water shall be retained in the pipe at least 24 hours ;;1•• for 14" to n4'• mechanical iornts o manufactures reheat and hardness snecificanonsST 75 same ASTM hue no long than 18 hours. After this period, the chlorine residual specification as SST lest SST 77 3/4" ;ame as SST 7 exceot at otp2� mg/I. .A e extremities and at other representative points shall be at eve for 7/8" rod. same STV1 specification as SST 7 SECTION 7-11.3(12)N HAS BEEN REVISED AS FOLLOWS: Tienuc heavy hex nut for each nebolt 558: 518" and 3/4 ASTM A563. grade C3, or zinc niated S8. 519" and 3/4" • 7-I 1.3(12)N Final Flushing and Testing (RC) ASTM .A563.grade A. zinc Piated or hor-din -alvnnu ed Before placing the lines into service. a satistactory report shall be received trom the local or State health department or nn Tiecounling' used to extend continuous threaded rods and are anornved resnne lab on samples collected trom representatiae provided with a center stop to aid installation inc plated or points in the new system. Sampies %viil be collected and hot-din galvanized. SS 10• for 518" and 3/4" tierods ASTM bactenologtcal tests obtained by the Engineer. -\Ll ,nde C3 S 10• for fiS" and 3/1" tierods ASTM A563 ride A. SECTION 7-11.3(13) HAS BEEN SUPPLEMENTED BY ADDING THE FOLLOWING: 7cmd: continuous threaded rnu tnr cutting ro desired Ieno[hs r.tnc Plated or hot-dip galvanized SSI-1- 519" and 3/4" -i 1.3(]3) Concrete Thrust Blocking and Dead-Man dlamete7, ASTM A212. tune 2: ANSI BI I S12: 5/8" and Block (RC) %>'" diameter. ASTM .A36, A3n7 Provide cnncrrtc hlocking at all hydrants fitting ind horizontal Or vertical anole noints. Contnrm to The Citv tit Tewnshcr round flat washers. zinc Plated or hot-dip 2cnton stanaard details for general Mocking, and vertical blocks �-lvnni7cd. SSIT ASTM A242, F436. Sl7• ANSI B18.23.1. he-e:n. All timngs to he hloeked shall he wormed with 4-mil Installation: P�Ivethvlenc elastic Concrete hlock-ing shall he nroneriv tnrmed Install the ioint restraint system in accordance with the with nlvwnod or other acc-ptahle torminu mnierinis and ;hill not manufactures instructions so all iornts are mechnniealiv locked 1c inured around iornts The forms ;hall he strinned Prior to ;O^ether TO Prevent ioint separation Trehnl[s shall he Installed nncktiHinQ Joint restnint(shackle rod ) where reauured < -ill 5e to null against the mechanical ofnt body and not the MI nsialled in accordance with section 7-1 1 '(I;) inllower. Torque nuts it -Qtl toot pounds for 1/4" nuts Provide concrete dead-man blocks n[ location; shown on the Install riecounfings with hnth rods threaded eaual distance into ^inns. The lead-min hlock shall include reininrcino ;teeis necnuolinos. Arringe tierods svmmetricoliv around the nine 'hackle rods jns[allarion and rem vnl tit formwork Blncktng shall he commercial concrete ihand mixed concrete not nllo-ed)and Poured in place SECTION 11.3(15) ISANEWADD1TIONALS£CTION: --1 1.3(151 .Joint Restraint Systems (RC) • (�enc, Where hown on the nlnns or in the specifications or required b. the :n•trrtee- mint rcanini sv'[eno lOnekl ro(s) 'hill he >ctl ill nint rrar;tmt maieriais -iscd <h;ill be ihosr ZENTON STANDARDS Paee R 36 RSUP06B DOC I_i96 LHARO 7-12 Valves for Water Mains 7-12 Valves for Water Mains The unit contract price per linear foot for each size and kind ate iameter dumber of 14" of"_Pipe for Water Main —In. Diam." shall be tuil pay For Tie Rods Required all work to complete the installation of the water main including 4' ......... but not limited to trench excavating. bedding, laying and jointing . ..... � pipe and tittinss, backtilline. concrete thrust blocking. installation 3 of oolvethvlene xvrnn, c!emmno hvspoiv-ni^� ve ticoi crosses ter rary 10 biow-off as embl es. iestmo inse-rion and removal )t lvtlushine disinfecting ectingsthe otp and In" ..........6 eline, 14„......................... 3 shackle ends abandoning and canning existing water main Ih„ g removing miscellaneous oipes. removing; and salvaeine existing 14„ 3 hvdmnt assemblies and other appurtenances to he abandoned as n()„ 10 shown on the nlans. and c!eanun. 14" 14 3 "C'oncre e Thrust Blocking and Dead-Ulan Blocks" Der 301, r 16-7/3"mdsi cubic yard. (," (n4_7/ei"mgsi The unit contrac• rm - hid for "Concrete Thrust Bloc- ing and Dead Man Block" Shall be for the comnlete cost of labor. mareriais. equipment for the installation of the concrete thrust Where a manufactures mechanical Joint valve or rifting is blocks and dead- man Mocks including but not limited to excavation deware-mg haul and disvosai of unsuitable materials. �uvvlied with slots trig "T" hops instead of holes a flanged cone-cm. reinforcing ste••t shackle rods and formwork. It this valve with a flange by mechanical ioint adapter shall he used item is not included in the contract Schedule of orices. then thrust instead so as to prnvide adequate space for locrnno the hiockme and dead-man blocks shall he considered incidental to tieholt . the installation of the nine and no furhe, compensation shall be Where a continuous run of nine is required to he restrained. no made. run nt restrained pine shall he -renter than 60 cet n length a "Connection to F_msting Water Mains per each. het\veep tittinos. Insert long hndy solid ;leeyes as reautreu on The unit contract nrice per each connection to existing_ water longer runs to keep rierod lengths to the 60 t00( m_asimum, mains shall he ror comniete comnensation for all equipment. Pipe used in continuously re,trained runs Shall he mec.'lanical labor materials reoutred Ior the connections to the ex,Snn- \valet• Lint oine and tieholts shall he installed as rod guides nt each mama i n s. joint. Where poly wrapping is required all tiebnits rigouts necnuoiings. tierods. and newashers. shall he -alvanized. All !-)� Valves for Water Mains disturbed sections \vial he minted to the insnectors satisfaction \vith konne^ hitomastic no 300-m. nr annroved SECTION 7-I2.02 HAS BEEN REVISED AS FOLLOWS: e uaL SECTION 7-12.3(01) HAS BEEN REVISED AS FOLLOWS: Where noiv \vranning is not required all tiehol(s tienu(s necounlingc tierod. and ne\\ashern may he gil\nnized as -12.3(01) Installation of Valve ttMarker Post(RC) specified in the nreceding nap^nnh or nlain and natnred in Where rcquireu_ a valve marker post shall be tumished and the entirery with konners hitumastic no 300-m or annrnveu installed with each valve. Valve marker posts shall be placed at couai. the edge of the right-of-wav opposite the valve and be set with Tiebolts tienurs ttecounlings tierods and tiewnshers shall he 13 inches of the post exposed above grade. - considered incidental to installation of the nine and no additional oavment shall he made. SECTION 7-11.4 HAS BEEN SUPPLE:NE.NTED AS FOLLOWS: Shall - 7-1 1.4 Measurement(RC) SECTION 7-12.3(2) IS A NEW SECTION: Measurement for payment of concrete thrust blocking- and dead-man Mocks will he ncr cuhic-vard \vhen these terns arc included as senante nav items if not included ns <epnmte pit\ 7-12.3(2) Adjust Existing Valve Box to Grade (RC) Items in the enntnet then 'heist Mocking and dead-man blocks Valve hoxeS "hall he ndiusied to grade in the<amc manner 15 shall be considered incidental to the installation of the writer mnm for manhntes. a; detaied in Section 7-05 ;(11 of the Renton and no turther compensation ;hall he made. ltandards Valve hex adjustments shall include but not he Measurement for nnvment tnr connection. to exiting water Iimued to the locations shown on the Plans. mains will be ner Inch for ench connec•ion to extsnn- water Emstme rnadway valve hoxes shall he adiusted to conform to mnin(s)its shmvn on the plans. final finished rages The final instailanon shall he made n SECTION 7-11..i HAS BEEN REVISED AS FOLLOWS: accordance evi(h the anrlicable Portions of Secrion 7-11 • In the,event that the erisnne valve hox is niuggrd or hineked with debris the C ontncior hall use whatever means necessary to 7-11.3 Pnvment (RC) remove such dchns leaven- the vnive imtaliation in a tulle 1. _Pipe for Water Main and Fittings in. Diam.". operable condition. Per lineal too(. a r-NTnN STANDARDS Ps_e R - 3% RSUP96B.DOC :i I�i9G LHARO 7-14 Hydrants 7-14 Hvdrants Thr valve box shall be set to an elevation tolerance of one tit-tines and appurtenances backtilling tc ting- lushing and fourth inch(114")to one-half inch (i/2")below fin! hed grade. disinfection. meter box and cover at location shown on the olans. • SECTION 747.4 IS SUPPLEMENTED BY ADDING THE and oer City of Renton Standard Derail latest rev! ion FOLLOWING: fi._ "Adiust Existing Valve Box to Grade (RC)," per 7-12.4 Measurement each. Adiustment of existing_ valve boxes to grade shall he The contract bid nnce for "Adiust xistins Valve Box to Grade" measured ner each. if included as a separate oav item in the above shall he hull cL m ensanon for all labor material, tools and Contract: if not a separate pay item but required to complete the rquinment necessary to satis-.actoriiv comple'g the work as work, the! value Sox adiustment shall be considered incidental defined in the Contract Documents inciudine all incidental work Hvdranr auxiliary Date valve will he included in the It_not included as a separate oav ire- in the ontract, but required m_rasurrmrnt for hydrant assembly and will not he included in this tO complete other work in the Contract, then zidiusirricrit of valve measurement Item hnxes shall he considered Incidental to other Item of %vork and no SECTION 7-115 IS DELET D AND REPLACED WITH THE twher compensation shall he made FOLLOWING: Tl,,. _ 1. "Gate Valve from 4 inch to 10 inch in diameter and Valve Box," per each. _ _ - The unit contract prier per each for the valve of the specitied sire shall he full nay torall labor, equipment and material to turni-h and install the valve complete in oiacr on the water main. -�� Hydrants includine trenching iointing hiockins! of valve naintin- disinfecnng. hydrostatic testing cast-iron valve hox and -14.3 Construction Details (RC) extensions as required. valve nut extensions adiustment to final ^radr SECTION 7-14.3(1) IS REVISED 4/VD SUPPLEMENTED AS 2. "12 inch Gate Valve and Concrete Vault," per each FOLLOWS: . The unit contract nricr per each for the In" gate valve assemhh -14.3(1) Setting Hydrants (RC) shall he tull nay `or ail labor rnuinmrnt and material to turnt-h Alter all installa[ion and testing is complete. the exposed and install the valve complete in niace tin the watt- main Portion of the hydrant shall be painted with ewrtwn field coa[�. includine trenching iointino hfocking or' vaivr by nass Thr type and color of pain[ %%ill be designated by the Engineer. ,issemhiy cnsr--mn casting and cove- !adder pin cone e e rise s Anv hydrant not in service shall be identified by coverine is required, adiustment to final ^rade tit a burlap or plastic bag_aopmved by the Fnoine�r. livdrants shill he installed in accordance with AWWA 3. "16 inch and Iarcrer Butterfly Valve and Concrete >rccihcanons C600-93. Sections ' 7 and 3.3.1 and the Cm, of Rrn(nn standard details. Hvdrant and guard onsts shall he oatnted Vault." per each. in accordance with the waver 5tandard detail I loon completion of The unit contract price per rack for the Ih" and lar r huttertl%• the nroiecr. all fire hvdmnts shall hr painted to The Ciry of Renton vnivr assembiv ;hail he lull oav ror all labor, equipment and snccificanons and guard no5rs painted with two coats of atnreriai to furnish and install the valve complete in nlacr on the nreservnrive Hain[ Vn 13_/,;c satery yellow or approved equal, w"iter main inciudine rrenching, ointing Mocking of vaivr Fire hvdranis shall he of ;uch length as to he suitable for nninnne. disintecring hydrostatic trsnn concrete vault cat iron nstallanon with connections to h" `;" AND 10" in in trenches c:fstmg and cnve- !adder, concrete risers ns required adiustment 1/2 tree drrn unless othrwise srrc•fied The hvdnnt shall he co rinai grade. desi,,ncd for a a-1/7 (not hurtal whe-e In" ind lar er nine is <nmvn unless nthenvise noted on the plan 1. "Blow-off assembly," per each Fire hydrant assembly <hall include- cast-iron or ductile iron ref tM1 x Fl.). 6" ante valve(F1, x Vi11 6" 01 spool (PF x PF) L'he unit cnnimci nnce ner inch for each hiow nfl-as embly shall /-t" MVn fire hydrant (M1 connection) 1" c s" Stprt7 adapter, is 'or ail hbor, equipment and material to complete the cast iron valve box and cove- 3/41;hackle rods and nccessnries :n,rmflanon of the assembiv ner the City of Renton Water Standard concrete hlocks and two concrete ^card noses(only ifhydrants are fir`,rli. !:1feSr evisinn outside right-tit-wayl Dint resrmint(Shackle Rods) shall he installed in accordance "Air-Release/Air-Vacuum Valve Assemblyper with Section 7-11 =(15) each. SECTION 7-14.3(3) IS SUPPLEMENTED RY 4DOINC THE he unit smimc[ price Per tor are-rclrasriair vacuum vnlyc FOLLOWING: ��cmhly .hall he for all Inbor equipment and miterml m omrictc he insnt!ation of+he nssrmhly incfuclin but not limited -i i'�(3) Resetting Existing Hydrants {RC) c r�'attn^ aprin- the nnin Livin- -ind iointan the nine ind This wort; shall conform to '�cction 7-1.1.3(1). All hydrant hall he rchniii to he annrnvnl +( the Ciwfor rcnlaccd with :i new �ENTON STANDARDS Page R - 18 RSl1PcfAR tin(- i ua pn 7-15 Service Connections 7-15 Service Connections _,ckets of The contractor will direct tan main for 314" service. The hydr�ntl All fUbbCf gaSl [S shall bC rcDlaCCd with nc%v° required for a new installation of the same NDr, contractor will use sooner tubing_ tune K. "_soft for 3/4 ServICCS, the tune • �cCT10N i 74 3 •YI (4) IS SUPPI EENTED BY.ADDING THE Type I• Connections to m es misting Conner servic will FOLLOWING: be made with compression Tyne three Pan union couplings. � 7-14.3(4) Moving Existing Hydrants R(' install nr v mete-setter and meter box and cover tier Ci[v of All hydrants shall be rebuilt to the approval of the Citv(or Renton Standard Details latest revisions Relocate meter box nee replaced-with a new hydrant) All rubber gaskets shall be location shown tin plans and reconnect to t!Nisting onvote water replaced with nesv gaskets of the tune required for a nesv srrvicc line. installation of the same tvne. SECTION 7-14.5 IS REVISED,4S FOLLOWS_ Tvnr ill Where existing galvanized services exist. they shall he replaced with new Conner one service to the nroneriv line (Meters shall he 7-14.3 Payment (RC) located in nlanrer strin hetween sidewalk and Pavment will be made in accordance with Section i-)4.1. for curb Install new meter setter and meter hoe and cover nrr each of the following bid items that are included in the proposal: Renton Standard De ails latest revisions Relocate meter h Citv of ox oer I. -Hvdrant Assembly,per each. The unit contract price per each for `Hydrant ,4ssembiv" location shown on plans and reconnect to existing nnvare water shall be full pay for all work to furnish and install fire hydrant service line. assemblies. includine all costs for auxiliary gate valve. shackles. Where tu[ure stub sery+ces shall he installed tic rods. concrete blocks. gravel. and painting and guard nests Tv ill they shall he installed as ah�ve. to the required for the complete installation of the hydrant assembly as rnnrrty line with am t r hox (less 3(� specified The nine connecting the hydrant to the main shall he neter) 4 solid core threa sp ded acer the considered incidental and no additional payment shall he made.; ;•th cit a meter shall br in;nlled in mace of _ the meter. Resetting Existing Hydrants . per each. Install nr.v meter setter and meter hox and cover nrr rite of The unit contract price per each for -Resetting Existine Renron Standard Details latest revisions. • Hvdrant" shall be cull pay for all work to reset the existing SECTION 15 5 H,1S BEEN DELETED AND REPLACED hydrant, including rebuilding %vith a new WITH THE FOLLOWING: hvdmnt shackling, blocking- painting. and guard nosis and reconnectine to the main. The nesv pine connectin°the hydrant to i5 pwmen[ (RCl the main shall he considered incidental and no additional navment Pam vent Nviil be made in accordance with Section I-I shall he made-..' i for Guard nmts._shown the fnllrnving hid items when included in the nronosai: Paid as on the plans shall be inciderimi to the contract. 3. -Moving Existing Hydrants., per each. I. Tyre I "Service connection In. -Tvne I Service nrr r ck. The unit contract price per each for -Moving Existing The unit contract price per each For "Tvnr Hvdrant" shall be full pay For all work to move the existing Connection In Diam " shall he full nay for all work ro Install hydrant. including new tee. rebuilding(or r placement with n nr.v the service connection. including but not limited to rxc3vann9 hvdnnt shackling. blocking- painting. and guard no.ts and to ino the main. laving and iointiny the tine and tittings tnd reconnecting to the main. The new nipe connecting the hydrant to a urtenances hnckiiiling. testing. flushing. and disinfection of the main;hall he considered incidental and no additional navment the ;ervicc connection new meter setter new meter hox an shall hr_madr cover re-eonnrcting to rxistin rivnte ware- service line and re- as nperiqeij Guard Posts shown on the oians locating the meter at location shown on the nlarts and City nr shall be incidental to the contract. Renton Standard Details latest revision. 7-15 Service Connections ' Type II "Service connection In. ism " nr- Thr -Init contract price per each for "Tvnr II Srn c= Connecunn In Diam " hail he full nesv Inr all work ro install SECTION i-L5.3 IS REVISED AND SUPPLEMENTED As the service connection includin hu( not limited m eseavatin^ FOLLOWS. to nit_ the main la.mg and iointine the nine and 'inn�ric apnunrnancrs hackrilline testing Ilushimg_ and disinfection (1I 7-15.3 Construction Details(RC) the ;ervice connection new meter setter new meter nor ang Pipe materials used to C.-tend or replace rYISUng water cover, m-crinne-ting to existtng on itc Nvnter servl�r' IInC ono rr- I ,Ile the meter it location 'hmvn on the plans nnu City .,f • service lines shall be copper. p.fw,crvlce line c mnectinn to the nesv main will rnnr,,— m the Renton Standard Details larcst revlslon_ i ,tandard nlnn; tit the ('itv of Renton The Fn^+peer vlll indices r T tic III "Scrvlcc cnnnecrlon In. Dints " nr-r"c:'. the location for the to s tin the new main for c:cn `rrv'ce to he fhe unit contnct nrice nrr each :or "T 'nr III '�rrv•lc- conncctcd.. t•unnrcuun In. Diem." <hnll he till) n;tv fix all ,.'ork ;n n-,'t R FNTnN STANDARDS Pa'_e R S9 RSUP96B.DOC ',;Iji96 LHARO 7-17 Sanitary Sewers 7-17 Sanitary Sewers the_service connection including but not limited to excavating taken to avoid displacement of the Dive Burin the compaction tanomg the main, laving and iointing the pipe and firtin s and effort. appurtenances backfillin testing- flushing and disinfection of Pipe hrddine shall be considered incidental to the ➢ine and the-service connection-. new meter 5erter, solid core threaded no further compensation shall be made spacer. new meter box and cover, sr location shown on the plans and per Citv of Renton Standard Details latest revision SECTION 7-173(2)A /S REVISED 4S FOLLOWS d_ Combination Air Relense/Air Vacuum Valve in 7-17.3(2)A Survey Line and Grade R Der each. Survev line and grade control hubs shall he nrovided in The unit cpntract price ore �ach of in combination air accordance with Sections 1-05 a I l)j 5 and 1-11 and consistent releaseiair-vacuum valve shall be ruil niv tar all work to install %vith accepted practices the air-vac release assembiv including but no limited to The Contractor shall trnnsre, line and °rade into the ditch excavating. tapping the main laving and iot finz the nine and where they snail he carried by means of laser control using 0 toot fittings and augutenances backiilling to tin tlu hint and minimum intmals_tor grade ;takin An othe- orocccure shall disinfection. meter box and cover at location shown on the plans, have the wnnen approval of the Engineer. and ner City of Renton Standard Detail latest revision, SECTION 7-17J(2)B/S SUPPLEMENTED BYADDING THE FOLLOWING. 7-17 Sanitary Sewers - I 7-17.3(2)B Pipe Laving-(RC1 SECTION 7-1 i.?HAS BEEN REVISED,4S FOLLOWS. Checkine of the invert elevation of the pipe may be made by calculations tirom measurements on the top of the pipe, or by looking for nonding or 1/')" or Irss which indicates a atisfactory 7-17? Materials (RC) condition. At manholes. \vhen the down cream oinrisi is of a Pipe used for sanitary sewers may be: larger size. nines) shall he laid by matching the (ei hi-tenth ) Only elevation- uniesc othe-svise annroved by nce Engineer. Rigid Flexible All nine._tirtings. etc hall be core'ully handled and protected a ain t dama r ins act 5hocks, and free fall. All pipe Concrete handling eauiomcnt shall he acceptable to the FNGiN FR Pipe PVC(Poivvinvi Chloride) shall not he nlaced directiv on rou h ground but shall he Ductile Iron sunnoned in a manner which will Protect the pine against intury • Materials shall meet the requirements of the following whenever stored at the trench site or elsewhere. No nine shall he sections. = installed where the lining or coating show defects that may he Plain Concre:c Storm Sewer Pipe 9-05 7(l) harmful as determined by the FNGiNF R Such damaged lining Reinforced Concrete Storm Sewer Pipe 9.05 7(2) or coating shall he repaired. or a new iindamaerd nine shall he furnished and installed PVC Sanitary Scwcr Pipe 9-05.12t1 The CONTRACTOR ;half insnect each nine and tirting prior Ductile Iron Sewer Pipe 9-05 13 to installation to insure that there arc not ttamacrd portions of the rr Pipe c q- nine. Any detective damaged or unsound nine shall he renaired or replaced. All foreign matter or dirt shall he removed from the All pipe shall be clearly marked with type, class. and interior of the nine hefore lowerine into position n the trench thickness. Lettering shall be legible and permanent under normal Pine shall he_k_eat clean during and after laying All oocnines in conditions ofhandling and storage. the pipe line shall he closed with water hehr expandable ivne sewer nlues at the end or each dav's oo rttion or whrnrve the Construction Requirements pipe openings arc left unattended. The use of hurlan wood, or other similar temporary plugs will not he nermitted 7-j7.3(1) Pipe shall he laid directly on the imported hedding material Excavation and Preparation of Trench No hlocking will he Permitted and the hedding <hall he uch that SECTION 7-17,3(1)B /S SUPPLEMENTED BY•aDDING THE it_rorms a continuous solid htfnrinQ for the full Ira th nt nce nine FOLLOWING. Bell holes shall he rormcd at the ends of the nine to provide full length harrel sunnnrt of the nine and to prevent onint loading at -17.3(1)B Pipe Bedding LR_Q the hells or couniines. Pine hrddine material for PVC' nine shall he nlaced to a where necessary to raise or lower the nine due to untoreseen icpth of F" helow the hottom or the nine and extending up la" ohsirucnons or other causes the FNC;INF R may change the hove the crown on ail ritoes, alignment and/or the gridrs Fxcent ror short runS which may he The hand-placed heading around the nine and to a point 17" permitted by the FVGiNFFR nines shall he laid unhill on grades .hove the crown of the pines ;half hr mrc�anicaily compacted o exceeding IO percent Pine which is laid on a downhill tide tt percent. The remaining hacktiil shall he mechamcall; shall he blocked and heldn Phce until suflici tit unnnrt is aInn;icteti t tlensiry turnished by the titillowing nine in Prevent mnvemcnt Hand romr•acuon if the heddin, rnnterals under nce nine Unless otherwise rrouircd. ,ill nine shall he laid sini hr lunches tviil he retimi-cd. Iinnd compaction .hall he hrtxvren the changes in ali-mment and ar rinirnrm -rade hcnvcrn :comntished by ,isinL a uimhle tampm tool to firmiv tamp changes in -rade. For concrete ni rs wiih elli iical _dt�materiai under the haunches w the inn (-.ire hall he .ENTON STANDARDS Page R --40 RSUP06B.DOC 3/I5i96 LHARO 849 Raised Pavement Markers 8-09 Raised Pavement Markers reinforcement, the oioe shall be placed with the minor axis of the SECTION 7-17.5 IS REVISED AND SUPPLEMENTED AS • reinforcement in a vertical oosition. FOLLOWS: Immediately after the pipe mints has been made, proper gasker placement shall be checked with a feeler gage as aoomved 7-17.5 Pavment (RC) by the oioe manufacsurer to verii�v orooer gasket olactment. The unit contract price per linear toot for sewer pipe of the SECTION 7-17.3(2)E 1S SUPPLE:VENTED BY ADD/NG THE kind and size specified shall be full compensation for structure FOLLOWING TO THE END OF THE 21VD excavation, dewarering. hnckfillinj p� furnishing, hauling. PARAGRAPH: and assembline in oiace the completed installation includine all woes. tees. special tidings.joint materials. er Section 7--17,3(4) 7-17.3(2)E Gasketed .Joints (RC) and adiustment or inverts to manholes for the completion of the Care shall he taken by the CONTRACTOR to avoid over installation to the required lines and grades. Unless zpecificolly pushing the nine and damagin- the nine or ioint system. Anv identified and nrovided as senarate items, anicture excavation. damaged nine snall he reninced by the Contractor it this exnense. dcwatering and hacktiiling shall he incidental to nine Installation and no turther compensation shall he made. SECTION 7-17.3(3)G IS SUPPLEMENTED BYADD/NG THE "PVC Sanitary Sewer Pipe_ In. Diam.", per linear foot. FOLLOWING: 9. "Bank Run Gravel for Trench Backfiil Scwe{.per cubic yard or ton. 7-17.3(2)G Sewer Line Connections RC The unit contract price per tton, or cubic vard for "Bank Run Unless otherwise aooroved by the Engineer, all connections Gravel for Trench Backfill Sewer*'snail be full pay for all work to of lateral sewers to existing mains shall be made through a cast furnish. place. and compact material in the trench. iron saddle secured to the sewer main with stainless stet! hands. 12. "TV Inspection." oer lump sum. When the cxistine main is constructed of vitrified clay plain or reinforced concrete. cast or duc:ile iron oioe. the existing main shall he core drilled. Connections (unless hooted connections have heen nrovided Division 8 tor) to cxisnng cnncre;e manholes <hiil he core-drilled, ind shill Miscellaneous Construction 8 have in "0" tine rubhcr easke: meting .ASTM C-173 in a manhole couoiing equal in the Johns-Manville Asbestos-Ccment collar, or use i conical tvne flexible seal equal to kore-y-Seal. PVC nine connection shall consist of tee. ninnle and couplers is 8-09 Raised Pavement Ntarkers approved by the Fngmecr. SECTION 7-17.3(2)1 /S SUPPLE.-VENTED BY ADDING THE SECTION 3-09.5 HAS BEEN REVISED AS FOLLOWS. FOLLOWING: 8-09.5 Payment (RC) 7-17.3(2)1 Protection of Existing Sewerage Facilities Pavment will be made for each of the tollowine bid items (RC) that are included in the proposal: When extending an existing ce%ver. the downstreom system I. --Raised Pavement Marker Type F. per each rd. shall he protected rrom cnnsirucnon debris by nincing n <creen or 1 -Raised Pavement Marker Type 2". per enchhWF1 red. iron in the tirSj cxisun; manhole downstream of the connection 3. -Raised Pavement i10arker Type 3-_In.".per It shall he the contractor's resnonsibility to maintain this screen or enchttr14. ino until the new ;vctem is placed in Servict and then in remove The unit contract price per' each rd for "Raised it. Anv construction debris which enter the existing downstream Pavement Marker Type I-. "Raised Pavement Marker Type 2". tvstem, shall he -c-noved nv the contactor at his expense, and to and "Raised Pavement Marker Type 3- In." shall be full the satistaction of the Engineer. When the first manhole is set. it's pay for all labor. materials. anJ equipment necessary for outlet shall he oiup-ed unni acceptance by the Engineer, furnishing ana installing the markers in accordance with these SECTION 7-17.3(4)1 IS SUPPLE:VENTED BY ADDING THE Specifications including all cost involved with traffic control FOLLOWING.- unles traffic control +o atesrdansd ��Ali Settidr+ is listed in the contact its a 7-17.3(4)1 Television Inspection (RC) rennrnte nnv item (once the ie'cvtsion msncction his heen cnmpleted the cnntrictor shall :uhmit To the Fnomccr the written reports tit the insnecrinn nlus the video nncs ti tid viden tnncs are:o he in color and comnarihle with the Citv'< •ncwine ind recording <vaems Thr_City ,ytitcin ;teems 1/2" wide high density VHS Taney The tnpcs will he run at cmndard Sneed SP(I i/1(, 1 P S 1 • RENTON STANDARDS Pa_e R --41 RSUP96B.DOC ,-11596 LHARO 8-10 Guide Posts 8-17 Impact Attenuator Systems 8-10 Guide Posts SECTION 8-144 IS SUPPLfAfENTED BY ADDING THE - FOLLOWING: • 8-13 V[onument Cases 8-14.4 Measurement (RC) When the contract contains a oav item for "Curb Ramn. SECTION 8-13.1 IS REVISED 4/VD SUPPLEMENTED AS C--ment Concrete." the oer each measurement shall include all FOLLOWS: costs for the complete installation per the puns and standard de,ails including expansion oint material. curb and Butter and 3-13.1 Description (RC) ramped sidewaik Section. Sawcutting. removal and disposal or This work shall consist of furnishing and placing monument cecavnied materials including existing pavement and sidewalk, cases and covers. in accordance with the Standard Plans and these c'ushed surtacin! base materials and all nihcr work. materials and Specifications, in conformity with the lines and locations shown equipment required per Section 8-la shall be included in the ner C in the Plans or as staked by the Engineer or by the ContraCtnr iCn DrICC for"Curb Ramp merit Concrete" UnICSS any (it fhCSC - other items are listed and specified to be naid as separate oav >unnlied surveyor. items, SECTION 3-13.3 IS REVISED AND SUPPLE3,tENTED AS If the contract does not provide a oav item for "Curh Ramp. FOLLOWS: C -nent Concrete-" but the oians call for such installation. then Quantities shall be measured with and paid for under the hid items 3-13.3 Construction Requirements ror Curb and Gutter and for Cement Concrete Sidewalk. When curh nmos are to he constiticted nt-asnhait concrete. the payment The monument will be furnished and set by the Engineer or shall he included in the nny item for 'Miscellnneous and/or h_v he Contractor-unnlied zurvevnr. Driveway Asphalt Concrete." When --fisting monuments kviil he impacted by a nmiect. the Contractor shrill he resnonsible ror Qs-urinEl that a re2i5terec SECTION IS SUPPL£:Y/£:VIED BY BIDDING THE surveyor ryere-ices the existing monuments orior to construction FOLLOWWIN11V G: Atter construction is compietc the monuments shall he e- established by thc-urvevor in accordance with RCW58.09 1-10 8-14.5 Payment(RC) SECTION 3-13.4 IS SUPPLEME.NTED BY ADDING THE I. "Curb Ramn.Cement Concrete." ner each. FOLLOWING: Pavment for excavation of material not related to the construction of the sidewalk but necessary before the sidewalk can 3-13.4 Measurement be placed. when and if shown in the Plans. will be made in accordance with the provisions of Section 2-03. Othenvise. the All costs for <urvevino and rese:rino existing monuments Contractor shall make all excavations including haul and disposai. irnrnc�ed by contrac•ion <hrill he cnnssidered incidental to the regardless of the depth required for constructing the sidewalk to on(rac: unir<s <riec•ricnil\ called nut to he naid as a hid itern. the lines and grades shown. and shall include all costs thereol in SECTION 3-13.5 IS SUPPLEMENTED BY DDING THE he unit contract once per syuarc yard for "'Cement Conc. FOLLOWING: Sidewalk and the ner each contract price tpr Curh Ramo Cement Concrete." 3-13.5 Pavment 8-17 Impact .4ttenuaior Systems "Reset Existing Monument" per each. Resetting an existing monument impacted by construction THE STATE AME:VDME:VT TO SECTION 3-17 IS <hail he incidental unless included as a oav item in the Schedule SUPPLEMENTED BY THE FOLLOWING: of Prices. 3-17.5_Payment (RC) 8-1-1 Cement Concrete Sidewalks If ao nav item k included for tcmnnrnrey impact itientiators SECTION 4-143(4) IS 5UPPLE•ti1E•VTED RY 4DOING THE tarn all costs .n nrovide and �naall <hall he considered n Part ni FOLLOWING. the nav i(cm for"Traffic Control " 3-1-4.3(-t) Curint (RC) he C mtractor shall have re^dily available auffiereat irniectiye covering- �iich -15 wn(emmot nancr or nfa>tic nemnrnne !o cover the nour rat an entire day in the event rat pin r;)(her unsuitable weather, The Contractor <hall he resnnnsible for hnrricndine_ • -)airoihng or xhewvi<c nrniec•in: newly placed concrc:-. '-)am. •cd vnndaii7ed or insightly :oncrcte shall he removed :inu r^ciccti at the exncr.se of the Contractor '2ENTON STANDARDS Pz2e R - 1 RSUP963.DOC -i I5i96 LHARO 8-20 Illumination, Traffic Signal Systems,and 8-20 illumination,Traffic Signal Systems,and Electrical Electrical 3-20 Illumination, Traffic Signal Svstems, Trench backfill material in roadwav and sidewalk areas shall and Electrical be comnacted to 95% of the material's maximum densirv. per Section 2-11, -(1 a)D SECT/ON 8-2aJ(a) HAS BEEN REVISED 4S FOLLOIVS• 3-20.2 Materials 8-20.3(4) Foundations (RO SECTION 3-20.2(1) HAS BEEN SUPPLEMENTED WITH G'a s ' -arrae• `FH•h -hall ; Br-'i@d t,3 eNP85dd - THE FOLLOWING: e-�•a n-3eaerdanse—with ;Ad-FeRairenrenrs aft:—T 1 `/1 4' B�rc 3-20.2(1) Equipment List and Drawings(RC) Where obstructions prevent construction of planned The Contractor shall submit for approval six sets of shop foundations.the Contractor shall construct an effective foundation drawings for each of the following types of standards called for on satisfactory to the Engineer. this project: ;;i—aarr�sines hrt_irt at :ir i=;�;;a;dar� e'BFiFii4@ 1. Light standards with or without pre-approved plans. tan,=tl;eA =41F,-�- aflelveF-i;oIrrieh h'.e :r woe; ee iceed 2. Signal standards with or without pre-approved plans. W_-�'c 3. Combination Siena)and lighting standards. The contractor shall nrovide all material for and construct the 1. Metal Stntn Poles, foundations for and to the dimensions specified in table I helow. _ The anchor hops shall match that nt the device to he installed thereon. All excess materials are to he removed rrom the foundation The Contractor also shall submit either on the signal standard construction s1(e and disposed of it the contractor's expense. shot)drawings or attached to the signal standard shoo dm%vines all Concrete shall he nlaced against undisturbed earth if dimensions to cienriv snow the specific mast arm mounting heizht possible. Disturbed earth or hacktill material shall be compacted and signal tenon locations for each signal onle to he installed. to 95 percent of the material's maximum densiry Before Diacing SECTION .7-20.3(2) HAS BEEN SUPPLE:NEYTED BY the concrete !hr contractor shall block-nut around anv other underground utilities that lie in the excavated hose so that the ADDING THE FOLLOWING: concrete will not adhere to the utiliry line. Concrete foundations 3-20.3(2) Excavating and Bacl:fiiling(RCl shall be troweied. brushed. edged and finished in a workmanshin- like manner Concrete shall he promptly ciraned from the The contractor shall supply trench within the unit widths and to !he specified drnths at the locations indicated on the contract exposed pomon of the anchor bolts and conduit after placrmrnt. ma il ail all he Class 3000 concrete. rater the specified plans nr as directea by the en2mee-. � The contractor snail have annroved compaction equipment curing nrriod. the contractor may install the nnolicahle device on site beeper hr^!nnme anv excavation: compaction Shall he thereon. oerformed at the lime or the initial hack•tillin; ot'!he wench unless Table 1I directed otnrfivise by the engineer. Trencnine for conduit runs shall he done in a neat manner T 1 vne nr devlr Dimensions with the trench bottom graded to nrovide a uniform -rade. No work shall he covered until it has been examined by the engineer. Street Light Pole 1'Dren x 3'Sg_or Din, hacktill material used for till around and over this conduit system Sinnal Pole un to 10'mast arm -'Deco r 3'So or Dia. Shall he rree ot" rocxs greater than rwn inches 1n diameter to a Siena) Controller See Detail Sheet depth or six incites above;he conduit. Stars L,eht Contrni Cabinet See Detail Sheet Trench within rhr roadwav area shall use ;elect trench Special Base See Detail Sheet bncktill which ;hail cnnsist of 5I9th inch minus cnished surfacine too course or other material as indicated in the mecial provisions III concrete foundations shall he constructed in the manner � Or schedule or onces and directed for use by the envneer. The I ' snec:iied hrlmv• source and aualav of the material shall he mbiect in innmval by l ! Where sidewalk or raised islands are to he constructed as the engineer Trench hacktill within the ;idr,,v.ilk area ;hill hr a mart of this nmje-t (he ton of rhr tnundation shall he ! made with iccentrible materinis tom the reciv Lion mhicct to the ! made rlush with the top tit rhr ;idewalk or island. (Sr- F_neinec!s ipprnvai or the material and shell he considered a detail sheet) necessary nart and incidental to the excivntion in accordance with ' Where no side.valks are ro he installed- der -rade for The the standard sneciticanons i Insuitable materini ;hail he removed ton or the foundation Shall he as ;necified by the and hacktill shall he ;r!ect material annroved by the Fnginrrr cri-!nerr. rSec detail sheet) The City reserves the right to make additinns or deletions in the trench which nmve nrcrssary tar the romnlrnon of rhr nmirct �I1 concrete foundations shall he located as per uanoning on the nuns or its Incited by the engineer in the rield. The minimum width for the trench will he nt the option nrthe • contractor Trench %vidth will. however. he or'sufficient :i7r ;o that ;ill of the necessnry conduit can hr installed within the rlenths ;necitied while mnmrnlnine the minimum cnver RENTON STANDARDS Pa-r R - -:l RSUPor,P ntlr- 1 5i96 LHAR0 8-20 Illumination, Traffic Signal Systems,and 8-20 Illumination,Traffic Signal Systems, and Electrical Electrical SECTION 8-20.3(5) IS REVISED -1ND SUPPLEMENTED 4 t T_... ti ti rt i .i a a: MeW I • FOLLOWS: plus Gh".'rFis;a:!!L-r 5" Trenches located within paved roadwav areas shall be 8-20.3(5) Conduit (RC) restored ner the Renton Standard Derail, I _ :,nE-1e59f sans aver rile --anduli. teller.}ed �+ 1ACP ie+ts „o„_arinliinggeiEit :elfin_ G-rmrpi EaRC-Nia. Tr 8 nehes ai-13ati'+A+i-?laierial 'ilai 17a1E te5 ld 2 "Islip �9+i- �a}elarRF Pull Wires Shall be installed. "'" FlSeFS. ONEel3E as t3(AeP-iSL1 F12qUlFQ4 All conduit shall he heid non-merailic unless noted other vise } In the Plans or Soecial Provisions. �• 1�Ihi�iiE{s µlib rarlitis-ws5-i;a*" Rr,. 5- re ad All conduit openings shall he fitted with anoroved hellrnds or Bushings. Will thickness of conduit shall he consistent within continuous conduit runs with no mixing- of different schedule Imes berween rerminations. :nsialled alsesti#lrre in 'hr itia. ',fie - -_eO,-ReRiThe contractor shall provide and install all conduit and drier+Ag;heya**'= - R b0h-T- �__ "'�**��,e,�- :`'" necessary tittines at the locations noted on throlans. Conduit size ser+s+si141' a-18- ', +_t#a ' and er1 EORdHijshall be as indicated on the wiring and conduit schedule shown on In ans• Conduit to he provided and installed shall be of the rvoe _ HMPeF - Indicated helow I Schedule =r1 ht:ivv wall p.v c. Conforming to ASTM standards GG; 9109.e '-4 teaplin_ aat;-a 'Q`ect '-'R-'h 'i shall he Isetl whencver the conduit is to he placed nther rhaSieLn ,.. _ "a,,;, ti n...+ within the roadway area. �I.. ^. eij in e.h ..I....^ij Schedule 90 extra heavv wall n.v c Conforming in ASTM C&A.6j" I �+it 4, 4d brttd�rans-tmeesa' '14 ttandards chall he used when the conduit is to he placed within ^. liedi the madwav area. • All ioints shall he made with strict compliance to the manufacturer's recommendations reeardine cement used and environmental conditions. 'necall+e ;�-aeai .;rsrsa,- --- -.- ise F; SECTION 8-20.3NIS SUPPLEMENTED BY ADDING THE I r ae3ni FA.e.. `.4Rr,ria11+t ai .r-as.s a1;OR =mil' - t FOLLOWING: raai FRd Ai _-9HR*4i�a61 a -iali _040F =a nR' H' '--hz S,ia ^a�#.�as. `'anm01-Rllis _ea i-, 8-=0.30) Junction Boxes . The contractor shall provide and install iunction boxes of the ' •••-••^•••^ eitdtiii gill he an iliernaie fi 'al' ^^ rync and size at the locations snecitied in the olans and as oer ihe detaii she�ts. 'h a it a" m enedi+ shn" tie resrn The inscription on the covers of all iunction hoxes shall be as indicated helow' _ L Street liyurie only-. "Liehtine' Signal only: 'Signals' Traffic sienal and street lighting- 'TS-LT- = a Telemetry only- 7c1cmetrv- aet3re++2d aEIHAn- OF grillitt_ mriheus "�:t;R;,, '-j.,ar inscnotions on luncnon boxes nrrfnrmme the same [unction. i.c. Street lighting-_ traffic cienai, or hoth, shall he consistent _ 4 thmughput the nroiect. .All iunction hoxes shall he installed in cant"ormancr with nrovisions contained in the standard mans and r detail Sheers. It allowed in the Plans or it obstructions are cneountered in The unit contract price Per each tnr "Tune I" or "Tvne 11" ;ackine or drilling operations. the Contractor will be allowed to nstall conduits by open trenching. Open trench construction shall Iunction box <hail he bill cpmpensation for tiirnishine game and nr ill cows of labor. material. tools. and rauipment necessary m _unforml to the tollowine: nmvide and install the iunction Mixes including- excavation. I. The pavement shall be sawcut a minimum of 3 inches hnc.k'tilline and compaction all in accordance with plans. deep. The cuts shall be parallel to Cach other and extend �rci ticannns and detail ihCCIS. z-ape r I fontt)Cyond the Cd CC Or the trench. 're unciinn hnCCs hail have �_'alyan VCd �tecl lids Ind • _. Pavement shall he removed in an approved manner. 2. Trench depth shall provide 21 inches minimum cover fnm Al 11 iunction ho-ccs and associated cpncrtac Wads shall he over conduits heiow the roadbed .ind IS inches hcio,v imialled on cnmmcted pub^_ode which shall include�iX inches of linishcd ^_ride in .ill other areas . `,Rth-inch minus crushed <urfacin-, top course material in<tnllcd FNT(�I \TA,\jnARI�C p R - :1 RC11Pt1/,P rlrV' :;ic;o� I ttAR(1 8-20 Illumination,Traffic Signal Systems,and 8-20 Illumination,Traffic Signal Systems,and Electrical Electrical under and around the base of the iunction box Concrete shall he SECTION 8-20.3(10) IS REVISED AND SUPPLE:NENTED • nr m tiv cleaned from the iunction box frame and lid. AS FOLLOWS: The unit contract nnce per (unction box shall include installation or 5/Sth-inch minus crushed 5urfacing ton cnurse and 8-20.3(10) Service(RC) 1" thick lass "B" cement �-nncrete nad cncinsmg me !unction Power sources shown in the Plans are approximate only: box as ner the plans snectiicanons and demii sheets. Installation exact location will be determined in the field. or the crushed surracing Ind the concrete oad shall be ricidentai !�:`_-'^-Jh`le•F���FS•2—;•F'rFr•��R—�+•l•c+�4•a•n•s—a:—�t=�+r��Cp�^'.Q* to the unit orice ner iunction box and no further comoensatlon - will he made unless the Contract includes 5enarate nnv items tof "crushed surracmg" ano/or tor"concrete nod." _ jeCtiSSaF. ^ _ Rd tit ti SECTION 3-20.3(9) iS REVISED AND SUPPLEMENTED AS F FOLLOWS: _ 3-20.3(9) Bonding, Grounding(RC) Upon request of the Contractor. the Engineer will make the ^� necessary arrangements with the serving utility to complete the - �" service connections. Electrical energy used prior to completion of the contract will be charged to the Contractor, except chat the cost o'energy used for public benefit. when such operation is ordered by the Eneinee-.will be home by the;+--44 itv. - - Thre-Ivnes n(oowe"service-ire used as indicated he!ow- = I Tvnc i svtrem shall he single phase fa0 voir ? wire 60 cvcfe C (mrfic signal service omv) rune ( wstem ti,il he singe phase 'an volt ' wire. fin cycle 1 q C. (srreer ii>_hnne non conractor individual con[miied pnoro- ' c-li -ith no neutni wire) Tine Ill sysrem shall he sing) ohase IoO/240 vnir ' wire h(l n= -_ _ _ cycle 4 C (street liehnne conncmrtrnffic aerial rounded O neumal service) _ - The nn.ver service noint shall he as noted on the plans and _ = shall be verified by the eiectrical servicmQ utilicv_ The service cabinet shall be marked with the SCrvICC Identification of the equipment grounding conductor shall - agrecmeRt letters and numbers.The markings shall be installed on contour) to all Code reouiremenis. the Outside cabinet door near the too of the cabinet. The markings Grounuing or conduit and neutral at the service point shall be shall be series C using stencils and black enamel alkyd gloss paint al'COmpllstlCd as CCaUtfCd under the Clue. VipURUing Oi the contormine to Federal Specilicarion TT-E--139. neutral shall be accomplished only at the service. SECTION 8-20.3(11) iS REVISED AND SUPPLEMENTED AS FOLLOWS: = 3-20.3(11) Field Test(RC) 40 t i� Siep _ — AM n .f.•1,.., - F No change to stop and go operation will be allowed after 2 p.m. All .tre light standards aerial noles and other standards on on any day nor will the change be allowed on Friday, weekends. e which C C^iriCal eauinmrnr s moumCtt mail he —munded in holidays. or the day preceding a holiday. ��*"*+ corner clad mr allic ^mums rod siX- in diameter � .'t'n" in Ient!ih - y comoiere%vith 1 8 A PVC; bare Conner hondine sign located in the e. nearest function hox. All signal controller cabine(s and t Reauests (or traffic signal turn on will not he signaf/liehnne <ervicr cabinets shall he -i-ritmded in i sig" !n consid red until a pre-turn on inspectinn of si}'nal diameter r 4'n" in length corner clad metallic -round rod Inc-aed system has taken nlaee. o must be crrrrr i b in the nearest iunctton has with a hare runner hondinC 5tnn stied a,ll dis ergo and deficiencies n y • in accnrdancc vain the mmn5 <ncc:tications and anniic^rile codes. the contractor and re-insoe=d ortor to reuuesting_ C;mund rods are considered miscellaneous items and all co,('; final turn on date. irc to he ncludcd wi!h the 4v,ie,n or conductor (, ' found stuns Rrtiurs(s tor i nal turn on hall not he considered until irc also m'cettancous items inlcss ,i <crmntc nnc ucm is rieetriC'il rrvl" to (tic in(ersccurnt 11'ts ne,:i provided nmvutcd in the "�rhcduic of nricrs ind his heel rhr"^+zed by tltr-irCtnt utility PENTON STANDARDS Pair R --45 RSUP96B.D0C 3il5i96 LHARO 8-20 Illumination,Traffic Signal Systems,and 8-20 Illumination,Traffic Signal Systems, and Electrical Electrical a A minimum of three ( ) workin days notice will he - - • reouired For signal turn on. ; o- Channelization at the intersection must he romol t Mgr _ plan before requesting signal turn nn date Anv deletions of chanagLzarion nrior to t ten on must hr } 4 approved by the engineer. 6_Cty forces shall vid _post and maintain p, er -' saenine warnim� of new signal ahem �;ARIJAFFi P';;Rr 8-20.3(13) Illumination Svstems SECTION 3-20.3(I3)A IS REVISED AND SUPPLEMENTED = . AS FOLLOWS: shall be= ;he iaei_ 8-20.3(13)A Light Standards (RC) - - Tn.. .,;f) Plan „ be t �5;F as= All new lieht standards shall be numbered for identification n accordance with the Plans using painted 3-inch series C b tPFEMFUd:A ^� tr numbers Installed three tees above the base facing the travelled way. Paint shall be black enamel alkvd gloss conforming to Federal Specification TT-E-439. In setting timber poles, the Contractor shall provide a "-- minimum burial of 10 percent of the total pole length plus 2 feet and shall plumb or rake the poles as directed by the Engineer. The hand hole shall he located at 90 degrees to the davit arm 3. Anchor bolts shall extend through the top heavy ors nut nvo full threads. on the side away from traffic A grounding lue or nut shall he E'a RP PR , 94s _hall provided in the hand hole frame or inside the hand hole frame or T inside the Dole shaft to attach a ground bonding strap - };-3S' t .`. '�9 t36•I•FS—��-i•Fh—ed•daa--yRri2a.+c} All poles and davit arms shall he deli ned to support a lummafre cvrrght or 50 Ihs or more and to withstand pressures - caused by wind loads of 35 m.o.h. with out factor of 1 All noies ,hall maintain a minimum -atery factor of 1 3 n.s.i. nn vieid sirenerh of weight load and a " n s i for hnsic wind nressure. - Davit .arms- tree=a-�--1•atrdn-rw_ • ,_ , ^ ; = The davit srvle arm shall incorporate a s'o- radius hend 6. ,anchor bolts damaged after the foundation concrete is as measured tram the centerline or the Shari The outer place) shall not be repaired by bending or w aortion or the arm :hail he n arly hori ontal ro -n' welding. The Contractor s repair procedure' is to be submitted to the move horizontal and shall b 7- furnished with a _ Enatncer for approval prior to making portion any repairs. The diameter shtorater with a maximum length of 9 inches to procedure is to include removing the tit the lumtnaire specified. The-pole end of the davit arm or the ancn �e shall he rasrene i s rurrlyor bolt, cutting threads on the undamaecd to the too of the shaft a flush ioint with portion to remain. the installation of an approved producing •tn even orotile. threaded sleeve nut and stud. and repairing the Anchor Base: toundation with epoxy concrete repair. Anne mrCe anchor base of adeouate str n tth shape and 7. The grout pad shall not extend above the elevation of Size shall he secured rp the lower en I of the shaft so than the bottom of the slip base. the base shall he caoahle or resistant at its viol I noint the bending moment of the shaft at its vi 1 I norm The hake shall he provided with four gloued or mun I holes to receive the ancnor holes Nut covers shall he provided with each pole- - Anchor Bolts Four steel inchor bolts each filled with two h cnuts and two washers. shall he furnished with the pole. Anchor boils shall inert the r ouiremenis or. .cciinn o_C)6 (3) and 9-1)6.5(4) The anchor halt vier I Point shall he canable of rrstsum1,the hrndine moment or the nole chart at its vieid nm The contractor <hall assure that all inchor halts conform In the recommended \.STM ntfci6c� ions or the nolc manutncturer and shall secure ind suhmit to thr City for tpproval all manumcttire- fata rn pole hen ding moment- anchor hnit .\ENTON STANDARDS Pace R -46 RSUP06B.DOC 3/I-i96 LNARO 8-20 Illumination,Traffic Signal Systems,and 8-20 Illumination,Traffic Signal Systems,and Electrical Electrical • fabrication data tot results and any other data that may be boards with pressure tvve binding oosts The only exceptions required to confirm that the anchor bolts me-t these specifications. shall he the splices for detector loons at the nearest iunction box to Miscellanenus Hardware: the l000s. II hardware (bolts nuts screws washers etc) needed SECTION 3-20.3(14)A IS SUPPLEMENTED BY ADDING to comolete the installatiortshall he stainless steel. THE FOLLOWING(RC) 1 D (Identification for voles): The contractor shall supply and install a combination of 1 diLits and one letter nn each hole whether individual 8-20.3(14)C Induction Loop Vehicle Detectors (R lumtnaire or signal pnie with luminatr. The letter and I I Sniices to loop return cables shall he mad( with numbers combination ,hall he mounted at the 15 foot soldered compression tvPe connectors. level on the vole facing approaching traffic L=,ends SECTION 3-20.3(14)D IS SUPPLEMENTED BY ADDING shall he sealed with transparent film resistant to dust. THE FOLLOWING: westher and ultraviolet exposure The deal markers ,hall be 3 inch souare with oo(hic gold. white 8-70.3(14)D Test for Induction Loops and Lead-in retlectorized 2.inch le-end on a blac+c background The Cable(RC) 1 D number will he assigned to each note at the end of The Contractor shall kern records of field testing and shall the contract or ar QLCr .L by the C tv t furnish the engineer with a cony of the results. office, Cost for the decals shall be considered incidental to the SECTION 3-20.3(14)E IS REVISED AND SUPPLEMENTED contract hid. AS FOLLOWS: Light standards shall he ;nun aluminum davit stvle and shall mr the noie detail requirements indicated below and the detail 8-20.3(l4)E Signal Standards (RC) she"s at 'he-nd of these sneclf gitions. 3. Disconnect connectors Complete with pole and bracket The onle ,hart shall he provided with a a" r 6" flush hand cable shall be installed in anv sienal standard su000rune hole near the hase and a matching metal cover secured with a luminaire. PluFRwailsA Stainless steel screws or holts. P! _q. The pole shall he adiusted for Plumb after all needed a equipment has been installed thereon After Pole is installed and plumbed nuts shall he tightened on anchor hops using Droner sized �ockets noon end or hoe wrenches Use of pliers. nine I1 The signal standard and its fabrication shall conform wrencnes nr other tools that can damage galvanizing will not he with all CUrrcnc Washincron State De artmrnt of nc-refitted Tools shall he of sufficient size to achieve adequate Transportation Signal Standard Specifications and torquing of the nuts the spice hrtween the concrete foundation current ore-aouroved plans by WSDOT. and ;he hnttom of the nnle hose plate ;hill he tilled with a do I - Installation of ail nuts and holts ,hall be performed ,pith pack morcnr _,root and trmvled to a ;mornh tinish contorming to prnner;ized sockets onrn end or hoc wrenches. Use of the ,:nntrnir of the noie hase niatr ome wrenches or other tool, which can damage the Dry nack' mortar grout ;hall consist nt a 1.3 mixture of oalvnnizntion of the nuts and bolts will not be Permitted. nnrtland c•--nent and tint sand with lust mouth water sn that the Tools shall he of a sutficirnt size and stren rah to mixture will stick together on bring molded into n hall by hnnd -achieve adequate torquing o(the nut(sl and will not exude moisture when ;o nressed A one half inch drain hole shall he left in the bottom of the grout Dad as shown on SECTION 4 z0 3(14)F IS AN ADDED NEW SECTION( the aandard detail. 8 p0 3(14)� Ooticom Priority Control Systems(RCl ,SECTION,4 zo 3(14) IS SUPPLEMENTED BE ADDING THE All new 00ticom Priority System components ,hall he �00 FOLLOWING: Series, or approved equal The Contractor shall supply one copy of the manufacturer's sottware on oneinal disks Controller 8-20.3(1 t) Signal Systems (RC) .All ;tgnai conductors ,hall he;zranded Conner and shall have caPinres ,hall have the ,(,a harness sired tncn the Cabinet h.. the (,flit vnit n;uranon and he of he ;izr; noted on the plans. All ttpnlicr. multi-conductor; used for the Signal ;v;tem shall conform to SECTION 3-20.3(15) IS SUPPLEMENTED BY ADDING THE divt,ion 9-'9 , and shall he of the;tzes noted on the sienal wiring FOLLOWING: ;cnedulc and wiring diler-tm All stmnded wire; terminated nt a terminal hlock hail hive an nprn end crimp stvle soderirs5 8-20.3(15) Grout(RQ terminal connector and nll solid wires terminated nt n terminal After the pole i, nlumbed the ,pace between the hlnck shall have an onen end Soldered terminal connector. All cone gee foundation and the hottom of the noie hase plate shall he terminals ,hall he installed tvrth a tool dr;tgned for the installation tilled with n dry nick mortnr grout trawled to a zmnoth tint;h • nt !hc correct tune of connector Ind crimping with pli .ers wire conforming to the contour of the nnie hn;e otatc Div Hack morn( cullers etc will not he allowed All %vtnm-, inside the controller out �hnll cnnsi;t of t I I mixture of Pordnnd cement and h e caPtnet mall he trimmed and cabled togcthrr to mike n neat-clean and with ittst enough wnter;n that the mtxturr will kick tngrther nncnnm• tnstaltation No •niicinc of anv tmtlic ;irnii conductor ,n hctng mnldCtl into a hill by hnnd and twill not etude mot;ntrr hail hr nrrmnted unless tthrnvi;c rndic::ted on the Pions. \11 enM uC'or tin; hail he utncncti to mnrnnnaw awnnl tennin:tl RFNTnN STANDARDS Pa^_e R - 1 RSUP96B.DOC 3;1 5i96 LHARO 8-20 Illumination, Traffic Signal Systems,and 8-20 Illumination, Traffic Signal Systems,and Electrical Electrical when so pressed. A one half inch drain hole Shall be left in the All costs for installing junction boxes containine both bottom of the grout pad as shown on the standard derail illumination and signal wiring shall be included in the contract SECTION 8-20.4 IS REVISED AND SUPPLEWENTED AS prices for the signal system. FOLLOWS: The unit onces for rhr items listed below 5hall be fitll comorn anon for rumishfinz and in tallino each item and for ail Labor, materials, tools eouinment and tecrinv 8-20.4 Measurement (RC) nccr ary and/or incidental for the full and complete installation as per the contract When shown as lump sum in the Plans or in the proposal as olams detail sheets and theses ecificationc illumination system traffic signal "Trench and Backtill. ..... " wide bv ..........deep. " per system 4- i_Ra✓ antra% >-s�em no specific linear root. unit of measurement will apply, but measurement will be for the The unit contract price for (,) "Trench ind Backtill" per sum total of all items for a complete system to be furnished and linear toor shall he lull compensation roe exeavnting loadino installed. hauling and otherwise di oosino of the wa to mare-ial, or Conduit of the kind and diameter specified in the Schedule of hacktilline and compacrine backtill material to speciFied dent in Prices will be measured by the linear toot for the actual new line and for the restoration of the trench to its nre-e�:i tines condition or length in place. unless the conduit is included in an illumir.ation as shown on the oians or as directed by the n ineer all n system. signal system. or other type of electrical system lump sum accordance with the nians speci ficanons and derail sheers bid item. a "Select Trench Back-till " orr ton (4)"Sefec•Trench Measurement for unit nricr items shall he as described in Backtill"shall consist or 5/8" minus crushed 5urthcing ton Section 8-20.5 or as described in the contract schedule of orices course and the unit per ton oricr shall include all costs and/or special orrivisions. associated with furnishing and installing the material and loading hauline and disnosino of waste ma[eri is SECTION 8-20.5 IS SUPPLEMENTED AND REVISED aS . _Foundation " ner each FOLLOWS: 6_ "Tvne ... Junction box " ner each *The unit ner each nricr for (5)"Foundation" and 8-20.� Payment (RC) (61"lunc;ion Box" shall he full comp nsation for full and cnmoieie installation per the nians-specifications and detail he-•s be that are Payment willincfudrd in the proposal:made for each or the following bid items nc!udine enclosing each item in a finished concrete oad which 1I. "Illumination System lump sum. shall he incidental unless 'a semrare my i[em is included in the • . -*Trams Signal D ' Scheauie of Prices for"Concrete Pad." System_ 7 "Concrete Pad." ner square vard. lump sum- Measurement for (7)" oncrere Pad- ,hall he by the square vard of surtace area enclosed inclusive of•ind not sub[rictinQ for The lump sum contract price for"Illumination System the area of the iunction hpx or foundation enclosed and shill he and "Traffic Signal Svstrm full roensation for full and complete installation as per the ,af�ie Sit- r anfrel S [ran shall be full nmpas (or turnishine all labor, materials. tools, and equipment necessan, for Plans. sneciticanons ana deraii Sher s the construction of the complete electrical system. modifyin 8 . too(.' Schedule 80 conduit P V C., - ner linear toot ' existing systems. or both. as shown in the Plans and herein specified including excavation. hacktilline. concrete foundations. The unit contract price for conduit hall include all conduit conduit, wiring, restoring tacilitirs destroyed or damaged during counkrips. adapters. elbows hinds reduce hell ends hushinPs construction. salvaging existing materials- and for making all and anv other matenal labor or eguinment necessary to complete required tests. All additional materials and labor. no[shown in rhr the �nstailatipn of rhr condole ��t asurrmrnthall be by linear toot trnm end of conduit to end of conduit as measured from the plans or called for herein and which are required to complete the ton of -ride atone the middle of the trench line and addin a electrical system.shall be included in the lump sum contract price. vertical measurement a[ the end of roc i conduit run equal to the t �� PeF design cn(h of the trench tin navment shall he made for additional conduit used by the contractor due ro honzonrnl or vcrticai weaving of the conduit within the trench line NaCERR = 10 "Street Light Standard " ner each SEEMS. 1 1. " _...-watt Luminaire and lamp." orr inch I?. " -watt .Luminnire•ind lamp with nhomcell " orr c;i_ch I ...A WG. . cooper wire-- ner linrnr foot la "Service cabinet. " rhr---uh The unit Per each nricr tilt(I.11"Service cabinet" shill he full comnrnsauon Ior fumtshinZ -Ind Imt•illin the Cully equipped canines and for users. standoffs •Ind anv other material. labor or • .-111 costs for installing conduit containing both signal anti co— associated with nrovidin� eiectricni .ervir- is required by iiiuminauun wiring shall be included in the contract prices for the hr -ircincnl nnlity the contact pions tlrinils ind nrciticannns ,aunal sys[crn. - ind noI mchutrtl as <cnarnic :lnv arms in the cnntrnc[ schedule of nricr,,. ZENTON STANDARDS Pate R --IS RSUP0 68.DCC ;i15i96 LHARO 8-22 Pavement Marking 8-22 Pavement Marking 15 " .......Signal head. oer each. 8-22 Pavement Marking • 16 Sienai head mountine hardware," per fumy sum The lump sum nnce for (16)"_. Signal head mounting SECTION 8-22.1 IS REVISED AS FOLLOWS: hardware" shall be full compensation for supplvino and installing all traffic or pedestrian signal head moun[in�, hardware in 8-22.1 Description (RQ conformance with the plans specifications and detail sheets. 17 "Pole mounted terminal box... "x.. "x...".and mountine hardware." ner each. Ship Center Stripe I4 "n/c shad loon return cable." ner linear foot. A BROKEN YELLOW line 4 inches wide_ The broken 19 '*3/C shad pre-emmion cable."Der linear toot, or -skip" pattern shall be based on a 19Lea; ?4-foot unit 20 " -mir shld interconnect cable" per linear toot. consisting of a !9-aef 94no[ line and a=Q=aet 1"-font gap. a I "Tratlic Sienal controller and cabinet." ner each. Skip center stripe is used as center line delineation on two The unit contact nrice for "Trarlic Signal Controiler and lane or three lane, two way highways. Cabinet" ;hail he full compensation ror furnishing and installing-2 Double Yellow Center Stripe tUily fMlioocd wired and operationai controller and cabinet. 12 "Traffic signal wire." per lump sum. Two SOLD YELLOW lines. each 4 inches wide. na "Si pal standard Tvne with -foot mast arm." ner separated by a 4-inch ~- :space. Double yellow center each. stripe is used as center line delineation on multilane. two wavy ')4 "Induction loop vehicle detector." per linear toot. highways and for channeliza[ion. The unit linear toot contract nnce for ()4)"induction Ionn QaipeApnroach Stripe vcnicle detector" shall be measured by the linear feet of full depth A SOLID WHITE line. 3 inches wide. used „ter sawcut required for installation The unit rinse shall he cull rams ennttatiens s also sed to delineate turn comnensation for full and comoietc installation including wire' lanes from throueh lanes_ for tratlic islands, and for hash sealant and all other labor, mitenals tools and couinment rcquircu marks Hash mark stripes shall be placed on 45 degree anele to complete the installation in accordance with the Dfans, and 10 2_44eet apart. soecificanons and detail shee s The unit nrice shall also include yrovidina and installinz conduit stub-outs and soldered sniiceS, Lane Stripe sblices to l000 return cable$unless yeoarate yay items are included A BROKEN WHITE line, 4 inches wide. used to • In the contract schedule of Prices for these other items delineate adjacent lanes travelling in the same direction. The Sawcutting shall be considered incidental to the loop mstailation broken or --skip- pattern shall be based on a 19 ;eei24400l whether nr not there is a seoarnte oav Item in the contract For unit consisting o[a IQ 4;ef 9-font line and a-;-le9: I5-66ot sawcuttine Vfeasuremem for a standard 6' x 6' induction l000 gap. shall he 23 linear te-t Sawcuttine for loon "Home runs" shall be done such as in minimize the total linear feet of �awcumne Drop Lane Stripe(Skip Approach Line) rcnuired by means ntironer locating ntloon return "Stub-out" by A (BROKEN WHITE line_ 3 inches wide. used to dircc• -nuun�! tit"home runS" and h.• cnmbinin� tin in 1 nairn ,f del.incote a lane that endue " -^�. The broken or loon %vires in a <inOe "hams •tan' <n%cut Loon and "i Inmc Run' --' it)' pattern Shall be based on a 2444L-foot unit consisune lavnut shall he aoornved by the =nginccr hctbrc sawc-hang inkc- of a 9=400t line and a I 4=toot gap. p c_ : _ e � 4 .. ..Splice kIL" ner .. A S9r 'ara—�9;==' Q vLiiny' h i ,.a i. :6 'Fin ^erCnCV VCnICIC rife-tnintinn dCTCCIOf" nC.'CaCn. i 27 "npncnm discriminator card," ner each. - a4. "Detector amplifier." ner cash. - 29 "Streit llent fUSe kI[," ner CIlCh. 30 "Pedestrian oush hutton with sign. " ner each. 31 "Pedestrian oush hu(ton post," ner each. as "Pedestrian signal pole Tyne L I(1-teet," ncrcnch >? .. --:�i- 7 _ne Si-ipe 13 "Relocate existing Dole," nercnch. T inn - iRch - The unit Der each nnce fbr "relocate existing )oie' shall he gated '�_ neh flaed T' « ' ruil compensation rnr removing the poic trom 15 '':Isling •otindation rernovmo ind saivnszin^ or re-installing ":Isnn_ cqulnmcnt nrtig-ing holes as -squired rind imtafling he noic on Its new rbundanon ind shall nc!ude :ill Inhnr, roois materials. Two Wav Left Turn Stripe cguibmcnt and ,inv mhcr cents neccssan• ind/or nc:dental m A SOLID YELLOW line. 4 inches wide_ with a complete the nstadntion ind mnke the Ciectricni cnuipmcnt BROKEN YELLOW line_ 4 inches wide. separated by a narrational all In iccoronncc with the ninns <rcciticznons .and 1-inch space. The broken or"skip•' pattern shall be based on dernii <hects. 1-1 -4*w 11-fon( unit consisting of a 9-tbot line and • t4 "Remove Foundation,` ner c:icn. a:w.). 15-foot space. The solid line shall be installed to The unit ner each nnce tar "Remove csisnng 'nnndation" the rwht of the broken line in the direction of travel. :nnll he hill •mmPcnsaunn !or rull and comnicic rcmnval ind hnulim- and disposnl of the trnmuation 4F\1T(1N CTa VnARnti Pa_e R _ 1q RSUP06i3.DOC 3, 15,96 LHARO 8-23 Temporary Pavement Markings 8-23 Temporary Pavement Markings Crosswalk Stripe markings, and cycle detector symbols will be measured by the A SOLID WHITE line.-4-2--i inches wide and 10-feet unit. • lone. installed parallel to another crosswalk stripe 3 A Measurement for pain t/n last ic sinne line removed shall be by the linear foot of"..." wide line or shall be included in the lump and narailel to the direction of traffic flow and sum price for "remove existing traffic markings" unless snecified centered in pairs on lane lines and the center of lanes See to he paid as a seoarate pav item. It not specitied as a enara[e pav detail sheet.. item, then removal of existing traffic markings shall be considered incidental to the pavment for ocher items of work and no t nher Stop Bar comnensanon shall he made. A SOLID WHITE line-44 12, 18 or 24 inches wide afilatss as noted othep-so m on the Contract plans. SECTION 3-Z2.5 IS REVISED AND SUPPLEMENTED 4S FOLLOWS. Traffic I mter-Legend A WHITE marking _ 3-22.5 Payment(RC) pH✓3l+faFiAR- S,,•rl4&F4 I pfleLaet �coo. r1ig;j er Sidi trrEl - using alphabetical lerters- 3• `Painted GofrAoproach Stripe per linear toot. 1 -Plastic tiara 31riPe tF 1"A Nir-;;R 13. -Painted Traffic 6rttef Legend", per each. #+ # See contract plans and detail sheets 14. -Plastic Traffic I�aF;- c2cnd", per each. 22. "Remove Paint Line....." wide." per linear toot SECTION 8-73.3(5) IS REVISED AS FOLLOWS: 23. "Remove Plastic Line " Wide." per linear foot.* 24. "Remove existing traffic markings "per lump um 8-22.3(5) Tolerances for Line Stripes (RC) ' The linear foot contract price for 2I. "Remove PaintLine" Length of Stripe: The longitudinal accumulative error and 22. "Remove Plastic Line" and the lump sum contract price within a-J�24-toot length of skip stripe shall not exceed for 23, "Remove existing traffic markings" shall he f'uil plus or minus I inch. comnensation for removal of existing traffic markings as per the SECTIO1V3-213(6) IS REVISED AS FOLLOWS: plans. soccificotions and detail sheets. If these pay items do not appear in the contract schedule of nrices then the removal of old 8-22.3(6) Installation Instructions(RC) or conflictine traffic markings required to complete the Installation instructions for plastic markings shall be channelization of the omiect as shown on the nians or detail • provided for both the Contractor and the Engineer_ All materials sheets shall he considered incidental to other items in the contract shall. be installed according to the manufacturers and no further comnensation shall be made. recommendations-=Fi•' ......teal -'9resat}[at+:1 The unit contract orices for the above listed hid items shall he full nav for furnishine all lahor. tools material and eouinmcPt necessary for the comnietion of the work as snecified SECTION8-72.3(7) ISA NEWSECTION: 8_23 Temporary Pavement Markings 8-22.3(7) Removal of Traffic Markers(RC) SECTION 3-73.5 IS SUPPLE:'-fEVTED WITH THE The wPrk to remove all old or contlicnne stripes lines FOLLOWING: nuttons. or markers as reouired to complete the channelization of ,he nroicct as shown on the nians or detail ;hects shill he 3-23.5 Payment(RC) considered incidental to other contract oav items and no further comnensation shall he made unless a senor-ate oav item or items If no nav item is included in the contract for installation or are orovided for such removal for removal of temporary Pavement markings then all costs assoctared with these items are considered incidental to other items in the contract or included under "Traffic untroi " if that SECTION 3-22.4 IS REVISED .-I/VD SUPPLE:YIENTED AS item is included as a bid item. FOLLOWS: 3-22.4 Measurement (RC) The measurement will be based on the travel distaRCO ed-e4 a marking system capable... 9,."Apnroach stripe. barrier stripe. crosswalk stripe. and stop bar will be measured bv_ the linear foot of each marking type. Traffic arrows will be measured by the unit with each arrow .cad defined as a unit. _. • Tratfic 1eReFSle^ends, handicapped parking Mail svmbois. :referential lane symbol;. r Broad crosstnu swnbois. drainage :E-,TON STANDARDS Pa_e R- 50 RSUP96B.DOC 3il5196 LHARO 9-00 Definitions and Tests 9-02 Bituminous Materiaisl Division 9 _ t t.-;.r !he_- Materials � nFaFive samples sa�mlFFed -n6 4 -i. II 1, -,.asg -4 1 open afaeL ar :he cn�d. No material for navmenr 9-�� Definitions and Tests may be produced for use on a oroiect until the ioo mix formula has been approved by the engineer. The SECTION 9-1)0 IS SUPPLE:WEYTED SY ADDING THE mixture shall he designed to meet the test cntena li_stcd FOLLOWING: in Section 9-03.3(2) and remain within the iimits set torth in 9-03 3(6). The determination or the ion mix 9-00(A) Recvcled Materials (RC) tnrmula shall he the resonnsibiliry of the Contractor. The City encouraeCs the use of recycled materials ivneneyer The i ntermingling of asphalt concrete mixtures - oractic;ible, provided rhat those materials meet or exceed all produced from more than one 1iviF is prohibited. Each applicable requirements described elsewhere in the contract strip of asphalt concrete pavement placed during a q working shift shall conform to a sineiejob mix formula snrclfications. Should rCCvCICd pia[Cflals be UIIIIZCd. the City established IOf the class Oi asphalt concrete �DCCI[ICa requires that a Recvcled Product Reporting Form he completed by - uniess there is a need to make an adjustment i� the the Contractor. 1MF. The 1MF shall he submitted in writin- by the 9-02 Bituminous Materialsl Coniracror ro the Engineer at least 10 days prior to the Start of paving operations and shall include as minimum- 9-02.1 Asphalt Material, General a. Percent nassinQ each sieve size. h. Percent of asnhait cement. SECTION 9-02.1(10) ISA NEWSECTION: C. Asphalt grade. d. Mixing temperature. 9-02.1(10) Loop Sealant (RC) C. Comonction temperature. I)nless snecified orhenvise in the contract or permitted by the f. Anti- mo agent content- ' • Engineer upon request from the contractor- loon seaiant shall he hot-melt, rubberized asphalt sealant (Crafeo Lono Detector The Conrractor may not make any changes to the Sealant or approved eoual). ;hall meet the penetration flow and 1MF without prior wniaen approval of the F-iaine-r resilience soeciFrcotions of .-\STM D3a07 and shall he installed Should n change in sources of materials be made. n pr.v with in approved anplicstor on rontormance with manufacwrer< 1,MF must he approved by the Engineer before the new recommendations. materinl is used. The _nntrnetor ;hall request and ohtarn iririrovni !mm the v., . hail �e ,,dWiG,d . •�. Ene!nerr for the rune or Irmo �eniant to he used hernrC nsmliinc r enFi :l a FAHa r- aspha,�,;,aEdF%@i 6 Id nF _: iB ur!eetor loons :ind <hall uhmit manufacturer curshee!s or nihcr data it renuested by the F.n_!nerr m order to enable the Fngmerr _. ,,ih 'lire POFFR IR SM11--iCal AGQr9FaFIC@ ro determine the accrprahility or the sealant. All loon seniant <hali Tye aVeFaee _tad: he ealTi E+iefe6 riniv fir installed in thorouchly clean and dry ravement and shnil atp _ _ br anplira in contormance with the methods required is m Jetitq -, !d c -,,,.., n n, vr�i + •tiuFLSU—AE temoerature and means nr nnpiication such as to comoleteiv !ill RFR44 _ the sawcut area. encapsulate the lonn wires and ndhe,e to Ihr .ti, !sLc_„•,. :r o.-.r�^ _ - pnvemrnt. r ?i_. Job Mix Formula Tolerances-and A.'j AFatafs. 9-033 AGGREGATES a. . After the JNIF :s determined. the several constituents or[tie mixture SECTION 9-43.•Y(6)A i,S RFVISED -f S FOI -OW at the time or acceptance shall conform io ;he tollowinE_ toieranccs: 9-03.3(6)A Basis of Acceptance (RC) Asphalt Concrete wril be accepted based on its Constiruenr cif Mixrure Tolerance Limits conformance to the proiect job mix formula IJMF). P.+ The tolerance limit :or each mix constituCat shall not exceed the ..,s a e aFeS 'e 'ir sed alone ith 'he—adaild. - - - broad band ipec:fic_r,on a e_atee limits specitiCqn ae -ir+WHre�- it»_Fher sed • - - "P' Section ')-1)3.3(6). \esreguic passine Broad band at4Fe_tFrS 4rni • ii 1" -1(j.. 5iS Ii, spcciliritrun !units and „I.. sIc es >cCtiun ')-t)� �(V). RENTON STANDARDS Pace R - I RSUP9613 DOC -,;I:i96 LHARO 9-04 Joint and-Crack Sealing Materials 945 Drainage Structures, Culverts,and Conduits2 Aggregate passing 1/4- sieve = 6% 9-05 Drainage Structures, Culverts, and Aggregate passing No. 10 sieve = 5% b Aggregate passing No. 40 sieve = 4% Conduits2 • Aggregate passing No. 200 sieve ±:241e-Note I Asphalt cement =0.5%Note2 SECTION 9-05.4 IS REVISED AS FOLLOWS: For open graded mix: Tolerance limits shall be for aegregaic gradation oniv and shall be as specified in Section 9-03.8(6). 9 OS.d Steel Culvert Pipe and Pipe Arch (RC) dote I — 2.0% if less than 50% RAP (Recycled Asphalt Pavement),2.5%for 50%RAP or more. Ste--I culvert pipe and pipe arch shall meet the requirements Note 2 — 0.5% if less than 20% RAP, 0.7% for over 20% of AASHTO fM 36. Type I and Type II. Welded seam aluminum RAP, but less than 50%RAP, 1.0%for 50%RAP or greater. coated (aluminized) corrugated stcef pipe and pipe arch with These tolerance limits constitute the allowable limits used in metallized coating applied inside and out toilowtng welding is Section 5-04.3(8)A to determine acceptance. acceptable and shall be asphalt treatment coated. } � ssdp ,ed .�:itr-fit SECTION 9-05.7(2) IS DELETED AND REPLACED BY THE P'IF- jS a., ,a .ti^ 4 h- FOLLOWING: .,r .ti.. GA ,.:r,a .ti.. ti.,,^,f 4^nPI 9-05.7M Reinforced Concrete Storm Sewer Di e R Reinforced Concrete Storm Sewer nine shall conform to the n- requirements or'ASTVI C-76 and shall he Class IV Cement used in the manufacture nt reinforced concrete nine shall he Tvne II in conformance with ASTM C150 Nn admixture shall he used ��re�^Ee5 6`een ''FiiidR ikl9111tii 4AFR r .h.. n. r.,.,.:.._.... unless othcnvise specified. SECTION 9-05.7(1)A IS SUPPLEME.•VTED BY THE FOLLOWING: a_gre_at@ pass;Rg 'hn Ve. 19 ands e.'9 9_05.7('_)A Basis for Accentance (RC) � '�-�PeReHi 'ef :hr a_=^� All nine shall he subiect to (1) a three-edge-hearine streneth �" - (D-load)rest in accordance with ASTM C76: and (2) a hvdrostatic av;vsifikeRfs—iv^—:;��'��-'r�—;'evti— 1i}3�2 3L -i12 test of rubber gasket ioints in accordance with ASTM, C361 or • A WWA C302 except test pressure shall be 5 psi. ;hFiT � SECTION 9-45.7(3) IS DELETED AND REPLACED BY THE -a:....jFRe.... aS ..a...a .4-- c.,. ....^ ... n FOLLOWING: hr 'ansidrre�4 as a Re" 4 if `-- 9-05.7(3) Concrete Storm Sewer Pipe joints (RC) 14 44P Tlx. -A.ius--d "'P pius mi. Join[ assemhly design ;hall he reinfnrced concrete hell and Sninnt tune incomor-Iting a fully retained ;ing�e rubher gasket in accordance with ASTM C361 or AWWA C302. Ruhher gasket _. I, 3ia.,;rEv;,K'Flf. T h—n--�•cff—c,:=!adcf—;,a+: material shall be neoprene, chaAge wet��rJma+- '44 SECTION 9-�5.7(t) IS SUPPLE.NENTED BY THE FOLLOWING: Gk!Mtfif :eRjeRf-4Eee4;AR- " ' 9-05.7(4) Testing Concrete Storm Sewer Pine the :R+;iA-.'`,-1P wi'l 4- Joints (RO Hvdrnstanc testing of nigher�•asket ioints Shall he ncrtormed in iccnrdance with ASTM C36i or AWWA C302 except [es[ 9-04 Joint and Crack Sealing Materials nressure`nnil he 5 psi. SEC'T101V 9-u5 9 IS REVISED 4/VO SUPPLEME.-VTED AS SECTION 9-04.11 IS A NEW SECTION FOL L O WS: 9-04.1 I Butyl Rubber(SA) 9-05.9 Steel Spiral Rib Storm Sewer Pipe (RC) 13utvi nfhher ;hall cnntorm to 1STM 02000 III `IG 6P) The manufacturer of spiral rib storm sewer pipe shall furnish • the Engineer a:Manufacturer's (:crtitieate of Compliance statinc that the materials Iumuhed comply in all respects with these . . TON STANDARDS Pa_e R - 52 RSUP96B.DOC 3%15i96 LHARO 9-05 Drainage Structures. Culverts,and Conduits2 9-05 Drainage Structures, Culverts,and Conduits2 Specifications. The Engineer may require additional information oloe shall comniv with all material and stiffness reouirements of or tests to be performed by the Contractor at no expense to the AASHTO M294. State. SECTION 9-05.14 IS DELETED: Unless otherwise specified, spiral rib storm sewer pipe shall be furnished with pipe ends cut perpendicuiar to the loneitudinal SECTION 9-05.17 IS REYISED AND SUPPLEAfENTED AS axis of the pipe. Pipe ends shall be cut evenly. Spiral rib pipe shall FOLLOWS. be fabricated either by using a continuous helical lock seam or a continuous helical welded seam paralleling the rib. 9-05.1 7 Aluminum Spiral Rib Storm Sewer Pipe (RC) _ - Unless otherwise specified. spiral rib storm sewer pipe shall _. be furnished with pipe ends cut perpendicular to the longitudinal stew -Q.Q. axis of the pipe. Pipe ends shall be cut evenly. Spiral rib pipe shall ti + n ^^� ^ T ^' be fabricated by using a continuous helical lock seam with a seam - •- -- - -- - _ .. gasket. _ _ _ - - 2. n - o ti T Steel spiral rib storm sewer pipe shall he manufactured of - h•' "^W""" metallic coated (aluminized or galvanized) corrugated stet! and - inspected in conformance with Section 9-115 a The size. coating- -_.._-.. and metal shall he as shown in the Plans or in the Specifications For spiral rib storm sewer Dive helical ribs shall nrojrc: ` ` nurwardly trom the smooth pine wall and shall he fabricated from - a sing(c thickncss tit material The ribs :hall he essenttaily - Pipe - II _ rec an-ulnr and shall be 3/1 inch plus two times the wail thickness 9a, ed. T;• lie) plus95- or minus 1/R inch (measured outside to outside! and a minimum of n 95 inch high (measured as the minimum vertical For sninl rib storm sewer viol helical ribs shall protect distance from the outside of nine%vall immediately adiacent to the owwardiv from the smooth pipe -rill and shall be fabricated from Inclsenm or stiffener to the on surface of rib). The maximum a single thickness of material The ribs shall he 3/4 inch %vide by spacing of the ribs shail he 11 _s inches center to cenrer '/1 inch deer) %vith a nominal spicing of 7-1/2 inches center to (mensured normal to the direction of the ribs) The radius of bend center. Pi re shall he fabricated with ends that can be ettec:ive}v tit[he metal nt nct! corners of the tins chail be a minimum of() Ill jointed with counlim>hands. inch and a maximum of fl 17 inch If the sheet henveen adiacrnt For narrow pitch -rani rib storm sewer Hire helical ribs shall ohs does not contain a lockscam a stiffener shall he inciuded protect Iwtwirdly irom the smooch nine will and shall he midway hetwetm tins having a nominal radiusf o o 25 inch and a anncated from a single thickness tit material Thr ribs shall he minimum heignt of O i0 inch rowird the outside of the nine. Pine R37� inch - I19 inch wide (measured outside ro outside) and a shall ht fabricated %vi[h ends chat can he effectiveiv tainted with minimum racing n( ribs hill he 1 90 inches center to center counting hands. lmrasured normnt to the djrrcnnn of the ribs) The radius of hend When reouired spiral rib or narrow pitch spiral rib plot shall O( the metal at the comers of the tins shall he O 067i inch with in be hituminous treated or paved The bituminous treatment for atlowible to}rnnce of'- Ill nrrcent. Mimi rib nine shall conform to the reouirements of Sections 9- For wide pitch spiral rib storm sewer nine helical ribs shall 05 1(3)and 9-r15.1(4) �nlrct nutwnrdiv from the smooth vine will and shall be For narrow pitch spiral rib sewer nine. the helical rihs shall fabricated from a single thickness of material The ribs shall he Project outwardly from the smooth nine wall and shall he ;/1 inch I/S inch wide (measured outside to outside) and a tahncited from a single thickness nt material. The ribs shall he minimum of 0 9; inch high (mtnsured is the minimum vertical 37s inch - I/S inch wide (mere ured outside to nu[side) and a iisrance 'rom the Outside tit pine will m ton surtbec of the tin). minimum of 1375 inch high imrasured as the minimum verticni The maximum soncin tit ribs hail he 1175 inches center ra distance of -ihs hall tie 1 `0 inches center ro center (measured ccate 'measured normal to (he direction of the ribs) The raorua normal to the direction of the ohs) The radius or hind tit the oi hind tit the metal at the cnrncrs of the tins shall he O 0625 mch metal :it the :orners lit the ribs mail tit o 062s Inch -.vith in si(h an aliowihle toierancr tit- 10 percent. aiiownnit mierinet nt- io nrrcent. SECTION 9-0S.120) IS,a NEIV ADDITIONAL SECTION: 9-05.12(1) CPEP Sewer Pine(RC) CPFP - Smooth interior nine and listings shnll he manufactured from high density nolycthviene icon which :hall meet nr tectad the reguirCmtnts ni Tvne I 1 1, (-alegon' 1 or ` ( ride P11 or Pa.l Class, C per »TM f 24M. In addition nct RENTON STANDARDS Pa_e R 35 RSUP968.DOC: 3/1-;i96 LHARO 9-06 Structural Steel and Related Materials 9-29 Illumination,Signals, Electrical 9-06 Structural Steel and Related Materials Coating SvSTem: C1 Coating Matcriai: High Solids Urcihane • Surfacr57 Concrete 9-06.5 Bolts Surface Prenaration: In accordance with SSP Sp-7 (Swceo or brush off hfasrI SECTION 9-06.5(4) HAS BEEN SUPPLEMENTED BY Aoplication: Shoo/Field The drying time ADDING: between coats shall not exceed 74hours in anv case_ 9-06.5(4) Anchor Bolts (RC) System Thickness: 6.0 mils dry film All anchor bolts nuts washers and anchor ofare for •iizriaf oaring : Primcr- One coat of Wa•see poles. stree( light ooles. strain poles or other types of poles shall MC-Consenl hieh solids meet the recommended snecifications or the role manufacturer. urethane(2.0 DFT) Finish: The Contractor shall be re nonsihle for providinQ to the Enqinetr Two or more coats of Walser anv and all data concernine Fabrication ;tren-h rest results mill MC-Conseal (min a 0 DFT) cerriticarion and other data reauired to confirm that the anchor bolts meet those specifications 9-23 Concrete Curing Materials and The rollowing standard soecificarions hall aon1v to anchor bolts for street light signal and strain poles orovided that the Admixtures Contractor can submit documentation from the manufacturcr atlirmine that anchor bolts meeting these soecitication are SECTION 9-23.9 IS REYISED AS FOLLOWS: recommended for the pole to he installed the-eon• 1. The standard anchor holt for al minuet stlev lilivht holes 9-23.9 Fly Ash (RQ shall he 42 inches in length and shall meet the reouiremenis of ASTM A 16 or ASTM .A ,07 The shaft Fiy ash shall not he used around water lines. or the anchor bofr shall he a full one inch in digmew with a ho( forced four inch - " bend on the bottom end 9-29 Illumination, Signals, Electrical and a minimum of six inches of die-cut rhr ads on the too =(L SECTION 9-29.1 IS SUPPLEMENTED BY ADDING THE The anchor holts for sirrnal noles and strain poles 2uU FOLLOWING. met:( the specifications as desi n t d on the approved • manufacturer's oole ofans and/or ;uoolennencaf plans or 9-29.1 Conduit(RC) specificarions nrovided by the manufacturer- All anchor hosts. nuts and washers ;hail meet the pole The conduit P V C. - non-metallic shall he of the two types mnnuracrurer's specifications and shall he hot dinned anivani ed indicated befow- unless ;uch galvanization is not nermitted for the ryne of steel as I_ Schedule QQ Extra heavy wall P y C. conforming to ASTM. nee 1ee(ion 9-116 5(1) Standards.to he used in all installatinns under roadways. _ Schedule 10 heavv wail P V C cnnformmg m ASTIM Siond3rds. 9-08 Paints SECTION 9-29.2 IS SUPPLE:NENTED BY ADDING THE FOLLOWING: SECTION 9-08.8 IS A NEW SECTION: 9-29.2 Junction Boxes (RC) 9-08.8 Manhole Coating Svstem Products (RC) Junction boxes shall he reinforced concrere with zalvinized steel from anchored in oiace and galvanized stc-f cover olate 0-08.8(1) Coatinq Svstem Snecifiggition (RC) (Diamond nanern)as indicated on detail 5hevs The toilowing coating system speciticotions shall he used for The inscriotions on the covers or the function bores shall he coating (sealing) interior concr to(inciudine the channel)surfaces as follows: of sanitary se%ver manholes when required I Signal only-"Signals" Street I.ig--him--only- 'fighting" Coatin}System Specification Traific Si•,na1 and Street li•feting Facilities-"TS-t T" The above inscriotions shall not he higher than the top A_ Gcnerai surtacc or the cover nlntes. l3unen VtanhOle $urface Color Pnint System SECTION 9-29.3 IS REYISED AND SUPPLEMENTED AS FOLLOWS: Buried and White / 1 c.xnnsea 9-29.3 Conductors, Cable (RC) concrere �irtacr Fnch xvire ;hnfl he numbered at each terminal end with a • won-arnund tyrc numbering ;trir hearing the circuit number -114.4(21 Coating Svstems shown on the clans. Hwh '�„iid; I Ircthanc No .nlicing oranv traffic signal conductor shall he rtcrnnmed nnics. ithenvo;e rridicated on the mane k1l conductor runs shill :ENTON ST.-\NDARDS Page R - 54 RSUP06B.DOC :11 /96 LHARO 9-29 Illumination, Signals, Electrical 9-29 Illumination.Signals. Electrical be to the appropriate sionai terminal compartment board 9-29.11 Control Equipment with pressure rvne binding posts The nniv exceptions shall he the • -,ices for detector loons at the nearest function box ro the loops. SECTION 9-29.11(Z) IS DELETED AND REPL ICED WITH: The contractor shall provide and install all the necessary wiring fuses and fittings 5o as to comn!ete the installation of the 9-29.11(2) Photoelectric Controls (RC) signal and lighting eauitiment as shown on the nians All Photoelectric controls shall he a plus-in device. rated to materials and installation methods except as noted nthenvtce onerate tin I')0 volts 60 Hz The unit shall consist of a bent herein, shall compiv with appiicanle sections or the Natonai sensitive ciemem connected to necessary control reiays. The unit Electrical Code, shall be so designed that a failure of anv electronic component 3. Detector loop wire shall be No. 124-4 AWG stranded will energize the lighring circuit. copper wire. Class B. with chemically cross-linked The photo cell shall be a solid state device with stable polyethylene type RHH-RHW insulation of code turn-on values in the remnernture range of de—er5 C to -"0 thickness. dr rers C. The photo cell shall be mounted externally on ton or t l 1) ;Communications cable (6PC-C-T shall meet chi: Iuminaire In a contactor controlled system the ohoto cril to RE.-\ spect[icauon PE-39 and shall have s:}-'9a+F No. control the system shall he mounted on the luminatr_e neorest M 19 AWG wires with 0.003 inch FPA/MPR coated the ;eryicecrintactor cabinet The photo ce;l ;hall hr c:rnnhie of aluminum shieldine. The cable shall have a petroictlm switching"nN" 1 000 wntts of incandescent Inad as a minimum. compound completely tilling the inside of the cable. The shielded communications/sign•tl interconnect cable Shall SECTION 9-29.13 !S SUPPLE:NE:VTED BY ADDING THE FOLLOWING: meet the follow ng7 1 Conductors Solid soft drawn annealed Conner. size 19 9-29.13 Traffic Signal Controllers (RC) awe. Insulation- solid virgin high density polvethviene or The unit shall nnc-ate on 120 volt 60 cycle sing!c chase polvornnvlenr with telenhone industry color coding. alternating current and shall use the power line freduehcv as a Cable core assembly- insulated conductors are!wisted into time base Thr rrnttic sinnal controller shall met! the pairs with varying lovs (twist lengths) to minimize cross requirements or the National Electrical Manufacturers Association talk and meet strict cooncitance limits. (NEytA)Standard Publications. 1 Shielding- .A corrosionioxidation resistant tinted c hvlene Components such as resistors cap'tcitors. diodes and cortolvmrr coated thrnh sides! 1)0R" thick cnrTuga[ed nnsistors shall he individualiv replaceable utilizing approved • aluminum tape shield is annlied loniwudinoih• \yttn standard soldering rechnidues intergrated circuits shall he shielding coverage A 005 corrugated Lane norlied in the mounted in sockets and shall he easily renlocroble _without same manner is accrntahlc. soldering All comonnrots shall he standard "nft'the she!I" arms. Outer i•tcket' A hlack low density high molecular wei!ht The irnftic signal controller shall he copanie of interraeing virgin nolve•hviene tcompounded to withstand �uniignt. with the •Multisonic real time, master computer. The contr_ollrr trmnera[ure yanatinns and other enyirnnmental conditions shall be capable or ho(h on-line onerntion tcontroi by the Pius inusc luring mtallationl !s rx[ruded overnil 'n m_ultisonic master computer) •tnd standby onrrnttpn The provide a contmuous covering cnntmller shall e5[0660 the sequence of sign tl phases including EnntagC markings" �notage markings must he nnnted v In CnntOrmancC with the signal oha5ing diagram on the 0 e lno Sequentially a minimum nrn'along the outer iocke[. plans When oneratin tither in a fixed time mode or in a fully- Eiiling' the --itire cable within the outer Tacker is flooded actuated mode with volume density on each phase as required. with re roirum-nniyethylene gel filling compound All cleorzincr nmmg rind nedrstrian timing shall he accpmpttshrd inciudiniz the area htn%vern the outer incker and the shieid. it the locni Intersection. SECTION 9-29.9 iS SUPPLE:NE.NTED BY ADDING THE SECTION 9-29.13(2) IS REYISED AND SUPPLEMENTED FOLLOWING: AS FOLLOWS: 9-29.9 Ballast, Transformers (RC) 9-29.13(2) Flashing Operations (RC) 2. Police Panel Switch. When the tlash-automatic switch i The Bailast 5h•til he ore-wired to the limo socket and located behind the police panel door is turned to the terminal hoard, flash position. the signals shall immediately revert to SECTION 9-29.10 IS SUPPLE:NE.VTED BY ADDING THE flash. however. the controller shall "STOP TINIE." FOLLOWING: When the switch is placed on awomauc. the signals shall continue to tla_sh for an additional 3 second tlasn 9-29.10 Luminaires (RC) period. At the completion of the continued 8 second flash period. unless o[herwise specified. the controller The litter shill he charcoal with class-omer gasket. shall nnmediately resume normal cvclic operations at I umin tiers Shall have t cast aluminum hottsint'_of the Cohn he bectnnine of arteryRvellow. head style with n ^lass ovate rcrrnctor 1. Power Interruption. On ", EMA" controilers any power The manufacturer's name or <vmnol <hall he clearly mnrked interruouun ionecr than 17= plus or minus on cacn Iuminaire. ,J mtllisccunds. iienais shall re-cneretze consistent \rah No. '_ above to ensure an 3 second flash period prior to the start of artery green. A power interruption of RENTON STANDARDS Pa_e R 55 RSUP96B.DOC 3%13i96 LHARO 9-29 Illumination,Signals, Electrical 9-29 Illumination. Signals, Electrical less than 475 plus or minus 25 milliseconds shall not cause resequencing of the controller and the signal C. Shall operate over an ambienr temprren-r� ran a or—ln° • displays shall re-energize without change. ?!ape+ t +1 0°F(-40° t =R °fl _ _d. Shall have internal circuitry encaocFRIAHS ut1red in a rmi Flexible compound and Shall be impervious to moisture, 5. Conflict Monitor. Upon sensing conflicting signals or Shall respond to the ooricz� energy iml)ulses g unsatisfactory operation voltages. the conflict monitor generated by a pu�rd Xenon sources wttn a pulse energy drnsiry of shall immediately cause the signal to revert to (lash: 4 3 micro joule ner square meter at the detector a rise however, the controller shall stop time at the point of time less rhan one microsecond and half oo.vrr point conflict. After the conflict monitor has been reset- the guise width on nor less than rhirty microseconds controller shall immediately take command of the signal Discriminator displays at the beginning of artery areravell w. Each module shall Jo the rollowing 6 Flash unit shall he a two circuit tvne canable of switching loads up to 1000 wttt ner circuit alternately a Shall nrovide (or a minimum of vxo channels of optical at a rate of 60 flashes orr minute per circuit. plus or detector input. minus two flashes per minute SECTION 9-29.13(3) IS REVISED .41VD SUPPLE,,WE.VTED h. Shall nrovide for a minimum of iwo di crete channel of AS FOLLOWS: opttcnlly isolated output 9-29.13(3) Emergency Pre-emption (RC) When a arc-emotion detector detect an emir ency vChtCtC Immediately after a valid call has been received. the the phase selector shall hold the controller in the -eauired nhase or pre-emption controls shall cause the signals to display the advance directly to that phase atter rihserving all vehicle required clearance intervals and subsequent pre-emption intervals. cienronces. The nhase selector shall hold the controller in the Pre-emption shall sequence as noted in the contract. Pre-emption pnase selected until the der etor no longer de•ects the emer rncv tquipment shall be installed so that internal wiring of the vehicle. controller. as normally furnished by [he manufacturer. is not When the nhase seircror is re nonding to one detector it altered. T r shall not respond to anv other detector until call from the first n detector are satisfied. (ndicator lights shall indicate nower on • . zgnal brine received channel called. Switches shall control r systern nower and simulate detector calls for each nhase Emer-trtcv vehicle ore-emntion shall he rurni hed as modules that plus directly into a rack wired to accent ;-.�f SECTION 9-?9./3(J 1S SUPPLEMENTED BY.fDD/NG THE liscriminator tvne units. The orr-tmprion system operttion Shnll FOLLOWING: he ;ompanhlt with the i00 Srrirs -VI commny "onticom" systrm _p �%hich the uy of Renton i- currently using and shall he canable 9 -9.13(3) Wiring Diagrams (RC) The controller cabinet shall have n atemrno(envelone with ��(hrine activated by the same transmitters. w a side access attached to the inside of the cabinet door. At the The optical sienaf discriminator system ,hall enable an time of defivery the rnvefooe shnll have (our nmpfetC sets o �urhonzed vehicle f to remotefv enntrni traffic control signals from Schematics and manualc (or all ncsemhlirs and ub semhlie i distance of up to L400 re-, t0 �;4 kjiometerst along an Unobstructed "line of sight" path The system shall cause the SECTION 9-29 13(6) IS SUPPLE tENTFD BY ADDING THE rratTc siennis controller to move into an appropriate tire orc- FOLLOW/Nr - emption program -his optical discriminator shall interface to the .62 Sorrwarc roe field programmability It shall consist of she 9-29.13(6) Radio Interference Suppressors hllowine components: Cornell-Oubiler radio interference tilter ^tF 10,101 1 10 nntical rnergv detectors which shall be mounted on the ads or :Quivnient Shall he a ed to filter the A.C. nower traffic stenni mast arms and shall rreeivr the nnncaf Additionally all mover supplies shall hnvr noise immunity trnm enerev rmttter✓s ci nal. other devices within the caomr' h Discriminators which shall cause hr si nnl controller ro SECTION 9-29.13(7) IS REVISED AND SUPPLEVENTED 4 into internal pre-tmpnon which will ive he AS FOLLOWS: authorized vehicle the right of cyny in the manner shown on the nhase se lC 1CC dilPnm 9-29.13(7) Traffic-Actuated Controllers (RC) Traffic-actuated controllers shall be electronic devices which. c. Prr-rmrrton Indicator I i hrs when connected to tragic detectors or other means of actuation.or both. shall operate the electrical tradic signal system at one or npncai Detector more intersections. • T shall br of .olid Mite constntction All solid-irate electronic traffic-actuated controllers and their suoplcmental devices shall cmpiov dieltal liming_ methods. h Fitting Shall meet the <nectficnnnns of the the traffic signal control cguipment. unless othcnvtse manufacturer[o raciiitate install�uton permitted in the contract, must specifically :onform to current •-1,r n( aEN )N STANDARDS Pa_r R - 46 RSI!Po (,a no (- i �•ot, r u..or� 9-29 Illumination, Signals. Electrical 9-29 Illumination,Signals, Electrical NEMA specifications. - minimum of 72 hours continuous satisfactory oerformance of the • - - enure inregrnted system has he^n demonstrated The +.{ a ba,-_.heS. 9p@^9GaE'8R5 ^.,d;he CORiMri. demonstntion by the contractor to the Engineer of all components Actuated traffic signal controllers shall be 3-phase control functioning omneriv shall not relieve the contractor of any units. Volume-density timing features shall be provided on all resnomihdiry reiarive to the proper tunctionna nt all arorestated controllers. coniroi scar when field installed. E Pjn of dvt rF aennreF Ar---P'Ug Shall hr -H. iaee SECTION 9-29.13(7)B IS REYISED AND SUPPLEMENTED trc�c a 4 'h ' 14— I"`' 'deHlr2mdnF dh6epi ihai .r d-d F; AS FOLLOWS:^ i e � re-tlaeiiiFy a e- `JE\Ir1 a-eFlFre11d45 at ,A' 'Fla ''I 9-29.13(7)B Auxiliary Equipment for Traffic _ Actuated Controllers (RC) i ,a,,, ,� ^"^ 'r'a' 'nF•' �eeli.--� 3e�-+ i'3r�+=�einmrr�E . aG _ 9144 j.c_-;1'iSh 'F'int'et-e l8\rr '�i'l�=a+'IFc^ec'' t,• �' a�R AR11;i1e 11FOF-c�!2e:-=--cv--A.l''Ze--er`}2 _0t4' 'a1A' M.01h B4 `e --aii �tl ?Miff. --RCS.....- r•_ -2Ft�£faC�tl==irFi+fL++�}r•••" ��FiF $A Tt^•- nFFtee •n �LIl1LA - ihlis iFinFl '??--Ci FP a' 41EIP5. Switches r `b Flidryalti 96n4r911dr5 5iall Yea. . d Thcrr mall he i main power switch inside the cabinet that + ,-'w;F — - pier'al A heih FiFl�S mall renJt ail conrrnl equipment e!retncally dead when turned off There shall he a controller power switch that shall render the 'iandeasl�" "+iikt aindr'(miFle a controiler and load switching devices electricaliv dead while gall—PraLisa a'�iFRukaneeii _ maintaining flashing operation for purposes of changing controllers or load switching devices, aR acivaRei. All timing functions and inout and output fenrures nor fully- Stop Time Bypass Switch • actuated vnlume-densiry operation shall he nrovidea in accordance with NFMA standards. There shail be a switch in the cabinet identified as the stop The conimller shall nrovide ror senint! ach timing interval time bvooss switch It the intersection is placed on tlashine by means nt nosi(iyc!v colihnted seuings. The amino [unctions operation tither by he dash switch or the tail sate monitor. the shall he on the tmnr or'the controller unit or shall have levnoard controiler mall mmediateiv sion time The stop time bypass cniry and linuid crveai disptav For the standbv nnennon. he swift i snail remove stop time from the controller and permit trnftic signal cnn(rniler mail include all circuitry rceairrd to normal cr ring ooennon while the intersection remains in provide all timing and all runctions for signal ooennon in a tully- tlasning nneranon. acruared mode Stanobv ooennon ;hail automatically occur unnn opening or interconnect lines, taiiure of centni master compute-. DFTEC70R test Swiich or when socciried by the master. The standbv one-anon ;hall to!low and he coincidental in phase to that phase heih; aisniavea Each vehicle and ocdestrian phase shall hav_e_a momentary at the start or aandby noeranon, Tnnster frnm computer (spring return) detecror test switch. When depressed. the switch supervision shall no[ call uo a starting veilow. shall olace a tail on its respective signal phase. SECTION 9-29.13(7),4 iS SUPPLEMENTED BY ADDING The cnnvcnience nutlet and lamp socket THE FOLLOWING: A convenience nutlet nntteCTcd %vi(h a emend fault 9-29.13(7)A Environmental, Performance and Test inte-nmier and nn ncnndc5ceni hmo socket ;hall he rumished in Standards for Solid-State Traffic the main c^oinct A door switch for the lamp shall he provided. Controllers (RC) THIS circuit shall he protected by n circuit hreaker rated at '-tl The trarfic si++nal --onimiler assemblies, including he rnttic amps signal controller auxilinn• cnnirol equipment and cabinet ;hail he snap rested to the sansticnon of the Fneinecr Tcmng ind cheer Fad Satr I Init I out of all timing circuits nnnsing and signal onerauon ;hall he :it the City nt Remmn Signal Shoo. Renton_ Washington. The Signni F-id sate unit shill meet the NFMA-PI l IS s eeiticotions and Shop will make snncc availahlc to the contactor nor the rcuuircd shnII monitor hoth the nnsitive and negative nortions nt the A.C. test drmonstniions The conrncior shall nsscmhle the eaninet anti ine wave tar -ill -reen imher and nedestnnn walk indications. • reiated signal cnntrnl cuuirimrnt ready for resting. A cmmpiete The dunnon or i disnlnv nt contlicting indications shall not hr dcmonStnnnn by the contractor of .ill inte^ntcd components Inn- enough 7n he visihie to motorist; or nedcsirmns hemre the saustactor lv runctioning shall start the test nenod Inv monitor immntcs rin;hine opennnn Thcrr shall he a visual mail- unction shall ion the rest ocriod until 'ill marts :irc snow^non ih-ix the mnminr has preempted normal oncntion I <ansticioniv oncaun- The iest :hall he cmendcd -intil t RENTON STANDARDS °a' t! R - 5% RSUP06B.DOC 3,1_i96 LHARO 9-29 Illumination,Signals, Electrical 9-29 Illumination,Signals, Electrical The fail safe monitor shall be Model SSM-12LE as C. manufactured by Eberle Design Inc or approved eouai gel', ine, • doors shall he gasketed with one piece, close cell Some Protector{Lighting arrester) neonrene. They shall be equipped with some rvoe of stool so the door may be held open in either of The controller shall have an input voltage surge orn(ector two-oosttions at aporoxima(efv 90 degrees and 180 (hat shall protect the controller !nnut trom any voltage surges that degrees and he or suitable design to withstand a 40 could damage the controller or an\,of its components. moh wind.. d. A nvo position door stop assembly. Field Wiring Terminal C. The Controller cabinet shall have a load bay panel with at !east the tollowing items mounted on the There shall he a terminal strin for field wiring in the face of the pane!: transfer refays: load switches- controller cabinet. The terminals snail he numbered in accordance and, termrnai biocks for termination of all wires ecuh the schematic 4virin2 diaeram on the plans If a different contained on a separate nanel (the terminal block numbering system is used for the cabinet wiring, then both shall conform to Washington Standard numbers shall label each terminal and the cabinet wirino Specifica(ions). schematic drawing shall include the field wiring numbers where This load bay panel shall he mounted <o that when the screws the terminal strip is illustratea. A common hus har with a are removed. it will he possible to obtain full access to the minimum of 15 terminals and a ground har .vith a minimum or 6 terminations on the back or the load bay oanei. terminals shall be provided. T-5-at! 179 Gentreikr}Sia✓I � � F1 A "AQel 7=-ab;;;rF �i Computer Interface t)nit SECTION 9-29.16 IS SUPPLEMENTED BY ADDING THE Interface communication devices shall he designed as FOLLOWING: separate units or as modules that piut, directly into the controller case. The communication devices shall he used For on-line 9-29.16 Vehicular Signal Heads (RC) cnmouter control or' the intersection and shall he canabie nr Vehicular sienal heads shall have 12 inch lens sizes unless transmitting all detector and signal ;ratus information and shown otherwise on the signal plans. Vehicular signal head receiving and decoding command mrormation from the comoute- housings shall consist of separate sections and he expandable rvoe ail in conformance and within the capability or the mule onrc for vertical mounting. Lens shall be glass and meet I.T.E. • master computer unit and the interconnect cables Specifications for liehr outour. Reflectors shall be alzac. Each SECTION 9-29.13(7)D IS REVISED AND SUPPLEMENTED signal head shall have a 1/4 inch drain hole in its base. AS FOLLOWS: Vehicle sienal heads shall be cast aluminum. All signal heads shall include a back plate 5 inch square cut 9-'-9.13( )D Controller Cabinets (RC, SA) horder. Signal heads, including outside of visors and hack of I. Construction shall be or 0.073-inch minimum thickness hack plates shall he finished with two coats of tactorv-applied T;oe 304 stainless steel. 0.125-inch minimum thickness 4"af trariic signal yellow hiked enamel. The inside of'the visors and 4+ ^,vmc'"2�Sf1Ce[ aluminum. or cast aluminum. Cahinets shall he front of hack plates shall he finished with two coats or factorv- tint>hrd inside with an approved rinrsh coat of exterior white aopiied flat black enamel, enamel and outside with an aorroved rnamc! tinish light aray or Mounting hardware will provide for a rigid connection aluminum in color, As an alternate to painting the outside and between the sienal head and mast arm. All mounting hardware inside of the aluminum cabinets may he dear anodized aluminum, n will he of the to -mount piumbizer tune as shown on the standard The cabinet door shall be provided with: plans, unless specified otherwise on the plans. a. A spring loaded construction core lock capable of Position or the sienal heads shall be located as close as accepting a Best CX series core installed by others. possible to the center of the lanes Sienaf heads shall be mounted Cast cabinets shall have an approved one porn( on the mast arm such that the red indicators lie in the same plane positive latch. Formed cabinets shall have a three and such that the hnttom of the housing or a sienal head shall not point latch. he !ess than 16 feet 6 inches nor more than 13 ree,6 inches above b. A police panel door with a stainless steel hinge pin the -ride at the center of (he roadwnv All halts and nther and a lock. Two ooiice keys with shafts a minimum mrscellanenus mounnne hardware shall be stainless steel of 1 3/4 inch lone snail be provided with each SECTION 9-29.16(2)A HAS BEEN REVISED AS FOLLOWS. cabinet. Inside the police pane! there;hnil he a signal tin-off 9-29.16(2)A Optical Units (RC) switch vnicn ;hail nmnihrt any :renal displav in Eight inch conventional signals shall employ a 67 to 69 watt the field hat will allow the rnntrnl equipment to traffic signal lamp rated for 1100a=A volt operation. 595 minimum openre when placed n he "tilt" tin:nron Ainitial lumen. 665 rated initial lumen. 3.000-hour minimum. z4cond ;witch ;hall hr'he uto Hasa ;witch When ';16-inch light center length. A-21 bulb. medium base. clear • ninced in the "flash" no<ition, c^nrrnllcr imver tratlic signal lamp. Twelve; inch tratlic sienal heads require .hall remain on tnd controller <nnll ;ton time 4-2-4i3tl volt. 165 watt. 1.750 minimum initial lumen. 1950 rated denendrnt nn ;witch ;etun -m rhr :wxiiiary nnne! initial lumen clear traffic signal lamps with a 3-inch light center described later length. 3.000 hour minimum rated life. P-25 bulb and medium RENTON STANDARDS Pace R - 5S RSUP96B.DOC 3/151% LHARO 9-29 Illumination,Signals, Electrical 9-29 Illumination,Signals, Electrical base. Bulbs shall be installed with the opening between the SECTION 9-29.18(I) IS SUPPLEMENTED AND REVISED filament ends up. AS FOLLOWS: SECTION 9-29.16(2)B HAS BEE7V REVISED AS FOLLOWS: 9-29.18(1) Induction Loop Detectors (RC) Detector amplifiers shall be Detector Systems mode! 310.A or 9-29.16(2)B Signal Housing(RC) raual. Each lens shall be protected with a removable visor of Induction loop amplifiers installed with NEMA controls shall aluminum of the tunnel type. unless conform to current NEMA specifications- - specified otherwise in the contract. Visors shall have attaching -n- . ears for installation to the housine doors. Conventional sienal =� heads shall have square doors. SECT/ON 9-29.10 HAS BEEN REVISED AS FOLLOWS: SECTION 9-29.16(2)C HAS BEEN REVISED AS FOLLOWS: i 9-'-9.'-0 Pedestrian Signal (RC) 9-29.16(2)C Louvered Visors (RC) Where noted in the Contract. louvered tunnel visors shall be Pedestrian signals-shall be either ,; „r fiber none or neon-grid t furnished and installed. Directional louvers shall be constructed to type. or other woes as specified in the contract. have a sous; tit in the signal visor. The outside cylinder shall be Pedestrian signals shall conform to ITE Standards (Standard for constructed of aluminum and the louvers Adjustable Face Pedestrian Signal Heads. 1975). shall be constructed of anodized aluminum painted flat black. a S ^n l - Dimensions and arraneement of louvers shall be as shown in the ra-�;--2Q 'Rtia! I11men ease hear a-rra�-e-'i Pa. 9 ;' 6 contract. .SECTION 9-29.16(2)D HAS BEEN DELETED AND 'VRFd---RW65aees - heRFl pectiidEi zhall PFEWid@=c-AT` REPLACED WITH: z- +a+fnem .�r' I'-' nshrs `ti_h Symbol messages. when spec:hed. shall be a minimum of 12 inches hieh and 7 inches in 9-29.16(2)D Back Plates (RC) %vidth. Back plates shall be furnished and attached to the signal Housings shall be die-cast aluminum and shall be painted heads. Back plates shall be constructed of anodized. 3-S with two coats of factory applied traffic signal veil w--et4a half-hard aluminum sheet. 0.058-inch minimum thickness, enamcl. with s-inch �ouare cut horder and nninted Mack in front and V4C,4NT SECTION 9-29.20(1) 1S REPL,-ICED BY ADDING veilow in hack.. THE FOLLOWINGNEWSECTION: 9-29.16(2)E Painting Signal Heads (RC) 9-29.:0(1) Fiber Optic Type (RC) Traffic signal heads. includine outside or visors and back of The fiber antics .hall he drawn from onticai glass of hies back- plates, shall be finished with [%%o coats of tac:or• aopiied rung, The ihrr< ;hall he temnenture resistant. The fibers zhail trstfic signal meta-yellow baked enamci. The inside or visurs. he -•si;nnt to the I IV light emitted by the haloecn lamp and shall front of bac:: plates. and louvers shall be finished with two coats m- ntarn their high transmission oronerties throughout the lifetime i of flat black enamel. of-he lion The light glides shall contain fibers with a diameter nt microns Fnch single arm in the harness shall contain SECTION 9-29.16(3) (RC) /S DELETED. nrororimnteiv 300 tibcrs The ontical sheathing shall have a wall (RC) thickness of at least 1.5 microns The common end of each bundle shall have a heaigonai bundle format The common SECTION 9-29.16(3)A (RC)IS DELETED. hundlc end and each arm end shall he cnoxied and ooncally lnoiished. n 99 16(2) . a iReh l ear-1,..nes,TF fG Signal The light source hall he a haloecn incandescent lamp svirh Heads(RC) iichroic reflector. The lamp shall use huilt-in lead-in wires insrend nt pins The reflector shall he covered with a hard coating SECTION 9-29.16(3)8(RC)1S DELETED. c•,rahle ro %vithstnnd r remnernture of 100 degrees Ccntter-3dc. Hord rcmncnturc chnngcs regressive chrmicai attacks. The RC-h o r ^ ti r ..- ere c:g'.,r.l coating hn1l he tested by making in neniic Acid 0 71 Al Heads(RC) nenod of n hours. The comino shall riot riissolvr dunne !hi, pertnd ''lc I,-imp ;hall he 50 %vntt and need for 6000 hours at '!) SECTION 9-29.17 HAS BEEN REVISED AS FOLLOWS. vnits The Irma together with the fiber ;hall produce a Bent intensity as high as ,900CD The I I s-vnit onmarv. 10-volt 9-29.17 Signal Head Mounting Brackets and Fittings ccondary transformers light guides and nil swine hail 'ne (RC) r-ic4red in a ;hect aluminum housing The matrix plate shall he cnnstructed fit'0 12� thick aluminum sheet protected by a rt 17 • _ nok-carhomte hect The sienni houstne shall he weothcr !teht All ati►r+ hardware for Rlhi -Fmounts shall be painted Fach common end of n hundie shall have n ctin-nn wne color ' with two coals ut factory applied traffic srenai Pedenl vellow filler, one ut f nninnd Ortnec and one or I unar White- The erevmi baked enamel. ire%in end of Ohc fiber optic disninv .hnll nut rcauirc scone !or RENTON STANDARDS Page R - 59 RSUP96B.DOC 3ilfi% LHARO 9-29 Illumination.Sienais.Electrical 9-29 Illumination.Signals,EIectrical SECTION 9-29.16(3) (RC) IS DELETED. contain approximately 300 fibers. The optical sheathing shall have a wall thickness of at least 1.5 microns. The common end 9-29.1 ar-be ate Tr-WTie Signal R (RQ of each bundle shall have a hexagonal bundle format. The SECT70N 9-29.16(3)A (RC) IS DELETED. common bundle end and each arm end shall be z0oxied and optically oolished. The light source shall be a halogen incandescent lamp with �?t) �121 4 :....i. i?.,t��.,.,.-i��,.,..r.�Tom.,i't.. C:.....,i C�Ti� dichroic reflector. The lamp shall use built-in- lead-in wires Refids (RQ instead of pins. The retlector shall be covered with a hard SECTION 9-29.16(3)B (RC)IS DELETED. coating capable to withstand a temperature of 100 degrees Centigrade, rapid temperature changes, aggressive chemical attacks. The coating shall be tested by soaking in Cncaiie Acid 5 0.71N for a oenod of 2 hours. The coating shall not dissolve Heads (RQ during this oenod. The lamp shall be 50 watt and rated for 6000 SECTION 9-29.17 HAS BEEN REVISED AS FOLLOWS: hours at 10 volts. The lamp together with the fiber shall produce a iieht intensity as high as 3800CD. The 115-volt orimarv, 10- volt secondary transformers, light g in uides and all wiring shall be 9-29.17 Signal Head Mounting Brackets and Fittings enclosed in a sheet aluminum housing. The matrix plate shall be (RQ constructed of 0.125 thick aiuminum sheet protected by a 0.125 Fir4B�5—ivi—�f�E and �T ' ts ;i ,i� ��,i�_ d polvcarbonate sheet The signal housing shall be weather tight rnza �M �� aittie�-All eiheFhardware for edief mounts shall be painted Each common end of a bundle shall have a clip-on type color with two coats of factory applied traMc signal Federal yellow filter, one of Portland Orange and one of Lunar White. The TFeen baked enamel. viewing end of the nber optic disoiav shall not reouire a cone for magnification, and shall provide a wide viewing angle. Each SECTION 9-29.18(1) IS SUPPLEMENTED AND REVISED message shall have a minimum of 82 light ooints. All AS FOLLOWS. components shall be fastened to the flat biask matrix olate. When the sign is not iilummaied, it shall blank out with no 9-29.18(1) Induction Loop Detectors (RC) message le2nbie. The low power consumption lamps shall be Detector amplifiers shail be Detector Svstems model 310A serviceable without anv tools. or eaual. Induction loop amplifiers installed with NE'." A controls SECTION 949.20(2) IS REVISED AND SUPPLEMENTED • shall conform to current NF_MA specifications- ^ p4ieFs AS FOLLOWS: 9-29.20(2) Neon Grid Type (RC) All neon zid heads shall be equipped with Z crate visors SECTION 9-29.20 HAS BEEN REVISED AS FOLLOWS: made of ooivcarbonate plastic desiz ned to eliminate sun phantom. 9-29.20 Pedestrian Signal (RC) Neon tubing shall be enclosed and shockinounted inside Pedestrian signals shall be either gown; fiber optic or a rugged plastic module. ` neon-grid type, or other types as specified in the contract - , ae _ ,; " , Pedestrian signals shall conform to = Standards (Standard for _ il RrR-A ;aL _ 'a and - Adjustable Face Pedestrian Signal Heads, 1975). g;;ttdesr nt—pedesir?eig—sigR —hea& 5ha11 empia,., �,..,rr,i,�� -tr� �t r r -n ,� , } The pedestrian sigal shall have a solid state message aT- ,9 MT module electronic ballast, no external transformer, and operate_ 5;h-A 3e Fated--"90 i tiai ;umen, 9000 heur average �iit- at 30 watts. -rib iffiG. iieh; ;enief; ien i , „ bul the heads small displav two symbol messages, "hand" (for 4mb the do not walk mode) in Portland orange and 'Man" (for the ; '.Q HiGhes-- O. Svol messages when walk modei in lunar wiute. The message module shall consist of specified, shall be a minimum of 12 inches high and 7 inches in two neon aas tubes cnciosed in a housing made of oolvcarbonate width. visors. Housings shall be die-cast aluminum and shall be painted The Inns maternal snail be ooivcarbonate plastic. The visors shall be flat black m color. with two coats of factory applied traffic signal vellowueet3 znamei. SECTION 9-29.24 IS DELETED AND REPLACED BY THE VACANT SEC77ON 9-29.'0(1) iS REPLACED BY ADDING FOLLOWING: THE FOLLOWING NEW SECTION: 9-29.24 Service Cabinets (RC) 9-29.20(1) Fiber Optic Type (RC) The sienal/street !iehung service cabinet shall be as The Fiber optics shall be drawn from optical Blass of high indicated on the contract plans and detail sheets. All electrical ouniv The tibers shall be temperature resistant. The fibers conductors. buss bars and conductor terminals shall be cooper or • snail be resistant to the UV light emitted by the halogen lamp buss. The cabinet shall be fabncated from galvanized cold and shall maintain their high transmission properties throueinout rolled sheet steel. with 12 -,auge used for e aenor surfaces and 14 'he lifetime of the sign. The light guides shall contain fibers with oauee for mtenor vanels Door hinges shall he the continuous a Liiameter nf s3 microns. Each snngie arm in the harness ;nail RENi'ON STANDARDS Page R-60 RSUP96B.DOC 3/15196 LHARO 9-30 Water Distribution Materials 9-30 Water Distribution Materials concealed iano and no screws rivets or bolts shall be No 10 post capable of accepting no less than 3 912 AWG wires visible outside the enclosure. The cabinet door shall be fitted for fitted with shade tips. a Best internal type lock all be gasketed with cone-niece closed cell The cabinet shall have ventilation Cabinet doors sh louvers on the lower and upper sides complete with screens neoprene gasket and shall have a stainless steel piano hinge. filters and have rain tight gaskets The cabinet door shall have a One spare 12 position terminal block shall be installed in one piece weather proof neoprene gasket. each terminal cabinet and amplifier cabinet. Mounting shall be as noted in the contract SEC77ON 9-29.24(1) IS DELETED AND REPLACED WITH Interconnect splice tower cabinets shall be Tvpe F with THE FOLLOWING: nominal dimensions of 22" high x 13" wide x l l" deep and constructed of cast aluminum and fitted with a Best internal lock. 9-29.24(1) Painting(RC) The finish coat shall be a factory baked on ename! light grey 9-30 Water Distribution Materials in color. The galvanized surface shall be etched before the baked on enamel is applied The interior shall be given a finish coat of exterior trade of white metal enamel. 9-30.1 Pipe Painting shall be done in conformance with the provisions of Section 8-20.3(12). SECTION 9-30.1(I) IS REVISED AS FOLLOWS: SEC770N 9-29.24(2) IS DELETED AND REPLACED WITH THE FOLLOWING_ 9-30.1(1)Ducrile Iron Pipe (RC) 1. Ductile iron pipe shall be centrifugally cast and nice, 9-29.24(2) Electrical Circuit Breakers and the requirements of AWWA C151. Ductile iron pipe Contactors (RC) shall have a cement-mortar lining meeting the The electrical circuit breakers and contactors shall be as requirements of AWWA C104. 1;7a�i4e 4e&-p4� indicated on the contract plans and detail sheets. 1 ne foilowing eouiument shall be featured within the cabinet. -' All other ductile iron pipe shall be Standard Thickness Class 5258 or the thickness class as 1. Main circuit breaker shown in the Plans. 2. Branch circuit breakers • 3 Utibry olug (120 volt-20 Amp rated) G.F.I. Tvoc 9-30.3 Valves 4 Li ht control test switch n20 volt-15 Amo) 5. Contactor reiav for each circuit SECTION 9-30.3(I)HAS BEEN REVISED AS FOLLOW.• 6 Double ooie branch breskcrfs) for lighting circuits (240 9-30.3(1) Gate Valves (RC) volt 7 One 110 volt 20 Amp single poic branch breaker (for Valves shall be designed for a minimum water operating utility piugs) Pressure of 200 PSI. Crate valves shall be Iowa List 14 Mueller 8. Tvoe 3-singie ohase 120/240 volt grounded neutral Companv No. A2380 Kennedy,or M&H. service Aoprovai of valves other than models specified shall be 9 One 1 '0 volt a0 Amp single pole branch barite-(signal obtained onor to bid overune. service) \11 gate valves less than 12" in diameter shall include an 3" 10. Complete provisions for 16 breaker Doles x :4" cast Iron gate valve box and extensions as required- All 11 `lame olates ohenolic black with white engnvtne execpt !2" diameter and lax er gate valves shall be installed in,a vault the main breaker which shall be red with white lenerine See Water Standard Detail for 12" gate valve assernbiv vault and All name oiates shall be attached by S.S. screws. 1"bypass installation. 12. Meter base sections are unnecessary Gate valves shall conform to AWWA C500 and shall be iron body, bronze-mounted double disc with bronze wed_zine device SECTION 9-29.25 IS DELETED AND SUPPLE.1fE-VTED BY and O-rmg stuffing box. THE FOLLOWING: RESILIENT SE-4TED GATE VALVES: Resilient seated gate valves shall be manufactured to me--' 9-29.25 Terminal and Interconnect Cabinets (RC) or exceed the r uiremenms of AWWA Standard C509 latest revisions. The Dole mounted terminal box shall be made of molded All external and internai ferrous metal surfaces of the gate tibe-giass be zrev to color, be aoproximateiv 16" hied x 13-2/9" valve shall t>e coated for corrosion orotection with fusion bonded wide x 5-7/8" deen and have a minimum of 16 to-minais on the epo11 The enoxv coating shall be factory applied to all valve to-minai blocks The box shall be we--he- right have a single parts pnor to valve assembly and shall meet or exceed the door with continuous hinge on one side and screw hold downs on requirements of AWWA Standard C-550 latest revision. Valves the door locking side. .all hardware ,"ll be stainless steel. All shall be provided with two (2) internal O-ring_stans seals. The mounting hardware shall be stainless stee'. and shail be incidental valves shall be couipped with one (l) anti-friction washer. The • to the unit price of terminal box. resilient gate valve shall have rubber seniing surfaces to permit Terminal blocks shall be 600V heavv duty bamer Noe. bi.lirecnonal tlow The stem shall be independent of the stem Each terminal shall be separated by a marker stno. The marker nut or integrally cast. stnp shall be oermanendv marked with the circuit number indicated in the Plans Each connector shall be a screw type vnth o F: rnN STANDARDS Page R -61 PSUP96B.DOC 3/15/96 LHARO 9-30 Water Distribution Materials 9-30 Water Distribution Materials Manufacturers of Resilient Seated Late Valves shall provide Temporary blow-off assemblies for testing and flushing of the City on request that the valve materials meet the City the new water mains will not be included under this item and • specifications. shall be considered incidental to the contract and no additional Valves shall be designed for a minimum wate- operating oavment shall be made. pressure of 200 osi. End connections shall be mechanical joints flanged ioints or SECTION 9-30.5 IS SUPPLEMENTED BY ADDING 771E mecharcal by flanged ioints as shown on the yroiect plans FOLLOWING.• Resilient Seated Gate Valves shall be U.S. Metroseal 250 Clow_M&H Style 3067, Mueller Series 2370 Kennedy 9-30.5 Hydrants (RC) Approval of valves other than model specified shall be Fire hvdrants shall be Iowa, Corev Tvne (one-zing with the obtained prior to bid opening All gate valves less than 12 inches pressure) or approved equal confornin� to AWWA C-502-85 ediameter shall include an 8"x24" cast iron mate valve box and i Approval must be obtained prior to bid opening extensions, n required. C_ompre=on type fire hvdrants (opening against pressure) All 12 inch diameter and larger resilient seated mate valves shall be Clow Medallion. M&H 929, Mueller Super Centurion shall have a i inch by-oars assembly and shall be installed in a shall cbe Clow ing to AWWA C-502-85 concrete vault Der City of Renton Standard Details latest revision. SECTION 9-30.5(I) IS SUPPLEMENTED BY ADDING THE SECTTON 9-30.3(3) IS SUPPLEMENTED BY ADDING 771E FOLLOWING.• FOLLOWING: 9-30.5(1) End Connections (RC) 9-30.3(3) Butterfly Valves (RC) Hvdrants shall be constructed with mechanical ioint connection unless otherwise specified in bid or000sal description _ Butterfly valves shall be Dresser 450 or Pratt Crroundhog SECTION 9-30.3(5) HAS BEEN DELETED AND REPLACED SECTION 9-3a5(2) IS DELETED AND REPLACED WITH WITH THE FOLLOWING: THE FOLLOWING: 9-30.3(5) Valve Mariner Pose (RC) Fire Hydrant Dimensions (RC) Fire hvdrants shall be Corey Noe (ooezing with the The valve markers shall be fabricated and installed in pressure) or compression tvoe (ooc-ung against pressure) conformance with the Standard Drawines conforming to AWWA C-502-85 with a 6 inch mechanical ioint Valve markers shall be carsonite composite utility marker trilet and a main valve opening (M.V.O.) of 5 114 inches, two 2 • 375"x 6'-0" or anoroved equal with blue label "water. 12 inch hose noales with National Standard Threads 7 112 SEC77ON 9-30.3(i� HAS BEE.-V SUPPLE1fEV7ED AS threads per inch and one 4 inch pumper nozzles with the new FOLLOWS: Seattle Pattern 6 threads per inch,60 decrees V. Threads outside diameter of male tread 4.875 and root diameter 4.6263. Hvdrants 9-30.3(7) Combination Air Release/Air Vacuum shall have a 1-114" pentagon operating nut opened by turning Valves (RC) counter clockwise(left). Air and vacuum release valves shall be o.PCO- Valve and The two 2-1/2" hose nozzJes shall be fitted with cast iron Primer Corp, "Heavv-rDuty" combination air release valve or threaded cans with operating nut of the same design and equal. proportions as the hvdrant stem nut_ Caps shall be fitted with Installation shall be per the Citv of Renton Standard Detail suitable neoprene gaskets for positive water tightness under test latest revision. pressures. Piping and fitting shall be copper or brass Location of the The 4" pumper nozzle shall be fitted wirh a Storm adapter air release valve as show on the plans is approximate The 4" Seattle Thread x 5" Stortz Stortz adapter shall be forted installation shall be set at the high point of the line and/or extruded 6061-T6 aluminum allov, hardcoat anodized. Threaded end portion shall have no lugs and 2 set screws 180 SECTION 9-30.3(8) IS REVISED AS FOLLOWS: degrees anart. Stortz face to be metal, no gasket to weather. 9-30.3(8) Tapping Sleeve and Valve Assembly Storm cao to have synthetic molded rubber gasket and shall be attached to hvdrant adapter with 1/9" coated stainless steel (RC) aircraft cable. Tapping sleeves shall be cyst iron, ductile iron staiftiess Fire hvdrants shall be installed Der City of Renton Standard steel-zpoxv-coated steel, or other approved marenai. Detail for fire hydrants, latest revisions SECTION 9-30.3(9) IS A NEW SECTION: SEC77ONS OF 9-3a 6(3) HAVE BEEN MODIFIED AS 9-30.3(9) Blow-Off Assembly(RC) FOLLOWS: Permanent blow-off assembiv shall be#78 Kupferle Foundry 9-30.6(3) Service Pipe Co. or approved equal Installation of blow-off permanent blow- off assembly shall be per Citv of Renton Water Standard Detail atest revision. Pine and fittings shall be ealvanized Poivethviene pipe shall not be used. Blow-off -'0.6(3)B Polyethylene Pipe . • assembly shall be installed at location(s) shown on the plans. .emporary blow-r>tf assembiv on new dead-end water main shall )e installed at location shown on the plans 9-30.6(3)C Polybutalene Pipe(RC) Polvbutalene pipe shall not be used. ZENTONSTANDARDS Page R-62 RSUP96B.DOC 3/15/96 LHARO 9-30 Water Distribution Materials 9-30 Water Distribution Materials SECTION 9-30 6(4) HAS BEEN ItEYISED AS FOLLOWS: Fittings used for cooper tubing shall be compression type With zlpier ring.SECTION 9-30 6() HAS BEEN EV SUPPLEMTED AS FOLLOWS: 9-30.6(5) Meter Setters (RC) Meter setters shall be installed Per the Citv of Renton Standard Details for water meters,latest revision. • RENTON STANDARDS Page R -63 R.SUP96B.DOC 3/15/96 LHARO • SNOISIA02Id � IVIDIdS • DIVISION 1 GENERAL REQUIREMENTS 1-01 DEFINITIONS AND TERMS 1-01.3 Definitions (APWA Only) Add the following definitions: CITY The City of Renton OWNER The City of Renton Substantial Completion Date (APWA Only) The date established by the Contracting Agency or ENGINEER when the contract work is completed to a point that the formal procedures for liquidated damages will no longer be used and liquidated damages thereafter will be assessed on the basis of direct engineering • and related cost for overruns of the contract time until the Actual Completion Date. Actual Completion Date (APWA Only) The date established by the ENGINEER as the date that all the work the contract requires is complete. Acceptance Date (APWA Only) The date the Contracting Agency accepts the completed contract and items of work shown in the final estimate. 1-03 AWARD AND EXECUTION OF CONTRACT 1-03.1(1) Consideration of Bids (Additional Section) The contract, if awarded, will be awarded to the lowest responsive, responsible bidder. 1-03.2 Award of Contract (Supplemental Section) The contract award or bid rejection will occur within 30 calendar days after bid opening. 1-04 SCOPE OF THE WORK 1-04.12 Hours of Work (Additional Section) General hours of work for the Project shall be limited to the hours of 8:00 AM to 5:00 PM. See Section 1-07.23(3)A of the Special Provisions for lane closure limitations. The Hours of Work may be changed at the discretion of the ENGINEER when it is in the interest of the public or the CONTRACTOR due to reasons of safety, health and welfare and must be approved in writing prior to the start of construction work. The CONTRACTOR shall give a minimum of 48 hours notice to the Contracting Agency prior to work on any roadway and shall do no work on the roadway without a traffic control plan approved by the City Transportation Division. 1-05 CONTROL OF WORK 1-05.4 Conformity with and Deviations from Plans and Stakes (Revised Section) Delete the first sentence of this section and replace with the following: The CONTRACTOR will lay out and set any construction stakes and marks needed to establish the lines, grades, slopes, cross-sections, and curve super elevations. 1-05.5 Construction Stakes (Revised Section) • The CONTRACTOR shall provide all required survey work, including such work as mentioned in Section 1-05.4, 1-05.5, 1-1 1 and elsewhere in these specifications as being provided by the Engineer or Contractor. All costs of this survey work shall be included in "Construction Survey and "As-builts" per lump sum, as described in Section 1-09.14(C). 1-05.5(2) Construction Staking (Supplemental Section) Sanitary Sewer Alignment and Grade Stakes (50' max. interval for laser control) (30' max. interval for batter boards) 1-06 CONTROL OF MATERIAL 1-06. 1 Source of Supply and Quality of Materials (Supplemental Section) No source has been provided for any materials necessary for the construction of this improvement. The Contractor shall arrange to obtain the necessary materials at his own expense, and all • costs of acquiring, producing, and placing this material in the finished work shall be included in the unit contract prices for the various items involved. Special Provisions, H:D0CS:98-125:DMC:ps Page 2 If the sources of materials provided by the Contractor necessitates hauling over roads other than City streets, the Contractor shall, at his own cost and expense, make all arrangements for the use of the haul routes. 1-06.7 Shop Drawings and Submittals (Additional Section) 1-06.7(1) General (Additional Section) Shop drawing and submittal review will be limited to general design requirements only, and shall not relieve the Contractor from responsibility for errors or omissions, or responsibility for consequences due to deviations from the contract documents. No changes may be made in any submittal after it has been reviewed except with written notice and approval from the Owner. By approving shop drawings, submittals, and any samples, the Contractor thereby represents that he has determined and verified all field measurements, field construction criteria, materials, catalog numbers, and similar data, and that he has checked and coordinated each shop drawing with the requirements of the work and of the contract documents. Shop drawing and submittal data for each item shall contain sufficient information on each item to determine if it is in compliance with the contract requirements. Owner will pay the costs and provide review services for a first and second review of each submittal item. Additional reviews shall be paid by the Contractor by withholding the appropriate amounts from each payment estimate. Shop drawing and submittal items that have been installed in the work but have not been approved through the review process shall be removed and an approved product shall be furnished, all at the Contractor's expense. The Contractor shall review each submittal and provide approval in writing or by stamping with a statement indicating that the submittal has been approved and the Contractor has verified dimensional information, confirmed that specified criteria has been met, and acknowledges that the product, method, or information will function as intended. 1-06.7(2) Required Information (Additional Section) Submit five copies of each submittal to the Engineer. Shop drawings and submittals shall be submitted on 8'/2"x1 1 ", 11 "x17", or 22"x34" sheets and shall contain the following information: 1 . Project 2. Contractor 3. Engineer 4. Owner 5. Applicable specification and drawings reference. • 6. A stamp showing that the Contractor has checked the equipment for conformance with the contract requirements, coordination with other work on the job, and dimensional suitability. Special Provisions, H:DOCS:98-125:DMC:ps Page 3 7. A place for the Engineer to place a 3 inch by 4 inch review stamp. • 8. Shop or equipment drawings, dimensions, and weights 9. Catalog information 10. Manufacturer's specifications 11 . Special handling instructions 12. Maintenance requirements 13. Wiring and control diagrams 14. List of contract exceptions 15. Other information as required by the Engineer 1-06.7(3) Review Schedule (Additional Section) Shop drawings and submittals will be reviewed as promptly as possible, and transmitted to Contractor not later than 15 (fifteen) working days after receipt by the Engineer. The Contractor shall revise and resubmit as necessary to obtain approval. Delays caused by the need for re-submittal may not be a basis for an extension of contract time or delay damages at the discretion of the Owner. At least one set of shop drawings will be returned to the Contractor after review. Additional sets will be returned to the Contractor, if remaining. 1-06.7(4) Substitutions (Additional Section) Any product or construction method that does not meet these specifications will be considered a substitution. Substitutions must be approved prior to their installation or use on this project. 1-06.7(4)A Prior to Bid Opening (Additional Section) Before opening bids, Owner will consider written requests from product suppliers or prime bidders for substitutions. All requests must be accompanied by drawings and specifications in sufficient detail to allow the Owner to determine whether or not the substitute proposed is equal to that specified. All requests shall include a listing of any significant variations in material or methods from those specified. If there are no variations, a statement to that fact shall be included in the request for approval. The determination as to whether or not a proposed substitute is acceptable shall rest solely with the Owner. Approval of substitutions will be only by addendum. The bidder shall include, in his proposal, all costs for modifications required to adopt the substitute. 1-06.7(4)8 After Contract Execution (Additional Section) Within 30 days after the date of the contract, Owner will consider formal requests from Contractor for substitution of products in place of those specified. Submit two copies of request for substitution. Data shall include the necessary change in construction methods, including a detailed description of proposed method and related drawings illustrating methods. An itemized comparison of proposed substitution with product or method specified shall be provided. Special Provisions, H:D0CS:98-125:D1VlC:ps Page 4 • In making a request for substitution, Contractor represents that he has personally investigated proposed product or method and has determined that it is equal or superior to, in all respects, the product specified. Contractor shall coordinate installation of accepted substitutions into the work, making changes that may be required for work to be completed. Contractor waives all claims for additional costs related to substitutions which consequently becomes apparent. 1-06.7(5) Submittal Requirements (Additional Section) The following submittal items shall be provided to the Engineer by the Contractor. Additional submittal information shall be provided to the Engineer by the Contractor if required by the Engineer. 1-06.7(4) Substitutions 5-04.2 Asphalt Concrete Pavement aterials V 6-12 Soldier Pile Retainin all�% 7-05.2 Manhole Materials ✓✓ 7-17.2 Sanitary Sewer Pipe Materials✓ 7-17.3(1)B Sanitary Sewer Pipe Bedding✓ 7-17.3(1)C Sanitary Sewer Pipe Foundation 7-17.3(1)D Sanitary Sewer Dewatering 7-17.3(3) Backfill Materials 10-01 Directional Drilling/ 10-01 .1 Shoring, / 1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC 1-07.10) Archaeological Discoveries and Historic Preservation Clause (Additional Section) The CONTRACTOR shall adhere to the National Historic Preservation Act of 1966 and 36 CFR 800 which provide for the preservation of potential historical, architectural, archaeological, or cultural resources (herein called "cultural resources") and fair compensation to the CONTRACTOR for delays resulting from such cultural resources investigations. In the event that potential cultural resources are discovered during subsurface excavations at the site of construction, the following procedures shall be instituted: A. The OWNER shall issue a Work Suspension Order directing the CONTRACTOR to cease all construction operations at the location of such potential cultural resources find. B. If archaeological findings include human remains, the ENGINEER shall contact a qualified archaeologist in consultation with the State Historic Preservation Officer (SHPO) to evaluate the remains. • C. Such Work Suspension Order shall be effective until such time as a qualified archaeologist can be called by the ENGINEER to assess the significance of these potential cultural resources and make recommendations to the State Historical Special Provisions, H:D0CS:98-125:DMC:ps Page 5 Preservation Officer. If the archaeologist, in consultation with State Historic • Preservation, determines that the potential find is a significant cultural resource, the OWNER shall extend the duration of the Work Suspension Order. D. Suspension of work at the location of the find shall not be grounds for any claim by the CONTRACTOR unless the suspension extends beyond the contract working days allowed for the project, in which case the ENGINEER will make an adjustment for increased time and/or cost of performance of the contract. 1-07.15 Temporary Water Pollution/Erosion Control (Additional Section) The CONTRACTOR shall provide to the City of Renton, prior to the Preconstruction Conference, a "red line" erosion control plan for review and approval. Said plan should be based on the King County Surface Water Design Manual, as adopted by the City of Renton, and proper construction practices. 1-07.16 Protection and Restoration of Property (Supplemental Section) Private property such as plants, shrubs, trees, fences, and rockeries within the work area shall be removed and restored to the satisfaction of the property owner. It shall be the CONTRACTOR's responsibility to notify each property owner when it is necessary to remove such improvements to facilitate the CONTRACTOR's progress, and to remove those improvements to locations requested by the property owner or to restore them to near original location in as near original condition as possible. • For the purpose of this contract, all property not within the Right of Way, including property owned by the City of Renton, will be considered private property. All lawn within the area to be disturbed by the CONTRACTOR's operations shall be cut with a sod cutting machine, removed and disposed. The disturbed lawn area shall be restored with sod, after trench is backfilled and compacted. The restoration of the distributed lawn area shall be performed under the following guidelines: A. Topsoil shall be placed at a depth of 3 inches. B. Topsoil shall be tilled to a depth sufficient to key into the subsoil, raked to a smooth even grade without low areas to trap water and compacted, all as approved by the ENGINEER. C. Sod strips shall be placed within 48 hours of being cut. Placement shall be without voids and shall have the end joints staggered. The sod shall be rolled with a smooth roller following placement. D. Barriers shall be erected, with warning signs where necessary, to preclude pedestrian traffic from access to the newly placed lawn during the establishment period. E. The watering schedule of all newly laid sod shall be four times a week for three • weeks. The watering shall be such duration as to soak the replaced sod thoroughly and promote good root growth. Special Provisions, H:DOCS:98-125:DMC:ps Page 6 F. Such removal, complete restoration and maintenance of the lawn shall be considered incidental to other items of work and no further compensation will be made. The CONTRACTOR shall notify all property owners along the construction area, by mail, prior to the start of construction. Names and addresses will be furnished by the CONTRACTING AGENCY. The CONTRACTOR shall further notify each occupancy in person a minimum of three days prior to construction in front of each property. 1-07.17 Utilities and Similar Facilities (Supplemental Section) The CONTRACTOR shall provide written notification to the ENGINEER whenever an adjustment to the new sewer line location or grade is known to be required in order to avoid conflicts. Locations and dimensions shown in the plans for existing buried facilities are in accordance with available information obtained without uncovering, measuring, or other verification. The CONTRACTOR shall be responsible for determining their exact location. All utilities shall be potholed to locate them horizontally and vertically a sufficient time in advance of the pipe excavation, removal, and laying operation to allow adjustments to be made as necessary to avoid conflicts. The CONTRACTOR is alerted to the existence of Chapter 19.122 RCW, a law relating to underground utilities. Any cost to the CONTRACTOR incurred as a result of this law shall be at the CONTRACTOR's expense. The contents of Chapter 19.122 RCW are provided as follows: RCW 19.122 UNDERGROUND UTILITIES 19.122.010 Intent It is the intent of the legislature in enacting this chapter to assign responsibilities for locating and keeping accurate records of utility locations, protecting and repairing damage to existing underground facilities, and protecting the public health and safety from interruption in utility services caused by damage to existing underground utility facilities [1984 c 144 § 1 .1 19.122.020 Definitions Unless the context clearly requires otherwise, the definitions in this section apply throughout this chapter. A. "Business day" means any day other than Saturday, Sunday, or a legal local, state, or federal holiday. B. "Damage" includes the substantial weakening of structural or lateral support of an underground facility, penetration, impairment, or destruction of any underground protective coating, housing, or other protective device, or the severance, partial or complete, of any underground facility to the extent that the project owner or the affected utility owner determines that repairs are required. Special Provisions, H:DOCS:98-125:DMC:ps Page 7 C. "Emergency" means any condition constituting a clear and present danger to life or property, or a customer service outage. D. "Excavation" means any operation in which earth, rock, or other material on or below the ground is moved or otherwise displaced by any means, except the tilling of soil less than twelve inches in depth for agricultural purposes, or road and ditch maintenance that does not change the original road grade or ditch flowline. E. "Excavator" means any person who engages directly in excavation. F. "Identified facility" means any underground facility which is indicated in the project plans as being located within the area of proposed excavation. G. "Identified but unlocatable underground facility" means an underground facility which has been identified but cannot be located with reasonable accuracy. H. "Locatable underground facility" means an underground facility which can be field-marked with reasonable accuracy. I. "Marking" means the use of stakes, paint, or other clearly identifiable materials to show the field location of underground facilities, in accordance with the current color code standard of the American Public Works Association. Markings shall include identification letters indicating the specific type of the underground facility. J. "Person" means an individual, partnership, franchise holder, association, corporation, a state, a city, a county, or any subdivision or instrumentality of a state, and its employees, agents, or legal representatives. K. "Reasonable accuracy" means location within twenty-four inches of the outside dimensions of both sides of an underground facility. L. "Underground facility" means any item buried or placed below ground for use in connection with the storage or conveyance of water, sewage, electronic, telephonic or telegraphic communications, cable vision, electronic energy, petroleum products, gas, gaseous vapors, hazardous liquid, or other substances and including but not limited to pipes, sewers, conduits, cables, valves, lines, wires, manholes, attachments, and those parts of poles or anchors below ground. M. "One-number locator service" means a service through which a person can notify utilities and request field-marking of underground facilities. [1984 c 144 § 2.1 19.122.030 Notice of excavation to owners of underground facilities -- One-number locator service -- Time for notice -- Marking of underground facilities -- Costs • Before commencing any excavation, the excavator shall provide notice of the scheduled commencement of excavation to all owners of underground facilities through a one-number Special Provisions, H:DOCS:98-125:DMC:ps Page 8 • locator service. All owners of underground facilities within a one-number locator service area shall subscribe to the service. One number locator service rates for cable television companies will be based on the amount of their underground facilities. If no one-number locator service is available, notice shall be provided individually to those owners of underground facilities known to or suspected of having underground facilities within the area of proposed excavation. The notice shall be communicated to the owners of underground facilities not less than two business days or more than ten business days before the scheduled date for commencement of excavation, unless otherwise agreed by the parties. Upon receipt of the notice provided for in this section, the owner of the underground facility shall provide the excavator with reasonably accurate information as to its locatable underground facilities by surface-marking the location of the facilities. If there are identified but unlocatable underground facilities, the owner of such facilities shall provide the excavator with the best available information as to their locations. The owner of the underground facility providing the information shall respond no later than two business days after the receipt of the notice or before the excavation time, at the option of the owner, unless otherwise agreed by the parties. Excavators shall not excavate until all known facilities have been marked. Once marked by the owner of the underground facility, the excavator is responsible for maintaining the markings. Excavators shall have the right to receive compensation from the owner of the underground facility for costs incurred if the owner of the underground facility does not locate its facilities in accordance with this section. The Owner of the underground facility shall have the right to receive compensation for costs incurred in responding to excavation notices given less than two business days prior to the excavation from the excavator. An owner of underground facilities is not required to indicate the presence of existing service laterals or appurtenances if the presence of existing service laterals or appurtenances on the site of the construction project can be determined from the presence of other visible facilities, such as buildings, manholes, or meter and junction boxes on or adjacent to the construction site. Emergency excavations are exempt from the time requirements for notification provided in this section. If the excavator, while performing the contract, discovers underground facilities which are not identified, the excavator shall cease excavating in the vicinity of the facility and immediately notify the owner or operator of such facilities, or the one-number locator service. [1988 c 99 § 1; 1984 c 144 § 3.1 19.122.040 Underground facilities identified in bid or contract -- Excavator's duty of reasonable care -- Liability for damages -- Attorney's Fees. A. Project owners shall indicate in bid or contract documents the existence of underground facilities known by the project owner to be located within the • proposed area of excavation. The following shall be deemed changed or differing site conditions: Special Provisions, H:DOCS:98-125:DMC:ps Page 9 1 . An underground facility not identified as required by this chapter or other provision of law; and 2. An underground facility not located, as required by this chapter or other provision of law, by the project owner or excavator if the project owner or excavator is also a utility. B. An excavator shall use reasonable care to avoid damaging underground facilities. An excavator shall: 1 . Determine the precise location of underground facilities which have been marked; 2. Plan the excavation to avoid damage to or minimize interference with underground facilities in and near the excavation area; and 3. Provide such support for underground facilities in and near the construction area, including during backfill operations, as may be reasonably necessary for the protection of such facilities. C. If an underground facility is damaged and such damage is the consequence of the failure to fulfill an obligation under this chapter, the party failing to perform that obligation shall be liable for any damages. Any clause in an excavation contract which attempts to allocate liability, or requires indemnification to shift the economic consequences of liability, different from the provisions of the chapter is against public policy and unenforceable. Nothing in this chapter prevents the parties to an excavation contract from contracting with respect to the allocation of risk for changed or differing site conditions. D. In any action brought under this section, the prevailing party is entitled to reasonable attorney's fees. [1984 c 144 § 4.1 19.122.05 Damage to underground facility -- No notification by excavator -- Repairs or relocation of facility A. An excavator who, in the course of excavation, contacts or damages an underground facility shall notify the utility owning or operating such facility and the one-number locator service. If the damage causes an emergency condition, the excavator causing the damage shall also alert the appropriate local public safety agencies and take all appropriate steps to ensure the public safety. No damaged underground facility may be buried until it is repaired or relocated. B. The owner of the underground facilities damaged shall arrange for repairs or relocation as soon as is practical or may permit the excavator to do necessary repairs or relocation at a mutually acceptable price. [1984 c 144 §51. • Special Provisions, H:DOCS:98-125:DMC:ps Page 10 • 19.122.060 Exemption from notice and marking requirements for property owners An excavation of less than twelve inches in vertical depth on private non-commercial property shall be exempt from the requirements of RCW 19.122.030, if the excavation is being performed by the person or an employee of the person who owns or occupies the property on which the excavation is being performed. [1984 c 144 § 6.1 19.122.070 Civil penalties -- Treble damages -- Existing remedies not affected A. Any person who violates any provision of this chapter, and which violation results in damage to underground facilities, is subject to a civil penalty of not more than one thousand dollars for each violation. All penalties recovered in such actions shall be deposited in the general fund. B. Any excavator who willfully or maliciously damages a field-marked underground facility shall be liable for treble the costs incurred in repairing or relocating the facility. In those cases in which an excavator fails to notify known underground facility owners or the one-number locator service, any damage to the underground facility shall be deemed willful and malicious and shall be subject to treble damages for costs incurred in repairing or relocating the facility. C. The chapter does not affect any civil remedies for personal injury or for property damage, including that to underground facilities, nor does this • chapter create any new civil remedies for such damage. [1984 c 144 § 7.1 19.122.080 Waiver of notification and marking requirements The notification and marking provisions of this chapter may be waived for one or more designated persons by an underground facility owner with respect to all or part of that underground facility owner's own underground facilities [1984 c 144 § 9.1 19.122.900 Severability -- 1984 c 144 If any provisions of this act or its application to any person or circumstance is held invalid, the remainder of the act or the application of the provision to other persons or circumstances is not affected. [1984 c 144 § 9.1 Special Provisions, H:DOCS:98-125:DMC:ps Page 11 1-07.2301A Lane Closures (Additional Section) • On NW 7th Street and Taylor Avenue NW, the Contractor shall allow local access to all existing residences and shall provide necessary means to allow local deliveries including but not limited to U.S. Mail and Solid Waste Services. On Rainier Avenue North, the Contractor shall maintain two lanes of traffic in each direction except during the hours of 8:30 AM to 3:30 PM where traffic will be permitted to be maintained in one lane each direction. All lane closures on Rainier Avenue North will require, at a minimum, the use of arrow displays and traffic safety drums in accordance with MUTCD and WSDOT requirements. 1-09 MEASUREMENT AND PAYMENT 1-09.14 Payment Schedule GENERAL - Scope A. Payment for the various items of the Bid Sheets, as further specified herein, shall include all compensation to be received by the CONTRACTOR for furnishing all tools, equipment, supplies, and manufactured articles, and for all labor, operations, and incidentals appurtenant to the items of work being described, as necessary to complete the various items of the WORK all in accordance with the requirements of the Contract Documents, including all appurtenances thereto, and • including all costs of compliance with the regulations of public regulations of public agencies having jurisdiction, including Safety and Health Administration of the U.S. Department of Labor (OSHA). No separate payment will be made for any item that is not specifically set forth in the Bid Schedules, and all costs therefore shall be included in the prices named in the Bid Schedules for the various appurtenant items of work. B. The Owner shall not pay for material quantities which exceed the actual measured amount used and approved by the ENGINEER. C. It is the intention of these specifications that the performance of all work under the bid for each item shall result in the complete construction, in an accepted operating condition, of each item. Work and material not specifically listed in the proposal but required in the plans, specifications, and general construction practice, shall be included in the bid price. No separate payment will be made for these incidental items. 1-09. 14 (A) Bid Item 1 - Mobilization The lump sum price shown shall cover the complete cost of furnishing and installing, complete and in-place all work and materials necessary to move and organize equipment and personnel onto the job site, provide and maintain all necessary support facilities and utilities, obtain all necessary permits and licenses, prepare the site for construction operations, and maintain the site and surrounding areas during construction. Special Provisions, H:D0CS:98-125:DMC:ps Page 12 1-09. 14 (B) Bid Item 2 - Demobilization The lump sum price shown shall cover the complete cost of final cleanup, dressing, and trimming the project area after construction of improvements, hydroseeding and all landscape restoration, and moving all personnel and equipment off the site after contract completion. 1-09. 14(C) Bid Item 3 - Construction Survey and As-Built The lump sum price shown shall cover the complete cost of providing all labor, materials, and equipment for construction staking and surveying needed to construct the improvements to line and grade and as required by the project plans and specifications, pavement markings indicating stationing along the project alignment, and of providing the required construction and as-constructed field notes. Bid Item shall include the cost of the surface elevation survey and monitoring required for the directional drill construction techniques. 1-09. 14 (D) Bid Item 4 - Re-establish Monuments Measurement for re-establishing monuments will be made at the unit price bid per each, which payment will be complete compensation for all labor, equipment, materials, excavation, new monument with housing, placement, installation, backfill, compaction, • restoration, etc. required to reference the existing monument and re-establish a new one after sewer construction and restoration is complete, in conformance with the Contract Documents, and applicable State Laws. 1-09. 14(E) Bid Item 5 - Traffic Control The lump sum price shown shall cover the complete cost of providing all labor, materials, and equipment for installing, removing, and maintaining all temporary traffic and pedestrian control systems, signs, barricades, delineators, striping, concrete barriers, reflectors, lights, flagging, and other traffic control devices. 1-09. 14 (F) Bid Item 6 - Shoring, Design , Construction, and Maintenance The lump sum price shown shall cover the complete cost for providing all labor, materials, equipment, planning, design, engineering by a registered professional engineer, submittals, assembly, maintenance, removal, shoring for bore pits, receiving pits, manholes and disposal of shoring items, and all other work necessary to support trench and excavation areas as required by the project specifications and State and Federal Law. 1-09. 14 (G) Bid Item 7 - Erosion, Sedimentation Control, and Landscaping The lump sum price shown shall cover the complete cost of providing all labor, materials, and equipment to furnish, install, and maintain erosion and sedimentation control systems • and to restore existing landscaping to its original condition or better as required by the project plans and specifications, including construction entrances, truck washing, filter- fence, catch basin sediment control, straw mulch, hydroseeding, slope stabilization measures, landscaping, topsoil, and maintenance. Special Provisions, H:DOCS:98-125:DMC:ps Page 13 1-09. 14 (H) Bid Item 8 - Furnish and Install 48 Inch Concrete Manhole • The price per each shown shall cover the complete cost for providing all labor, materials, equipment, precast concrete components, ring and cover, joint sealing, steps and ladders, coating of manhole, connections to the existing system, channeling, grouting, excavation, native material replacement and compaction, and manhole bedding. Manhole depth will be measured from the invert elevation of the lowest pipe entering the manhole to the cover elevation. 1-09. 14 (I) Bid Item 9 - Furnish and Install 8 Inch PVC or HDPE Sewer Pipe The unit price shown shall cover the complete cost of providing the 8" diameter sewer pipe installed including all labor, materials, equipment, excavation, replacement and compaction of native material, pipe of the size and type shown, special fittings, laying and joining of pipe and fittings, handling, bedding, testing, cleanup, and temporary pavement patching. Payment shall be per lineal foot of pipe installed as measured horizontally between manhole center points. 1-09. 14 (J) Bid Item 10 - Furnish and Install 8 Inch Sewer Pipe by Directional Drill The lump sum price shown shall cover the complete cost for providing all labor, materials, equipment, planning, design, engineering, and submittals for the installation of the HDPE pipe within the hillside as required by the project plans and specifications. The lump sum price shown shall cover all costs associated with the directional drilling operation regardless of the type of direction drilling equipment used, or the methods chosen. No extra payment will be made for correction of pipe installed outside of the allowable tolerances specified herein or for costs related to pipe damaged during installation. Partial payment shall be based upon the percentage of work complete. 1-09. 14 (K) Bid Item 11 - Bore Pit and Receiving Pit - Directional Drill The lump sum price shown shall cover the complete cost of excavating the bore pits and receiving pits as required to construct the sewer pipe and manholes in the directional drill section. The lump sum price shown shall be full compensation for pit excavation, replacement and compaction of native material, placement of CDF or other self- consoiidating backfill not included in Bid Item 14 - Select Backfill, material removal, haul and disposal, additional bore pits required to correct damaged or improperly installed pipe, installation and maintenance of temporary asphalt patch and all other activities required to prepare the bore pits and receiving pits not included in other bid items as necessary to construct the sewer and manholes in the directional drill section. No extra payment will be made for protection of existing utilities. 1-09. 14 (L) Bid Item 12 - Connections to Existing Manholes The price per each shown shall cover the complete cost for excavating around and protecting existing manholes, providing temporary sewage bypass as necessary to install • connection, core drilling, rechanneling existing manhole and providing all other items necessary for a complete connection as shown on the project plans. Special Provisions, H:DOCS:98-125:DMC:ps Page 14 1-09. 14 (M) Bid Item 13 - Foundation Material The unit price shown shall cover the complete cost for providing all labor, materials, equipment, excavation, haul, disposal of waste materials, foundation material, and compaction as directed by Engineer. Payment shall be per ton of foundation material based on truck weight tickets. No payment shall be made for foundation material placement due to unnecessary over-excavation. 1-09. 14 (N) Bid Item 14 - Select Backfill The unit price shown shall cover the complete cost of furnishing, placing and compacting backfill and disposal of unsuitable material in accordance with the plans and specifications. No payment shall be made for costs due to over-excavation and subsequent backfill unless the inspector determines that the over-excavation could not be avoided. Over-excavation is defined as trenching outside the limits as set forth on the construction plans. Additionally, no payment shall be made for necessary compaction to correct backfilled areas which are not compacted in accordance with these specifications. Payment shall be per ton of select backfill material based on truck weight tickets for select backfill placed within the trench width limits as shown on the construction plans. If the trench width exceeds the maximum trench width limits shown on the plans, payment shall be per ton of select backfill material based on the Engineer's estimate of the trench volume using the maximum width limits and soils compacted density. • 1-09.14 (0) Bid Item 15 - Soldier Pile Retaining Wall The unit price shown shall cover the complete cost of installation of the soldier pile wall to the required parameters as shown in the geotechnical report, as shown on the plans, and as further described in Section 6-12 of these specifications. The unit price shown shall cover all costs of excavation, drilling and placing piles, placing lagging, backfilling, and installation of drainage system as required. The unit price shown shall cover all costs of providing materials, equipment, labor, design by a licensed professional engineer in the State of Washington, and installation of the wall complete. 1-09. 14 (P) Bid Item 16 - Asphalt Concrete Patch Including Crushed Surfacing Top Course The unit price per square yard shall cover the complete cost of labor, materials, equipment, haul, aggregate, tack coat, pavement saw cutting, installation, preparation of the subgrade, providing and installing crushed rock base course, placement of asphalt concrete, roller compaction, joint sealing, pavement striping and markers, and cleanup. Payment shall be per square yard of asphalt concrete pavement as measured by the engineer within the pay limits as shown on the construction plans. No additional payment will be made for work necessary to correct ACP not installed in accordance with the specifications. 1-09. 14 (0) Bid Item 17 - Curb and Gutter, and Sidewalk Restoration The lump sum price shall cover the complete cost for providing labor, materials, equipment, • concrete, saw cutting, form work, expansion joints, surface preparation, and disposal of existing concrete for reconstructing the existing concrete curb, gutters, traffic islands, and sidewalk disturbed by construction in accordance with construction plans, standard details and specifications. Special Provisions, H:DOCS:98-125:DMC:ps Page 15 1-09. 14 (R) Bid Item 18 - Television Inspection The lump sum price shown shall cover the complete cost of providing all labor, materials, equipment, and video tape recordings necessary to document the completed condition of the installed pipe. 1-09. 14 (S) Bid Item 19 - Trench Dewatering The lump sum price for dewatering shall cover the complete cost of design and monitoring by a Professional Engineer for furnishing, installing, and operating dewatering equipment necessary to keep excavations free from water during construction as required in the Specifications. The price shall also cover the complete cost of disposal of the water, removal of all dewatering equipment, and restoration of lands used for the purposes of dewatering. DIVISION 5 SURFACE TREATMENTS AND PAVEMENTS 5-06 TEMPORARY PAVEMENT (Additional Section) 5-06.1 Description (Additional Section) Pavement areas that have been removed by construction activities must be restored by the • Contractor prior to the end of each working period, prior to use by vehicular traffic. The Contractor may use temporary pavement to allow vehicular traffic to travel over the construction areas. Temporary pavement shall also be placed around trench plates or others devices used to cover construction activities in a manner that provides a smooth transition between surfaces. Labor, materials, haul, surface preparation, etc., required for temporary patching shall be considered incidental to Pavement Repair as described in Sections 1-09.14(R) of these Special Provisions. 5-06.2 Materials (Additional Section) Materials shall be 'Cold Mix'. The composition of other components of the temporary asphalt pavement shall be determined by the Contractor to provide a product suitable for the intended application. The Contractor shall not use materials that are a safety or health hazard. Temporary pavement material that does not form a consolidated surface after compaction shall be considered unsuitable and shall be removed from the site. Unsuitable temporary pavement shall be disposed of off-site. 5-06.3 Construction Requirements (Additional Section) • The roadway subsurface shall be prepared for the temporary pavement as defined in Section 2-06. Temporary pavement areas greater than ten (10) square feet shall be a Special Provisions, H:DOCS:98-125:DMC:ps Page 16 minimum of four (4) inches thick and roller compacted to consolidation. The completed pavement shall be free from ridges, ruts, bumps, depressions, objectionable marks, or other irregularities. The Contractor shall immediately repair, patch, or remove any temporary pavement that does not provide a flat transition between existing pavement areas. All temporary asphalt pavement shall be removed from the site by the end of the project and shall not be used as permanent asphalt pavement or subgrade material. DIVISION 6 STRUCTURES 6-12 Installation of Soldier Pile Wall The Contractor shall retain the services of a licensed professional engineer in the State of Washington to design a soldier pile wall that at a minimum meets the design parameter outlined in the attached geotechnical report prepared by GeoEngineers dated November 6, 1997. The proposed design shall be submitted to the City for its review and approval prior to starting any work on this portion of the project. The submittal shall include calculations verifying the wall's capability to handle the specified loads as identified in the geotechnical report. The design and calculations shall be submitted by a licensed professional engineer in the State of Washington. The design shall assume the elevation of the backfill behind the wall to be at the top of the wall. The contractor shall provide all grading and excavation required for installation and for final grading upon completion of installation. All disturbed areas shall by hydroseeded upon completion. DIVISION 7 DRAINAGE STRUCTURES, STORM SEWERS, SANITARY SEWERS, WATER MAINS AND CONDUITS 7-05 MANHOLES, INLETS, AND CATCH BASINS 7-05. 1 Description (Supplemental Section) Manholes shall be pre-cast concrete, diameter as noted on the plans, conforming to the requirements of ASTM C478 except as amended herein. Pre-cast sections shall be of the size and dimensions required to fabricate finished manholes conforming to the City's standard details. 7-05.3 Construction Requirements (Supplemental Section) Pipe to manhole couplings shall be equal to a "Kor-n-Seal" boot. Manhole base sections shall be placed on a graded and firmly compacted granular bedding course conforming to the requirements for sewer bedding in Section 7-17.3(1)B of the Special Provisions, H:DOCS:98-125:DMC:ps Page 17 Standard Specifications. The bedding shall be at least 6-inches thick and extend at least 12-inches beyond the limits of the base section all around. The bedding must be graded to ensure uniform contact and support of the manhole in a true vertical position. Manhole channels shall conform to the City's standard details and the construction plans. 7-05.3(1) Adjusting Manholes to Grade (Supplemental Section) The Contractor shall construct manholes so as to provide adjustment space for setting cover and casting to a finished grade as shown on the construction plans. Manhole ring and covers shall be adjusted to the finished elevations prior to final acceptance of the work. 7-05.3(3) Connection to Existing Manholes (Supplemental Section) Connections to existing manholes shall be core drilled. Couplings shall be equal to "Kor-n- Seal" boots. Existing manholes shall be cleaned, repaired, and re-channeled as necessary to match the new pipe configuration and as shown on the construction plans. 7-05.3(5) Manhole Coatings (Additional Section) All new manholes shall be coated as specified below. The following coating system specifications shall be used for coating (sealing) all interior concrete surfaces of manholes. Coating Material: High Solids Urethane Surfaces: Concrete Surface Preparation:ln accordance with SSPC SP-7 (Sweep or brush off blast) Application: Shop/Field The drying time between coats shall not exceed 24 hours in any case System Thickness: 6.0 mils dry film Coatings: Primer: One coat of Wasser MC-Conseal high solids urethane (2.0 DFT) Finish: Two or more coats of Wasser MC-Conseal (min. 4.0 DFT) Color: White 7-17 SANITARY SEWERS 7-17.2 Materials (Replacement Section) Gravity sewer pipe shall be as specified herein and as shown on the plans. The Contractor shall provide two copies of the pipe manufacturer's technical literature and tables of dimensional tolerances to the Engineer. Any pipe found to have dimensional tolerances in excess of those prescribed or having defects which prevent adequate joint seal or any other damage shall be rejected. If requested by the Engineer, not less than three nor more Special Provisions, H:DOCS:98-125:DMC:ps Page 18 • than five lengths of pipe for each size, selected from stock by the Engineer, shall be tested as specified for maximum dimensional tolerance of the respective pipe. Pipe used for sanitary sewers in the non-directional drill section shall be PVC per Section 9- 05.12(1) or HDPE similar to directional drill material. 7-17.3 Construction Requirements 7-17.3(1) Excavation and Preparation of Trench 7-17.3(1)A Sewer Trench (Supplemental Section) Prior to excavation through asphalt concrete, or Portland Cement Concrete surfaces, the pavement shall be removed and disposed. Unsuitable excavated material shall be immediately hauled off-site and disposed of at a site provided by the Contractor. The Contractor shall provide all materials, labor and equipment necessary to adequately shore trenches to protect the work, existing property, utilities, pavement and any other improvements and to provide safe working conditions in the trench. The Contractor may use any method of shoring, provided that the method complies with all local, state and federal safety codes and the terms of this contract. The Contractor alone shall be responsible for worker safety, and the Owner and its agents assume no responsibility. Damages resulting from improper shoring or failure to shore shall be the sole responsibility of the Contractor. Shoring below the pipe will not be removed if, in the opinion of the Engineer, such removal will disturb the pipe bed. Shoring shall be furnished, installed, and left in place if necessary, as required to limit the extent of excavations for the deeper structures, and to protect adjacent structures and facilities from damage due to excavation and subsequent construction. No additional payment above the contract amount will be made for such shoring. Blasting for excavation will not be permitted. Drainage and culvert replacement: Where disturbed, drainage ditches and culverts shall be restored to their original alignment and grade, backfilled with select backfill as shown on the plans, and left in a condition to provide drainage equal to or better than now existing as determined by the Engineer. Existing vegetated channels shall be revegetated (if disturbed by construction) using hydroseed or other methods of stabilization as approved by the Engineer. Removal of pavement, sidewalks, curbs, and gutters shall be in accordance with Section 2- 02.3(3) of the Standard Specifications. 7-17.3(1)B Pipe Bedding (Supplemental Section) PVC pipe shall be bedded in accordance with the requirements of Section 7-17.3(1)B, of the Standard Specifications, and the construction plans. Bedding material for flexible pipe shall meet the requirements of Section 9-03.16. • Hand compaction of the bedding materials under the pipe haunches will be required. Hand compaction shall be accomplished by using a suitable tamping tool to firmly tamp bedding Special Provisions, H:DOCS:98-125:DMC:ps Page 19 material under the haunches of the pipe. Care shall be taken to avoid displacement of the • pipe during the compaction effort. Compaction shall provide adequate support along the pipe to prevent settling of the pipe. 7-17.3(1)C Pipe Foundation (Additional Section) Pipe foundation in poor soil: When soft or unstable material is encountered at the subgrade which, in the opinion of the Engineer, will not uniformly support the pipe, such material shall be excavated to an additional depth as required by the Engineer and backfilled with foundation gravel material placed in maximum 12-inch lifts. Foundation gravel shall be ballast and conform to the requirements of Section 9-03.9(1) of the Standard Specifications. Corrections faulty grade; Excess excavation below the required grade shall be backfilled with foundation gravel as specified above and thoroughly compacted to the required grade line. 7-17.3(1)D Trench Dewatering (Additional Section) Dewatering may be required during construction of the sewer line. Test borings were performed to determine soil characteristics and groundwater depths. This information is included in the geotechnical report located in the Appendix. Dewatering may consist of a combination of trench pumping, well points, and/or wells, and • must satisfy the following requirements: • Prevent water from entering the trench and maintain dry trench conditions at the foundation level. • Prevent caving of the trench walls related to water migration through the walls. • Minimize turbidity in the effluent by utilizing properly sized filter pack materials on sumps, wells, and well points. • Preserve strength of foundation soils. • Recovery of water levels may be rapid if pumping is interrupted. The Contractor shall provide standby equipment installed and roady to operate to ensure continuous pumping. When wells and/or well points are no longer required, they shall be removed, backfilled, and abandoned. Wells can be left in place except the top three feet must be removed and provided they are abandoned in accordance with Chapter 173-160 WAC. Turbid water must be treated if discharged to the storm system. Discharge of dewatering effluent to the storm system must comply with DOE dewatering permit conditions. The Contractor is required to obtain this permit prior to discharging dewatering effluent to the storm sewer system. All costs necessary to treat and monitor the dewatering effluent in accordance with the permit shall be the Contractor's responsibility. • The dewatering program must be completed in such a way as to avoid excessive dewatering related settlement of adjacent facilities. Special Provisions, H:DOCS:98-125:DMC:ps Page 20 • The Contractor shall submit a dewatering plan which is stamped by a licensed professional engineer in the State of Washington. The plan shall show sufficient detail and make appropriate provisions to provide a sufficient environment for installation of the pipes and manhole and related appurtenances. 7-17.3(1)F Hazardous Waste Training (Additional Section) Construction crews working with excavated soils shall be 40 hour trained in safety requirements for working with hazardous materials should they be encountered. 7-17.3(2) Laying Sewer Pipe 7-17.3(2)A Survey Line and Grade (Replacement Section) The Contractor is required to provide construction staking and shall be responsible for securing the services of a professional land surveyor or qualified engineer who shall provide all survey staking needed in conjunction with the project. The Contractor shall assume full responsibility for the accuracy of the staking and shall provide all replacement staking or re-staking needed. The Contractor's surveyor shall provide the original field notes and a set of the field notes which shall contain as a minimum the centerline station and offset and cut to each, • manhole, side sewer, and all other changes in alignment or grade as may be needed to draw accurate as-constructed records of the project. These notes shall be kept legibly, in a format conforming to good engineering practice in a hard covered field book. It shall be the Contractor's responsibility to record the location, by centerline station, offset, and elevation, of all existing utilities uncovered or crossed during his work as covered under this project. It shall be the Contractor's responsibility to have his surveyor locate by centerline station, offset and elevation, each major item of work done under this contract. Major items of work shall be defined to include the following items: Manholes Casing end points Major changes in design grade(s) After completion of the work covered by this contract, the Contractor's surveyor shall provide to the Engineer the hard cover field book(s) containing the construction staking and as-built notes, and one set of white prints of the construction drawings upon which he has plotted the locations of existing utilities, and one set of white prints of the construction drawings upon which he has plotted the as-built location of the new work as recorded in the field book(s). This drawing shall bear the surveyor's seal and signature certifying its accuracy. • Special Provisions, H:DOCS:98-125:DMC:ps Page 21 7-17.3(2)B Pipe Laying (Supplemental Section) • Isolated grade deviations limited to less than 18 feet in length (each) due to pipe bellies or pipe settling shall not exceed one-half inch. The pipe shall be installed to within the tolerances specified in Division 10 of these specifications. 7-17.3(2)1 Protection of Existing Sewage Facilities (Supplemental Section) The Contractor shall ensure the continued operation of sanitary sewer service including protection of the existing temporary sewage lift station located in the existing manhole at NW 7th Street and Taylor Avenue NW. Sewage shall be bypassed by pumping directly to another manhole. The existing sewers shall be maintained by this bypass without interruption. No bypasses shall be left unattended overnight, on holidays, or weekends. Sewage contaminated materials shall be removed from the project site and disposed of. 7-17.3(3) Backfilling Sewer Trenches (Supplemental Section) Backfill shall conform to the requirements noted on the plans. Select backfill shall be crushed surfacing base course per Section 9-03.9(3) to the base of the subgrade. The remaining depth shall be restored as noted on the plans. Backfill within paved areas shall be compacted to at least 95 percent of maximum dry density as determined by the modified proctor compaction test, ASTM D1557. This • includes the foundation, backfill, and base course materials. Maximum lift thickness of backfill shall not exceed 24 inches between the top of the bedding and 4 feet below grade and 12 inches from 4 feet below grade to the base of the subgrade. The Engineer may be on-site to collect soil samples and to test compaction. The Contractor shall provide site access at all times for compaction testing and sample collection. Areas of the trench which fail to meet the compaction requirements shall be removed and replaced and re- compacted at the Contractor's expense. The Contractor shall be responsible for any settlement of backfill, sub-base, and pavement which may occur during the period stipulated in the contract conditions. All repairs necessary due to settlement shall be made by the Contractor at his expense. Backfill in unimproved areas shall be compacted to at least 90 percent of maximum dry density as determined by the modified proctor compaction test, ASTM D1557. 7-17.3(4) Cleaning and Testing 7-17.3(4)A General (Supplemental Section) Testing of all pipe materials may be required prior to installation at the option of the Engineer. Such tests, if required, shall be conducted in accordance with the reference material specification for the material being used. Tests on the completed installation shall be made as specified below. All gravity sewer pipe shall be cleaned and flushed after backfilling and compaction. The pipe shall be cleaned and flushed by passing an inflatable rubber ball through the completed section or using water at sufficient velocities to remove all debris. Any obstruction such as Special Provisions, H:DOCS:98-125:DMC:ps Pa, • cemented grout or debris found in the completed section, shall be removed. The City will provide water for flushing requirements. 7-17.3(4)D Air Pressure Test (Supplemental Section) All gravity sewers shall be tested for water tightness in accordance with the provisions of Section 7-17.3(4)E of the Standard Specifications. No other test procedures will be allowed except by written approval of the Engineer. The test pressure shall be 3.5 psi for a minimum of 15 minutes. 7-17.3(4)H Deflection Test of PVC Pipe (Supplemental Section) All gravity sewer pipe shall be tested for deflection at least 30 days after completion of trench backfill and compaction in accordance with the requirements of Section 7-17.3(4)H of the Standard Specifications. 7-17.3(4)1 Television Inspection (Replacement Section) The Engineer may require that any or all sanitary sewer lines be inspected by the use of a television camera before final acceptance. The costs incurred in making the initial inspection shall be borne by the owner of the sanitary sewer as allowed within that pay item. The Contractor shall bear all costs incurred in correcting any deficiencies found during television inspection including the cost of any additional television inspection that may be required by the Engineer to verify the correction of said deficiency. The Contractor shall be responsible for all costs incurred in any television inspection performed solely for the benefit of the Contractor. The video inspection shall be done after the manholes have been channeled and the line cleaned and flushed. The video inspection shall be done with a minimum flow of water in the pipe and inspected in the direction of the flow unless otherwise directed by the ENGINEER. The camera shall have rotational capabilities and be used by the operator to view up each side sewer connection and provide best views of any non-conforming items. Once the television inspection has been completed the contractor shall submit to the Engineer the written reports of the inspection plus the video tapes. Said video tapes are to be in color and compatible with the City's viewing and recording systems. The City system accepts 1/2" wide high density VHS Tapes. The tapes will be run at standard speed SP (1 5/16 I.P.S.). The CONTRACTOR shall use TV inspection report forms as considered industry standard and as approved by the OWNER, and provide completed forms and video tapes of the completed TV inspection to the OWNER. The costs incurred by the CONTRACTOR will be covered by the bid item for such television inspections, and all costs associated with the initial inspection and any requested additional inspections shall be included • Special Provisions, H:DOCS:98-125:DMC:ps Page 23 DIVISION 8 • MISCELLANEOUS CONSTRUCTION 8-04 CURBS, GUTTERS, AND SPILLWAYS 8-04.1 Description (Revised Section) Replace paragraph with the following: This work shall consist of constructing replacement cement concrete curbs and/or gutters to restore curbs and/or gutters removed or damaged by the work of this contract. Cement concrete curbs and/or gutters shall be removed between existing joints. Replacement curb and/or gutter shall be constructed in conformance with the details shown in the Standard Plans as specified and in conformity to lines and grades to match existing conditions. 8-13 MONUMENT CASES 8-13.1 Description (Supplemental Section) Add the following: The CONTRACTOR shall retain the services of a registered surveyor for re-establishing monuments impacted by construction. 8-13.3 Construction Requirements (Revised Section) • Revise last sentence: The monument will be furnished and set by the CONTRACTOR's SURVEYOR. 8-14 CEMENT CONCRETE SIDEWALKS 8-14.1 Description (Revised Section) Replace paragraph with the following: This work shall consist of constructing replacement cement concrete sidewalks and driveways to restore sidewalks and driveways removed or damaged by the work of this contract. Cement concrete sidewalks shall be removed full width between existing joints. Replacement sidewalk shall be constructed in conformance with the details shown in the Standard Plans as specified and in conformity to lines and grades to match existing conditions. 8-23 TEMPORARY PAVEMENT MARKINGS 8-23.3(l) Preliminary Spotting and Removal (Supplemental Section) Temporary pavement markings shall be placed to match the existing. It shall be the Contractor's responsibility to install and maintain the temporary markings in accordance with the specifications until final striping and markings have been installed. Special Provisions, H:DOCS:98-125:DMC:ps Page 24 DIVISION 10 DIRECTIONAL DRILLING (Additional Section) 10-01 GENERAL The Contractor shall select, design, and engineer the equipment necessary to install the pipe as specified and as shown on the plans. The directional drilling machine, cutting head, spoils control system, guidance control system, power supply, installation and removal systems, shaft location and configuration, shoring system, and other necessary items shall be designed by the Contractor for the specific application intended. The Contractor shall make all necessary arrangements for obtaining water at his expense. Contractor will supply portable mud tanks or construct temporary mud pits within the easement limits at the top of the hill to contain excess drill fluids during construction. All drilling fluids shall be disposed of off-site. The contractor shall submit the proposed methodology for installation of the directional drill pipe for review and approval by the City prior to beginning any work on this item. The submittal shall include, but not be limited to, submittal of methodology, operational procedures, proposed means for obtaining proposed geometry shown on plans, verification of meeting elevations shown on plans, and control of drilling fluid and other materials. This submittal shall be stamped by a licensed professional engineer registered in the State of Washington. 10-01.1 Shoring The Contractor shall design furnish, install, maintain, and remove all shoring systems required for the pipe and manhole installation in accordance with Chapter 296-155 of the Washington Administrative Code (WAC) "Safety Standards for Construction work, Part N, Excavation, Trenching, and Shoring," the RCW 39.04.180 and the Washington Industrial Safety and Health Act, Chapter 49.17 RCW, and all other applicable standards, ordinances, requirement and regulations. The Contractor shall submit the shoring design to the Engineer for review. The Engineer shall not be responsible for determining if the shoring system design, details, installation, maintenance, or removal are suitable for the applications intended. The Engineer shall review the shoring design for general conformance to the design concept, location constraints, and verification that the shoring design has been prepared by a registered professional engineer licensed in the state of Washington. 10-01.2 Sewer Main Pipe for Directional Drilling The sewer main pipe shall be High Density Polyethylene (HDPE) which meets or exceeds the requirements specified in ASTM D-3350 and shall have a minimum average inside diameter of 8.49", a dimension ratio of 6.3, and a standard pressure rating of 300 psi at 73.4° F. HDPE pipe shall be Sclairpipe or approved equal. Sections of HDPE pipe shall be joined into a continuous length on the job site above ground by the thermal butt fusion welding method in strict accordance with the manufacturers requirements. The joint weld strength shall be equal to or greater than the adjoining pipe • sections. Contractor shall remove any internal weld bead for a smooth pipe interior prior to installation. Socket fusion, extrusion welding, or hot gas welding shall not be used. No Special Provisions, H:D0CS:98-125:DMC:ps Page 25 pipe or fittings shall be joined by thermal butt fusion by any contractor unless he is adequately trained and qualified in the techniques involved. 10-01.3 Directional Drilling Pipe Installation The Contractor shall pull the HDPE pipe through the excavated hole in a manner that will not damage, degrade, crack, scratch, or deform the pipe in any manner. Contractor will continuously monitor the longitudinal pulling forces during pipe pullback and shall limit the longitudinal pull on the pipe so as not to exceed 72 percent of the specified minimum yield strength of the pipe. The Contractor shall provide adequate protection at the head of the pipe string prior to beginning the pulling operation to prevent damage to the pipe from tensile or other forces. Contractor shall provide adequate support rollers for the pipe during pullback to prevent damage to the pipe. The Contractor shall maintain the integrity of the pipe, existing utilities, and adjoining properties during installation. In the event the Contractor must abandon the drill hole before its completion, the Contractor will seal the borehole and redrill at no extra cost to the Owner. 10-01.4 Lubricants The Contractor may use a lubricant to ease the pipe installation. Bentonite may be used and should consist of a refined, processed, natural, high swelling, montmorillonite clay containing polymers and admixtures as necessary. Any lubricant used shall be a safe, non- toxic, non-contaminating product suitable for exposure to groundwater. • 10-01.5 Installation Tolerances The pipe shall be installed within the easement and property lines as shown on the plans. The vertical location of the pipe shall meet the minimum cover requirements specified in the plans and meet the vertical elevations at the connection points to allow gravity flow throughout. The Contractor shall monitor pipe installation and immediately notify the Owner during installation if the pipe has not been installed within the specified tolerances. Upon request, the Contractor shall provide the Engineer with field notes, survey data, and other information the Contractor has acquired to determine pipe location. Any pipe installed outside of the specified tolerances shall be replaced at the Contractor's expense. 10-01.6 Damaged Pipe Any pipe section that has been damaged during construction shall be repaired or replaced at the Contractor's expense. Cracking, buckling, separation, or distortion of the pipe or pipe joints shall constitute damage. All repair procedures shall be designed and stamped by a registered Professional Engineer licensed in the state of Washington and submitted to the Owner for approval. The Contractor's Engineer shall certify in writing that the repair was performed under their direct supervision and equals or exceeds the design strength of the pipe. Special Provisions, H:DOCS:98-125:DMC:ps Page 26 • STANDARD PLANS • • City of Renton - Standard Flans for Road, Bridge, and Municipal Construction ti o � o SECTION B DRAINAGE STRUCTURES AND WATER DISTRIBUTION AM •,Washington State Department of Transportation B eP spo American Public Works Association Washington State Chapter SEAL WITH AR 4000 AND DRY SAND AFTER PATCHING PATCHED AREA A A OUTSIDE DI A. i'-p'� COVER r 2" A.C. CLASS "G" 4" CONCRETE SECTION A-A PLAN REMOVE PAVEMENT AND BASE MATERIALS FOR A DISTANCE WHICH 1S EQUAL TO THE DIAMETER OF THE FRAME PLUS TWO FEET. ADJUST CASTING FRAME TO PAVEMENT SURFACE USING TYPICAL UTILITY COVER ADJUSTMENT FOR CONCRETE BLOCKS. PAVEMENT OR OVERLAY REPLACE ALL BUT TOP 2" OF EXCAVATED MATERIAL WITH CLASS 3000 CONCRETE (3/4). FINISH PAVEMENT SURFACE WITH 2" OF A.C. CLASS "G". 8,6T ADOPTED CITY Or RENTON SEE CITY OF RENTON SUPPLEMENTAL SPECIFICATIONS SECTION 7-05.30). Stenderd plena LST DATE. 12/15/91 DATE I REVISION BY APPR' DWG. NAME: BR36 SP PAGE: BO01 NOTES I . Proprietary manhole steps and alternate Olast:c 16 Bars at 7" centers ladders are acceptable, provided that they cenTo,-., y bottom face to Section R, ASTM C 478 (AASHTO M 199) )nd meet I� with I" MIN cover all WISHA requirements. 2 I 'I\ 2. Manhole step legs shall be parallel or approximates Clearance �i ILL )' TYP XI�'1 radial at the option of the manufacturer, ercept y �����j�{ �' that all outer wall shall be similar. lT �t prohibited. 12" MIN L 48' 18 Golvanized deformed rebar M u 96 TOP SLAB H A N D H O L D fi-------� 12" MIN IL 2„ MIN n 15 Bars at 6" n z L centers bottom face 2 with I" MIN cover U J �� q nce Cleara — Ty MANHOLE STEP DROP RUNG � � . MANHOLE STEP Gci on;zed Smooth steel Q 48" Q u m 113/4" Center to center 6� 72" TOP SLAB •8 CaI von ized deformed rebar 14 Bars of 6'' PREFABRICATED LADDER f centers bottom tore MISCELLANEOUS with I MIN Cover Clearance , 2d _L5 MANHOLE DETAILS TYP =� I'' C I earance--4- "4 ♦)<fr II TY ADOPTED I.24�I Urn CITY OF RENTON GRADE RING . ..� Slandard Plans Y � 48" 54" AND 60" TOP SLAB ---------- — - - - ---- --- Lslualc3/18/94 S i o) �I led 6n -or, -lot, d�me�.�J 111" rrt�gne. - -- ---- — -- - - - — a B 24 SP PAGE B034 O.�It bf-vl'.I ON n. erv�. 0 112" VCR 8 PL f I/2" x 3" x 3/8" NON-SKID PATTERN CAST INTEGRAL ON 10P 0 0-0-0 26-3/8" 0 cm0�,0�0 �25-4 � /U 2q^ 1- T1 3/4" L 23-1/41,0 -{I 33-1/4" SECTION A-A FRAME (NON-LOCKING) COVER (NON-LOCKING) A FOR 5/8"-11 N,C. x 1-1/4" B S.S. SOC. HD. CAP SCREW (3 REQ'D.) 3,e" 2" �1/2" TYP. TYP, NON-SKID PATTERN o I" SEAT 1— 0 FT 1-7/9" TYP o A 0 0 0°,UPo B o 25" SECTION B-B 2" RAISED LETTERS AS REQ'D, SEE NOTE No.3 BELOW UNDERSIDE SHOWN FOR CLARITY 3/4" CORE (TYP.) ON 23" B.0 DRILL AND TAP 5/8"-11 N.C.ON 23" B.C.(TYP. 3 PL.) 1-I/2" CORE(TYP) (LOCKING) FRAME (LOCKING) COVER MANHOLE FRAME AND COVER NOTES: APTE 1. FOR NON-LOCKING USE OLYMPIC FOUNDRY No. MH 30 OR EQUAL. clD�oe RDNTON 2. FOR LOCKING LID USE OLYMPIC FOUNDRY No, MH 30 D/T OR EQUAL, 3. USE FRAME AND COVER FOR STORM (SPECIFY "DRAIN" ON COVER), Standnre plans SANITARY (SPECIFY "SEWER"), OR WATER (SPECIFY "WATER"), 1 ' LST DATE 12/15/91 0 DATE ISION E3y APr RL_ OW(-, NAME BR29 6AcF P074 City of Renton - Standard Flans for Road, Bridge, and Municipal Construction �Y MOM ti O N� SECTION F CURBS9 APPROACHES , GUTTERS AND SIDEWALKS Aw .,Washington State Department of Transportation II q1 American Public Works Association Washington State Chapter • 6' 0" 2/2 1 R �•a bars l2) Pavement Il/2 R v T„ � 9 ��A DIA holes 8"" MIN N /„ ]" l0"" MAX ' Cement �l/," R concrete pavement r I� _11/2" R 2" Clearance TYP �•-1 SINGLE FACED MOUNTABLE Non-shrink grout CEMENT CONCRETE CURB N ' Jtl Sand and cement grout I" depth z MOUNTABLE INTEGRAL 06 bars (2) CEMENT CONCRETE CURB ATTACHMENT DETAIL ,„ 6t/„ ,,, PRECAST CEMENT CONCRETE BUMPER CURB Pavement R Q 'h T i K/21 -5 0.05'/FT- 1�/2"' R cement concretewop of curb DOUBLE FACED MOUNTABLEpavement - - t approach CEMENT CONCRETE CURB ^' ' 2'-T" i r - MOUNTABLE CEMENT CONCRETE I"' R 515�2-1 1/2" R CURB AND GUTTER INTEGRAL CEMENT CONCRETE Top of curb BARRIER CURB %2" R ' ; at approach' R CEMENT CONCRETE �2 R CURBS AND GUTTERS Pavement ' Top of curb t:.' SY ADOPTED at approach CEMENT CONCRETE BARRIER Uti �,f CITY OF REM'ON CURB AND GUTTER + Standard Plans Lad 3-13-92 0t"l"d bawler curb mw. BN Isc oatcMar 13 1992 2-21- +w e.ttva.a ours reelvted. KJ CEMENT CONCRETE NrC a Sp E 1'001 BARRIER CURB DAT REVISION IBY APPR'D M: F -01 SIDEWALK DRIVEWAY OR ALLEY �J. RCS EXPANSION JOINTS lyD�sAlt-,PC, A SEE NOTE 2 EXPANSION �5 "/Ns 10 h /,olo ,o2D• � a I 6 4IN \ �o JOINTS D h Af,Hq{ m Ya qk u a c SEE NOTE 2 I" J - SEE NOTE I ij ,y SIDEWALK 6 RESIDENTIAL f10' 18 COMMERCIAL OR ALTERNATE 1 i / / � CURB AND GUTTER INDUSTRIAL SEE DETAIL "A"WHEN THERE IS A PLANTING STRIP �2.3 SHOWN HOWEVER, Io„ OTHER CURBS MAY EXPANSION JOINT BE USED (SEE SECTION A-A 3/8" EXPANSION STANDARD PLANS) JOINTS SEE NOTE 2 DRIVEWAY OR ALLEY e \' ass ID SCORE LINE 6" l /h/A/N t0 e , I" H Ip SOJO• H hqk 3/8" EXPANSION pgkAk JOINTS SEE NOTE I DETAIL A SEE NOTE 2 s• SIDEWALK APPROACH WITH MONOLITHIC CURB SEE NOTE 5 ALTERNATE 2 -�2 . io 4• WHEN SIDEWALK 1S NEXT TO CURB NOTE, I. DUMMY JOINTS SHALL BE PLACED NOT TO EXCEED 15' C/C NOR LESS THAN 10' C/C THEY SHALL CEMENT CONCRETE DRIVEWAY NOT BE LESS THAN 3/16" IN THICKNESS AND SHALL EXTEND 2-1/4" DEEP, OR ALLEY APPROACH 2. 1/2" THRU JOINTS SHALL BE PLACED AT BACK, SIDES AND FRONT (BEHIND CURB) OF APPROACH, 3. CEMENT CONCRETE SHALL BE CLASS 3000 AIR ENTRAINED 4. ALL JOINTS SHALL BE CLEANED AND EDGED, ♦� � ADOPTED 5. APPROACH SHALL NOT BE POURED INTEGRAL WITH CURB AND GUTTER, BUT MAY BE POURED 1 clTr or ReNroN INTEGRAL WITH STANDARD CURB (SEE DETAIL "A">. 6. SUBGRADE COMPACTION SHALL BE 95Y MODIFIED PROCTOR. sleneera plane LST DATE 12/15/9i UAIt I REVISION BY IAPPR'Cj DWG. NAME FRO 1 N SP PACE F006 22.141 SO SHEETS 22-142 100 SHEETS '"P0 22.144 200 SHEETS r I T�l d-vAti.L 14 a•/ feer'O�t � 1, �7• THav 3-.��t'rS sH,.�� ��t r�ac.l� 0,,, rtP.c� , sioF1 s..,aA . 44 =r• �,N )✓rai,,� Cra�14....A u,ao1 nF A-trR-one{}-. Z�. •.ay APT Z. Dv.,., 7e..LTj s HAt1 B4F r•c c pro 4oT �o hoc arm 5 c/c LQ�S 711A-" io• c/C• •T116r( S0-s6-..l Dcr, naac -twe- d"j Ar^+,0 1+4.,t_+- ak-ra 4r) 2.#iy.` oalr7o, ��14 �v ;t. G arm 2TaT Cjo.A!_JLtZ;" S FN4tt Ibr CJ-A71 S AIR 6/u7Ytl N Q t] v 7,rw 4, ALL '21�,,.Ts sm-n.A , aQ u 4a..aao AKA 7'a..4T Do-+ V S. 9,T QC.X-AA.. A—al "�� Q a'f• c olls-21 avT x4Aa1 BF /'eeR-ate /y7Q42A-4- wmd 17---42.p c� az. / S ti� (�• {UPq.t47[ Ge....rn-�-Zw.� SMa�.� a� 457� n.eD�rt� lld�c�bQ. ?• ?� 7• /.f P2.a cN W�o"Z1 I s /./t�iu.tF� /.� G��3 FA•c-G. J t r,• lo'•�$/p�a...t•is, bst�v[t.sict oR.- /.-�.uT�I q Cum A"Ib 4u-rr4D2- oa. iuoustiZ4�- "'! `�1r � '4r,� ti i� fti7a►�4�O�s.� PL1�+.Lf. THQU �1. I" Sc.oR.>i Ca� �,� ILSSIC>�lArt. �,� 181• to�Lo...wtic+Qt�..�. •ry� L�i A--t L •!�• APH2cA C41 WrTu mogwuwitt- c.pz 6 Cry /LOYC s) Acf'i'ao.,u,, cs r1 �. CG,QP>-� Cd)N-' �C �2IDA�{f E: A 0 • • 1/2"X4" EXPANSION MATERIAL 1/4"R AT JOINTS P CEM. CONC CURB AND GUTTER P 1/2"X4" EXPANSION MATERIAL 1/4"R AT JOINTS SCORE LINES TO BE RADIAL TO CURB AND GUTTER W + W a GENERAL NOTES 1/2'X4' EXPANSION MATERIAL JOINTS: DUMMY JOINTS SHALL BE PLACED NOT TO EXCEED 15' C/C NOR LESS THAN 10' C/C THEY SHALL 1/4'R AT JOINTS NOT BE LESS THAN 3/16" IN THICKNESS AND SHALL BE EXTENDED 2" BELOW THE GUTTER LINE 1/2' THRU JOINTS SHALL BE PLACED AT ALL COLD JOINTS AS DIRECTED BY ENGINEER AND SHALL SCORE LINES EXTEND I" BELOW CONCRETE. B . .... 8 WHERE THE SIDEWALK IS TO BE PLACED AGAINST THE CURB AND GUTTER. THE JOINT SHALL BE A COLD JOINT 1/2"X 5" EXPANSION MATERIAL SHALL BE PLACED FROM P.C.'S TO PT'S AT ALL CURB RETURNS 1/2-X4" 'W-WIDTH OF SIDEWALK EXPANSION MATERIAL SHALL BE PLACED AT EVERY THIRD SIDEWALK PANEL THE CONCRETE MIX f R SHALL CONFORM TO THE REOUIREMENTS OF CLASS 8 (3/4-) WITH AIR ENTRAINMENT O SIOEwaIKS '-" THE CONCRETE SHALL HAVE A BROOM FINISH WITH ALL EDGES HAVING A 21/2' TOOLED FINISH SUBCRADE COMPACTION SHALL BE 907 (MODIFIED PROCTOR) 1/4-/FT. SLOPE 1/4'/FT. SLOPE 1/2"R 1/2"XS" EXPANSION MATERIAL 1/2'R 1/2•R CURB RETURN ONLY PAVEMENT AS PER PLANS 4 1' PAVEMENT AS PER PLANS 4 / PARKWAY J STANDARO CEM. CONC. STANDARD CEM. CONC. CURB AND GUTTER CURB AND GUTTER SECTION A-A SECTION B-B SEE SHEET 2 5.1 FOR ROADWAY DEVELOPEMENT STANDARDS TYPICAL SIDEWALK DETAIL_ ADOPTED • �� CITY OF RENTON ♦ !'*je+ '"'���� Standard plena .f0` LIST DATE 7/89 DATE REVISION BY APPR' DWG NAME. FR--02 SP PAGE F007 City of Renton - Standard Plans for Road, Bridge, and Municipal Construction Y ti O . . O SECTION K TRAFFIC CONTROL FLANS •,Washington State Department of Transportation 40 m • • American Public WnrkR Antne.66nn Waehinofnn Cfafw Menfnw GENERAL NOTES Floodlights shall be provided to mark flogger stations at right as needed. If entire work area is visible from one ENO station,one flogger may be used at CONSTRICTION G20-2 alternate location. + Steady burning warning 11" (TYPE C, 1AJTCD) should be used to nark chonnel:ing devices at night as needed. Olstance from work area to and of tow shall be lengthened if necessary to be visible to approaching traffk. Sign sequence Is the same for both directions of travel. �Or{3 ,j3 `a"� Sign Sporip ' X tfwt) R Aam Art-We 40/95 LPfl Soo: W20 70 n°�'ws r••� zn/u MPH 2e0* Alternate 6,.tna: tr)ete flogger lo #Jon W20 4 0000 ( ONE LANE l ROAD �✓ AHEAD w20 - 1 wet- 4 + ROAD ROAD CONSTRUCTION OR WORK AHEAD AHEAD FOR LOCAL TRAFFIC CONTROL PLAN LECEND ti ADOPITD 4-24-9 Reploced End Constrctbn Sign,Added Distance trap Flogger AEN - �1S O•rC> (11Y OF REN"I'ON one CFWrNELQNC DEVICES to work Area a Alternote F Location• Revleed Notes pT Standard Plans FLAGGER 10-b-Y1 Deleted EM Comtruction Sipe,Added 'Tor Local Agency ABN s ♦ • we"• '1�� `� I m DateApr 24 1992 B-31-90 Rwleed iabl.,topper t)Irnenelon, Added ASH N C S13 PAt�()o l 1 ppllcatlon of traffic control devices on a two-lons n21-4,and f hi y where one lone Is closed and flogging Is provided. GATE REV1Sigi By APPRD M: K-�2 • • W20-1 , , GENERAL NOTES ROAD x i i * The Ic;o.1r,"4paciiiq a t. wary.eQud q CONSTRUCTION I I h feet to the speed tk,lh the mavlrtern T tpochq bet"on chamel=inqq deces used AHEAD to NDOrats traffc should bevi 2 tire the W20 5M x I I `peed 1rIL For"-lsrm pro)octs,conflctkV pavement morl - no k,r- app/ca66 steal l be LEFT LANE x —� rornoved.Torporary morkinge,hckK" CLOSED directional povement arrows,shall be used I as necessary.Where lone changes are restricted. AHEAD x p use chv,nes:k,q devices to ouppMment T x the te"porory lone line.For short term �-� projects.use chame/rhg devices to delineate IO ( I adjacent traffic tines. -� O ( for ace nay be used botw4on the END work area pand ed*e t m choel:hq devices. CO NSTRUCTION1 This W4 2(R) O epPlCaUon may be used dionnq�e traffic tide.lone dlelrtbubutlon reversed (slp++q changed occordlrt*).hen D O O peak traffic flow cho os direction. CIA O (( Other Curve or turn warnhq sigry may be T 2 substituted for sign Wt-1M)to depict O O roadway asigr~l,as approprlate. O — Temporary solid lane ins. i o (For short term projects San 5pochQ• x See notes.) 0 WORK'/ .P,-§s 50/55 MPH 1000' ■ Espreeswa@ jT+T �E Rvd Rood 40/55 MPH 500" lrt,an Mterfole p Urban Streets 25/35 NPft 2S0'r Rweldenti l Buekwee DistrkAe END ° �o G20 - 2 MlNM Ll TAPER LENGTH Ulf IN FEET CONSTRUCTION O ° J Posted Speed (mph) 25 JO J5 40 IS 'SO 55 O O )OS 110 20S 270 150 S00 SSO x p 10 W1 4(L) h= I I x / ii 113 16S 22S 295 !95 SSO t505 1V1 t25 1�0 215 J20 SIO 600 6t)0 I I x1' wu - i i 2 R n C (t ROAD CONSTRUCTION LEGEND AHEAD TRAFFIC CONTROL PLAN - 1 c too CHANNEl121NG DEVICES W20 Uy A�OPIT-D .,...`r O� OBLITERATED MARKINGSRKINGS CF1'Y OF RENTON (see notes) + Ai + Standard Plans DDD SEQUENTIAL ARROW SIGN Added W13-1 and Length of 4-24-92 Taper Post Work Area ASN - 1st DatcA r 24 1992 1 -1 - de ' or ocal Agency Use' ABN E NriO SP PAGE K004 8- 1-9 A8N TYDKoI aDDfiaaton of (ro(fia control devices pA Revised VI I es an N esi ne M: 1{-05 .here drectlonal traffic volumes ore uneven. GENERAL NOTES ROAD The mc.lmum ep cirp Det.sen charnsiri�g T T- a a * dericss h a taper should be nearty 6qua CONSTRUCTION x I I In fast spacinglbetw �m�en hornoA ing de . ed AHEAD W20-1' 1 to se Parole traltk **,Ad b. 2 tl+»s the "t. For long-term protects,conlicting pave- /{ menl morking* no l*f4w appicoble "I be removed as soon as practicable.Temporary LEFT LANE mark" "be used as necessary. CLOSED x AHEAD W20-5(L)' I i Steady burring warring Sots (TYPE C,14UTC0) shaA ra d be used to marl, ctneiring devicss ° END at 40t at needed. L c CONSTRUCTION C20-2 .FWm;rn worrkn Fights and/or flogs sbdl be O used to cos attention to thm *arty warning soo�MAY ngns when sped Fred n the pions. 444 o° W4-2(R) L/2 MIN O t S* Soocing.x E.prs ° S( reewoyssawaye SO/SS MPH 100011 0 w Rural Roods 40/55 MPH 500'r oRK Urban Arterials A Urban Streets 25/33 MPH 250 r O ResWent)al It W1-4(L) Business Districts ►N►rUM TAPER LENGTH (L)IN FEET T L/2 MIN O 401 000 t r— Posted Speed (mph) I�Nl W13-1 25 30 35 40 45 SO SS o y lNPt1+ 105 150 205 270 450 soar 550 . /2l11 115 t65 22S 295 495 550 605 C20-2 CONSTRUDCT I ON I O + us tea 24s 320 54o 60o eeo I o04d4 1> O L W4-2(L) O x l y x/ RIGHT LANE CLOSED W20-5(R)• x AHEAD F O Gi L OO C� °G�, L IQEHCV UM �x ROAD CONSTRUCTION W20-1• TRAFFIC CONTROL PLAN 4W ( a * I * i AHEAD LEGEND 10 a o CHANNELIZING DEVICES ADOPTED OBLITERATED MARKINGS V1�Y O� CITY OF RENTON (sea note.) � � Standard Plans <"I SEOUENTIAL ARROW SIGN 4-24-92 Added W13-1,corrected *rroto `s SJ0 �- Ist Date Apr 24 1992 10-1e-9 Revised note,tables and sign locotion, ABN �N .d `For loedAgency Use".Resigned SP PAGOS application Four lane undivided roadway,there half DAT RocolAN Br APPR'O adway is closed. N K (kJ w4-2(L) w20-5(R) W20-1 GENERAL NOTES C20-2 RIGHT LANE ROAD The maximum spacing between chonneizing CLOSED CONSTRUCTION devices in a taper should be nearly equal END in feet to the speed limit:the maximum CONSTRUCT AHEAD AHEAD ION spacing between channeizintdevices used to separate traffic should be 2 limes the cone speed limit. or reverq toper to show Trailer or truck with flasher end of work L X X X MNIMUM TAPER LENGTH (L) IN FEET X Jj 500'MAX 1 Posted Speed (mph) 25 30 35 40 45 50 55 WORM C S 10 105 1S0 20S 270 4S0 500 550 :11 115 165 225 295 49S 550 605 40 V 12 660 Sign Spacing X J J reeessways ways Expr 50/55 MPH 1000'� 1 l Rural Roods 40/SS MPH 500'! Urbon Arteriah Urban Streets 25/35 MPH 250'' Residential L Business Districts 7 7 ♦ �e � n FOR LOV� AL (A®LGl1" WE TRAFFIC CONTROL. MMI LEGEND ADOP MD 00 0 CHANNELIZING DEVICES UtiSY w?, CITY Of RENTON MC> SEQUENTIAL ARROW SIGN A Standard Plans 24-92 A6aeatDistanos From work „gN `s Area va �� lst Date Apr 24 1992 p•te-y� evleea moles. �aaea "For ABN 1V'C °° ° �•• R••' SP PAGE K006 Typical Application - Daytime operation of short duration on a DATE REVISION Br �;,]) four-lone divided roadway where one lane is closed. M: K-07 ♦ * * * y}. A/MWUt/ TAPER LENGTH (L)IN FEET —_ _ / x o Posted Speed (mph) _ _....I ._ �0 2S 30 ]S 40 45 SO SS 65 FCONSIRUCTION1 ND + s 10 105 150 205 270 450 500 550 Y G20 - 2 HS teS 225 285 495 SSO BOS 5121 125 1e0 245 320 540 Boo 180 7110 I I Sign Spacing _ X ree■aye 50/e5 MPH 1000't i I Espnuwoys Rural Roods 4OOT Urban Nlerlalf 0/55 MPH S Treser or trues aU ►loeher Ur Slreels Regid 25/35 MPH 250'r Rssidenl L Business District@ ♦ 1 J GENERAL NOTES The maslrrl spocing bel.een chomalthg x devices In a taper should be newly equal T In feet to the Speed "ti the mofimum 1 w r� spacing betwesn chomel'uring devices used to sepofot• Iraff;c Shand be 2 limes the speed Nail. ♦� • Flashing worninqq Ights and/or flogs Shall be used to can attention to the early warning signs when spedried In the plans. •4 711.I ..er I I I r,• LEGCHo RICH son cHANNEU20"G DEVICES TWO LANE x CLOSED w20 SIR) low 5EOUENTIAL ARROW SIGN E x I I I ROAD � CONSTRUCTION w20 - I TRAFM RaLL PLC * * * * AHEAD ADOI'1 ED It.rt..e tm« ens M.I4..406.! IVY O CITY nP ItEN"I'ON 'I r L«d Ae.ncr U..',II«1vy1 e .ni a tilandard I'I:uls 'A Ist Datc 10/18/91 FN,fo SP PAGE K007 n w-s "rt_L4 TVApplication - Closing multiple lanes of a multi-Ions highway. • • Typical Application - Traffic control ono freeway allowing access to exit ramp. GENERAL NOTES A buffer space may be used between the Cover existing Exit Sign work area and adjacent channelizing devices. ♦ I �� The maximum spacing between chonnellzing ♦ t� ♦ I devices In a toper should be nearly equal In feet to the speed 11mitt the maximum ♦ spacing between channel'izing devices used to separate traffic should be 2 times the O speed limit. L I W0 E The desirable romp opening and width are O EX I T 100 feet and 14 feet respectively. O IO O O A C20 - 2 End Construction sign should be E X I T installed about 500 feet beyond the work O ■" O O area. +I o 0 O L E5-1 For long term projects,confricling pavement markings no longer applicable shall be removed O of E5.1 or obliterated as soon as practicable. Temp- AO O L/2 wary markings shol be used as necessary. IO Steady burning warning lights (TYPE C.MUTCD) ♦ I should b• used to mark channelizinq devices Soo,WN at night as needed. I Soo'WM O I MINIMUM TAPER LENGTH (L) IN FEET «<<<< 0 �4 I O 25 30 Posted 35 Speed 40 L (45) SO SS I O 0 I O L :5 10 105 150 205 270 450 500 550 I0 �_i 11 115 165 225 295 495 550 605 x I �y1 12S ISO 1 245 320 540 600 1 660 Sign Spacing w x x I W4-2(L) Emae�.ays 50/55 MPH t000•f W4-2(L) J I z I Rural Roods r Urban Arteriole 40/55 MPH S00' I y, Urban Strests Residential 6 25/35 MPH 2S0'= I I RIGHT LANE Business Districts x RIGHT LANE CLOSED ♦ ♦ ♦ AHEADD I I z AHEAD W20 S(R) /�FOR f�D�D1�LOCAL O Cn nQ L W20 5(R-44 I A(M E C)V� U I� E ROAD TRAFFIC CONTROL PLAN ROAD CONSTRUCTION CONSTRUCT]ON AHEAD w20 1 AHEAD W20-1 Y ADOPTED LEGEND :tiA �: CITY OF RENTON Standard Plant 4-24-9 Revised Tables �UR0 0 0 CHA NELIZING DEVICES S 10 ist Date Apr 24 1992 d0-10-g Modifed elwwing devices,revised table,moved signs to Mader, N �4 SEQUENTIAL ARROW SIGN added existing Exit Sign and 'Tor Loco]Agency Use",Resigned OBLITERATED MARKINGS (see notes) DATE REVISION N:K-09 SP PAGE K008 BV MPR'D W20-1 / �— CENMAL NOTES ROAD / The ma.trrewn spodng petty chm.Pvfrtng CONSTRUCTION x + de.kes In o taper should be neorlr ewd In feet to tM .peed fort;a+. 1na.6rtvwn AHEAD ,-I '.%— I I .pacing Ae1.00n city ndriq *"cel uood / M, to eepa ate vorrc ebr/e ee I ,:rre I'm END speed Fnrt I I CONSTRUCTION C20 2 Pi01'A'1 Wm as neueaery for lreffK ery cerdiUone LEFT LAN 3 CLOSED re wa�tw umed to rrwk barricades COj at AHEAD /� • ri,",am ne.d.d. ■ W20-SI�) WI-2(R) • G4� I R3 2m /o.b^0-term pro►ecle,oenActng poeem.nl nvtirge of Ntal appk0tedas le Mal I ee ROAD rwno•od er aWtareled m.pan of practicoD4. • Terrowary rnartt}pe Mdl be wood at race$- ; ' CONSTRUCTION ter• x • t AHEAD a Prer.Dlt fun ad neeee.arT for traffic conditions. W K A ��_ ,✓ w20-1 END C20-2 CONSTRUCTION Y Med%&W TAPER L.EHOTH IU N FEET 41-- — ® _ Poe Ud Speed Impr1 I� 30 37 e0 45 50 >' RA ' 10 105 s] 205,270 450 100 150 / R3-2e It m 165 22S 295 eel 550 6os t25 W 245 3201540 SOO 660 f i . " END x G—rcONSTRUCT ION C20 2 Sigr1 Spacing-x ROAD , I :• s0/ss MPH 1000" CONSTRUCTION I AHEAD % RIGHT LANE ureo Rood. eo/ss WH Soot 61UST iw.ibi i 2s/� MPH xso^ W20-1 I I y '.me.Db1rNe L— TURN RIGHT R3-7(R) a x C20.2 END CONSTRUCTION -A-_ ti ora r R3-e F O R L O C A L NENCT USE - LEGEND ROAD TRAFFIC CONTROL PLAN a 0GHANNEUZING DEVICES I I CONSTRUCTION a a * t AHEAD �Y ADOPTED TYPE in BARRICADE RENTON ,*W SEOUENTIAL ARROW s W20.1 �tiA St2n Of Plans � � � Standard Plans OBLITERATED MARKINGS 4-24-12 R..Y.d TaEMe.STr Spacing Sip (see note■I R.vls.d Tmle. For IstDaleA t 24 1992 I „ 9°ia ADN _ 1Vrr SP P K009 Local U.. R.el ..O oppfcalion - Work ores neon an Intersection.ofloering right ttrns. OAT, BT APPR'D K:K-10 W20-1 / T.. ' •I.ENERAL .NOTES CONSTRUCTION I M feet to " .peed "U the me.lnun . END "Pacing bo C}"n cha+rnldrq devices aced AHEAD G20-2 to POPardte treflle .hould be 2 t6ne. the • CONSTRUCT ION speed llriA. I , ( -•� I :W-Irl /ghlo (TYPE A.YUTCD) should be, d to mark borricodee of I 6a� W20-1 t ee needd.e �n ROAD steed)+burnb� e�1en4 vote tiorpr,C. END WTCD).hate be 'read to mark Chonnal21ng C20-2 CONSTRUCT ION I CONSTRUCTION div1cee of night 0e n«ad. WORK AHEAD 1'61 Wq-t-M rOocte..connoting p•vennt EA mdrknge tIo longer,%plcnbl►.9holl be r*moved or obillrolod oo'000n ooilprecdcable. _ \�T I Temper err marwbtge .holl be veed of nec«- I MAX) y �„-.—x.--�� eo Y. I • prow, tvno as n•cooeorr for Vofflc c"I;Ms. R4-' -- 1W/N TAPER LEMCTH M N FEET I J R3-2 o y Poo too Sped (mphi 25 JO 55 .40 45 50 55 r�--Y--..{ 5 10 t05 .I,SO 205 220 450 1 so0 550 F 4 • I `t 500,y a4— I ---�'--- CONSTRUC TION �I il2a ns l * 225 295 95 = ROAD, czo z 550 ws m0 245 520 S40 600 660 r«oo • \ I t y lPH ,000 e2p I �, i aew.oYo so/ss ( - Rued Roods 40/53 MPH 500" U-bbn Arterial* C20-2 I END I I —�— — } --T >W4n(R) UrbtnSlr«UUCT I^t� ^•; Fe.de db 25/35 WpmE a . AHED f�Or R LOCAL o \ w20-5(u '. i 'IOGI) a: f11UCIi� RAFFIC CONTROL. J P �a ° o CHANNEI-121NG DEVICES I L—_--- — \ / ADOPTED v w20-t ® TYPE t BARRICADE ec'06'50CIT 5 Of RfNTnN E �000CvTiti ti.atir`lGM Standard Plans Ist bate Apr 24 1992 O-m-91 "0" wcotwn ► chorweoting device.,Added n99,r arid; OppliCOtipn . work OreO Mar On in(deeclion "rr local Agency U.o",Rev4ed Tabl«,Rasignee '�" ,rOv;din9 dtxeae ,o left.turn land. --- SP PAGE K010 GATE T _ NEvf510N� Nr wvfrp M:K -11 �-----_ j Sign Spocing= x McMA11A TAPER LENGTH (L)N FELT GENERAL NOTES ree•oys 50/55 1iR1 *Do,! The mofk..rw E spr eanoys pocky Det.een ehorneering Posted Speed (mph) devices ina taper shou/d be nearly equd Rvd Roods s0/SS MPH S00'r 25 30 35 e0 ♦5 SO 55 InAwl to an peed d Mt:the mosi— Urban Avtidf • to *&g betOt*eentraffic chomeltip devices m used •\ Urban Streeter 5 tOS 150 205 270 ♦SO S00 SSO to epaot• Irofne shield M 2 Inws the Residenlld ► 25/35 MPH 250" V speed bait. Business Districts SSO 605 \ =11 ITS tlS 225 29S 195 1V Steady burning •ornirp tights (TYPE C. ,t • J US 180 2eS 320 5e0 600 660 bUTCD)should be used to mark cho—,"rhq devices at right an needed. \ \ Flaslrng war is oW/a flogs maybe used to cal otlenGon to the early aria r� 4�D' s. '� .`\" \ \ 4rgn sequence is the some for both d►ee- QOQJL'O `P, tto»do enffs. .•t.pt adjusted for l.rl �' �y Q Mspbc�W wisWe of tlH d�iarrlwshaM tam by + ` \ Cr rlartnq the barrier away from the rood.ay. a Concrete Barris Flare Raise, yuP� J/ Is Concrete barrier ends located sithln the 0• Q O(-j clear rune shd hove an approved concrete barr';er end treatment. ►• p Trher• apeede are 30 MPH or lose, + ��� 1��` Reverse Turn siyy (111-3)should be used. +(L► \ �'► Reflective delineation devices shouid be \ ( Mlabd on the concrete barrier orW els M e- \ • rs deng the lemparay tomstlbn are needed. FOR LOCAL 1%Q1EHCV UsEl LEGEND Q ,p TRAFFIC CONTROL PLAN fi O O CHANNELIZING DEVICES C, ® TYPE III BARRICADE ADOP TM CONCRETE BARRIER S*Mya%-, CITY OF RENTON 44C SEOUENTIAL ARROW SIGNStandard Plans APPROVED CONCRETE BARRIER -24-92 Extended bane s �+ Ist DatcApr 24 1992 END TREATMENT het nobs) 10-18- Corrected Rare rates IL sign locations,Added 'Tor ESN _ d Agency Use".Revised Tables,Resigned. SFOGE KO 11 col Application - Four-lone divided roadway where one roadway is closed. 0AJW REVISION I BY APPR'D M:K-12 • ! • W20-1 SIp, So«lrp x i + * * 'a.say ba"WN TAPER L(NCTH Il,eJ r((T ROAD END .Oys soles � Tooa: CONSTRUCTION oads Posted S000d (r.ph) CONSTRUCTION C20 ? rterlots l0/55 MPH 500•' 2S 50 35 s0 e5 50 55AHEAD \ wnStreets j aS u0 ]os 270 M-5 , . R.videntiol b 25135 YPH 250E Bvglnegg pslrkle Its 155 225 295125 IEO 2s5 520 to If aocR.t ►arts fThe T..Mwvw yxYy bet.~ d.sv.d delkss h e lapar N+oc/1 ba of, a" I I rNO In lost Ie the soled Jdtl the mo'b" l epoc" bstwasn cwarvrdt^9 dsrkae wad (j 000121NC DEVICES to swa•oto traffic de�Ad bs 2 1, .. n. gp.sd FNI ATED MARKINGS (ee0 notes) fa lyp-tsr.w pa).cle confrtpE BARRIER n`ar'++90 ns to v- avorKatA. Mail bs rama.ed or obstsrat.d as goon a pocjbc eA6. 40� SEOUENTIAL ARROri SIGN Isrnpara► rwarlips .wail be v..d as n.c.s. ear y. A APPROVED CONCRETE BARRIER ' ENO TREATMENT (pee notes) t.pONd .nag of toncrol. barrl.rg "O ed be located out" of Uw clo(r raw by flvbta Ise borrior away from the reaa.ay, ICancrols Barrie, mars R.I., es Wf ... 17� I I Temporary 55 NOH --. Ie,I Edge Stripe W12•41R1 50 IPH ••• 12.1 e0 MPH ••• to,I Concrets bomb. Inds local" .iUn lM I ( c4or IOn1 gl.ag bags on op"e..,I cax,.ls ((( borrl.r and trealrMnt. C20-2 . Tna odvancs wornr.Q Mpn earls w20 t M20 • SIR)and we - }(LI dwt be rspsal sd END I S In rrw d"an Owe sufflclsnl width 4.1ets. CONSTRUCTION 2) W4•2(L) Sl.adr btir,fp werAn9 e01e fTvrt C. MUTC01 owo%Ad be wad to -orb cb,n.dt" do.kes at nlpht as n.sdsd. X T X t_ IGHT LAN E .iIE (C11 M ( i I a * ( * X CLOSED TRMTC CONTROL FILM AHEAD W10-SIRI .�. - ADOPT17D ROAD OtiCY O� (;I1"y OF RINMN CONSTRUCTION st:,nJ:IrdI'Ians TyPlcol AppOcolion Portable barrier .round a wort. area, AHEAD �^ � Ill I)a1c10/Ifi/)I . .. a•IM9 Rs.ls.d IaA..s AeMd Ka fY1N N'C� L«al Us R. sd W20•I SP PAGE K012 DAt( _ —_fnvrSc,N 0r AlRO K •Ii _ a: Report Geotechnical Engineering Services Sewer Line Reconstruction Rainier Avenue North and NW 7th Street Renton, Washington • November 6, 1997 For City of Renton G e o E n g i n e e r s Fife No. 0693-045-02 Geo 1 Engineers Consulting Engineers November 6, 1997 and Geoscientists Offices in N1 ashington. Oregon.and Alaska City of Renton Utility Systems Division 200 Mill Avenue South Renton, Washington 98055 Attention: David M. Christensen Report Geotechnical Engineering Services Sewer Line Reconstruction Rainier Avenue North and NW 7th Street Renton, Washington File No. 0693-045-02, Task 2 • INTRODUCTION This report presents the results of our geotechnical engineering services for reconstructing a damaged sewer line located within the right of way of Northwest 7th Street, immediately west of Rainier Avenue North in Renton, Washington. The project location is shown on the Vicinity Map, Figure 1. The sewer line was damaged when a landslide was reactivated during heavy rain the week ending February 9, 1996. The sewer line was reconstructed in 1991 after a similar landslide occurred. Our services in 1991 and 1996 were requested by David Christensen of the City of Renton to provide an emergency evaluation of the landslide and to provide recommendations for a permanent repair concept. The replacement sewer line will be installed by directional drilling to locate the line below the bottom of the landslide zone. These services have been provided in general accordance with our proposal dated November 25, 1996. Our services were authorized by David Christensen on June 13, 1997. The results of our previous services are described in the following documents: Geobuineers.Inc. tiAli1 1;4th A1�enuc A.E. Redmond.Wk 950>2 Teleonone 361-6000 Fsx(-i';)861-bo;0 DNAv-\v_geoengmeers.com ?.loved on tended pacer City of Renton November 6, 1997 Page 2 1. "Preliminary Geotechnical Evaluation, Landslide and Broken Sewer Lines, Slope West of Rainier Avenue North, Renton, Washington" dated May 16, 1991. 2. "Report, Supplemental Geotechnical Engineering Services, Sewer Line Construction and Slope Stabilization, Slope West of Rainier Avenue North, Renton, Washington" dated October 4, 1991. We understand that the sewer line will be replaced with an 8-inch high density polyethylene pipe using the directional drilling method. We further understand that the city of Renton has arranged to have the west lane of Rainier Avenue North closed to provide sufficient room at the bottom of the slope to accommodate the drilling equipment and construction of the jacking pit. The replacement sewer line will connect to a new 48-inch diameter manhole which will replace an existing manhole located at the top of the slope at the intersection of Northwest 71 and Taylor Avenue Northwest. The pipe invert will be about 12 feet below the top of the manhole. The pipeline will extend about 230 feet down slope to the east to connect to a new 48 inch diameter manhole which will replace an existing manhole located in the west lane of Rainier Avenue North. The pipe invert will be about 4 feet below the top of the manhole. An existing 16 inch water line extends along the bottom of the slope about 20 feet west of this manhole near the toe of the slope. The new pipeline will pass above the water line and into the manhole. We understand that the contractor will be required to expose the water line at the toe of the slope • before beginning the directional drilling. SCOPE The purpose of our services is to evaluate subsurface soil and ground water conditions as a basis for developing final design recommendations for the directional drill technique. Our specific scope of services includes the following tasks: 1. Review previous reports and records in our files and information provided by the City of Renton regarding site history. 2. Compare current site topography, provided by the City of Renton, with older survey data. 3. Explore subsurface soil and ground water conditions by drilling 1 boring along the proposed alignment. 4. Evaluate the engineering characteristics of the site soils based on laboratory testing of samples obtained from previous borings completed by GeoEngineers (see Appendix B). 5. Confirm our previous analysis and characterization of the landslide with respect to the present landslide activity and geometry. This includes presenting a geologic cross section of the alignment based on all available information. 6. Describe subsurface soil and ground water conditions along the proposed alignment. 7. Review the proposed horizontal and vertical alignment of the replacement sewer line and • comment on design modifications which may be necessary based on the results of our explorations. G e o E n g i n e e r s He No.0693-045-02 City of Renton November 6, 1997 Page 3 8. Attend a meeting with representatives of City of Renton to present our conclusions and recommendation. 9. Provide recommendations for jacking and receiving pit construction. This includes lateral earth pressures for design of shoring and dewatering requirements. 10. Comment on construction issues which might affect the proposed alignment. SITE DESCRIPTION GENERAL Slopes west of Rainier Avenue North in the vicinity of the project site have a history of movement that extends back several decades. Many of the older city maps show rights-of-way on these slopes for streets that have never been constructed, primarily because of slope steepness and instability. Our discussions with various City of Renton staff confirm their history of frequent maintenance problems along Rainier Avenue, usually as a result of slopes being unstable following periods of heavy rain. The heavy rains which have occurred during the past two winters have resulted in significant slope movements at the project site and to the north of the site along Rainier Avenue North. • REGIONAL GEOLOGY The Renton area has been occupied by glaciers several times in the last million years. The most recent glaciation, commonly called the Vashon Stade, occurred approximately 13,500 years ago. The project area is located along the eastern margin of the "Skyway Uplands," a glacial terrace underlain by Pre-Vashon glaciolacustrine and Vashon glacial and glaciofluvial deposits, bordered on the south by a glacial valley wall underlain by late Eocene and Oligocene sedimentary bedrock designated the Renton Formation and Tukwila Formation, respectively, and on the east by the valley occupied by Lake Washington and underlain now by the Cedar River delta. SURFACE CONDITIONS The present slope extends between Elevation 55 feet at the toe along Rainier Avenue to approximately Elevation 125 feet at the crest along Taylor Avenue Northwest. The rise of 70 feet occurs in a horizontal distance of about 185 feet resulting in an average slope inclination of about 40 percent. The site and adjacent areas are shown on the Site Plan, Figure 2. The slope is generally undeveloped, except for the sewer line constructed along the Northwest Seventh Street easement which extends from Taylor Avenue Northwest to Rainier Avenue North. This sewer line was damaged and rerouted following the landslide which • occurred in 1996. A single family residence is located along the south side of the proposed alignment and fronts on Taylor Avenue Northwest. The slope is vegetated with alder saplings G e o E n g i n e e r s File No.0693-045-02 City of Renton November 6, 1997 Page 4 and dense blackberries. Individual large maple, spruce, cedar, and hemlock trees are growing i along portions of the slope to the north and south of the project site. SUBSURFACE CONDITIONS We explored subsurface soil and ground water conditions along the proposed alignment for this study by drilling one boring (numbered 1) to a depth of about 36.5 feet on July 21, 1997. A description of the field exploration program and log of the boring are presented in Appendix A. The location of the exploration along the alignment is shown on the Site Plan, Figure 2. Also shown in Figure 2 are the locations of explorations completed during our previous studies. A description of the exploration prc,gram, logs of the explorations and laboratory data from our previous study are presented in Appendix B. Subsurface conditions encountered in Boring 1 completed for this study include about 13 feet of loose to medium dense silty sand with gravel. This upper layer appears to include fill, slope wash and/or weathered till. We encountered dense sand below this upper layer and extending to a depth of about 16 feet. From a depth of 16 feet to the bottom of the boring at a depth of about 36.5 feet, we encountered hard silt. Ground water was encountered at a depth of about 11 feet during drilling. The subsurface conditions encountered in Boring 1 are consistent with the conditions • encountered in the nearby borings completed during our previous studies. A generalized cross section developed during our previous studies is presented in Figure B-1. The cross section illustrates the expected subsurface conditions along the alignment and has been revised to include information developed during our current study. CONCLUSIONS AND RECOMMENDATIONS GENERAL In our opinion, the replacement sewer line may be constructed at the site as proposed using the directional drilling technique. The soils encountered in our borings are suitable for directional drilling. These soils can be adequately supported by a combin,-.tion of open cuts, trench boxes and shoring during construction to create drilling and receiving pits. Dewatering during construction will likely be limited to controlling small to moderate amounts of seepage water which enters the drilling and receiving pits. Seepage water can be controlled by pumping from sumps located within the excavations. It may be possible to shore the drilling and receiving pits using conventional shoring boxes. However, we recommend that drilled soldier piles and lagging be used for temporary excavation shoring at the toe of the slope where the water line must be exposed to reduce the risk of creating further slope instability during construction. G e o E n g i n e e r s File No.0693-045-02 City of Renton November 6, 1997 Page 5 SITE PREPARATION AND EARTHWORK Site Preparation Site preparation will consist of completing the excavations for the directional drilling equipment and the receiving pit, placing two 48-inch diameter replacement manholes and backfilling the excavations prior to reestablishing the paved roadways and walks. We expect that all of the soils encountered in the excavations can be excavated with conventional equipment. Silty soils are expected to comprise much of the material excavated from the two pits. These soils are very moisture-sensitive, easily disturbed during construction and will be difficult, if not impossible, to compact when wet. We therefore recommend that all backfill consist of imported structural fill as described below. Structural Fill All new fill in pavement and walkway areas should be placed as structural fill. The suitability of soil for use as structural fill will depend on its gradation and moisture content. As the amount of fines(that portion passing U.S. No. 200 sieve) increases, soil becomes increasingly sensitive to small changes in moisture content and adequate compaction becomes more difficult to achieve, particularly during wet weather. Generally, soils containing more than about 5 percent fines by weight, relative to the fraction of the material passing the 3/4-inch sieve, cannot be properly compacted when the moisture content is more than a few percent from optimum. During dry weather, it might be feasible to use the on-site sand and silty sand as structural fill, provided this material is conditioned to the proper moisture content for compaction. The on-site silt will not be suitable for structural fill where compaction to at least 95 percent of maximum dry density (ASTM D-1557) is required. If structural fill placement must take place during wet weather, we recommend the use of imported sand and gravel containing less than 5 percent fines by weight relative to the fraction of the material passing the 3/4-inch sieve. As an option, controlled density fill (CDF) should be considered during wet weather for its ease in backfilling and uniform support for the reconstructed roadways. All structural fill material should be free of organics, debris and other deleterious material with no individual particles larger than 6 inches in diameter. Structural fill should be placed in loose lifts not exceeding 8 inches in thickness. Each lift should be conditioned to the proper moisture content and uniformly compacted to the specified density before placing subsequent lifts. Structural fill should be mechanically compacted to a firm, nonyielding condition. Structural fill placed beneath pavement and walkway areas should be compacted to at least 95 percent of the maximum dry density (MDD) per ASTM D-1557. Fill outside pavement and walkway areas • should be compacted to at least 90 percent of MDD. G e o E n g i n e e r s File No.0693-045-02 City of Renton November 6, 1997 Page 6 We recommend that a representative from our firm be present during critical stages of site • preparation and fill placement. Our representative would evaluate the adequacy of the subgrade soils and identify areas needing further work, perform in-place moisture-density tests in the fill to verify compliance with the compaction specifications, and advise on any modifications to procedures which might be appropriate for the prevailing conditions. Temporary Open-Cut Slopes We expect that some portion of the excavations will be made as an open cut to reduce the need for shoring. The stability of open-cut slopes is a function of soil type, ground water level, slope inclination, slope height and nearby surface loads. The use of inadequately designed open cuts could impact the stability of adjacent work areas, existing utilities, and endanger personnel. In our opinion, the contractor will be in the best position to observe subsurface conditions con- tinuously throughout the construction process and to respond to variable soil and ground water conditions. Therefore, we believe that the contractor should have the primary responsibility for deciding whether or not to use an open-cut slope rather than some form of temporary excavation support, and for establishing the safe inclination of the cut slope. All open-cut slopes and temporary excavation support should be constructed or installed, and maintained in accordance with the requirements of the appropriate governmental agency. For planning purposes only, we recommend that temporary cut slopes in medium dense native soil and fill be no steeper than 1-1/2H:1V (horizontal to vertical). We expect that this will be appropriate for preliminary design of the excavations located at the top of the slope. We recommend that temporary cut slopes of 111:1V be used for preliminary design of the excavation located at the toe of the slope where hard silt is present. These general guidelines assume that surface loads such as equipment loads and storage loads will be kept a sufficient distance away from the top of the cut so that the stability of the excavation is not affected. The guidelines also assume that the excavations will be dewatered in such a way that significant seepage is not present on the slope face. Flatter slopes and/or shoring may be necessary for those portions of the excavations which are subjected to significant seepage. It should be expected that the excavation face will experience some sloughing and raveling. Berms, swales, or drainage ditches should be installed around the perimeter of the excavation to intercept surface runoff and reduce the potential for sloughing and erosion of the cut slope. EXCAVATION SUPPORT Based on the planned depth of the pipeline inverts and new manhole bases, we expect that the drilling and receiving pits will be about 14 feet deep at the top of the slope and about 6 feet deep at the toe of the slope. We recommend that temporary shoring for support of the pit located at the toe of the slope • consist of a combination of open cut and drilled soldier pile and lagging walls. We recommend G e o E n g i n e e r s File No.0693-045-02 City of Renton November 6, 1997 Page 7 • that the west wall of the excavation which will extend along the toe of the slope be constructed as a soldier pile and lagging wall. Open cut slopes will likely form the other sides of the excavation. The following values may be used for design of the soldier pile and lagging shoring system: 1. AEP (active earth pressure): Equivalent fluid weight of 60 pounds per cubic foot (pcf) based on a slope of 1.5H:1 V above the shoring wall. The AEP will act over the soldier pile spacing above the bottom of the excavation and the grouted soldier pile width below the bottom of the excavation. For a slope of 311:1V or flatter above the wall an equivalent fluid weight of 35 pcf should be used. 2. PEP (passive earth pressure): The PEP will include a uniform rectangular pressure distribution and a triangular distribution. The rectangular distribution should be uniform with depth and equal 1,000 pounds per square foot (psf) acting over 2 times the grouted soldier pile width. The triangular distribution should be determined for an equivalent fluid weight of 265 pcf acting over 2 times the grouted soldier pile width. These values include a factor of safety of about 1.5. 3. Minimum pile embedment below dredge line: 10 feet. 4. AEP for lagging design: Equivalent fluid density of 30 pcf. The above recommended lateral soil pressures do not include the effects of surcharges(e.g., equipment loads, storage loads, traffic loads, or other surface loading). Surcharge effects should be considered as appropriate. Existing structures may be sensitive to vibrations. If shoring is driven or vibrated as part of this project, the effect on nearby facilities should be adequately evaluated. We recommend that the contractor submit his shoring plan to the engineer for review prior to the start of construction. LIMITATIONS We have prepared this report for use by City of Renton in the design of a portion of the project. The data and report should be provided to prospective contractors for bidding or estimating purposes, but our report, conclusions and interpretations should not be construed as a warranty of the subsurface conditions. If there are any changes in the grades, location, configuration or type pipeline installation to be constructed, the conclusions and recommendations presented in this report may not be fully applicable. If such changes are made, we request that we be given the opportunity to review our conclusions and recommendations and to provide a written modification or verification. When the design has been finalized, we recommend that GeoEngineers be retained to review the final design drawings and specifications to see that our recommendations have been interpreted and implemented as intended. G e o E n g i n e e r s File No.0693-045-02 City of Renton November 6, 1997 Page 8 Our scope does not include services related to construction safety precautions and our • recommendations are not intended to direct the contractor's methods, techniques, sequences or procedures, except as specifically described in our report for consideration in design. There are possible variations in subsurface conditions between the locations of the explorations and also with time. A contingency for unanticipated conditions should be included in the project budget and schedule. Sufficient monitoring, testing and consultation should be provided by our firm during construction to confirm that the conditions encountered are consistent with those indicated by the explorations, to provide recommendations for design changes should the conditions revealed during the work differ from those anticipated, and to evaluate whether or not earthwork and founda.ion installation activities comply with the contract plans and specifications. Within the limitations of scope, schedule and budget, our services have been executed in accordance with generally accepted practices in this area at the time the report was prepared. No other conditions, express or implied, should be understood. � O ► We appreciate the opportunity to be of continued service on this project. If there are any questions concerning this report, please call. S McFA� /i Respectfully submitted, WAS d eo gineers, In 5. \ 26693 ' �+ CISTERN' ti� f McFadden, P. . `rSI NALECG 1 �f6�9-7 ro ct ngineer EXPIRES � ! -1 79 8 Jon W. Koloski Principal JJM:JwK:cdl Document I.D. P:\0693045R.DOC Four copies submitted • G e o E n g i n e e r s File No.0693-045-02 9 LAKE WAsHINGTON s BRYN MAWR C) SITE o RENTON ENTOON Nw AIRPORT TAYLOR AVE MN SKYWAY Q co z w f- col WAY rn Z N W N > Q O W z 15_.Q S 2ND ST N 0 N Ln 0 a� Lo 0 NO SCALE • FROM REPORT DATED 10/04/91 lfil �to VICINITY MAP 5 Geoff Engineers �/ FIGURE 1 • 0 T CB TYPE: II j0 m IW 17W 123.11 iWT 122.2122.d5 -+ R .KE KERY RUC NEW MANHOLE PROPOSED SEWER PIPELINE , z ,— „ m �PP INV 8"W 118.60 HEAD SCARP CCCCCCJJJJJJ .y \.-- A INJ 4'f. 12t,34 �p BOT 11.S.61 N INT H T) S '( VACATED ) $ \ S3 ti 0+00 � < h,0 \+U pe o- �•" 6 D s r r B—1 �11 ,p Stiy b000 61 h eye 2 p. Z v f� +I r S , BORING OMRLE - GROUNU _ — 116 R THIS -STU Y� $ R B-4 P A e �' APP OXIMA LOCATION OCI �� - _ OF D ILLIN PIT —� APP OX MA CA fQf W " "�` _ZS OF E EIVI G IT 0+00 - �\ �\ 22" HENLOCK N < NB +00 w �= e ms _ -- — — — _ i — ti� p6 ti by 0 0 2+ 0 �PRO , OSED SOLDI CB TYPE II I I D N , , - ,o y. ti. �. p o �. ,> �. , p PILE ,WALL RIM 123.56 W off. ,- ,YN ,22.,5 BORING BY O1 INwJV 12'S 121.90 I > 80, 120.7 < ------ GEOCONSULTANTS, INC. I 1 in I 15 15' I I 2— STORY HOUSE WITH gA5p4p4► 04/21/91 I 30, I NV B'WRiM 550.08 I PP p m z I INV 8"S 49.M S:_V '< o I o I I I a I EXISTING 16'�0 I I I o WATER LINE 1 I � 1 3 Q EXPLANATION: 1n 0 BORING COMPLETED FOR THIS STUDY N 0n 1 B-1 BORING FOR PREVIOUS STUDY DATED 10/04/91 (BORINGS B-2 & B-3 FROM THE PREVIOUS o STUDY WERE LOCATED SOUTH OF THE PROJECT AREA AND ARE NOT SHOWN ON THIS SITE PLAN) HA-6 HAND AUGER FOR PREVIOUS STUDY DATED 10/04/91 0 0 20 40 i A' A LOCATION OF CROSS SECTION DEVELOPED FOR PREVIOUS STUDY DATED 10/04/91 SEE APPENDIX B FOR CROSS SECTION SCALE IN FEET = Note: The locations of all features shown are approximate. �`p SITE PLAN Reference: Drawingentitled "Topography, NW 7th Street Sewer Re air' b Rin el & Associates, dated 12 18 96. Geo �l'ng�neel'S FIGURE 2 P Y 9 / / APPENDIX A • • APPENDIX A FIELD EXPLORATION AND LABORATORY TESTING FIELD EXPLORATION The subsurface conditions at the site were explored by drilling one borings on July 21, 1997. The approximate locations of the borings are shown in the site plan, Figure 2. The boring locations were measured from existing site features. The ground surface elevations at the boring locations are indicated on the log. The elevations are based on topographic information presented on a site plan titled "Topography, NW 7m Street Sewer Repair" by Ringel & Associates dated December 18, 1996 which was provided to us by city of Renton. The boring was drilled with a trailer/skid-mounted hollow-stem auger drill rig. The boring was monitored continuously by a geotechnical engineer from our firm who examined and classified the soils encountered, obtained representative soil samples, observed ground water conditions and prepared a detailed log of each boring. The soils were classified in general accordance with the classification system described in Figure A-1. A key to the boring log symbols is presented in Figure A-2. The boring log is presented in Figure A-3. The log is based on our interpretation of field and laboratory data and indicates the various types of soils encountered. Representative samples of the soils encountered were obtained at standard 5-foot intervals using a 1-1/2-inch-inside- diameter split-barrel sampler. The sampler was driven with a 140-pound hammer free-falling 30 inches. The number of blows required to drive the sampler the last 12 inches or other indicated distance is recorded on the boring logs. The logs also indicate the depths at which the soils or their characteristics change, although the change may be gradual. If the change occurred between samples, the depth was interpreted. LABORATORY TESTING All soil samples were brought to our laboratory for further examination and verification of field classification. Detailed laboratory analyses were completed as part of our previous studies and are presented in Appendix B. • G e o B n g i n e e r s A - 1 File No. 0693-045-02 SOIL CLASSIFICATION SYSTEM GROUP MAJOR DIVISIONS SYMBOL GROUP NAME GRAVEL CLEAN GW WELL-GRADED GRAVEL, FINE TO COARSE GRAVEL COARSE GRAVEL GRAINED GP POORLY-GRADED GRAVEL SOILS More Than 50% of Coarse Fraction GRAVEL GM SILTY GRAVEL Retained WITH FINES on No. 4 Sieve GC CLAYEY GRAVEL More Than 50% Retained on SAND CLEAN SAND SW WELL-GRADED SAND, FINE TO COARSE SAND No. 200 Sieve SP POORLY-GRADED SAND More Than 50% of Coarse Fraction SAND SM SILTY SAND Passes WITH FINES No. 4 Sieve SC CLAYEY SAND FINE SILT AND CLAY ML SILT GRAINED INORGANIC SOILS CL CLAY Liquid Limit Less Than 50 ORGANIC OL ORGANIC SILT, ORGANIC CLAY More Than 50% SILT AND CLAY MH SILT OF HIGH PLASTICITY, ELASTIC SILT Passes INORGANIC CH CLAY OF HIGH PLASTICITY, FAT CLAY No. 200 Sieve Liquid Limit 50 or More ORGANIC OH ORGANIC CLAY, ORGANIC SILT HIGHLY ORGANIC SOILS PT PEAT NOTES: SOIL MOISTURE MODIFIERS: 1. Field classification is based on visual examination of soil Dry- Absence of moisture, dusty, dry to the touch in general accordance with ASTM D2488-90. Moist- Damp, but no visible water 2. Soil classification using laboratory tests is based on ASTM D2487-90. Wet- Visible free water or saturated, usually soil is obtained from below water table 3. Descriptions of soil density or consistency are based on interpretation of blow count data, visual appearance of soils, and/or test data. _a 0 SOIL CLASSIFICATION SYSTEM C GeonfEngineers FIGURE A-1 U LABORATORY TESTS SOIL GRAPH: . AL Atterberg Limits CID Compaction SM Soil Group Symbol CS Consolidation (See Note 2) DS Direct shear GS Grain size Distinct Contact Between %F Percent fines Soil Strata HA Hydrometer Analysis SK Permeability Gradual or Approximate SM Moisture Content Location of Change MD Moisture and density Between Soil Strata SP Swelling pressure TX Triaxial compression S7 Water Level UC Unconfined compression CA Chemical analysis Bottom of Boring BLOW COUNT/SAMPLE DATA: 22 , Location of relatively Blows required to drive a 2.4-inch I.D. undisturbed sample split-barrel sampler 12 inches or other indicated distances using a 12 ® Location of disturbed sample 300-pound hammer falling 30 inches. 17 Location of sampling attempt with no recovery 10 Location of sample obtained Blows required to drive a 1.5-inch I.D. in general accordance with (SPT) split-barrel sampler 12 inches Standard Penetration Test or other indicated distances using a (ASTM D-1586) procedures 140-pound hammer falling 30 inches. 26 m Location of SPT sampling attempt with no recovery ® Location of grab sample "P" indicates sampler pushed with weight of hammer or against weight of drill rig. NOTES: 1. The reader must refer to the discussion in the report text, the Key to Boring Log Symbols and the exploration logs for a proper understanding of subsurface conditions. 2. Soil classification system is summarized in Figure A-1. tilts KEY TO BORING LOG SYMBOLS Geo�r Engineers FIGURE A-2 TEST DATA BORING 1 DESCRIPTION Moisture Dry Content Density Blow Group Surface Elevation(ft.): Lab Tests (%) (pcf) Count Samples Symbol 0 SOD Sod zone 0 SM Brown silty fine sand with occasional gravel(medium dense, moist) 14 5 5 SM Grayish brown silty fine to medium sand with fine gravel (loose,wet) 10 10 SP Gray fine to medium sand(dense,wet) 15 15 38 ❑ ML Light brown fine sandy silt(hard, wet) Uj W W LL Z MH Gray silt to elastic silt(hard, moist) w 20 i I i 20 52 ® III ICI III 25 I MH Gray elastic silt with occasional laminated fine sand(hard, 25 m 25 ® I I I moist) 2 ill II 30 I i I 30 3 33 III III III 35 I I 35 III 0 27 ® Boring completed at 36.5 feet on 07/21/97 Ground water encountered at approximately i 1 feet during N drilling LO a C;) 40 40 m co O Note: See Figure A-2 for explanation of symbols a41=9 LOG OF BORING Geo Engineers FIGURE A-3 r APPENDIX B • • APPENDIX B 40 PREVIOUS STUDY FIELD EXPLORATIONS AND LABORATORY TESTING FIELD EXPLORATIONS Seven borings were drilled between August 5 and 13, 1991 to evaluate subsurface conditions along the slope located west of Rainier Avenue North. The Site Plan, Figure 2 shows the location of the explorations completed near the proposed sanitary sewer alignment. The explorations were located by site survey on the site plan provided by the project civil engineer and were tied to our cross-sections using cloth tape, hand clinometer and Brunton compass. Borings 1 and 4 were drilled with a truck mounted Acker Soil=, using continuous flight, 4- inch-inside-diameter hollow-stem auger. Samples were obtained from the hollow-stem auger borings using a 3-inch-outside-diameter, split-barrel sampler driven with a 300-pound hammer free-falling 30 inches. The number of blows required to drive the sampler the last 12 inches is recorded on the boring logs. The borings were continuously monitored by a representative of our firm who observed drill action and cuttings, selected sample intervals, examined and classified the soils recovered, and kept a log of each boring. Soils encountered were visually classified in general accordance with • the Unified Soil Classification System, briefly described in Figure B-2. A key to the boring log symbols is presented in Figure B-3 The logs of borings B-1 and B-4 are presented in Figures B-4 and B-5, respectively. Borings HA-6 and HA-7 were drilled with a hand auger to depths of 8.5 and 9.0 feet, respectively. The logs of the borings are presented in Figures B-6 and B-7. Borings B-2 and B-3 are located south of the project area and the logs are therefore not included in this appendix. Similarly, hand auger borings completed outside the project area are not included in this appendix. The exploration logs are based on our interpretation of the field and laboratory data and indicate the various types of soils encountered. They also indicate the depths at which these soils or their characteristics change, although the change might be gradual. If the change occurred between samples in the borings, it was interpreted from drill action or auger cuttings. Piezometers were installed in boring B-1 to allow for future monitoring of ground water levels at the site. Water level measurements were accomplished on the day that the boring was completed and on August 13, 1991. Results of measurements are presented in the text section entitled "Groundwater." LABORATORY TESTING All soil samples were brought to our laboratory for further examination. The samples were examined for evidence of recent movement or disturbance. Selected samples were tested to G e o E n g i n e e r s B - 1 File No. 0693-045-02 determine moisture content, dry density, grain size and plasticity, and strength characteristics. A number of soil samples were evaluated to determine their radation and Atterberg limits. P g These tests were used to confirm the results of our visual-manual field testing. Results of gradation and Atterberg limits testing for boring B-1 are summarized in Figures B-8 through B- 10. Numerous soil samples were tested to determine their moisture content and dry density. These determinations were used to evaluate the unit weight and degree of saturation of various soils, and were compared with representative Atterberg limit test results to evaluate the respective in-place condition of the materials. The results of moisture and density determinations are presented on the boring logs. Strength characteristics of both fine-grained and coarse-grained samples were evaluated by performing direct shear tests. Direct shear test results are presented in Figure B-11. • G e o E n g i n e e r s B - 2 File No.0693-045-02 130 10+00 130 10+50 11+00 11+50 12+00 �, (EAST) c �+—N.W.7th A' (WEST) • I t House(676 Taylor Avenue N.W.) 18.'."S.outh) i"�� Azimuth _ .. ., A5e m•-� A A5.. 120 z7o° _ o= s 120 U o Estimated Origin2'Ground Surface $ c l� OD Subtle Crack with Discernable Offset Z rn P50 61 t8 A42 A48 m 110 A44 SU-D3 110 50/5" 1 A42 Fill �./ 3 SU-D2 ��� 50/4" 100 7 Q07/21/97 08/13/91 -- 1� A40 SU-D1 A38 50/5' / Fill for Sewer Line II Material Flowed Downslope � A36 SU-C Over Top of Slide Block ° 34 Fill / �, �� 38 2 A32 _ r° A30 Water-SU-B2 Soil Layer V 00 � A28 Fill / /---il90 / SU-D3 d 52 50/4' BrokenI LL Sewer Pipe J �--- /r� 25 SU-A5 - SU-B2 50/6" C r • ° 80 ° A24 O 0 Z SU-A� 33 59 cc _m 0 W EXPLANATION: LU 27 Debris Pile .- 2 ti SU-A4 m Boring Number 70 A22 / ! 70 54 `. 7 Sample Depth & Blow Count (See Boring Logs for N , Further Description) t Soil Unit Description 33 `> a0 z° A20 Fill GM Brown sit fine to coarse ravel with sand and occasional bark,plastic 60 i° � g p SU-62 SM Brown silty fine to coarse sand with varying amounts of gravel (very Notes: 1. See Figure 2 for Cross Section location. 60 (d and concrete (medium dense, moist) ` Rainier Avenue North i / dense, moist)(glaciotacustrine) 31 i SU-A1 ML Brown sandy silt(hard, moist)(glaciolacustrine) 2. Subsurface conditions shown on the Cross Section Sidewalk , SU-C CL Brown to light brown clay with varying amounts of sand and occasional are based on interpolation between widely spaced gravel (hard, moist) (glaciolacustrine) explorations and should be considered approximate. 0 .. SU-A2 ML Light brown silt with layers of fine to medium sand (hard/very dense, 61 A10 Al2 A.14 A16 moist) (giaciolacustrine) SU-D1 SM Brown silty fine sand with occasional gravel (dense to very dense, 3. The ground surface has changed since 1991 �a;�g moist)(till) because of continued movement of landslide. o _ SOU-_A6 SU-A3 ML Brown silt with occasional sand (hard, moist) (giaciolacustrine} 50 11 SU-D2 SM Brown silty fine to medium sand with fine gravel (medium dense, v� SU-A4 CL/CH Gray clay with occasional interbedded silt and fine sand (hard, moist) moist)(weathered till) p EXISTING finely laminated (glaciotacustrine) 0 10 _ 20 O16" DIAMETER SU-AS ML Graysilt with occasional interbedded clay,sand and ravel hard,most SU-D3 SM Brown silty fine to medium sand with fine gravel (loose, m WATER LINE 23 g ( ) moist)(weathered till} SCALE IN FEET � th massive to finely laminated (giaciolacustrine) FROM 10/04/91 REPORT(DRAWING REVISED 10/97) 40 SU-E SM Brown to light brown silty fine sand with occasional gravel and roots 40 40 SU-A6 CL Brown clay with sand and roots (soft,moist) (giaciolacustrine/topsoll) (medium dense,dry)(slope deposit) 12+00 SU-B1 ML Light gray and brown sandy silt with occasional gravel and cobbles ' J (hard, moist) (glaciolacustrine) CITY OF RENTON N.W. 7TH STREET AND TAYLOR AVENUE N.W. �� TO RAIWFR wv�1F lwK ry VJE R OrAAu>Lrry iFW1 a tctrc�+r A AND SEWER LINE RECONSTRUCTION CROSS SECTION A-A G e o ls��En(�ineers 13 30 10+00 10+50 1 11+00 11+50 � b FIGURE B-, • SOIL CLASSIFICATION SYSTEM GROUP MAJOR DIVISIONS SYMBOL GROUP NAME GRAVEL CLEAN GW WELL-GRADED GRAVEL,FINE TO COARSE GRAVEL COARSE GRAVEL GRAINED GP POORLY-GRADED GRAVEL SOILS More Than 50% of Coarse Fraction GRAVEL GM SILTY GRAVEL Retained WITH FINES on No. 4 Sieve GC CLAYEY GRAVEL More Than 50% Retained on SAND CLEAN SAND SW WELL-GRADED SAND, FINE TO COARSE SAND No. 200 Sieve SP POORLY-GRADED SAND More Than 50% of Coarse Fraction SAND SM SILTY SAND Passes WITH FINES No. 4 Sieve Sc CLAYEY SAND FINE SILT AND CLAY ML SILT GRAINED INORGANIC SOILS CL CLAY • Liquid Limit Less Than 50 ORGANIC OL ORGANIC SILT,ORGANIC CLAY More Than 50% SILT AND CLAY MH SILT OF HIGH PLASTICITY, ELASTIC SILT Passes INORGANIC CH CLAY OF HIGH PLASTICITY, FAT CLAY No. 200 Sieve Liquid Limit 50 or More ORGANIC OH ORGANIC CLAY,ORGANIC SILT HIGHLY ORGANIC SOILS PT PEAT NOTES: SOIL MOISTURE MODIFIERS: 1. Field classification is based on visual examination of soil Dry- Absence of moisture, dusty, dry to the touch in general accordance with ASTM D2488-90. Moist- Damp, but no visible water 2. Soil classification using laboratory tests is based on ASTM D2487-90. Wet - Visible free water or saturated, usually soil is obtained from below water table 3. Descriptions of soil density or consistency are based on interpretation of blow count data, visual appearance of soils, and/or test data. a 0 OF SOIL CLASSIFICATION SYSTEM 00 Geo�ft En eers c� ��� FIGURE B-2 LABORATORY TESTS SOIL GRAPH: AL Atterberg Limits CID Compaction SM Soil Group Symbol CS Consolidation (See Note 2) DS Direct shear GS Grain size Distinct Contact Between %F Percent fines Soil Strata HA Hydrometer Analysis SK Permeability Gradual or Approximate SM Moisture Content Location of Change MD Moisture and density Between Soil Strata SP Swelling pressure TX Triaxial compression Water Level UC Unconfined compression CA Chemical analysis Bottom of Boring BLOW COUNT/SAMPLE DATA: 22 Location of relatively Blows required to drive a 2.4-inch I.D. , undisturbed sample split-barrel sampler 12 inches or other indicated distances using a 12 ® Location of disturbed sample 300-pound hammer falling 30 inches. Location of sampling attempt with no recovery l o Location of sample obtained Blows required to drivee-a 1.5-inch I.D. in general accordance with (SPT) split-barrel sampler 12 inches Standard Penetration Test or other indicated distances using a (ASTM D-1586) procedures 140-pound hammer falling 30 inches. 26 m Location of SPT sampling attempt with no recovery ® Location of grab sample "P" indicates sampler pushed with weight of hammer or against weight of drill rig. NOTES: 1. The reader must refer to the discussion in the report text, the Key to Boring Log Symbols and the exploration logs for a proper understanding of subsurface conditions. 2. Soil classification system is summarized in Figure B-2. �� KEY TO BORING LOG SYMBOLS GeoI$A.Engineers FIGURE B-3 TEST DATA BORING B-1 DESCRIPTION Moisture Dry Content Density Blow Group Surface Elevation(ft.): 121.6 Lab Tests (pcf) Count Samples Symbol 0 ASPHALT 3 inches asphalt concrete 0 SM SU-D3 Brown silty fine to medium sand with fine gravel 24 ;;:;:: SM (loose,moist) SU-132 Brown silty fine to medium sand with fine gravel (medium dense,moist)(weathered till) 5 :: SM SU-DI Brown silty fine sand with occasional gravel(very 5 dense, moist)(till) 61 Rock fragment at 8.0 feet 10 10 11 115 5015" 15 15 w 50/4" LL Z CL 0 20 20 12 118 5015" = SM SU-B2 Brownish gray silty fine sand(very dense,moist) CL (glaciolacustrine) SU-C Gray sandy clay(very dense,moist)(glaciolacustrine) 25 :: SM SU-B2 Brownish gray silty fine to medium sand with gravel 25 and occasional cobble and coarse sand(very dense,wet) (glaciolacustrine) Cn m m Y 30 ML SU-A5 Gray silt with a trace of fine sand(hard,moist) 30 3 (glaciolacustrine) 0 50/4" 35 35 50/6" o Rock fragment at 38 feet L SU-A4 Gray clay with occasional fine gravel(hard,moist) .40 40 Note:See Figure B-2 for explanation of symbols LOG OF BORING Geo lqlrlo Engineers FIGURE B-4 TEST DATA BORING B-1 (Continued) DESCRIPTION Moisture Dry Content Density Blow Group Lab Tests (`Yo) (pc0 Count Samples Symbol 40 (glaciolacustrine) 4 59 45 45 26 99 2 50 50 54 55 55 Uj w 33 LL Z a p 60 CL SU-A4 Gray clay with thin lenses of sandy silt(hard,moist) 6 (laminated)(glaciolacustrine) 30 95 31 65 65 r, 61 m Boring completed at 67.5 feet on 08/05/91 m Second hole augered to 36.0 feet depth 8.0 feet south for N piezometer installation Y 70 See text for water level data 70 L] 75 75 N O S�O m 80 90 Note: See Figure B-2 for explanation of symbols VIA LOG OF BORING Geo��Engineers FIGURE B-4 TEST DATA BORING B-4 DESCRIPTION Moisture Dry Content Density Blow Group Surface Elevation(ft.): 51.6 Lab Tests M (pcf) Count Samples Svmbol 0 / CL SU-A6 Brown clay with sand and roots(soft,moist) 0 (glaciolacustrine/topsoil) CL SU-A4 Gray clay with occasional gravel(stiff,moist) 11 (glaciolacustrine) 5 5 21 106 23 Grades to very stiff to hard 10 10 40 15 15 t— LL LL LL Z H a p 20 Boring completed at 20.0 feet on 08/08/91 20 No ground water encountered 25 25 n m m 30 30 3 0 35 35 N O 40 40 Note:See Figure B-2 for explanation of symbols LOG OF BORING Geo��Engineers FIGURE B-5 TEST DATA HAND BORING HA-6 DESCRIPTION Moisture Dry Content Density Blow Group Surface Elevation(ft.): 83.0 Lab Tests (pcf) Count Samples Symbol 0 0 0 0I o GM Brown silty fine to coarse gravel with sand (loose, moist) (fill) 1 CL SU-A4 Gray clay(soft,moist)(glaciolacustrine, remolded by slope movement) 2 3 4 5 5 6 t— w w Li- 7 Z S H a Lu 6 Boring completed at 8.5 feet on 08/13/91 9 No ground water encountered 10 10 m 11 m v 12 0 13 14 15 15 N O 16 0 Note: See Figure B-2 for explanation of symbols /��t�• LOG OF HAND BORING Geo �Engineers FIGURE B-6 TEST DATA HAND BORING HA-7 DESCRIPTION Moisture Dry Content Density Blow Group Surface Elevation(ft.): 68.5 Lab Tests (%) (pcf) Count Samples Symbol 0 0 GM Brown silty fine to coarse gravel with sand (loose, moist)(fill) , O0 0 1 CL SU-A4 Light brown clay(soft,moist)(glaciolacustrine, remolded by slope movement) 2 3 4 5 5 6 :: SM SU-A4 Brown silty fine to medium sand(medium dense,moist) (glaciolacustrine) LU w W LL 7 Z a w $ SMMII. SU-A4 Light brown interbedded silty fine sand and silt (dense/very stiff,moist)(glaciolacustrine) 9 Boring completed at 9.0 feet on 08/13/91 See text for water level data 10 10 11 m m v 12 3 O 13 14 15 15 N � O D 16 (D Note: See Figure B-2 for explanation of symbols LOG OF HAND BORING Geo2 Engineers FIGURE B-7 JJM:HLA 0693-045-02 09 22 97 U. S . STANDARD SIEVE SIZE 0 C�D 100 '� '� '�� '�� r�0. �' �' �O' �� �p• CEO. O Ml 9 0 ►- 80 ►� o } } f CFO. 3 70 } m 60 coo } } } z 50 40 z u 30 w 20 I lit 10 } D 0 m D 1000 100 10 1 . 0 0 . 1 0 . 01 0 . 001 cGRAIN SIZE IN MILLIMETERS m z C0 W 0 88LES COARSERAI FINE COARSE MEDIUM ND FINE SILT OR CLAY ' C C EXPLORATION SAMPLE m SYMBOL NUMBER DEPTH SOIL DESCRIPTION B-1 11 . 5 ' BROWN SILTY FINE TO MEDIUM SAND WITH OCCASIONAL COARSE SAND AND FINE GRAVEL (SM) B-1 21 . 5 ' GRAYISH BROWN SILTY FINE TO MEDIUM SAND WITH OCCASIONAL COARSE SAND AND FINE I Ask GRAVEL (SM/ML) JJM:HLA 0693-045-02 09 22_ 97 U. S . STANDARD SIEVE SIZE 100 ti� ���•�,��• �,`�• � tip �p �xp �p tip Epp 9 0 \IM\P` ►- 80 ►.•.• w 70 m 60 COO) } } } w 50 z u I I } — } { 40 z —} { w u 30 w 20 10 Du 011111 1 +1 1 D m D 1000 100 10 1 . 0 0 . 1 0 . 01 0 . 001 c GRAIN SIZE IN MILLIMETERS m Z GRAVEL SAND cu n COBBLES COARSE FINE COARSE MEDIUM FINE SILT OR CLAY ' C m � C EXPLORATION SAMPLE m SYMBOL NUMBER DEPTH SOIL DESCRIPTION cn B-1 31 . 5 ' GRAY COARSE SILT WITH VERY FINE SAND (MI- ) B-1 46 . 5 ' GRAY SILT WITH OCCASIONAL FINE TO MEDIUM SAND (ML ) • B-1 66 . 5 ' GRAY CLAY WITH OCCASIONAL FINE TO MEDIUM SAND ( CL ) JJM:HU\ 0693-045-02 09 22 97 60 CCD PLASTICITY CHART Alls o `X CH w 40 z z 1 �--s 30 � H • OH and MH V 20 CL ZAA Y 10 -i m CL-ML �� ML and OL rn 00 10 20 30 40 50 60 70 80 90 100 r LIQUID LIMIT C m c/) EXPLORATION SAMPLE MOISTURE LIQUID PLASTICITY 0 o m NUMBER DEPTH CONTENT (o) LIMIT (a) INDEX (o) SOIL DESCRIPTION o cn B-1 • 41 . 5 ' 27 . 3 51 . 0 26 . 5 GRAY . CLAY WITH OCCASIONAL VERY FINE SAND (CH) cn B-1 • 46 . 5 ' 26 . 3^ It3 . 8 15 . 6 GRAY SILT WITH OCCASIONAL C FINE TO MEDIUM SAND (ML) q B-1 ■ 66 . 5 30 . 3 44 . 5 22 . 6 GRAY CLAY WITH OCCASIONAL cn FINE TO MEDIUM SAND (CL) M . C . S TAKE( AFTER DI ECT SHEAR TE. T DIRECT SHEAR TEST RESULTS Sample Moisture Dry Normal Peak Shear Boring Depth Content Density Pressure Strength Number (feet) Sample Description (%) (pcf) (psf) (psf) 1 31.5 Gray silt with fill sand 20.1 108.5 3,100 2,870 (ML) 6,500 4,290 9,500 6,300 1 46.5 Gray clay with 26.3 98.5 4,600 3,190 interbeds of gray silt 9,500 6,320 and lens of very fine 14,000 6,300 sand (CL & ML) 1 61.5 Gray clay (CL) 31.4 93.0 6,500 4,670 12,000 6,180 18,000 5,920 DIRECT SHEAR TEST RESULTS Ile Geo��Engineers FIGURE B-11